Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
03/07/2024
Thursday, March 7, 2024 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda March 7, 2024City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 Fire Oaths 4.2 Newspapers in Education Week Proclamation: March 4-8, 2024 - Sue Bedry, NIE Development Officer and/or Jodi Pushkin NIE Manager Tampa Bay Times 4.3 Clearwater for Youth 2024 Scholarship Winners from Clearwater High Schools - Eric Harris, Program Manager 4.4 Clearwater Trailblazing Women History Month Proclamation - Allison Dolan of Clearwater Historical Society Page 2 City of Clearwater Printed on 3/5/2024 March 7, 2024City Council Meeting Agenda 5. Approval of Minutes 5.1 Approve the minutes of the February 15, 2024 City Council Meeting as submitted in written summation by the City Clerk. 6. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 6.1 Award an agreement to Public Resources Advisory Group, Inc, for Financial Advisory services through September 30, 2027, in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.2 Authorize the continuing use of citywide staffing services contracts to 22nd Century Technologies, Inc. (TSCTI) of McLean, VA and Cogent Infotech Corporation of Pittsburgh, PA, for citywide staffing services in the cumulative amount of $500,000.00 for an additional one-year term through February 15, 2025. (consent) 6.3 Approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the purchase of various amenities for multiple park locations in the total amount of $249,427.55, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) 6.4 Authorize proposal to Khors Construction, Inc. for the repair and mitigation of dock ramp, docks and pilings damaged by Hurricane Idalia at Clearwater Community Sailing Center located at 1001 Gulf Boulevard in the amount of $138,326.38 and authorize the appropriate officials to execute same. (consent) 6.5 Approve a purchase order to Rep Services, Inc., of Longwood, Florida for the purchase and installation of playground equipment at McKay Park located at 605 Mandalay Avenue in the total amount of $301,015.02, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1) (d), Impractical, and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 3/5/2024 March 7, 2024City Council Meeting Agenda 6.6 Approve a purchase order increase to the Superlative Group Inc. for sales services for the Imagine Clearwater project in the amount of $45,000.00, bringing the total to $204,000.00, and authorize the appropriate officials to execute same. (consent) 6.7 Approve a Naming Rights Agreement between the City of Clearwater and BayCare Health System, Inc., a Florida not-for-profit corporation located at 2985 Drew Street, Clearwater for naming rights of the amphitheater at Coachman Park to be called The BayCare Sound and that the appropriate officials be authorized to execute same. (consent) 6.8 Approve construction contracts to Inliner Solutions, LLC, of Sanford, FL, for Stormwater Pipe Cleaning (Section B), Stormwater Pipe Lining (Section C) and Barnacle Removal (Section D), in the annual amount not-to-exceed $1,050,000.00 for an initial one-year term with an option for three additional one-year renewal terms on a unit price basis pursuant to Invitation to Bid (ITB) 23-0036-EN and authorize the appropriate officials to execute same. (consent) 6.9 Approve an increase to purchase orders with Tip Top Tree Experts LLC, of Weirsdale, FL, and TreesForYou.com, Inc. of Belleair Beach, FL, for palm tree pruning in the cumulative amount of $42,000.00, increasing the annual not to exceed amount from $216,000.00 to $258,000.00 with two, one-year renewal options, pursuant to Invitation to Bid (ITB) 42-23 and authorize the appropriate officials to execute same. (consent) 6.10 Approve an increase to Wannemacher Jensen Architects (WJA) Inc., of St. Petersburg, FL for supplemental work order 1 in the amount of $614,965.00 for a new total of $818,916.00 pursuant to Request for Qualifications (RFQ) 08-23; Approve a Construction Manager at Risk (CMAR) agreement and preconstruction proposal from Creative Contractors of Clearwater, FL for Long Center Renovations in the amount of $86,375.00 pursuant to RFQ 07-24 and authorize the appropriate officials to execute same. (consent) 6.11 Approve a purchase order (PO) to USA Shade and Fabric Structures of Airport, TX, to fabricate and install a shade structure as part of the Mercado project (19-0026-EN) in the amount of $223,833.61 per Clearwater Code of Ordinance Section 2.563(1)(d), Impractical to bid, and authorize the appropriate officials to execute same. (consent) 6.12 Approve Supplemental 1 work order to Wannemacher Jensen Architects (WJA) Inc., of St. Petersburg, FL in the amount of $47,415.00 increasing from $445,869.00 to $493,284.00 pursuant to Request for Qualifications (RFQ) 31-20; approve a Construction Manager at Risk (CMAR) proposal from Biltmore Construction Company, Inc., of Belleair, FL, for Fire Station 47 (18-0011-FD) at the Guaranteed Maximum Price (GMP) of $8,500,702.00 pursuant to RFQ 38-23 and authorize the appropriate officials to execute same. (consent) Page 4 City of Clearwater Printed on 3/5/2024 March 7, 2024City Council Meeting Agenda 6.13 Authorize an increase to purchase order with St. Petersburg College for paramedic classes and as needed citywide training in the amount of $90,493.31, bringing the total amount of the purchase order to $184,504.05, pursuant to Clearwater Cide of Ordinances Section 2.563(1)(f) Professional Services not subject to CCNA (Academics) and authorize the appropriate officials to execute same. (consent) 6.14 Approve a Purchase Order and Services Agreement to Convergint Technologies, LLC. of Schaumburg, IL, for software and existing hardware maintenance for security systems at city facilities in a not-to-exceed amount of $490,352.52 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and 2.563(1)(d) Non-competitive purchases (Impractical) and authorize the appropriate officials to execute same. (consent) 6.15 Approve a proposal and Purchase order to American Infrastructure Development, Inc., of Tampa, Florida for the design and permitting of Clearwater Airpark Re-mill and Overlay (23-0014-AP) in the amount of $316,154.00 pursuant to RFQ 34-23 and authorize the appropriate officials to execute same. (consent). 6.16 Approve a Work Order under the City’s continuing contract with V and A Consulting Engineers, Inc., dba Metzger and Willard, Inc. (V and A), for Utilities Project Management Services (23-0057-UT) in the amount of $495,000.00 pursuant to RFQ 34-23, EOR Consulting Services and authorize the appropriate officials to execute same. (consent) 6.17 Approve a Contract with WestRock CP, LLC d/b/a WestRock Tampa Recycle (WestRock) of Atlanta, GA for the sale of old, corrugated cardboard recycling for initial term March 7, 2024, through March 6, 2026, with one, two-year renewal option pursuant to ITB 05-24 and authorize the appropriate officials to execute same. (consent) 6.18 Approve a work order to Ardurra of Tampa, FL, for Solid Waste Truck Wash Replacement Design, Permitting and Construction Services, Project No. 23-0021-SW, in the amount of $247,547.00 pursuant to Request for Qualifications (RFQ) 34-23, Engineer of Record Consulting Services (EOR), and authorize the appropriate officials to execute same. (consent) 6.19 Approve a purchase order to Safety-Kleen Systems, Inc., of Norwell, MA, to pump, transfer and dispose leachate from the Solid Waste Transfer Station in the annual not-to-exceed amount of $169,000.00 with two, one-year renewal options at City’s discretion pursuant to Invitation to Bid (ITB) No. 10-24, Pump, Transport and Dispose of Leachate and authorize the appropriate officials to execute same. (consent) Page 5 City of Clearwater Printed on 3/5/2024 March 7, 2024City Council Meeting Agenda 6.20 Approve a First Amendment to Lease and Property Operation Agreement for the Clearwater Airpark between the City of Clearwater (Lessor) and FlyUSA PV, LLC (Lessee) to provide for a 30-year initial term ending on February 29, 2053, with five five-year renewal options subject to mutual agreement of both parties among other minor revisions; and authorize the appropriate officials to execute same. (consent) 6.21 Approve an amendment to the legal services agreement with Manson Bolves Donaldson Varn for representation in litigation regarding ownership issues of the Seminole Boat Ramps to increase the not to exceed amount from $100,000 to $118,500, and authorize the appropriate officials to execute same. (consent) 6.22 Appoint Jennifer Frazier and Mikhail Khodortsov to serve on the revised Downtown Development Board. (consent) Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 7.1 Declare as surplus, a certain portion of real property located at 1000 N. Hercules Avenue (a.k.a the Clearwater Airpark), for the purpose of the City of Clearwater entering into a certain First Amendment to Lease and Property Operation Agreement with FlyUSA PV, LLC. (APH) 7.2 Approve the Joint Participation Agreement (JPA) G2S84 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), for a grant to purchase vessels, refurbishment/construction of docks, and water transportation service, authorize the appropriate officials to execute same, and adopt Resolution 24-07. 8. Second Readings - Public Hearing 8.1 Adopt Ordinance 9743-24 on second reading, vacating a drainage easement at 309 Coronado Drive, Clearwater, from the property owners DC Clearwater Beach 1 Property, LLC as recorded in O.R. Book 15904, Page 863-868, and in the Public Records of Pinellas County, Florida. Page 6 City of Clearwater Printed on 3/5/2024 March 7, 2024City Council Meeting Agenda 9. Citizens to be heard re items not on the agenda - For purposes of this role, “items pertaining to city business” includes any matter within the Council’s or the City Manager’s power to act, any matter that the Council previously voted on or discussed at the dais, or any matter discussed by or scheduled to be considered by another governmental entity that affects the operation of the City. Each person who wishes to address the Council shall complete a comment card and submit the card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak. However, if the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking. Individuals will limit their comments to a maximum of three minutes. The Mayor shall advise the speaker that their time has expired. If the person remains at the podium, thereby interfering with other persons who may wish to be heard, the speaker’s microphone may be turned off, or the Mayor may rule the person out of order in accordance with Rule 15. 10. City Manager Reports 10.1 North Beach Update 11. City Attorney Reports 12. Closing comments by Councilmembers (limited to 3 minutes) 13. Closing Comments by Mayor 14. Adjourn Page 7 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0003 Agenda Date: 3/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Fire Oaths SUMMARY: RC#28 Graduates: Firefighter/EMT Zachary Adkisson Fire Medic Justin Blocker Firefighter/EMT Jacob Chellew Firefighter/EMT Camilo Espinal Firefighter/EMT Michael Girton Firefighter/EMT Jalen Jamison Firefighter/EMT Jason Jones Firefighter/EMT Cody Kerr Firefighter/EMT Cameron Mills Firefighter/EMT Alex Sexton Firefighter/EMT Cameron Snyder Firefighter/EMT Stephen Sudu Firefighter/EMT Nicole Warder Firefighter/EMT Adrian Zeqiri Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0112 Agenda Date: 3/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Newspapers in Education Week Proclamation: March 4-8, 2024 - Sue Bedry, NIE Development Officer and/or Jodi Pushkin NIE Manager Tampa Bay Times Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0179 Agenda Date: 3/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.3 SUBJECT/RECOMMENDATION: Clearwater for Youth 2024 Scholarship Winners from Clearwater High Schools - Eric Harris, Program Manager Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0272 Agenda Date: 3/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.4 SUBJECT/RECOMMENDATION: Clearwater Trailblazing Women History Month Proclamation - Allison Dolan of Clearwater Historical Society Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0223 Agenda Date: 3/7/2024 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the February 15, 2024 City Council Meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 3/5/2024 City Council Meeting Minutes February 15, 2024 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, February 15, 2024 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes February 15, 2024 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Brian Aungst Sr., Vice Mayor Mark Bunker, Councilmember David Allbritton, Councilmember Kathleen Beckman and Councilmember Lina Teixeira Also Present: Jennifer Poirrier – City Manager, Michael Delk – Assistant City Manager, Daniel Slaughter – Assistant City Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Aungst The meeting was called to order at 6:00 p.m. 2. Invocation – Major Ted Morris from The Salvation Army 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 February Service Awards Five service awards were presented to city employees. 4.2 Youth Art Month Proclamation: March 2024 - Beth Daniels, Co-President CAA 4.3 Irish American Heritage Month Proclamation: March 2024 - Brendan Kelley, President AOH 4.4 Teen Dating Violence Awareness and Prevention Proclamation, February 2024 - John Long, Vice President of Abuse Services from Hope Villages of America 4.5 Black History Month Proclamation, February 2024 - Diversity Leadership Council Chair, Karla Deas and Diversity Leadership Council member, Larry Jones. 5. Approval of Minutes 5.1 Approve the minutes of the February 1, 2024 City Council meeting as submitted in written summation by the City Clerk. Councilmember Beckman moved to approve the minutes of the Draft City Council Meeting Minutes February 15, 2024 Page 3 City of Clearwater February 1, 2024 City Council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as submitted, less Items 6.1 and 6.8 6.1 Approve the Fourth Amendment (Amendment) to Agreement for Development and Purchase and Sale of Property between the Community Redevelopment Agency of the City of Clearwater (CRA), the City of Clearwater (City), and Archway Clearwater Gardens, LLC (Archway); and authorize the appropriate officials to execute same. (consent) See below. 6.2 Accept a Sovereignty Submerged Lands Easement from Board of Trustees of the Internal Improvement Trust Fund of the State of Florida, for the construction, installation, and maintenance of gas utility facilities on real property lying Oakwood Drive, over Stephanie’s Channel, Pinellas County, Florida. (consent) 6.3 Accept a Gas Utility Easement from Chateaux Des Lacs HMOWN Association, for the construction, installation, and maintenance of gas utility facilities on real property located at Rue Des Chateaux Tarpon Springs, FL 34688. (consent) 6.4 Accept a Gas Utility Easement from Roosevelt Crossings LLC , for the construction, installation, and maintenance of gas utility facilities on real property located at 2659 Roosevelt Blvd, Largo FL 33760. (consent) 6.5 Accept a Gas Utility Easement from Khalil Nagy, for the construction, installation, and maintenance of gas utility facilities on real property located at 4150 Rowan Rd, New Port Richey, FL 34653. (consent) 6.6 Approve a funding agreement between the City of Clearwater and the Pinellas Suncoast Transit Authority (PSTA) to provide enhanced Jolley Trolley service during Spring Break period of February 25, 2024, through April 27, 2024, with the City contributing an amount not to exceed $102,287 and authorize the appropriate officials to execute same. (consent) 6.7 Approve a Guaranteed Maximum Price (GMP) to AJAX BUILDING COMPANY, LLC of Midway, FL, for an early release package for construction for the new City Hall Project (22-0019-EN) in the amount of $7,407,439 pursuant to Request for Qualifications (RFQ) 59-23 and authorize the appropriate officials to execute same. (consent) 6.8 Approve a Guaranteed Maximum Price (GMP) to Biltmore Construction of Belleair FL for the construction of the Gateway Plaza (Mercado) in the amount of $930,929.00 pursuant Draft City Council Meeting Minutes February 15, 2024 Page 4 City of Clearwater to Request for Qualifications (RFQ) #40-20, Construction Manager at Risk (CMAR), and authorize the appropriate officials to execute same. (consent) See below. 6.9 Approve a professional services agreement and work order with Rowe Architects, LLC of Tampa, Florida to conduct a building conditions assessment for the North Ward School in the amount of $213,785.00 pursuant to Request for Qualifications (RFQ) No. 57-23, Specialized Historic Architectural Preservation Consulting Service, and authorize the appropriate officials to execute same. (consent) 6.10 Authorize purchase orders to multiple vendors for the purchase of computer parts, servers, and network equipment in the cumulative not-to-exceed amount of $1,200,000.00 for term February 1, 2024 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. (consent) 6.11 Authorize an increase to the current purchase order with State of Florida Department of Management Services (DMS) for SUNCOM long distance service, State AIN Centranet lines, and toll-free lines, in an amount not to exceed $147,564.00 for the period February 1, 2024 through January 31, 2025, bringing the total amount of purchase order to $184,455.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) 6.12 Authorize an increase to the current purchase order with APG Electric Inc, dba APG Technology for Audio/Video equipment, wireless equipment, supplies, and services, in an amount not to exceed $750,000.00 for the period February 1, 2024 through November 30, 2026, bringing the total amount of purchase order to $782,549.82 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) 6.13 Approve a purchase order with Hadronex Inc. DBA SmartCover System located in Escondido, California, and the city of Clearwater Public Utilities for the purpose of using SmartCover software for online application of mapping and monitoring service of the wastewater system, from February 2, 2024 through January 31, 2026, in the amount of $74,236.65 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 6.14 Approve a Legal Services Agreement between the City and Bush Graziano Rice and Hearing, P.A. for the legal representation in the matter of Nathaniel Brooks v. City of Clearwater and Joseph Roseto, Civil Action No. 8:21-CV-02967-SDM-TGW, and authorize the appropriate officials to execute same. (consent) Vice Mayor Bunker moved to approve the Consent Agenda as submitted, less Items 6.1 and 6.8, and authorize the appropriate Draft City Council Meeting Minutes February 15, 2024 Page 5 City of Clearwater officials to execute same. The motion was duly seconded and carried unanimously. 6.1 Approve the Fourth Amendment (Amendment) to Agreement for Development and Purchase and Sale of Property between the Community Redevelopment Agency of the City of Clearwater (CRA), the City of Clearwater (City), and Archway Clearwater Gardens, LLC (Archway); and authorize the appropriate officials to execute same. Archway Clearwater Gardens, LLC has requested a modified schedule of various milestones in the Agreement for Purchase and Sale of Property, as amended (Agreement), between the CRA, the City and Archway. Archway has been awarded project-based vouchers for this project from the Clearwater Housing Authority. For consistency with the voucher program, Archway is required to complete a subsidy analysis with the United States Department of Housing and Urban Development (HUD). While Archway has submitted all required documentation, the timing of HUD’s response may require a later closing date which will require a shift in other milestones as well. Clearwater Gardens affordable housing development, located at 1250 Cleveland Street, was selected by Florida Housing Finance Corporation (FHFC) for a 9% Tax Credit award. The project will provide for 52 one-bedroom and 29 two-bedroom units for a total of 81 units. 30 units will be reserved for households earning up to 80% of Area Median Income (AMI) as determined by HUD, 31 units will be reserved for households earning up to 60% AMI, and 20 units will be reserved for households earning up to 30% AMI. Archway is coordinating with the Clearwater Housing Authority to receive 20 project-base vouchers. The developer will continue the operation of the community garden located on the property. The First Amendment to the Agreement dated February 14, 2022, provided Archway additional time to apply for tax credit funding under multiple Florida Housing Finance Corporation’s housing development programs. The Second Amendment dated September 19, 2022, provided for an additional $3,000,000 loan from the CRA and it increased the City’s local government contribution from $75,000 to $610,000, also in the form of a loan. Other accommodations were made in the Second Amendment assuming Archway would secure 4% tax credit financing, but this did not occur. The Third Amendment extended several milestones in the Agreement. With the Fourth Amendment, staff is recommending many of the same milestones modified with the Third Amendment to be extended further. Proposed modifications are outlined below. Archway is optimistic that they will achieve the modified milestones in advance of what has been proposed and no further extensions will be necessary. Draft City Council Meeting Minutes February 15, 2024 Page 6 City of Clearwater Section Category Current Proposed 4.05(b) Building Permits 3/1/2024 6/1/2024 4.05(c) Commence Construction 4/1/2024 7/1/2024 4.05(d) 50% Construction Completion 1/1/2025 4/1/2025 4.05(e) 100% Construction Completion 10/1/2025 1/1/2026 4.05(f) Begin Pre-Leasing 8/1/2025 11/1/2025 4.05(g) Lease Up Complete 1/1/2025 4/1/2026 6.10 Closing Date 3/15/2024 6/15/2024 7.02(a) Commence Construction 4/1/2024 7/1/2024 7.02(b) Commence Vertical Construction 10/1/24 1/1/2025 The City is a party to the agreement only as it relates to sections 3.07 and 15.18 of the Agreement. Section 3.07 of the Agreement required Archway to grant and deliver to the City, its heirs, successors, licensees, or assigns, a perpetual exclusive easement over the area existing as a community garden, solely for use as a community garden. The Amendment requires Archway to execute a declaration of restrictive covenant, instead of a perpetual easement, restricting the use to a community garden for the benefit, use, and enjoyment of the public. This change eliminates the need for the City to procure, manage, or contract with future operators and users of the community garden. Archway will take on this responsibility. Section 15.18 commits the City to a contribution of $610,000 to the project in the form of a deferred loan. This amount is considered the Local Government Areas of Opportunity funding commitment and is required for a project application to receive the maximum amount of basis points. Section 15.18 is not affected by the amendment. APPROPRIATION CODE AND AMOUNT: Funds are available and allocated in project code R2010 Housing- County STRATEGIC PRIORITY: This item supports the following objectives set forth in the City of Clearwater Strategic Plan: 2.4 Support equitable housing programs that promote household stability and reduce the incidence of homelessness within Clearwater. 4.3 Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. One individual spoke in opposition. Councilmember Teixeira moved to Approve the Fourth Amendment (Amendment) to Agreement for Development and Purchase and Sale of Property between the Community Redevelopment Agency of the City of Clearwater (CRA), the City of Clearwater (City), and Archway Clearwater Gardens, LLC (Archway); and authorize the appropriate officials to execute same. The motion was duly Draft City Council Meeting Minutes February 15, 2024 Page 7 City of Clearwater seconded and carried unanimously. 6.8 Approve a Guaranteed Maximum Price (GMP) to Biltmore Construction of Belleair FL for the construction of the Gateway Plaza (Mercado) in the amount of $930,929.00 pursuant to Request for Qualifications (RFQ) #40-20, Construction Manager at Risk (CMAR), and authorize the appropriate officials to execute same. (consent) This a companion item to a CRA item requesting transfer of $1,154,762.61 to complete the Mercado construction. On May 20, 2021, Council approved a contract to Gibbs and Register to construct the Cleveland Street Streetscape Phase III (16-0003-UT) project. The Mercado design was not complete, and not included in the contract. On October 17, 2022, Council approved the shade structure and turf design concepts for the Mercado public space at the intersection of Cleveland St. and Gulf to Bay Blvd. On February 18, 2023, staff presented an overview to the CRA Trustees that the change order pricing from Gibbs & Register was over budget. Staff recommended allowing Gibbs & Register to complete the streetscape project and get new pricing from another firm to construct the Mercado portion. The City worked with Biltmore Construction under the CMAR, Continuing Services contract (RFQ #40-20), for a cost proposal to construct the Mercado. To realize cost savings to the City, Public Works will return to Council shortly for approval of a Purchase Order (PO) to USA Shade who was paid a deposit and designed and provided structure hardware under the initial Gibbs & Register contract, hence impractical to bid. The project is expected to be complete by September 2024. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish capital project 315-C2105, Mercado-Downtown Gateway and recognize a budget increase of $1,154,762.61 of Community Redevelopment Agency (CRA) tax increment financing (TIF) funds transferred from the CRA to provide funding for the completion of the Mercado capital improvement project. STRATEGIC PRIORITY: One individual spoke in opposition. Councilmember Allbritton moved to approve a Guaranteed Maximum Price (GMP) to Biltmore Construction of Belleair FL for the construction of the Gateway Plaza (Mercado) in the amount of Draft City Council Meeting Minutes February 15, 2024 Page 8 City of Clearwater $930,929.00 pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk (CMAR), and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings 7.1 Approve a Management Agreement between the City of Clearwater (City) and the Clearwater Community Sailing Center Association, Inc. (Sailing Center Association) for use of the building and property located at 1001 Gulf Boulevard from March 1, 2024 through February 28, 2029 and authorize the appropriate officials to execute same. (consent) Staff recommends that the City enter into this Management Agreement with the Sailing Center Association, a 501c3 nonprofit organization, where the Sailing Center Association will manage the premises of the City at 1001 Gulf Boulevard. The City and the Sailing Center Association initially entered into an agreement in 2002, and since then, the City and Sailing Center Association worked together to offer services that benefit the community. The Sailing Center Association provides local residents and visitors a variety of services including providing safe, enriching, and affordable sailing opportunities for all ages and abilities. The Sailing Center Association will pay rent of $2,000 monthly to the City with a 5% increase to be added to the rent payment on March 1st of each year of this Agreement, beginning on March 1, 2025. The City may terminate this Agreement for any municipal need by providing 60 days written notice. The City will be responsible for the maintenance of foundation, outer walls, roof, piers, docks, life cycle replacement of the heating/air-conditioner system, and other major capital improvements required for the premises. The Sailing Center Association will be responsible for routine daily maintenance of the facility and minor repairs to bathrooms, hallways, rental rooms, offices, lights, etc. The Sailing Center Association is also responsible for all day-to-day operations of the center including programming of the facilities in accordance with their business plan made a part of this Agreement. APPROPRIATION CODE AND AMOUNT: N/A STRATEGIC PRIORITIES: Draft City Council Meeting Minutes February 15, 2024 Page 9 City of Clearwater In approving this lease agreement, as noted above, the City is accomplishing Objectives 1.3, adopting responsive levels of service for public facilities and amenities, and identifying resources required to sustain that level of service; 2.1, strengthening public-private initiatives that attract, develop, and retain diversified business sectors; 2.2, cultivating a business climate that welcomes entrepreneurship; and 2.3, promoting Clearwater as a premier destination for cultural experiences and tourism. Councilmember Beckman moved to approve a Management Agreement between the City of Clearwater (City) and the Clearwater Community Sailing Center Association, Inc. (Sailing Center Association) for use of the building and property located at 1001 Gulf Boulevard from March 1, 2024 through February 28, 2029 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 7.2 Vacate all prior recorded antiquated resolutions and terminate the Interlocal Agreement with Pinellas County concerning the property Old City Hall now subject to a purchase and sale contract and adopt Resolution 24-05. On November 8, 2022, the City of Clearwater entered into a Sales Agreement to sell the “Old City Hall” property. In support thereof, on December 7, 2023, the City approved the vacation of two abandoned Utility easements. During the preliminary title approval process, recorded documents (antiquated property use Resolutions and obsolete Pinellas County Interlocal Planning Agreement) were confirmed as needing termination, thereby allowing the Buyers to obtain a cleared title insurance policy. Adopting this Resolution is the City’s good faith effort to remove encumbrances and facilitate the sale of the Property. City staff have reviewed and approved this Resolution and recommend adoption. STRATEGIC PRIORITY: 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. 5.3 Generate organizational success through collaborative engagement and inclusive decision-making to create shared value outcomes. Draft City Council Meeting Minutes February 15, 2024 Page 10 City of Clearwater Resolution 24-05 was presented and read by title only. Vice Mayor Bunker moved to vacate all prior recorded antiquated resolutions and terminate the Interlocal Agreement with Pinellas County concerning the property Old City Hall now subject to a purchase and sale contract and adopt Resolution 24-05. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 7.3 Approve the request to vacate a drainage easement at 309 Coronado Drive, Clearwater, from the property owners DC Clearwater Beach 1 Property, LLC as recorded in O.R. Book 15904, Page 863-868, of the Public Records of Pinellas County, FL, and pass Ordinance 9743-24 on first reading. The owners have confirmed that the City has a recorded 15-foot drainage utility easement which interferes with the property's development. The City’s existing drainage facilities for this property are not located in the recorded easement. As a condition of this vacation, the owners have executed a Drainage and Public Utility easement to cover the property's existing unrecorded drainage facilities. There are no city utilities within the easement to be vacated. City staff have reviewed and approve of this request. STRATEGIC PRIORITY: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Ordinance 9743-24 was presented and read by title only. Councilmember Teixeira moved to approve the request to vacate a drainage easement at 309 Coronado Drive, Clearwater, from the property owners DC Clearwater Beach 1 Property, LLC as recorded in O.R. Book 15904, Page 863-868, of the Public Records of Pinellas County, FL, and pass Ordinance 9743-24 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira Draft City Council Meeting Minutes February 15, 2024 Page 11 City of Clearwater 7.4 Reapprove the Joint Participation Agreement (JPA) G2092 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), Parking Lot Expansion and Rehabilitation at the Clearwater Airpark, authorize the appropriate officials to execute same, and adopt Resolution 24-01 as amended. FDOT JPA Agreement G2092 provides for an 80% grant for Parking Lot Expansion and Rehabilitation, with 20% cash match. The design and construction will provide the plans, permitting, and the construction for the new Parking Lot. The project cost is estimated at $800,000 with FDOT contributing $640,000 and FlyUSA reimbursing the City for the cash match portion estimated at $160,000. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will increase capital project 302-G2307, Aviation Operations Center, by $800,000 recognizing grant funding of $640,000 and reimbursement revenues of $160,000 to provide project funding for this agreement. STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic & Housing Opportunity: 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. Resolution 24-01 was presented and read by title only. Councilmember Allbritton moved to reapprove the Joint Participation Agreement (JPA) G2092 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), Parking Lot Expansion and Rehabilitation at the Clearwater Airpark, authorize the appropriate officials to execute same, and adopt Resolution 24-01 as amended. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 7.5 Reapprove the Joint Participation Agreement (JPA) G2086 between the City of Draft City Council Meeting Minutes February 15, 2024 Page 12 City of Clearwater Clearwater and the State of Florida Department of Transportation (FDOT), Geo Technical and Survey of Airpark Property at the Clearwater Airpark, authorize the appropriate officials to execute same, and adopt Resolution 24-02 as amended. FDOT JPA Agreement G2086 provides for an 80% grant for the Geo Tech and Survey work, with 20% cash match. Clearwater Airpark has several important infrastructure improvement projects planned to improve the user experience as well as to upgrade facilities that have passed their useful life. These projects include milling and resurfacing existing asphalt, a new terminal building, new corporate hangars and T-hangars, repairs to existing hangars, and the potential for expanding asphalt areas for plane tie-downs. Each individual project will be handled by independent design and construction teams to guarantee competitive pricing and to engage specialized consultant teams for each component. These projects lie throughout the forty-seven acres of the property, and each will require a current survey and geotechnical analysis for permitting and for ensuring that the right solutions are put in place by providing all known conditions to the various design teams. Therefore, developing one comprehensive survey and geotechnical report of the entire site for distribution to all design and construction teams will provide consistency and efficiency as the City moves forward to building a chapter of the Airpark’s history. The project cost is estimated at $100,000 with FDOT contributing $80,000 and FlyUSA reimbursing the City for the cash match portion estimated at $20,000. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish capital improvement project G2409, Airpark Property Survey, recognizing a budget increase of $80,000 in FDOT grant revenue and $20,000 in reimbursement revenues to create the project budget and fund this agreement. STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic and Housing Opportunity: 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. Resolution 24-02 was presented and read by title only, Councilmember Beckman moved to reapprove the Joint Participation Agreement (JPA) G2086 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), Geo Draft City Council Meeting Minutes February 15, 2024 Page 13 City of Clearwater Technical and Survey of Airpark Property at the Clearwater Airpark, authorize the appropriate officials to execute same, and adopt Resolution 24-02 as amended. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 7.6 Reapprove the Joint Participation Agreement (JPA) G2O80 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), Design of Corporate Hangars at the Clearwater Airpark, authorize the appropriate officials to execute same, and adopt Resolution 24-03 as amended. FDOT JPA Agreement G2O80 provides for an 80% grant for the Design of new Corporate Hangars, with 20% cash match. The design will provide the building plans and permitting for the new building. The project cost is estimated at $679,308 with FDOT contributing $543,447 and FlyUSA reimbursing the City for the cash match portion estimated at $135,861. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project G2401, Airpark Hangars, to fund this agreement. STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic & Housing Opportunity: 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. Resolution 24-03 was presented and read by title only. Vice Mayor Bunker moved to reapprove the Joint Participation Agreement (JPA) G2O80 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), Design of Corporate Hangars at the Clearwater Airpark, authorize the appropriate officials to execute same, and adopt Resolution 24-03 as amended. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira Draft City Council Meeting Minutes February 15, 2024 Page 14 City of Clearwater 8. Second Readings - Public Hearing 8.1 Adopt Ordinance 9744-24 on second reading, revising the structure of the Downtown Development Board,. During the Council meeting taking place on Dec. 19, 2023, the City Council directed the City Attorney to revise the governance structure of Clearwater’s Downtown Development Board (DDB). Ordinance 9744-24 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9744-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 9. Citizens to be heard re items not on the agenda - For purposes of this role, “items pertaining to city business” includes any matter within the Council’s or the City Manager’s power to act, any matter that the Council previously voted on or discussed at the dais, or any matter discussed by or scheduled to be considered by another governmental entity that affects the operation of the City. Each person who wishes to address the Council shall complete a comment card and submit the card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak. However, if the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking. Individuals will limit their comments to a maximum of three minutes. The Mayor shall advise the speaker that their time has expired. If the person remains at the podium, thereby interfering with other persons who may wish to be heard, the speaker’s microphone may be turned off, or the Mayor may rule the person out of order in accordance with Rule 15. Eleanore Lyda expressed concerns with Council's behavior at a recent work session. She said the East Gateway community and merchants support the Mercado and thanked Council for their efforts to redevelop that area of the community. Maryce Garber expressed concerns with comments made by a female under a pseudonym on social media accusing her and others of the East Gateway Business and Neighbors Association of being a front for the Downtown Development Board, theft, racism, and diverting funds away from the Mercado project, which are not true. Draft City Council Meeting Minutes February 15, 2024 Page 15 City of Clearwater Kathy Flaherty said the Mercado's name was changed because these women did not want the Hispanic reference. She said the only thing Ms. Lyda and Ms. Garber have done for the community was paint a dumpster. She opposed repurposing the Main Library. Mr. Holuba said citizens have the right to assemble peacefully and voice their concerns and expressed concerns with Council Rule 15. Mike Taylor submitted a Letter of Intent to Sue for being removed and trespassed from a council meeting for wearing a shirt. The Council recessed from 6:59 p.m. to 7:04 p.m. Bill Jonson said several neighborhoods have residents who park in their front yard; as Council considers allowing accessory dwelling units, he expressed concerns how parking may negatively impact the character of a neighborhood. He expressed concern with the unintended provision included in the referendum question that would allow an unelected councilmember to serve as long as two years. The City Attorney said the language is drafted to prevent vacancies in office, which is the point of a temporary appointment. Kelly Myer expressed concerns with moving Neighborhoods Day to March 30, which is Easter weekend. She requested Council consider moving the event to March 23 or some time in April. The City Manager said Neighborhoods Day is Council's opportunity to interact with the neighborhoods and residents. She said Council provided direction to move the event to another day. She said moving the event later would be negatively impacted by Spring Break and seasonal beach traffic. Gerry submitted an email regarding the DeNunzio agreement (see page 18). Blaine Enderle submitted emails regarding vehicular traffic on Drew Street, the seat arrangement in council chambers, and Clearwater Crossing Guards (see pages 20-47). 10. City Manager Reports Draft City Council Meeting Minutes February 15, 2024 Page 16 City of Clearwater The City Manager said Council has discussed moving the March 21 council meeting to March 18 at 1:30 p.m., due to the election. She said council rules require public hearing items to be heard after 6:00 p.m. If the council rule is not suspended, the meeting will need to occur at another location as Council Chambers will be used as a polling location for the March 19 election and the Supervisor of Elections will need access to the room by 5:30 p.m. She requested consideration to suspend the council rule on March 18 to allow public hearing items to be heard at 1:30 p.m. The City Clerk said the council meeting will be noticed to begin at 1:30 p.m., with the CRA meeting to begin at 1:00 p.m. There was council consensus to suspend the council rule on March 18, allowing public hearing items to be heard at 1:30 p.m. 11. City Attorney Reports – None. 12. Closing comments by Councilmembers (limited to 3 minutes) Councilmembers thanked the first responders and area agencies who provided assistance after the plane crash at Bayside Estates Mobile Home Park on February 1, 2024. Councilmember Beckman reviewed upcoming events. Vice Mayor Bunker reviewed recent Scientology court cases; Judge Randolph Hammock ruled on Leah Remini's behalf in her harassment suit against the Church of Scientology. Councilmember Teixeira highlighted grant funds that the Tampa Bay Regional Planning Council is seeking, which will benefit the area and region. The Council is seeking funds for the Tampa Bay Coastal Master Plan, which will identify floods in vulnerable communities and restoration/risk reduction efforts and a regional climate pollution reduction project. Councilmember Allbritton said he requested staff updates on the north beach flooding be provided at every council meeting. 13. Closing Comments by Mayor Mayor Aungst reviewed recent and upcoming events. Draft City Council Meeting Minutes February 15, 2024 Page 17 City of Clearwater 14. Adjourn The meeting adjourned at 7:22 p.m. Mayor City of Clearwater Attest City Clerk Draft 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0204 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Award an agreement to Public Resources Advisory Group, Inc, for Financial Advisory services through September 30, 2027, in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: The current agreement with Public Resources Advisory Group (PRAG) was awarded in February 2019 per a competitive RFP process and expires February 18, 2024. Staff is requesting permission to piggy-back off of a Hillsborough County RFP process that was completed in September 2022, to contract with PRAG for financial advisory services through September 30, 2027. PRAG has been consistently ranked as one of the top financial advisory firms in the nation for the past two decades. They have a very strong local Florida team that has consistently exceeded expectations with the quality and timeliness of services provided to the City. The City’s financial advisor primarily assists with debt issuances and the cost of those services will be paid from the proceeds of the financing. APPROPRIATION CODE AND AMOUNT: Financial advisor costs will be paid from proceeds of future bond issuances. STRATEGIC PRIORITY: Strategic Priority: 1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Page 1 City of Clearwater Printed on 3/5/2024 1 | P a g e CITY OF CLEARWATER AGREEMENT FOR FINANCIAL ADVISOR SERVICES THIS AGREEMENT (hereinafter referred to as “Agreement”) is made and entered into this 7th day of March 2024, by and between City of Clearwater (hereinafter referred to as “City,”), and Public Resources Advisory Group, Inc. (hereafter referred to as "Advisor"), whose address is 150 Second Avenue North, Suite 400, St. Petersburg, Florida 33701. RECITALS WHEREAS, the City has need of professional services for a highly skilled and experienced financial advisor; and WHEREAS, the parties desire to enter into a written agreement outlining the duties, responsibilities and compensation of Advisor, based on the Advisor’s response to Hillsborough County RFP 23417. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements contained herein, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows: 1. The relationship of the Advisor to the City will be that of a professional Advisor and the Advisor will provide the professional and technical services required under this Agreement in accordance with acceptable professional practices and ethical standards applicable to Advisor’s profession, and Advisor will endeavor to provide to the City prompt and efficient services to the best of its ability. 2. Advisor is hereby retained and employed as a City of Clearwater Advisor and will work with the City to provide services in accordance with the scope of work outlined in Hillsborough County’s RFP 23417. 3. The term of this Agreement shall commence on March ___, 2024 and continue in full force through September 30, 2027, and subject to renewal, extension per the Hillsborough County agreement, unless otherwise terminated by City as provided in paragraph four (4) of this Agreement. The term of this Agreement does not relieve the Advisor of any future responsibility as described in paragraph six (6) of this Agreement. 4. This Agreement may be terminated by either party upon thirty (30) days prior written notice to the other party at the address designated in this Agreement for receiving such notice. If this Agreement is terminated, Advisor shall be authorized to receive payment for all work performed up to the date of termination. 5. With regard to compensation paid to Advisor, Advisor shall furnish to the City an itemized invoice detailing the basis for compensation, including as appropriate the debt amount, or hours, services, expenses and any other services utilized by the City. The invoice shall be itemized pursuant to and in accordance with the Proposal, attached hereto, and incorporated herein in haec verba. Advisor shall submit all invoices pursuant to the Local Government Prompt Payment Act, F.S. 218. Advisor acknowledges and agrees that the rates set forth in the attached shall remain fixed throughout the duration of this Agreement, and thereafter shall only be adjusted by mutual written agreement of both parties. 2 | P a g e 6. General Considerations. a. All reports, drawings, designs, specifications, notebooks, computations, details, and calculation documents prepared by Advisor and presented to the City pursuant to this Agreement are and remain the property of the City as instruments of service. b. All analyses, data, documents, models, modeling, reports and tests performed or utilized by Advisor shall be made available to the City upon request and shall be considered public records. c. Advisor is required to: (i) keep and maintain public records required by City; (ii) upon request from City, provide City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a reasonable or as otherwise provided by law; (iii) ensure that 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 this Agreement and following completion of this Agreement if Advisor does not transfer the records to City; (iv) upon completion of this Agreement, transfer, at no cost, to City all public records in possession of Advisor or keep and maintain public records required by City. d. If Advisor transfers all public records to City upon completion of this Agreement, Advisor shall destroy any duplicate public records that are exempt or, confidential and exempt, from public records disclosure requirements, subject to the Advisor’s record retention obligations. If Advisor keeps and maintains public records upon completion of this Agreement, Advisor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to City, upon request from City, in a format that is compatible with the information technology systems of City. e. Advisor shall keep all books, records, files, drawings, plans and other documentation, including all electronically stored items, which concern or relate to the services required hereunder (the “Records”), for a minimum of five (5) years from the date of expiration or suspension of this Agreement, or as otherwise required by any applicable law, whichever date is later. The City shall have the right to order, inspect, and copy all the Records as often as it deems necessary during any such period-of-time. The right to audit, inspect, and copy Records shall include all of the records of sub-Advisors (if any). f. Advisor shall, at all times, comply with the Florida Public Records Law, the Florida Open Meeting Law and all other applicable laws, rules and regulations of the State of Florida. IF THE ADVISOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE ADVISORS’ DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTOMER RECORDS CUSTODIAN AT: (727) 562- 7142, OWEN.KOHLER@MYCLEARWATER.COM ,WITH AN OFFICE LOCATED AT 645 PIERCE ST., CLEARWATER, FL 33756. a. Advisor shall, at all times, carry General Liability, and Worker’s Compensation Insurance pursuant to the insurance requirements, naming City as both a certificate holder and an additional insured in each such policy. b. Upon Advisor’s written request, the City will furnish, or cause to be furnished, such reports, studies, instruments, documents, and other information as Advisor and City mutually deem necessary, and Advisor may rely upon same in performing the services required under this Agreement. 3 | P a g e c. Advisor is obligated by this agreement to comply with Section 20.055(5), Florida Statutes. d. Any entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the City to be a non-responsive Advisor may not submit a bid. 7. The Advisor may be required to provide additional services to the City on challenges, public protests, administrative hearings or similar matters. The Advisor shall be available to represent the City, serve as an expert witness, and provide supporting documentation as necessary. Should any other professional services be called for by the City that are not otherwise set forth in this Agreement or any of its attachments or exhibits, charges for these services shall be agreed upon in advance by the parties hereto. 8. The Contract Documents, which comprise the entire Contract between City and Advisor and which are further incorporated herein by reference, consist of the following: a. Hillsborough County Solicitation RFP 23417 b. Advisor’s Proposal in Response to Hillsborough County Solicitation RFP 23417 c. This Agreement 9. Advisor shall be solely and entirely responsible for its tortious acts and for the tortious acts of its agents, employees, or servants during the performance of this Agreement. Advisor shall indemnify and save harmless the City, its agents, employees and officers from and against all liabilities, claims, demands, or actions at law and equity including court costs and attorney’ s fees that may hereafter at any time be made or brought by anyone for the purposes of enforcing a claim on account of any injury or damage allegedly caused or occurring to any person or property in which was caused in whole or in part by any tortious, wrongful, or intentional acts or omissions of Advisor, its agents, or employees during performance under this Agreement. The foregoing is not intended, and shall not be construed, as a waiver by City of the benefits of Section 768.28, Florida Statutes. 10. Advisor is, and shall be, in the performance of all services and activities under this Agreement, an independent Advisor, and not an employee, agent, or servant of City; and no provisions of City’ s personnel policies shall apply to this Agreement. None of the benefits provided by City to its employees including, but not limited to, worker’s compensation insurance and unemployment insurance, are available from City to Advisor, or its employees, agents or servants. Advisor assumes responsibility for payment of all federal, state and local taxes imposed or required of Advisor including but not limited to FICA, FUTA, unemployment insurance, Social Security and income tax laws for which Advisor as employer is responsible. Advisor shall be solely responsible for any worker’s compensation insurance required by law and shall provide the City with proof of insurance upon demand. The parties agree that City shall not: (a) pay dues, licenses or membership fees for Advisor; (b) require attendance by Advisor, except as otherwise specified herein; (c) control the method, manner or means of performing under this Agreement, except as otherwise specified herein; or (d) restrict or prevent Advisor from working for any other party. 11. Force Majeure. No party shall be liable or responsible to the other party, nor be deemed to have defaulted under or breached this Agreement, for any failure or delay in fulfilling or performing any term of this Agreement (except for any obligations to make payments to the other party hereunder)], when and to the extent such failure or delay is caused by or results 4 | P a g e from the following force majeure events ("Force Majeure Events"): (a) acts of God; (b) flood, fire, earthquake or explosion; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, warlike operation, insurrection, rebellion, revolution, military or usurped power, sabotage or other civil unrest; (d) strikes, embargoes, blockades, labor stoppages, lockouts or slowdowns or other industrial disturbances or inability to obtain necessary materials or services (e) governmental delay regarding permits or approvals; (f) action by any governmental authority; (g) national or regional emergency; (h) shortage of adequate power or transportation facilities; or (j) other similar events beyond the reasonable control of the party impacted by the Force Majeure Event (the "Impacted Party") and provided further, however, that such performance shall be resumed and completed with due diligence and reasonable dispatch as soon as the contingency causing the delay or impossibility shall abate. 12. Attorney’s Fees; and Costs of Enforcement. In the event suit is commenced to enforce this Agreement, costs of said suit including reasonable attorneys’ fees in all proceedings, trials, investigations, appearances, appeals and in any bankruptcy proceeding or administrative proceeding shall be paid to the prevailing party by the non-prevailing party. In the event of default by either party hereto, the defaulting party shall be liable for all costs and expenses, including reasonable attorney’ s fees and costs incurred by the other party in enforcing its rights hereunder, whether litigation be instituted or not, at the trial court and appellate court level. 13. Law of the Agreement; Jurisdiction and Venue. The Parties agree that the laws of the State of Florida shall govern any dispute arising from or related to this Agreement. The Parties to this Agreement agree that venue and jurisdiction is mandated to lie only in the state courts located in Pinellas County, Florida. Removal of this case to federal court is not permitted. Litigation in federal court is precluded by agreement of the parties hereto. If, even though precluded by agreement of the Parties hereto, litigation arising from or based upon this contract should be mandated by a court of competent jurisdiction issued pursuant to a duly noticed hearing giving Pinellas County adequate time to respond and all of the benefits of due process to lie in the proper venue or jurisdiction of a federal court. The Parties further agree that entry into this agreement constitutes irrevocable consent that the exclusive venue for any such dispute shall lie solely in the state or county courts in and for Pinellas County, Florida. The Parties expressly and irrevocably waive any right(s) to removal of any such dispute to any federal court, unless the federal court has exclusive jurisdiction. Process in any action or proceeding referred to in this paragraph may be served on any party anywhere in the world, such party waives any argument that said party is not subject to the jurisdiction of the state courts located in Pinellas County, Florida and that the laws of the state of Florida. 14. Entire Agreement. This Agreement contains the entire agreement of the Parties and may not be changed except by written agreement duly executed by the Parties hereto. This Agreement supersedes any prior understandings or agreements between the Parties, and there are no representations, warranties, or oral agreements other than those expressly set forth herein. 15. Assignment. This Agreement shall not be assigned nor may any portion of the obligations contemplated in this Agreement be subcontracted to another party without prior written approval of City. No such approval by City of any assignment or subcontract shall be deemed in any event or in any manner to provide for the incurrence of any obligation of 5 | P a g e City. All such assignments and subcontracts shall be subject to the terms and conditions of this Agreement and to any conditions of approval that City shall deem necessary. 16. Compliance with Licenses, Permits, and Applicable Laws. In performing services hereunder, Advisor shall comply with all federal, state and local laws and regulations. Advisor shall be responsible for identifying and obtaining all permits necessary to complete the scope of services. Advisor shall be responsible for obtaining, at its sole cost and expense, all necessary license licenses and other governmental approvals required in order for Advisor to provide the type of services required hereunder. 17. E-Verify: system established by the U.S. Department of Homeland Security to determine the immigration and work-eligibility status of prospective employees. 18. The Advisor agrees to certify to the City that Advisor is in compliance with the federal E- Verify program, including obtaining written certification from all sub-Advisors who will participate in the performance of scope of services contemplated in this Agreement. All sub- Advisor certifications must be kept on file by the Advisor and made available to the state and/or the City upon request. The City reserves the right to take action against any Advisor deemed to be non- compliant; potential actions may include, but are not limited to, cancellation of this Agreement and/or suspending or debarring the Advisor from performing services for the City. 19. Conflict of Interest. Advisor shall notify City in writing of any commitments during the term of this Agreement, which may constitute a potential or actual conflict of interest with respect to the scope of services to be performed for the City. 20. Corporate Status; Change of Ownership. If Advisor is a non-governmental, corporate entity: a. Corporate Status. Advisor shall ensure that the corporate status shall continuously be in good standing and active and current with the state of its incorporation and the State of Florida and at all times throughout the Term, and any renewal or extension hereof. Failure of the Advisor to keep its corporate status active and current shall constitute a material breach under the terms of this Agreement. b. Change of Ownership. Advisor shall notify City immediately upon any change in corporate ownership or any substitution of the key professional assigned (the “Key Person”) to perform under this Agreement (“Change of Ownership”). City shall have the option of cancelling this Agreement if a Change of Ownership is not suitable to it, provided however, no cancellation shall relieve the Advisor of its obligations to perform the work described herein or for liability for breach of same. A Change of Ownership means the occurrence of any one or more of the following: a sale, lease, or other disposition of 50% or more of the interest or assets of the company or corporation; a merger, reverse merger or consolidation with another entity; a transaction wherein a third-party becomes the beneficial owner having fifty (50%) percent or more interest in the corporation or company; or fifty (50%) percent or more of the total number of votes that may be cast for any act of the entity. 6 | P a g e 21. Default. Neither Party shall declare the other party in default of any provision of this Agreement without giving the other party at least ten (10) days advance written notice of intention to do so, during which time the other party shall have the opportunity to remedy the default. The notice shall specify the default with particularity. 22. Dispute Resolution. All disputes arising out of or in connection with this Agreement shall be attempted to be settled through good-faith negotiation between the Parties, followed if necessary within thirty (30) days by professionally-assisted mediation. Any mediator so designated must be acceptable to each Party. The mediation will be conducted as specified by the mediator and agreed upon by the Parties. The Parties agree to discuss their differences in good faith and to attempt, with the assistance of the mediator, to reach an amicable resolution of the dispute. The mediation will be treated as a settlement discussion and therefore will be confidential. The mediator may not testify for either Party in any later proceeding relating to the dispute. No recording or transcript shall be made of the mediation proceedings. Each Party will bear its own costs in the mediation. The fees and expenses of the mediator will be shared equally by the Parties. Failing resolution through negotiation or mediation, either Party may file an action in a court of competent jurisdiction or other appropriate remedy available in law or equity as defined herein below. 23. Jointly Drafted. The Parties agree that this Agreement is entered into knowingly and voluntarily, after having the opportunity to fully discuss it with an attorney. Having had the opportunity to obtain the advice of legal counsel to review, comment upon, and redraft this Agreement, the Parties agree that this Agreement shall be construed as if the parties jointly prepared it so that any uncertainty or ambiguity shall not be interpreted against any one party and in favor of the other. 24. Parties Acknowledgement; Parties Bound. The Parties acknowledge that they have read this Agreement, and that they understand the terms and conditions herein and that the terms have been fully and completely explained to the Parties prior to the execution thereof. Each party acknowledges that the other party has made no warranties, representations, covenants, or agreements, express or implied, except as expressly contained in this Agreement. Further, the Parties have caused this Agreement to be executed on their respective behalf by the authorized officer whose signature appears below under their respective name, to be effective as of the date first written above. This Agreement shall inure to the benefit of and be binding upon the Parties, their successors, heirs, and personal representatives. 25. Waiver. The waiver by any party hereto of a breach of any provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach by any party. 26. Time is of the Essence. Time shall be of the essence of this Agreement. 27. Survivability. Any provision of this Agreement, which obligates any of the Parties to perform an obligation either before the commencement of the Term or after the expiration of the Term, or any renewal or extension thereof, shall be binding and enforceable notwithstanding that performance is not within the Term, and the same shall survive. 28. Severability. Whenever possible each provision and term of this Agreement will be interpreted in a manner to be effective and valid but if any provision or term of this Agreement is held to be prohibited or invalid, then such provision or term will be ineffective only to the extent of such prohibition or invalidity, without invalidating or affecting in any 7 | P a g e manner whatsoever the remainder of such provision or term or the remaining provisions or terms of this Agreement. 29. Counterparts. This Agreement may be executed in a number of identical counterparts and a facsimile or electronic/digital copy shall be treated as an original. If so executed, each of such counterparts is to be deemed an original for all purposes, and all such counterparts shall, collectively, constitute one agreement. In making proof of this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 30. Section and Paragraph Headings. Captions or paragraph headings herein contained are for organizational convenience only and shall not be constructed as material provisions of this agreement or to limit any provisions hereunder. 31. Cooperation; Supplementary Actions. All Parties agree to cooperate fully and to execute any supplementary documents, and to take any additional actions that may be necessary or appropriate to give full force and effect to the basic terms and intent of this Agreement, and which are not inconsistent with its terms. 32. Miscellaneous. Whenever the context shall so require, all words in this Agreement of one gender shall be deemed to include the other gender. 33. Incorporation of Recitals. Each of the WHEREAS clauses listed above are hereby re- alleged and incorporated into this Agreement as if otherwise fully stated herein. 34. Notice. Whenever any notice, demand or request is required or permitted hereunder, such notice, demand or request shall be made in writing and shall be personally delivered to the individuals listed below, sent via prepaid courier or overnight courier, or deposited in the United States mail, registered or certified, return receipt requested, postage prepaid, addressed to the addresses (and individuals) set forth below. No other form of electronic communications (Facebook, Twitter, Text) will be deemed Notice. FOR THE CITY FOR THE ADVISOR Name: Jay Ravins Name: Natalie Sidor Address: 100 S Myrtle Ave, Clearwater, FL 33756 Address: 150 2nd Ave N, Suite 400, St Petersburg, FL 33701 Title: Finance Director Title: Senior Managing Director Request for Proposal 23417 Request for Proposal 23417 Title Financial Advisory Services Close Date 26-JUL-2022 14:00:00 Open Date 24-JUN-2022 11:24:31 Time Zone Eastern Time Please submit your response to: Company HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Buyer McGregor, Connie Location BOCCOU 601 E Kennedy Blvd Tampa, FL United States Phone 813-277-1638 Fax Email McGregorC@hillsboroughcounty.org When submitting your response, please include the following information. Your Company Name PUBLIC RESOURCES ADVISORY GROUP INC Address Contact Details HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 1 of 56 Request for Proposal 23417 Table of Contents 1 Header Information....................................................................................................................................................................................3 1.1 General Information..........................................................................................................................................................................3 1.2 Terms.................................................................................................................................................................................................3 1.3 Requirements.....................................................................................................................................................................................3 1.4 Attachments.....................................................................................................................................................................................12 2 Price Schedule..........................................................................................................................................................................................13 2.1 Line Information.............................................................................................................................................................................13 2.2 Line Details.....................................................................................................................................................................................13 2.2.1 Line 1......................................................................................................................................................................................13 2.2.2 Line 2......................................................................................................................................................................................13 2.2.3 Line 3......................................................................................................................................................................................13 2.2.4 Line 4......................................................................................................................................................................................13 HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 2 of 56 Request for Proposal 23417 1 Header Information 1.1 General Information Title Financial Advisory Services Open Date 24-JUN-2022 11:24:31 Close Date 26-JUL-2022 14:00:00 Time Zone Eastern Time Buyer McGregor, Connie Quote Style Sealed Email McGregorC@hillsboroughcounty.org Event Request for Proposal Outcome Contract Purchase Agreement 1.2 Terms Effective Start Date Not Specified Effective End Date Not Specified Ship-To Address Multiple Bill-To Address CCC-County Finance-AP (Global) Multiple PO BOX 1110 Tampa, FL 33601 Tampa, FL 33601-1110 United States United States Payment Terms NET 30 DAYS Carrier Best Way FOB FOB - Destination Freight Terms Freight Included Currency USD (US Dollar) Price Precision Any Total Agreement Amount Not Specified (USD) 1.3 Requirements Affirmation Name of person submitting the Proposal. ........................................................................................................................................................................ Provide your answer below Title of person submitting the Proposal. ........................................................................................................................................................................ Provide your answer below I represent that I am at least eighteen (18) years of age. ........................................................................................................................................................................ Circle one from the response values below: Yes I represent that the printing of my name and the submittal of a Proposal is intended to authenticate this writing and to have the same force and effect as my manual signature. ........................................................................................................................................................................ Circle one from the response values below: Yes I represent that I am either authorized to bind the Proposer, or that I am submitting the Proposal on behalf of and at the direction of the Proposer's representative authorized to contractually bind the Proposer. ........................................................................................................................................................................ Circle one from the response values below: HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 3 of 56 Request for Proposal 23417 Affirmation Yes I represent that the Proposer and/or its applicable representative(s) has reviewed the information contained in this Proposal and that the information submitted is accurate. ........................................................................................................................................................................ Circle one from the response values below: Yes At this present time, we understand all requirements and state that as a serious Proposer we will comply with all the stipulations included in this Solicitation Document. The above-named Proposer affirms and declares: That the Proposer is of lawful age and that no other person, firm or corporation has any interest in this Proposal or in the Contract proposed to be entered into. That this Proposal is made without any understanding, agreement, or connection with any other person, firm or corporation making a Proposal for the same purpose, and is, in all respects, fair and without collusion or fraud. That the Proposer is not in arrears to Hillsborough County upon debt or contract and is not a defaulter, as surety or otherwise, upon any obligation to Hillsborough County. That no officer or employee or person whose salary is payable, in whole or in part, from the County Treasury is, shall be or become interested, directly or indirectly, surety or otherwise in this Proposal; in the performance of this Contract; in the supplies, materials, equipment, and Services and/or Work to which they relate; or in any portion of the profits thereof. That the Proposer has carefully examined the site where the Services and/or Work are to be performed and that, from the Proposer's own investigations, the Proposer is satisfied with the nature and location of the Project and/or Work to be performed; the character, quality and quantity of materials; the kind and extent of the equipment and other facilities needed for the performance of the Services and/or Work; the general and local conditions, all difficulties to be encountered; and all other items which may in any way affect the performance of the Services and/or Work. That the Proposer has not altered the original Solicitation Document in any way and further understands that any such alteration of the original Solicitation Document may result in rejection of the Proposer's Proposal. Proposer acknowledges and understands that Section 287.135, Florida Statutes, prohibits agencies and governmental entities from contracting with a company for goods and/or services that are One Million Dollars ($1,000,000) or more, if such company is (i) engaged in business operations in Cuba or Syria, (ii) on the Scrutinized Companies that Boycott Israel List (created pursuant to Florida Statutes, Section 215.4725), (iii) on the Scrutinized Companies with Activities in Sudan List (created pursuant to Florida Statutes, Section 215.473), or (iv) on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List (created pursuant to Florida Statutes, Section 215.473). Proposer hereby certifies that Proposer (i) is not engaged in business operations in Cuba or Syria, (ii) is not on the Scrutinized Companies that Boycott Israel List, (iii) is not on the Scrutinized Companies with Activities in Sudan List, and (iv) is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Proposer acknowledges and understands that pursuant to Florida Statutes, Section 287.135, the submission of a false certification may subject Proposer to civil penalties, attorneys' fees and/or costs. ........................................................................................................................................................................ Circle one from the response values below: Yes In addition to the Proposer's affirmations set forth herein, Proposer affirms and declares that Proposer is in compliance with Florida Statutes, Section 448.095 which, in part, requires all Contractors and its Subcontractors to register with and use the United States Department of Homeland Security's E-Verify system for all newly hired employees, and requires Contractors to obtain affidavits from its Subcontractors stating that the Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Proposer acknowledges and understands that pursuant to Florida Statutes Section 448.095, the County is required to terminate the Contract if it has a good faith belief that the Contractor knowingly violated Florida Statutes Section 448.09(1); whereupon, the Contractor will not be eligible for award of a public contract for at least one year from the date of such termination. ........................................................................................................................................................................ Circle one from the response values below: Yes General Requirements Deviation(s): Any representation of deviation(s) may cause this Bid to be rejected by Hillsborough County. The following represents every deviation (itemized by number) to the foregoing Invitation to Bid upon which this Bid is based. ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 4 of 56 Request for Proposal 23417 General Requirements In the event an Agreement is executed upon the award of this Invitation to Bid to the Bidder, the County will provide Successful Bidder with a copy of the executed Agreement, if applicable. The County prefers to provide the document via electronic mail (e-mail). However, if Bidder wishes to receive an original hard copy of the executed Agreement, it can be mailed. Indicate the delivery method desired. ........................................................................................................................................................................ Circle one from the response values below: Send electronic version Send hard copy via U.S. Mail Bidder will accept payment from the County by direct deposit through the ACH electronic payment solution. Note: If Bidder is already enrolled in the County's ACHsolution for an existing contract/award, the Bidder will automatically receive payment using their enrolled solution in the event the Bidder is the Successful Bidder. ........................................................................................................................................................................ Circle one from the response values below: Yes No Pursuant to the SPECIAL TERMS AND CONDITIONS that allows the Contract to be available to all government agencies, departments, and municipalities, does the Bidder agree to make the contract and bid prices submitted available to all government agencies, departments, and municipalities? The Bidder's choice to make the contract available (or not) will NOT be considered in the award of the Bid. ........................................................................................................................................................................ Circle one from the response values below: Yes No Schedule of Bidder's Qualifications/References 1 1. Project Name: ........................................................................................................................................................................ Provide your answer below 1. Contracted With: ........................................................................................................................................................................ Provide your answer below 1. Contact Person: ........................................................................................................................................................................ Provide your answer below 1. Address: ........................................................................................................................................................................ Provide your answer below HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 5 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 1 1. Telephone Number: ........................................................................................................................................................................ Provide your answer below 1. Fax Number: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 1. E-mail Address: ........................................................................................................................................................................ Provide your answer below 1. Project Description: ........................................................................................................................................................................ Provide your answer below 1. Project Amount: ........................................................................................................................................................................ Value Type Numeric Value only ........................................................................................................................................................................ Provide your answer below 1. Project Period From: HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 6 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 1 ........................................................................................................................................................................ Value Type Date Value only ........................................................................................................................................................................ Provide your answer below 1. Project Period To: ........................................................................................................................................................................ Value Type Date Value only ........................................................................................................................................................................ Provide your answer below 1. Indicate your firm's status on this project. ........................................................................................................................................................................ Circle one from the response values below: Prime Contractor Subcontractor Schedule of Bidder's Qualifications/References 2 2. Project Name: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 2. Contracted With: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 2. Contact Person: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 7 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 2 2. Address: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 2. Telephone Number: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 2. Fax Number: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 2. E-mail Address: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 2. Project Description: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 8 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 2 2. Project Amount: ........................................................................................................................................................................ Type Optional Value Type Numeric Value only ........................................................................................................................................................................ Provide your answer below 2. Project Period From: ........................................................................................................................................................................ Type Optional Value Type Date Value only ........................................................................................................................................................................ Provide your answer below 2. Project Period To: ........................................................................................................................................................................ Type Optional Value Type Date Value only ........................................................................................................................................................................ Provide your answer below 2. Indicate your firm's status on this project. ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Circle one from the response values below: Prime Contractor Subcontractor Schedule of Bidder's Qualifications/References 3 3. Project Name: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 9 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 3 Provide your answer below 3. Contracted With: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 3. Contact Person: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 3. Address: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 3. Telephone Number: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 3. Fax Number: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 10 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 3 Provide your answer below 3. E-mail Address: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 3. Project Description: ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Provide your answer below 3. Project Amount: ........................................................................................................................................................................ Type Optional Value Type Numeric Value only ........................................................................................................................................................................ Provide your answer below 3. Project Period From: ........................................................................................................................................................................ Type Optional Value Type Date Value only ........................................................................................................................................................................ Provide your answer below 3. Project Period To: ........................................................................................................................................................................ HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 11 of 56 Request for Proposal 23417 Schedule of Bidder's Qualifications/References 3 Type Optional Value Type Date Value only ........................................................................................................................................................................ Provide your answer below 3. Indicate your firm's status on this project. ........................................................................................................................................................................ Type Optional ........................................................................................................................................................................ Circle one from the response values below: Prime Contractor Subcontractor Submission Checklist The following items are uploaded and made part of this submission: Substitute W-9 Trade License(s), if required Equal Employment Opportunity Workforce Analysis Affirmative Action Policy Statement ........................................................................................................................................................................ Circle one from the response values below: Yes 1.4 Attachments Name Data Type Description Substitute W-9.pdf File Insurance Certificate File Drug Free Workplace Form.doc File AA-EEO Documents Fillable (Template) File Complete upon County's request. Agreement File HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Page 12 of 56 Page 13 of 56 Request for Proposal 23417 2 Price Schedule 2.1 Line Information Display Rank As No indicator displayed Ranking Price Only Cost Factors None Line Item, Rev / Job Target Quantity Unit Unit Price Amount Bid Minimum Release Amount 1 Managing or Executive Director 200 Hour (s) 2 Senior or Executive Manager 200 Hour (s) 3 Manager 125 Hour (s) 4 Analyst or Associate 100 Hour (s) 2.2 Line Details 2.2.1 Line 1 Managing or Executive Director Category 958.39 Shopping Category Not Specified Minimum Release Not Specified Amount (USD) Estimated Total Not Specified Amount (USD) 2.2.2 Line 2 Senior or Executive Manager Category 958.39 Shopping Category Not Specified Minimum Release Not Specified Amount (USD) Estimated Total Not Specified Amount (USD) 2.2.3 Line 3 Manager Category 946.49 Shopping Category Not Specified Minimum Release Not Specified Amount (USD) Estimated Total Not Specified Amount (USD) 2.2.4 Line 4 Analyst or Associate Category 946.48 Shopping Category Not Specified Minimum Release Not Specified Amount (USD) Estimated Total Not Specified Amount (USD) HILLSBOROUGH COUNTY BOARD OF COUNTY COMMISSIONERS Contract Terms and Conditions 23417 Contract Terms and Conditions Table of Contents Terms and Conditions....................................................................................................................................................17 1. Specifications ...................................................................................................................................................17 1.1. Scope ......................................................................................................................................................17 1.2. Background ............................................................................................................................................17 1.3. Minimum Qualifications ........................................................................................................................19 1.4. Minimum Requirements ........................................................................................................................19 1.5. Response Format ....................................................................................................................................21 2. Special Terms and Conditions .........................................................................................................................23 2.1. Evaluation/Selection Process .................................................................................................................23 2.2. Optional Provision for Other Agencies .................................................................................................25 2.3. Price Escalation/De-Escalation (CPI) ....................................................................................................25 2.4. Purchase Order/Contract ........................................................................................................................25 2.5. Term Contract ........................................................................................................................................25 2.5.1. Contract Period for Term Contract ..............................................................................................25 2.5.2. Estimated Quantities ....................................................................................................................26 2.5.3. Hillsborough County Governmental Purchasing Council: Reference Laws of Florida 69-1112 and 69-1119 ...........................................................................................................................................26 2.5.4. Ordering ............................... 2.5.5. Termination for Convenience ........................................................................................................27 ......................................................................................................27 2.5.6. Unilateral Extension Period .........................................................................................................27 3. Definitions ........................................................................................................................................................27 3.1. Definitions .............................................................................................................................................27 3.2. Agreement ..............................................................................................................................................27 3.3. Amendment(s), Addendum, or Addenda ...............................................................................................27 3.4. Bid(s), or Bidder's Bid ...........................................................................................................................28 3.5. Bidder .....................................................................................................................................................28 3.6. Blanket Purchase Agreement (BPA) .....................................................................................................28 3.7. Board of County Commissioners ...........................................................................................................28 3.8. Bond .......................................................................................................................................................28 3.9. Business Day(s) .....................................................................................................................................28 3.10. Change Order .......................................................................................................................................28 3.11. Close Date ............................................................................................................................................28 3.12. Contract or Contract Documents .........................................................................................................29 3.13. Contract Price ......................................................................................................................................29 3.14. Contract Purchase Agreement (CPA) ..................................................................................................29 3.15. Contract Time or Contract Period ........................................................................................................29 3.16. Contractor ............................................................................................................................................29 3.17. County ..................................................................................................................................................29 3.18. County Administrator ..........................................................................................................................29 3.19. Day(s) ...................................................................................................................................................29 3.20. Designee ...............................................................................................................................................30 3.21. Earnest Money Deposit (EMD) ...........................................................................................................30 3.22. Minimum Specifications ......................................................................................................................30 Hillsborough County Board of County Commissioners Page 14 of 56 Contract Terms and Conditions 23417 3.23. Modification Agreement ......................................................................................................................30 3.24. Notice ...................................................................................................................................................30 3.25. Notice of Award ...................................................................................................................................30 3.26. Notice to Proceed .................................................................................................................................30 3.27. Offer(s) .................................................................................................................................................30 3.28. Offeror .................................................................................................................................................31 3.29. Project ..................................................................................................................................................31 3.30. Project Manager ...................................................................................................................................31 3.31. Proposal(s) ...........................................................................................................................................31 3.32. Proposer ...............................................................................................................................................31 3.33. Purchase Order .....................................................................................................................................31 3.34. Quote(s) ...............................................................................................................................................31 3.35. Request for Proposal ............................................................................................................................31 3.36. Service(s) .............................................................................................................................................32 3.37. Site(s) ...................................................................................................................................................32 3.38. Solicitation Document .........................................................................................................................32 3.39. Specifications .......................................................................................................................................32 3.40. Subcontractor .......................................................................................................................................32 3.41. Successful Bidder/Proposer .................................................................................................................32 3.42. Surety ...................................................................................................................................................32 3.43. Unilateral Change Order ......................................................................................................................33 3.44. Work ....................................................................................................................................................33 4. Instructions .......................................................................................................................................................33 4.1. Bid Submissions ....................................................................................................................................33 4.2. Affirmative Action Business Enterprise Policy .....................................................................................33 4.3. Award of Contract/Rejection of Proposals ............................................................................................34 4.4. Bid/Proposal/Quote Pricing ...................................................................................................................34 4.5. Bid/Proposal/Quote Results ...................................................................................................................34 4.6. Bidder/Proposer Request for Interpretation of Solicitation Document .................................................34 4.7. Bidder/Proposer Responsible for Examining/Investigating Work Site(s) .............................................34 4.8. Procurement Policy and Procedures and Hillsborough County Ordinance - Protest Process and Procedures .....................................................................................................................................................35 4.9. Bidder's/Proposer's Understanding of the Solicitation Document .........................................................35 4.10. Brand Names, Etc. ...............................................................................................................................35 4.11. Cancellation of Solicitation Document ................................................................................................35 4.12. Compliance With Occupational Safety And Health Act (O.S.H.A.) ...................................................36 4.13. Condition of Goods, Shipping Costs, and Claims Against Carrier .....................................................36 4.14. Cone of Silence ....................................................................................................................................36 4.15. Deviations ............................................................................................................................................36 4.16. Disadvantaged Minority/Disadvantaged Women Business Enterprise (DM/DWBE) Participation . 36 4.17. Drug Free Workplace Program ............................................................................................................38 4.18. Electronic Payment Solution ...............................................................................................................38 4.19. Equipment Demonstration ...................................................................................................................39 4.20. Execution of Written Agreement .........................................................................................................39 4.21. Explanation Of Competitive Sealed Proposal Method Of Procurement .............................................39 4.22. Facilities Inspection .............................................................................................................................39 4.23. Hillsborough County Business Tax .....................................................................................................39 4.24. Inspection of Samples ..........................................................................................................................40 Hillsborough County Board of County Commissioners Page 15 of 56 Contract Terms and Conditions 23417 4.25. IRS Substitute W-9, Request for Taxpayer Identification Number and Certification .........................40 4.26. Licensing ..............................................................................................................................................40 4.27. Modification and/or Withdrawal of Offer Prior to Close Date ............................................................40 4.28. No Assignment of Offers .....................................................................................................................40 4.29. Obtaining Clarification and/or Additional Information .......................................................................40 4.30. Public Entity Crimes Statement ...........................................................................................................41 4.31. Requested Information and Descriptive Literature ..............................................................................41 4.32. Submittal Deadline ..............................................................................................................................41 4.33. Taxes ....................................................................................................................................................41 4.34. Time Period Offer is Valid ..................................................................................................................41 4.35. Unbalanced Offers and/or Excessive Line Item Prices .......................................................................41 5. General Terms and Conditions ........................................................................................................................42 5.1. Applicable Law ......................................................................................................................................42 5.2. Changes in the Work/Change Orders/Modifications .............................................................................42 5.3. Changes Of Contract Price ....................................................................................................................42 5.4. Changes Of Contract Time ....................................................................................................................42 5.5. Contractor Must Use E-Verify, Must Have Legally Authorized Workforce & Utilize IMAGE Best Practices ........................................................................................................................................................43 5.6. Contractor Use of Hillsborough County For Marketing Prohibited ......................................................45 5.7. Contractor's Responsibilities .................................................................................................................45 5.8. County as Intended Beneficiary of Subcontracts ...................................................................................45 5.9. Emergencies ...........................................................................................................................................45 5.10. Failure to Perform ................................................................................................................................46 5.11. Fiscal Non-Funding/Availability of Funding ......................................................................................46 5.12. Hand Sanitizer Ordinance ....................................................................................................................46 5.13. Equal Employment Opportunity; Non-Discrimination Clause ............................................................46 5.14. Indemnification ....................................................................................................................................51 5.15. Injury and/or Damage Claims ..............................................................................................................51 5.16. Interpretation and Intent of Contract Documents ................................................................................51 5.17. Laws and Regulations ..........................................................................................................................52 5.18. Legally Required Statement and Provisions Regarding Access to Records for Services Contracts ...52 5.19. Maintenance of Records/Public Records Law .....................................................................................53 5.20. No Assignment of Contract .................................................................................................................53 5.21. Non-Exclusive Contract .......................................................................................................................53 5.22. Notices to Contractor ...........................................................................................................................53 5.23. Notices to the County ..........................................................................................................................53 5.24. Payment and Completion .....................................................................................................................54 5.25. Payment to Contractor by Electronic Payment Solution .....................................................................54 5.26. Payment to Subcontractors ..................................................................................................................54 5.27. Performance Standards and Product Quality .......................................................................................55 5.28. Project Manager's Status ......................................................................................................................55 5.29. Severability ..........................................................................................................................................55 5.30. Solid Waste Collection and Disposal ...................................................................................................55 5.31. Starting The Work ...............................................................................................................................55 5.32. Statement of Assurance .......................................................................................................................55 5.33. Suspension of Work .............................................................................................................................56 5.34. Termination for Contractor Engaging in Business Operations in Cuba or Syria and Termination for Contractor Being on the Scrutinized Companies Lists Set Forth in Florida Statutes, Section 287.135 .......56 Hillsborough County Board of County Commissioners Page 16 of 56 Contract Terms and Conditions 23417 Terms and Conditions 1.Specifications 1.1. Scope The Hillsborough County Management and Budget Department seeks an experienced and well qualified financial advisory firm to provide services related to the issuance of bonds, notes, certificates and/or other financing instruments with expertise in public and private financing partnerships, as well as on-going advisory services related to the management of the County's debt. 1.2. Background 1.2.1. Located midway along the west coast of Florida, Hillsborough County has 1,048 square miles of land and 24 square miles of inland water area for a total of 1,072 square miles. The unincorporated area encompasses 909 square miles or more than 84 percent of the total county area. Municipalities account for 163 square miles. 1.2.2. The County includes three incorporated cities: Tampa, Plant City, and Temple Terrace. Tampa, the largest incorporated city, is the County seat and also a center of international, national, and intrastate commerce. The Tampa International Airport and the Port of Tampa connect Hillsborough County to other major cities in the nation and major markets throughout the world. Target growth industries in the County include business/financial services, biomedical research, tourism and recreation, information industries, agriculture, and aquaculture. 1.2.3. Hillsborough County is a political subdivision of the State of Florida governed by the State Constitution, general laws of the State of Florida, and the County Charter. The County is governed by a seven-(7) member Board of County Commissioners, with four (4) elected from single-member districts and three (3) elected at large. The Commissioners serve four (4)-year terms, which are staggered such that no more than four (4) Commissioners are up for reelection in any single year. Under a Charter Ordinance effective May 1985, the Board is directed to perform legislative functions of the government by developing policies for the management of the County. A County Administrator is appointed by the Board to implement these policies. 1.2.4. The Clerk of the Circuit Court (the "Clerk") is the Clerk of the County Court, ex-officio Clerk of the Board and auditor, recorder, and custodian of all County funds. It is an elected, constitutional office. The Property Appraiser, Sheriff, Supervisor of Elections, Clerk, and Tax Collector are separate constitutional offices in the State of Florida. The budgets of the Property Appraiser and Tax Collector are submitted directly to the State of Florida Department of Revenue. The court-related functions part of the Clerk's budget is submitted to and certified by the Clerks of Court Operations Corporation. The budgets of the offices of the Sheriff and Supervisor of Elections and the non-court-related functions part of the Clerk's budget are subject to initial approval and subsequent reviews by the Board. 1.2.5. The County Administrator, the chief administrative official of the County, is appointed by and serves at the pleasure of the Board. This official is directly responsible to the Board for the administration and operation of all departments of the County. The County Administrator is also responsible to the Board for the execution of all Hillsborough County Board of County Commissioners Page 17 of 56 Contract Terms and Conditions 23417 Board policies and the preparation of the County Budget. 1.2.6. The County's budgetary procedures are mandated by Chapter 129, Florida Statutes. On or before July 15 of each year, the County Administrator submits to the Board a tentative budget for the ensuing fiscal year commencing the following October 1. At the first of two public hearings, the Board adopts a tentative budget after submitting the budget and proposed millage rates to the public for review, complaints, and comments. This budget includes all changes and revisions made by the Board after examination and review of each fund and must be in balance. A Contract Terms and Conditions 23417 summary of the tentative budget is advertised and publicly reviewed and revised prior to approval and adoption by the Board before fiscal year-end. 1.2.7. Hillsborough County operates under a home-rule charter enacted by the voters on September 20, 1983. Under the charter, the Board of County Commissioners (the "BOCC") consists of seven (7) Commissioners; three (3)elected county-wide and four (4) elected from single member districts. As a result of this charter, each voter has a chance to influence the election of a majority of board members. The BOCC is restricted to performing the legislative functions of government and developing policies for the management of Hillsborough County. The County Administrator, appointed by the BOCC, and his staff are responsible for the implementation of these policies throughout the County. 1.2.8. In addition to the members of the BOCC, there are five (5) elected Constitutional Officers: The Clerk of Circuit Court, Property Appraiser, Sheriff, Supervisor of Elections, and Tax Collector. 1.2.9. The County provides a variety of services characteristic of local multi-purpose governments including law enforcement, maintenance of roads and bridges, animal services, social services programs, planning and growth management, environmental protection, fire protection and emergency rescue, consumer protection, parks and recreation programs, mosquito control, employment services, emergency disaster preparedness, traffic control, water/wastewater utilities, solid waste disposal, medical examiner services, agricultural cooperative extension services, children's services, indigent health care, public assistance programs, aging services programs, emergency medical services, and library services. 1.2.10. In addition to their legislative duties, members of the BOCC serve as the County's Environmental Protection Commission. The individual members of the BOCC also serve on various boards, authorities, and commissions such as the Children's Board, Tampa Bay Regional Planning Council, Metropolitan Planning Organization, Hillsborough County Tourist Development Council, Tampa Bay Water, Tampa Port Authority, Hillsborough County Aviation Authority, Hillsborough Area Regional Transit Authority, Hillsborough County Public Transportation Commission, Tampa-Hillsborough County Expressway Authority, Tampa Sports Authority, Arts Council of Hillsborough County, Value Adjustment Board, Hillsborough County Hospital Authority, Council of Governments, and the Tampa Hillsborough Economic Development Corporation. 1.2.11. Hillsborough County is the fourth most populous county in the state of Florida. As of April 2021, the County's population was estimated at 1,489,850, an increase of 2.10 percent from 2020. Between 2010 and 2021, the County's population increased by 21.20 percent. Hillsborough County's population is projected to be 1,723,500 by the year 2030. A majority of the County's 2021 population resides in the unincorporated part of the county. The population grew 23.63 percent between 2010 and 2021 in the unincorporated Hillsborough County. The communities in the southern unincorporated Hillsborough County saw the biggest increases in population growth. Hillsborough County Board of County Commissioners Page 18 of 56 Contract Terms and Conditions 23417 The median age for Hillsborough County in 2021 was 36 years. 1.3. Minimum Qualifications The Bidder/Proposer or principal thereof shall have been successfully engaged in municipal financial advisory services for a minimum of five (5) years. The standard will apply to each member of the proposing firm to be assigned to the County, as well as the primary contact to be assigned to the County. The "Schedule of Bidder's Qualifications" shall be used by the Bidder/Proposer to provide such information. 1.4. Minimum Requirements 1.4.1. The Contractor shall have the capability to provide technical support to assist in the evaluation, structuring, pricing, and sale of municipal financial products, including but not limited to bonds, notes, loans, and derivative products (e.g. swaps, caps, collars). 1.4.2. The Contractor shall have the capability to assist with the evaluation and implementation of the public and/or private development projects. 1.4.3. The Contractor shall have the in-house technological capability, including computer hardware and software, to assist the County in structuring transactions, evaluating and confirming bids and proposals, and making presentations and reports, as needed. The Contractor's system(s) must be compatible with the County's system(s) including but not limited to Munex and Microsoft EXCEL, and with those generally accepted within the industry. 1.4.4. The Contractor shall have access to financial market information through providers such as Bloomberg and TM3. 1.4.5. The Contractor shall evaluate and recommend alternative techniques to finance the County's capital budget, as approved by the Board of County Commissioners (BOCC); to finance special or un-programmed projects and refund existing debt when indicated by market conditions. The financing techniques include, but are not limited to: bonds, notes, certificates of participation, commercial paper, and "derivative" products. 1.4.6. The Contractor shall provide advice regarding the use of competitive or negotiated sales and assist in the negotiation and oversight of the marketing of such financings. 1.4.7. Competitive Bond Sale: The County typically uses an internet-based bid platform. In this case, services to be provided would include but are not limited to, the following: managing the bidding platform; verifying the highest bid, and assisting with disseminating the results to the marketplace. 1.4.8. The Contractor shall provide evaluations of the pricing of bonds issued by the County, specifically the interest rate scales, underwriting spread and re-offering yields, and the competitiveness of such terms with comparable municipal offerings. Hillsborough County Board of County Commissioners Page 19 of 56 Contract Terms and Conditions 23417 1.4.9. The Contractor shall provide expert testimony at validation hearings. 1.4.10. The Contractor shall recommend the necessary terms, conditions, provisions, and covenants to be contained in bond documents, including, but not limited to: taxable versus tax-exempt financing, credit enhancement, bond sizing, maturities, call provisions, interest rates, flows of funds, debt service coverage requirements, reserve funds, security pledges and conditions relating to the issuance of additional bonds. 1.4.11. The Contractor shall assist and advise in the preparation of an official statement, private placement memorandum, or other sales document. 1.4.12. The Contractor shall advise and assist in arrangements for the printing, execution, and delivery of bonds, as well as the sale and closing. 1.4.13. The Contractor shall advise on and/or preparation of arbitrage rebate calculations and strategies. 1.4.14. The Contractor shall serve as the County's bidding agent for investments to which bond proceeds are invested. 1.4.15. The Contractor shall attend meetings with the Finance Committee of the County, the BOCC, County officials, bond counsel, underwriters, rating agencies, and others as appropriate and as directed by the County. 1.4.16. The Contractor shall assist in the preparation and presentation of credit updates to rating agencies, bond insurers, and institutional investors, as well as the preparation of such materials as they relate to a proposed bond issue. 1.4.17. The Contractor shall assist in the preparation of materials for, and presentation of, the County's strategic plans for financial management and related transactions and proposals to the BOCC, administrative staff, citizen groups, and others as appropriate and as directed by the County. 1.4.18. The Contractor shall evaluate debt issued by independent or dependent authorities and agencies, which may impact the County, e.g. Tampa Port Authority, Tampa Sports Authority, Hillsborough County Aviation Authority, Hillsborough County Industrial Development Authority, Tampa Bay Water, etc. 1.4.19. The Contractor shall evaluate economic and financial opportunities other than debt available to the County, including but not limited to fuel supply contracts and special districts. 1.4.20. The Contractor shall act as an expert witness as directed by the County and provide any other assistance in the form of consultation and assessments the County deems necessary in connection with litigation matters. 1.4.21. The Contractor shall assist in the development of financial models and econometric projections as necessary to determine the optimal timing and structuring of debt instruments. Hillsborough County Board of County Commissioners Page 20 of 56 Contract Terms and Conditions 23417 1.4.22. The Contractor shall provide advice on derivative products, provide advice regarding the use, and the Contract Terms and Conditions in-house ability to evaluate, price, and sell ("negotiated or competitive") such products. 1.4.23. The Contractor shall develop and evaluate investment strategies and products. 1.4.24. The Contractor shall participate in the selection of underwriters. 1.4.25. The Contractor shall assist in the analysis and evaluation of development and economic initiatives. 1.4.26. The Contractor shall undertake other supplemental financial advisory services deemed to be necessary to comply with or implement the policies and direction of the County Commissioner upon request from the Project Manager. 1.4.27. In providing the services described above, the Contractor may recommend, or the County may request, that the Contractor subcontract with firms or individuals who provide specialized or supplementary expertise necessary to undertake required financial advisory services. Such sub-contractual arrangements will be approved by the County Commissioner in the event fees for such subcontracts exceed the Contractor fees. 1.4.28. The County reserves the right to limit the Financial Advisor's involvement with respect to any debt issuance or other debt management undertaking to include only selected tasks. In the event of such limitation to the scope of services, the Financial Advisor's compensation which would otherwise take the form of a per bond transaction or swap advisory fee would be on an hourly basis or could be a combination of an hourly and modified per bond fee. 1.5. Response Format 1.5.1. The Bidder/Proposer shall present their responses to this request in the manner and format listed below, identifying each response by its respective section. The Bidder/Proposer shall provide the following: 1.5.1.1. Describe any actual or possible conflict of interest situations which may result from the Bidder/Proposer acting as financial advisor to the County, including current or expected engagements with authorities, agencies, or other corporate or government bodies in the County or State of Florida, and engagements with political consultants or lobbyists. Examples of potential conflict situations include contractual relationships with the City of Tampa, Tampa Port Authority, Hillsborough County Aviation Authority, Tampa Sports Authority, Tampa Hillsborough County Expressway Authority, Tampa Bay Water, and the Housing Finance Authority of Hillsborough County. 1.5.1.2. A summary describing at least five (5) years of demonstrated experience and expertise in similar engagements, including similarities in scope. Hillsborough County Board of County Commissioners Page 21 of 56 Contract Terms and Conditions 23417 1.5.1.3. The Bidder/Proposer shall provide at least three (3) references from the public sector for whom they have provided services in the past five (5) years and who will verify contracting and other required experience that meets the needs required in this Request for Proposal (RFP). For each reference, please provide the following information: •Name of organization •Full mailing address •Contact, including name, telephone, e-mail •Size of organization •Years of performance •Scope of work, including similarities in scope to this solicitation. 1.5.2. Experience – The Bidder/Proposer shall demonstrate a history of financial advisory engagements with governmental entities, including but not limited to advice regarding debt structuring; credit analysis and evaluation; financial analysis and modeling; the use of competitive bid versus negotiated sale formats for selected financing transactions; oversight of marketing of selected negotiated transactions; access to and experience with internet-based bid platforms such as but not limited to Ipreo Parity and BiDCOMP; evaluations of bond pricings (interest rate scales, underwriting spreads and re-offering yields, and the competitiveness of such terms with comparable municipal offerings); assistance in the preparation of bond documents; assistance with the bond sale and closing process; assistance with the preparation and presentation of materials to credit rating agencies, institutional investors, elected officials and other major stakeholders; and evaluation of investment strategies and products. 1.5.3. Technical Approach – The Bidder/Proposer shall demonstrate in-house technical support, computer modeling, and financing analysis capabilities. Please provide professional biographies for the specific persons who will be performing technical/financial/credit analysis on this engagement on a full-time basis. In addition to professional backgrounds, licenses and certifications should be included, and any specific assignments that the Bidder/Proposer would be of particular interest or benefit to Hillsborough County should be highlighted. 1.5.4. Qualifications – The Bidder/Proposer shall demonstrate its qualifications by attaching: 1.5.4.1. The names, backgrounds, and three (3) business references with office locations and phone numbers for the specific persons who will be assigned to this engagement on a full-time basis. Describe the professional backgrounds of these individuals, particularly their public finance and financial advisory experience in the State of Florida. Indicate each individual's responsibilities during the engagement. Please limit response to no more than three (3) pages in total. 1.5.4.2. At least one (1), and no more than three (3), examples of financing or financial management advice given to a client who, in the opinion of the Bidder/Proposer, represents innovative problem solving initiated by the Bidder/Proposer, or is otherwise of particular note. Please limit response to no more than three (3) pages in total. 1.5.4.3. A description of the firm's longevity as a municipal financial advisor, the number of employees and the number of whom are professional staff, and a description of the ownership structure and business dealings of parent companies, if any. Please limit response to no more than two (2) pages. Hillsborough County Board of County Commissioners Page 22 of 56 Contract Terms and Conditions 23417 1.5.5. Cost – The Bidder/Proposer shall demonstrate a cost-effective approach and communicate the firm's rates in the attached Per Bond Fee Schedule and Hourly Rate Schedule. 1.5.6. Page Limit – The number of pages submitted for the Bidder/Proposer shall not exceed 75 pages, inclusive of exhibits, addendums, marketing materials, etc. 2.Special Terms and Conditions 2.1. Evaluation/Selection Process The County will review and evaluate all Proposals submitted in response to this Solicitation Document. The evaluation process is designed to award the Contract to the Proposer with the best combination of attributes as demonstrated in the Proposal scores. Scores are based on the evaluation of the information contained in Proposer's Proposal which include, but is not limited to, Proposer's responses to the questions set forth in the Requirements section of this Solicitation Document and any corresponding attachments including a brief description of methodology, qualifications, experience, and the cost of the Services/Work. a) Evaluation Procedures: The evaluators will consider how well the Proposer's Proposal meets the needs of the County as described in the Proposer's response to each question in this Solicitation Document. It is important that the responses be clear and complete so that the evaluators can adequately understand all aspects of the response. Please follow all instructions carefully. The Proposal should be submitted according to the instructions/outline specified in this Solicitation Document. A Proposal that fails to follow these instructions may be considered non-responsive and may be eliminated from further consideration. i) Based on information acquired through the Proposer's responses and the responses of references (if applicable), the County will award a preliminary score to each Proposal. ii) Based on the preliminary scores, the County may request that the top scoring Proposers conduct an oral presentation and/or submit a Best and Final Offer that may include revisions to Technical Approach, Integration, and/or Cost. Be advised that the evaluators may revise the preliminary scores based on the oral presentations (if applicable), reference inquiries, other information obtained through the County's investigations of past performance and/or submissions of Best and Final Offers (if applicable). b) Scoring/Weighting of Questions: The scoring/weighting of Proposals will be accomplished utilizing the evaluation criteria identified in the following table: Award Criteria Point Value Quote/Cost Total. 20 The qualifications and experience of the Bidder/Proposer based on the breadth and depth of experience as evidenced by the volume and nature of municipal financial 25 Hillsborough County Board of County Commissioners Page 23 of 56 Contract Terms and Conditions 23417 advisory work performed to date in general and as specifically related to the County's requirements; and, the qualifications and experience of the individuals who will perform and oversee the advisory work. Prior experience with a firm or specific persons may be considered in determining points awarded. The Bidder/Proposer's in-house capability to provide technical support, computer modeling, financial analysis, econometric projects, and innovative ideas for financing the infrastructure and other capital needs of the County based on ideas presented in the proposal. 15 The Bidder/Proposer's understanding of and recommended approaches to work to be performed for the County. 20 The accessibility and availability to the County of the individuals who will perform and oversee the work. 10 The ability of the Bidder/Proposer to effectively communicate complex financial concepts to technical and non-technical audiences as evidenced by the Proposer's response to the RFP. Prior experience with a firm or specific persons may be considered in determining points awarded. 10 Total: 100 DM/DWBE Bonus Points: 5 Total Possible Points: 105 i) Quote/Cost Total: Points awarded for the "Quote / Cost Total" portion of this Solicitation Document will be based upon the following formula: Lowest Cost Proposal xMaximum Points = Score Divided by Other Proposer's Cost ii) The County reserves the right not to award the Contract to the Proposer with the lowest Quote/Cost. Hillsborough County Board of County Commissioners Page 24 of 56 Contract Terms and Conditions 23417 iii) If this Solicitation Document contains more than one line item, the County reserves the right to award by line item, by group/section, or by overall total net Proposal price, whichever is determined to be in the County's best interest. 2.2. Optional Provision for Other Agencies Unless otherwise stipulated by the Bidder/Proposer in its Offer, the Bidder/Proposer agrees to make available to all government agencies, departments, and municipalities the Offer prices submitted in accordance with the terms and conditions of this Solicitation Document, should any governmental entity desire to buy under the Contract resulting from this Solicitation Document. 2.3. Price Escalation/De-Escalation (CPI) If the Contractor desires to request an increase pursuant to the following escalation clause for the annual period of the Contract, the Contractor shall submit, no later than ninety (90) Days prior to the annual anniversary date of the contract, the inflationary factor and background data based upon the following formula, to the County's Project Manager: a) New Fee = [ .75 X (CPI2 – CPI1) ÷ CPI1 + 1] X Current Fee b) "CPI": The Consumer Price Index for the Urban Wage Earners and Clerical Workers, South Region - All Items, Not Seasonally Adjusted, published by the United States Department of Labor, Bureau of Labor Statistics ( http://www.bls.gov/ ). c) "CPI1": The published CPI for the month ending twelve (12) months prior to CPI2. d) "CPI2": The published CPI for the month ending one-hundred fifty (150) Days prior to the annual anniversary date of the Contract being adjusted. e) As of the annual anniversary date of this Contract, the County may decrease the Contract in accordance with the above Escalation/De-Escalation clause formula. The County shall notify the Contractor in writing of any such de-escalation. In no event shall either the escalation or the de-escalation exceed six percent (6%) in any year. 2.4. Purchase Order/Contract By submitting an Offer, the Bidder/Proposer declares that it understands and agrees that Bidder's/Proposer's Offer in addition to the Specifications, the Instructions, the General Terms and Conditions, the Special Terms and Conditions, the Insurance and Bond requirements, any Amendment(s) issued and all applicable attachments to this Solicitation Document shall become a valid contract between the County and the Contractor upon approval of the contract award by the Board of County Commissioners (if applicable), upon approval of the contract award by the County Administrator (if applicable), or upon the County's issuance of a Contract Purchase Agreement, Blanket Purchase Agreement, or Purchase Order, whichever occurs sooner. 2.5. Term Contract 2.5.1. Contract Period for Term Contract The Contract resulting from this Solicitation Document will be in effect for a five (5)-year period (ending on the last Hillsborough County Board of County Commissioners Page 25 of 56 Contract Terms and Conditions 23417 day of the final month) from the effective date of the Contract as established by the County's Blanket Purchase Agreement (BPA) or Contract Purchase Agreement (CPA). 2.5.2. Estimated Quantities Quantities given represent the best estimate for use and shall be the basis for award. However, these quantities are not intended to represent actual requirements, which are not known at this time and may vary during the Contract Period. The County does not guarantee a minimum total purchase. Furthermore, the requirements of the County may exceed best estimates and the Successful Bidder/Proposer shall provide such requirements to the extent they are reasonable. 2.5.3. Hillsborough County Governmental Purchasing Council: Reference Laws of Florida 69-1112 and 69-1119 All Offers received by the County in response to this Solicitation Document shall be considered as Offers to members of the Hillsborough County Governmental Purchasing Council. Members, at their discretion, may utilize the Contract that results from this Solicitation Document. Members may purchase the goods, Services and/or Work under the same terms and conditions as the Contract between the Contractor and the County. Members will issue their own purchase orders, issue payments and coordinate the service locations with the Contractor, as applicable. The Hillsborough County Governmental Purchasing Council consists of the following agencies: Children's Board of Hillsborough County City of Plant City City of Tampa City of Tampa Housing Authority City of Temple Terrace Clerk of the Circuit Court Expressway Authority Hillsborough Area Regional Transit Authority Hillsborough County Aviation Authority Hillsborough County Board of County Commissioners Hillsborough Community College Hillsborough County School Board Hillsborough County Sheriff Property Appraiser State Attorney's Office Supervisor of Elections Tampa Palms Community Development District Tampa Port Authority Tampa Sports Authority Tax Collector Hillsborough County Board of County Commissioners Page 26 of 56 Contract Terms and Conditions 23417 2.5.4. Ordering The County shall issue a Blanket Purchase Agreement (BPA) or Contract Purchase Agreement (CPA) to cover any goods, Services and/or Work to be furnished under this Contract. The County user departments will then issue Standard Purchase Orders against the BPA/CPA on an as-needed basis. The Successful Bidder/Proposer shall deliver the applicable goods, Services and/or Work only upon receipt of a Standard Purchase Order. No goods, Services and/or Work are to be provided until a Standard Purchase Order is issued. However, any Standard Purchase Order issued PRIOR to the end of the Contract Period shall be completed, invoiced and paid after the expiration of the Contract. Orders shall be issued only during the Contract Period. The County reserves the right to modify the delivery location(s) identified throughout the Contract Period. 2.5.5. Termination for Convenience In the event the County elects to terminate the Contract, the County shall provide the Contractor with notice of termination in writing by electronic and/or certified mail. The County shall pay the Contractor for any accepted goods, Services and/or Work provided by the Contractor to the County prior to the Contractor's receipt of said termination notice. 2.5.6. Unilateral Extension Period The County, through its Director of Procurement Services or designee, reserves the right to unilaterally extend the Contract Period or the renewal period of this Contract for up to three (3) additional one (1) month periods or any portion thereof, at the same terms and conditions. Notice of the County's intent to extend the Contract Period and/or the renewal period shall be provided by the County in writing to the Successful Bidder/Proposer prior to the expiration of the Contract, or the renewal period. 3.Definitions 3.1. Definitions The following words and expressions (or pronouns) shall, wherever they appear in this Solicitation Document and the Contract Documents, be construed as follows unless a different meaning is clear from the context. 3.2. Agreement "Agreement" shall mean the written agreement between the County and the Contractor covering the goods and/or Services to be provided and/or the Work to be performed pursuant to this Solicitation Document. The Agreement (if one is required for this particular Solicitation Document) will be attached to and made a part of the Contract Documents. 3.3. Amendment(s), Addendum, or Addenda "Amendment(s)", "Addendum", or "Addenda" shall mean the additional information and/or requirements concerning this Solicitation Document that are issued by the County, in writing, prior to the Close Date. Hillsborough County Board of County Commissioners Page 27 of 56 Contract Terms and Conditions 23417 3.4. Bid(s), or Bidder's Bid "Bid(s)", "Bidder's Bid", "Proposal(s)", or "Quote(s)" shall mean the offer, bid, proposal, or quote of the Bidder/Proposer submitted on the prescribed forms setting forth the prices for the Work to be performed, along with all other documents submitted by the Bidder/Proposer in response to this Solicitation Document. 3.5. Bidder "Bidder" or "Proposer" shall mean any person, partnership, corporation or other entity or organization submitting a Bid, Proposal, or Quote to provide the goods, Services and/or Work solicited by the County in this Solicitation Document. 3.6. Blanket Purchase Agreement (BPA) "Blanket Purchase Agreement (BPA)" shall mean the County's written document to the Contractor stating the products/Services/Work to be provided, the pricing for said products/Services/ Work, the effective dates for the provision of said products/Services/Work, and any additional terms and conditions of the Contract, if applicable . 3.7. Board of County Commissioners "Board of County Commissioners" shall mean the Board of County Commissioners of Hillsborough County, Florida. 3.8. Bond "Bond" or "Earnest Money Deposit (EMD)" shall mean bid bond, performance bond, and/or payment bond and other instruments of security furnished by the Bidder/Proposer/Contractor and its Surety in accordance with this Solicitation Document and/or the Contract Documents. 3.9. Business Day(s) "Business Day(s) "shall mean Monday through Friday excluding public holidays. 3.10. Change Order "Change Order" shall mean a written order or alteration to a Contract or Purchase Order signed by the appropriate County and Contractor authority directing an addition, deletion, or revision in the provision of the goods and/or Services or an adjustment in the Contract Price and/or Contract Time. 3.11. Close Date "Close Date" shall mean the date and time set for delivery to the County of all Offers submitted in response to this Solicitation Document. Hillsborough County Board of County Commissioners Page 28 of 56 Contract Terms and Conditions 23417 3.12. Contract or Contract Documents "Contract" or "Contract Documents" shall mean the Definitions, Instructions, General Terms and Conditions, Special Terms and Conditions, Insurance and Bond requirements, Specifications, Equal Employment Opportunity and Affirmative Action Requirements, all Amendment(s) issued, the Offer, the Agreement (if applicable), all the attached documents identified in this Solicitation Document, all supplementary drawings issued after award of the contract, all Change Orders, all Allowance Authorization Releases, and all provisions required by law to be a part of the Contract Documents, whether actually inserted therein or not. 3.13. Contract Price "Contract Price" shall mean the total monies payable to the Contractor under the Contract Documents. 3.14. Contract Purchase Agreement (CPA) "Contract Purchase Agreement (CPA)" shall mean the County's written document to the Contractor stating the products/Services/Work to be provided, the pricing for said products/Services/ Work, the effective dates for the provision of said products/Services/Work, and additional terms and conditions of the Contract, if applicable . 3.15. Contract Time or Contract Period "Contract Time" or "Contract Period" shall mean the number of calendar Days stated in the Contract Documents for the completion of the Work and/or the provision of the goods and/or Services specified therein. 3.16. Contractor "Contractor" shall mean the Successful Offeror, whether a corporation, partnership, individual or any combination thereof, and its, their or his/her successors, personal representatives, executors, administrators, and permitted assignees. 3.17. County "County" shall mean the Board of County Commissioners, Hillsborough County, Florida, for whom the Contract is being performed. 3.18. County Administrator "County Administrator" shall mean Hillsborough County's County Administrator, or a designee identified by the County Administrator to perform certain functions on behalf of the County Administrator. 3.19. Day(s) "Day(s)" shall mean one calendar day. Hillsborough County Board of County Commissioners Page 29 of 56 Contract Terms and Conditions 23417 3.20. Designee "Designee" shall mean the person appointed by the Board of County Commissioners and/or the County Administrator to act on his/her behalf. 3.21. Earnest Money Deposit (EMD) "Earnest Money Deposit (EMD)" or "Bond" shall mean bid bond, performance bond, and/or payment bond and other instruments of security furnished by the Bidder/Proposer and/or Contractor and its Surety in accordance with this Solicitation Document and/or the Contract Documents. 3.22. Minimum Specifications "Minimum Specifications" shall mean the portion of the Specifications that address the technical requirements of the Work to be performed under this Contract including materials, equipment, and workmanship. 3.23. Modification Agreement "Modification Agreement(s)" shall mean the written order to the Contractor authorizing an addition, deletion, or revision in the goods, Services and/or Work to be provided under the Contract Documents or an adjustment in the Contract Price issued after the award of and/or execution of the Contract/Agreement. Such written order must be approved and/or executed by the applicable authorized representatives of the County in accordance with County policy. Modification Agreements that are required to be approved by the Board of County Commissioners pursuant to County policy must be executed by the Contractor and the Chair of the Board of County Commissioners. 3.24. Notice "Notice" shall mean a written notice for the County and the Contractor as set forth in this Solicitation Document and/or the Contract Documents. 3.25. Notice of Award "Notice of Award" shall mean the written notice given by the County to the Successful Bidder/Proposer that said Bidder/Proposer has been selected by the County to provide the goods/Services and/or perform the Work specified in this Solicitation Document. 3.26. Notice to Proceed "Notice to Proceed" shall mean the written notice given by the County to the Successful Bidder/Proposer and/or Contractor of the date for the Work to start and/or for the date of the Successful Bidder/Proposer and/or Contractor to provide the goods and/or Services specified in the Contract Documents. 3.27. Offer(s) Hillsborough County Board of County Commissioners Page 30 of 56 Contract Terms and Conditions 23417 "Offer(s)" or "Bid(s)" or "Proposal(s)" or "Quote(s)" shall mean the offer, bid, proposal, or quote of the Offeror submitted on the prescribed forms setting forth the prices for the Work to be performed, along with all other documents submitted by the Offeror in response to this Solicitation Document. 3.28. Offeror "Offeror" shall mean any person, partnership, corporation or other entity or organization that has submitted an Offer, Bid, or Proposal to the County in response to a procurement solicitation issued by the County to provide equipment, supplies, materials, or Services. 3.29. Project "Project" shall mean the entire action and/or improvement which is the subject of this Solicitation Document and/or the Contract Documents. 3.30. Project Manager "Project Manager" shall mean the duly authorized representative of the Board of County Commissioners during the Contract Period. 3.31. Proposal(s) "Proposal(s)" or "Bid(s)" or "Bidder's Bid(s)" or "Quote(s)" shall mean the offer, bid, proposal, or quote of the Bidder/Proposer submitted on the prescribed forms setting forth the prices for the Work to be performed, along with all other documents submitted by the Bidder/Proposer in response to this Solicitation Document. 3.32. Proposer "Proposer" or "Bidder" shall mean any person, partnership, corporation or other entity or organization submitting a Bid, Proposal, or Quote to provide the goods, Services and/or Work solicited by the County in this Solicitation Document. 3.33. Purchase Order "Purchase Order" shall mean the County's written document to the Contractor authorizing Work. 3.34. Quote(s) "Quote(s)" or "Bid(s)" or "Bidder's Bid(s)" or "Proposal(s)" shall mean the offer, bid, proposal, or quote of the Bidder/Proposer submitted on the prescribed forms setting forth the prices for the Work to be performed, along with all other documents submitted by the Bidder/Proposer in response to this Solicitation Document. 3.35. Request for Proposal Hillsborough County Board of County Commissioners Page 31 of 56 Contract Terms and Conditions 23417 "Request for Proposal" shall mean the Solicitation Document issued by the County for the goods, Services and/or Work specified herein; and shall include the Definitions, Instructions, General Terms and Conditions, Special Terms and Conditions, Insurance and Bond requirements, Specifications, Requirements, and all Amendment(s) issued. 3.36. Service(s) "Service(s)" shall mean the activity/improvement and/or the means or methods necessary for implementation and prosecution of the Project and/or Work that is the subject of the Contract Documents. 3.37. Site(s) "Site(s)" shall mean the area(s) upon or in which the Contractor's operations are carried on and such other areas adjacent thereto as may be designated as such by the County. 3.38. Solicitation Document "Solicitation Document" shall mean the solicitation issued by the County for the goods, Services and/or Work specified herein; and shall include the Definitions, Instructions, General Terms and Conditions, Special Terms and Conditions, Insurance and Bond requirements, Specifications, Requirements, and all Amendment(s) issued. 3.39. Specifications "Specifications" shall mean the detailed information set forth in the "Specifications" section of this Solicitation Document describing and/or concerning the goods, Services and/or Work being solicited by the County via this Solicitation Document, including, but not limited to, any terms and conditions contained within the "Specifications" section, any Amendment(s) issued related to the "Specifications" section, and/or any drawings or maps relating to the "Specifications" section of this Solicitation Document. 3.40. Subcontractor "Subcontractor" shall mean any person, firm or corporation other than employees of the Contractor who or which contracts with the Contractor to furnish, or actually furnishes labor, materials, and/or equipment for the Work and/or Project to be performed that is the subject of the Contract Documents. 3.41. Successful Bidder/Proposer "Successful Bidder" or "Successful Proposer" shall mean the Contractor and vice versa, whether a corporation, partnership, individual or any combination thereof, and its, their or his/her successors, personal representatives, executors, administrators, and permitted assignees. 3.42. Surety "Surety" shall mean any corporation that executes, as surety, the Bidder's/Proposer's Bid/Proposal bond, and/or any corporation that executed, as surety, the Contractor's Bid/Proposal, performance, and/or payment Bond. Hillsborough County Board of County Commissioners Page 32 of 56 Contract Terms and Conditions 23417 3.43. Unilateral Change Order "Unilateral Change Order" shall mean a written order or alteration to a Contract or Purchase Order signed by the appropriate County authority directing an addition, deletion, or revision in the provision of the goods and/or Services or an adjustment in the Contract Price and/or Contract Time that does not require concurrence of the Contractor. 3.44. Work "Work" shall mean any and all obligations, duties and responsibilities necessary for the successful delivery of the goods and/or the successful completion of the Services, Project and/or tasks assigned to or undertaken by the Contractor pursuant to the Contract Documents, including, but not limited to, the furnishing of all labor, materials, equipment and other incidentals contemplated by and/or related to the Contracted Documents. 4.Instructions 4.1. Bid Submissions a) The County shall only accept Offers through its Electronic Bidding System. b) Offers delivered by non-electronic means, facsimile, electronic mail (e-mail) or electronic means other than through the County's Electronic Bidding System will not be considered. 4.2. Affirmative Action Business Enterprise Policy (i)The County hereby notifies all Offerors that Minority Business Enterprises (MBE's), Disadvantaged Minority Business Enterprises (DMBE's), and Disadvantaged Women Business Enterprises (DWBE's) will be afforded an equal opportunity to participate in any award made by the County pursuant to this Solicitation Document and will not be subjected to discrimination on the basis of actual or perceived race, color, religion, sex, national origin, age, marital status, disability, sexual orientation, or gender identity or expression. The County prohibits any person/business involved in County contracting and procurement activities, to discriminate on the basis of actual or perceived race, color, religion, sex, national origin, age, marital status, disability, sexual orientation, or gender identity or expression. (ii)A written Affirmative Action/Equal Employment Opportunity (AA/EEO)Policy or Program is required if the Offeror has fifteen (15) or more employees. If the Offeror has fewer than fifteen (15) employees, then a written Affirmative Action (AA) Policy Statement is required. A copy of Offeror's written AA/EEO Policy/Program or AA Policy Statement (as applicable) should be submitted to the County within five (5) Business Days of notification of low Bidder status by the County but must be submitted no later than fifteen (15) Business Days after notification of low Bidder status by the County. (iii)Offeror is required to complete and submit the "Affirmative Action Plan Self-Analysis" Forms contained in the County's AA/EEO Packet (included in this solicitation) no later than fifteen (15) Business Days after notification of low Bidder status by the County. Hillsborough County Board of County Commissioners Page 33 of 56 Contract Terms and Conditions 23417 4.3. Award of Contract/Rejection of Proposals A Contract will be awarded by the Board of County Commissioners of Hillsborough County to the responsible Proposer submitting the best Proposal in compliance with the Specifications and other requirements imposed by this Solicitation Document, provided said Proposal is considered (within the sole discretion of said Board of County Commissioners) reasonable, and in the best interest of Hillsborough County to accept. The Contractor to whom a Contract is awarded will be so notified by Hillsborough County at the earliest practical date. The Board of County Commissioners of Hillsborough County, however, at its sole discretion, reserves the right to reject any and all Proposals and to waive any informality concerning Proposals whenever such rejection or waiver is in the best interest of Hillsborough County and when the same is in conformance with standard competitive sealed proposal procedures. Hillsborough County, likewise, reserves the right to reject the Proposal of any Proposer who has previously failed to perform properly or to complete on time, contracts of similar nature; who is not in a position to perform the contract; or who has habitually and without just cause neglected the payment of bills or otherwise disregarded obligations to sub-contractors, materialmen or employees. The ability of a Proposer to obtain a Earnest Money Deposit (EMD) shall not be regarded as the sole test of such Proposer's competency or responsibility. 4.4. Bid/Proposal/Quote Pricing Pricing must be quoted only in the space(s) provided within this Solicitation Document; no other form(s) will be accepted. When applicable, all prices quoted are to be free-on-board (F.O.B.) to the job site or specified delivery location in Hillsborough County, Florida. 4.5. Bid/Proposal/Quote Results Preliminary results are generally available within two (2) Business Days to Bidders/Proposers in the iSupplier System via Online Discussions. 4.6. Bidder/Proposer Request for Interpretation of Solicitation Document No interpretation of the meaning of the Specifications contained in this Solicitation Document or other Contract Documents will be made to any Offeror orally. Every request for such interpretation must be in writing, addressed to the Director of Procurement Services. To be given consideration, such requests must be received at least ten (10) Days prior to the Close Date. Any and all such interpretations and any supplemental instructions will be in the form of a written Amendment which, if issued, will be communicated to all Offerors who have acknowledged participation within the electronic bidding system and opened the respective solicitation at least five (5) Business Days prior to the Close Date. Failure of an Offeror to receive any such Amendment or interpretation shall not relieve said Offeror from an obligation under its Offer as submitted. All Amendment(s) so issued shall become part of the Contract Documents. 4.7. Bidder/Proposer Responsible for Examining/Investigating Work Site(s) Hillsborough County Board of County Commissioners Page 34 of 56 Contract Terms and Conditions 23417 If applicable to this Solicitation Document, Bidder/Proposer is solely responsible for examining all Sites of the proposed Work and conducting any investigations necessary to inform itself of any difficulties that may be involved in the completion of the Work. Bidder's/Proposer's failure to conduct such examinations and investigations shall not: a) excuse the Successful Bidder's/Proposer's failure to complete the Work in accordance with the Specifications and requirements set forth in this Solicitation Document based on the Successful Bidder's/Proposer's ignorance of conditions or difficulties that may exist prior to the Close Date or of conditions or difficulties that may be encountered during the execution of the Work; and/or b) be a basis for any claims for additional compensation and/or for any extensions of time. 4.8. Procurement Policy and Procedures and Hillsborough County Ordinance - Protest Process and Procedures Offeror is advised that by submitting an Offer, Offeror hereby agrees to comply with the County's Procurement Policy and Procedures, including, but not limited to, the County's policy and procedures regarding Bid protests and Hillsborough County Code of Ordinances and Laws, Part A, Chapter 2, Article VI, Division 3. The County's Procurement Policy and Procedures can be found on the County's website at: www.hcflgov.net/en/businesses/doing-business-with-hillsborough/vendors/vendor-forms-and-documents Offeror is further advised that pursuant to Hillsborough County Code of Ordinances and Laws, Part A, Chapter 2, Article VI, Division 3, Sec. 2-567(b)(i), any protest of the Specifications and/or terms and conditions contained within this Solicitation Document must be received by the County no later than five (5) Business Days before the Close Date/Bid Submittal Deadline set forth in this Solicitation Document. 4.9. Bidder's/Proposer's Understanding of the Solicitation Document Bidder/Proposer is solely responsible for reading and completely understanding this Solicitation Document in its entirety. 4.10. Brand Names, Etc. a) In instances where the Specifications make this subject applicable, any use therein of brand names, manufacturers' names, trade names, information and/or catalog numbers are used solely for the purpose of providing descriptions and for establishing acceptable quality levels. Such references are not intended to place restriction on the Bidders/Proposers (other than as to quality) and Bidders/Proposers may propose and describe upon the Bid/Proposal/Quote forms deviations that the Bidder/Proposer believes to be equal to or better than the requirements set forth in this Solicitation Document. The burden of proof that the Bidder's/Proposer's proposed brand is in fact equal lies with the Bidder/Proposer. b) Bidders/Proposers must furnish all requested information in the spaces provided on the Bid Proposal. Additionally, where required pursuant to the provisions of this solicitation, Bidders must submit the following with their Bid Proposal: catalog cuts, sketches, descriptive literature, and/or complete specifications relative to the items proposed and offered. References to previously submitted material concerned with previous Bid Proposals are not acceptable to County. 4.11. Cancellation of Solicitation Document Hillsborough County Board of County Commissioners Page 35 of 56 Contract Terms and Conditions 23417 The County reserves the right to cancel, in whole, or in part, this Solicitation Document when deemed to be in the best interest of the County. 4.12. Compliance With Occupational Safety And Health Act (O.S.H.A.) In instances where such is applicable due to the nature of a Solicitation Document, all material, equipment, etc., as proposed and offered by the Bidder/ Proposer must meet and conform to all O.S.H.A. requirements. 4.13. Condition of Goods, Shipping Costs, and Claims Against Carrier Unless otherwise specified, all goods supplied will be new, not used or re-manufactured. Bid/Proposal/Quote prices shall include costs of delivery, shipping and handling. Any claims against the carrier will be the responsibility of the Contractor. 4.14. Cone of Silence Pursuant to Hillsborough County Code of Ordinances and Laws, Part A, Chapter 2, Article VI, Division 3, there shall be a Cone of Silence for all procurement solicitations issued by the County that are at or over the County's formal bid limit in order to safeguard the integrity of the County's procurement and protest process. The Cone of Silence shall go into effect on the date a procurement solicitation is issued by the County and shall end on the date the Contract is awarded by the County or the date the procurement solicitation is canceled by the County. Unless otherwise provided for in Hillsborough County Code of Ordinances and Laws, Part A, Chapter 2, Article VI, Division 3, during the time period the Cone of Silence is in effect, no Offeror, interested party and/or their principals, officers, employees, attorneys or agents shall communicate with County employees, the Hearing Master assigned to hear the applicable protest appeal and/or members of the Board of County Commissioners, including their aides and employees regarding a procurement solicitation and/or its related protest. The Cone of Silence does not prohibit an Offeror from communicating with the Director of the County Department issuing the procurement solicitation, County staff listed as contacts in the procurement solicitation, or the attorney in the County Attorney's office that is directly responsible for the applicable procurement solicitation (this information can be obtained by contacting the County staff person listed as the contact in the applicable procurement solicitation). A violation of the Cone of Silence will result in the disqualification of the Offeror from consideration in the award of the procurement solicitation unless it is determined that the violation is unintentional and/or not material. 4.15. Deviations Bidder's/Proposer's Offer must state all deviations to the exact requirements imposed upon the Bidder/Proposer. Such deviations must be stated upon the Bidder's/Proposer's Offer form; otherwise, the County may consider Bidder' s/Proposer's Offer as being made in strict compliance with the requirements of this Solicitation Document. The County reserves the right to accept or reject any and all Offers, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if doing so will serve the County's best interest. Only Offers which conform in all material respects to this Solicitation Document will be accepted. The County may reject any Offer not submitted in the manner specified by this Solicitation Document. 4.16. Disadvantaged Minority/Disadvantaged Women Business Enterprise (DM/DWBE) Participation Hillsborough County Board of County Commissioners Page 36 of 56 Contract Terms and Conditions 23417 a) County Policy - Proposers are advised that the County has a policy that Disadvantaged Minority/Disadvantaged Women Business Enterprises ("DM/DWBEs") should have the maximum opportunity to participate in the County's procurement program. "DM/DWBE" shall mean a business that is certified as a bona fide DM/DWBE with the County or that has been granted reciprocal certification by the County. b) Bonus Points - In keeping with County policy, Proposers who have 10% or more DM/DWBE participation in the overall services/commodities being provided to the County can apply for bonus points to be added to its Proposal evaluation score. Qualified firms may receive five percent (5%) of the maximum allowable evaluation criteria points for such DM/DWBE participation/utilization. Proposer must submit its request for bonus points /Letter of Commitment and all supporting documentation with its Proposal.In the event the Proposer receives bonus points for its identification of a DM/DWBE firm in its Proposal, then such Proposer shall be committed to the utilization of such firm for at least ten percent (10%) of the overall services/commodities provided to the County under any contract resulting from this RFP. The County's Economic Development Department/Minority & Disadvantaged Business Development Office shall be responsible for reviewing the request for bonus points and shall determine the award of bonus points. c) Eligible DM/DWBE Businesses - All DM/DWBE firms identified in Proposer's Proposal must either be certified with the County as a DM/DWBE or have reciprocal certification with the COUNTY by the Close Date for this RFP in order for Proposer's Proposal to be considered for the award of DM/DWBE bonus points. Eligible firms can apply to the County for certification with the COUNTY as a DM/DWBE by applying online at https://hillsboroughcounty.diversitycompliance.com/ – DM/DWBE & SBE Program (Hillsborough County Disadvantaged Minority and Disadvantaged Women Business Enterprise Program and the Small Business Encouragement Program). Firms that are no longer economically disadvantaged, that have graduated from the County's DM/DWBE Program, and those that have been denied certification by the County cannot be used to obtain bonus points. A listing of such graduated and denied firms is available on the following County website: https://hillsboroughcounty.diversitycompliance.com/. d) Reciprocal Certification - The County will grant reciprocal certification for one six (6) month period to DM/DWBE firms which are principally domiciled in the State of Florida and certified by other jurisdictions located within the State of Florida. A reciprocal certification shall become effective on the date of contract award and is only valid for a six (6) month period. All firms granted reciprocal certification who wish to continue to participate in the County's DM/DWBE Program after the expiration of its reciprocal certification will be required to complete an application for certification to the County's Program prior to the expiration of the six month reciprocal certification period. e) Letter of Commitment - It is the responsibility of the Proposer to furnish all necessary information and documentation to the County in order to receive bonus points. Proposer's request for bonus points must be made on Proposer's letterhead and must include the following information which shall constitute the Letter of Commitment: (i)The RFPnumber and title of the procurement solicitation; (ii)The name of the DM/DWBEs firms to be utilized; (iii)The percentage of fees that will be subcontracted to that firm (which must be 10% or more); (iv)A commitment from the Proposer stating that 10% or more of its ultimate fees will be subcontracted to that Hillsborough County Board of County Commissioners Page 37 of 56 Contract Terms and Conditions 23417 DM/DWBE firm; and (v)The following documents should be attached to the Letter of Commitment: I) A letter of intent from the DM/DWBE firm on the DM/DWBE's letterhead stating its intent to perform the services and the scope of work. The letter should reference this RFP specifically and should be signed by the firm's owner/managing partner; and II) A copy of the DM/DWBE's current DM/DWBE certification and/or registration. If the DM/DWBE is seeking reciprocal certification with the COUNTY, then a letter from the certifying jurisdiction or copy of the certification document evidencing certification by the certifying jurisdiction must be attached. Failure to comply with any of the above requirements may result in a denial of the Proposer's request for bonus points. f) Additional Contractor Requirements - If a Proposer receives bonus points and is ultimately awarded a contract pursuant to this RFP, then the Proposer/Contractor will be required to submit to the County a copy of the executed subcontract agreement with the DM/DWBE firm(s) listed in Proposer's Letter of Commitment. Proposer/Contractor shall also be required to utilize the County's Vendor Compliance System (B2GNOW) on a monthly basis to report utilization and payments to all DM/DWBE firms/subcontractors in that monthly period. Proposer's/Contractor's failure to comply with any of the requirements in this paragraph may result in the denial of bonus points to the Proposer/Contractor in future County procurements. 4.17. Drug Free Workplace Program Pursuant to Section 287.087, Florida Statutes, Bidders/Proposers may submit with their Offers a certificate certifying that they have implemented a drug free workplace program. If two or more Offers are equal in price, quality, and service, preference will be given in the award process to the Bidder/Proposer who has furnished such certification with its Offer. A copy of the Drug-Free Workplace Form is attached to this solicitation and is also available from the Procurement Services Department website at: http://www.hillsboroughcounty.org/procurement 4.18. Electronic Payment Solution Automated Clearing House (ACH). The County has an ACH payment solution where the Offeror may choose to be paid with direct deposit. If the Offeror requests to participate in the County's ACH electronic payment solution, the Offeror should indicate its acceptance in its Offer. If the Offeror has indicated that it will accept the County's ACH for payment, then the Offeror will be required to complete a Direct Deposit Authorization Form after the Contract has been awarded. For more information on ACH, go to: www.hcflgov.net/en/businesses/doing-business-with-hillsborough/vendors/vendor-forms-and-documents Hillsborough County Board of County Commissioners Page 38 of 56 Contract Terms and Conditions 23417 4.19. Equipment Demonstration Prior to the Award of this Solicitation Document, the County reserves the right to require a demonstration of equipment as proposed in Bidder's/Proposer's Offer. Each Bidder/Proposer shall be prepared to schedule a demonstration of the type of equipment proposed at a time and location mutually agreeable to the Bidder/Proposer and the County. The location should be within reasonable traveling distance from the County, and the County shall be responsible for the travel expenses of its County staff members attending such demonstration. Equipment demonstration may be of Bidder/Proposer-owned equipment or third-party-owned equipment. Failure on the Bidder's/Proposer's part to provide the equipment demonstration as described may result in the rejection of its Offer and/or suspension from consideration for award of bids, proposals, or contracts with the County for a period of up to twenty-four (24) months. 4.20. Execution of Written Agreement Within ten (10) Days of the Notice of Award, the Successful Bidder/Proposer will be required to sign a written Agreement if one has been made a part of this Solicitation Document and identified as the "Agreement". 4.21. Explanation Of Competitive Sealed Proposal Method Of Procurement COMPETITIVE SEALED PROPOSALS DIFFER FROM COMPETITIVE SEALED BIDS IN SEVERAL AREAS: a) All criteria for evaluation will be set forth in the Request for Proposal documents in order of importance. Only these criteria will be used to determine the best Proposal. b) Discussions may be held with all responsible Proposers after Proposals are opened for purposes of clarification. The County also reserves the right to request written clarifications from Proposers after the Proposals have been opened. Proposers will be given equal treatment with respect to discussions and all information obtained is to secure the best possible Offers for the County. c) Award shall be made to the responsible Proposer whose Proposal is determined to be the most advantageous to the County taking into consideration only the evaluation factors set forth in the Request for Proposal. d) The County reserves the right to issue one or more call(s) for Best and Final Proposals if it is in the best interest of the County. 4.22. Facilities Inspection Prior to the award of this Solicitation Document, the County reserves the right to inspect the Bidder's/Proposer's facility and place of business to determine that the Bidder/Proposer has a regular, bona fide established business that is presently an on-going concern and is likely to continue as such, and is capable of providing the products and/or services, including any later warranty service, or replacement parts support as may be required. 4.23. Hillsborough County Business Tax All Offerors are required to comply with Hillsborough County Code of Ordinances and Laws, Part A, Chapter 46, Article III, as may be amended in the future. Failure of an Offeror to comply with such regulation shall not be a basis to protest the County's award of the Contract; instead, any reported failure of an Offeror to comply with these regulations will be referred to the Hillsborough County Tax Collector. Hillsborough County Board of County Commissioners Page 39 of 56 Contract Terms and Conditions 23417 4.24. Inspection of Samples After the Bid Submittal Deadline/Close Date, the County reserves the right to review and inspect representative samples of the products/goods being proposed by the apparent lowest responsive Bidder/Proposer. Within ten (10) Business Days of receiving a request from the County, Bidder/Proposer shall provide the County with samples of each item requested for the purpose of the County conducting a quality test or comparison without cost to the County. At the County's option, this inspection may take place locally, at the Bidder's/Proposer's place of business or at a location selected by the County. The County will not be responsible for shipping or other expenses incurred by the Bidder/Proposer in the qualification of its products or company. The County makes no guarantee that samples will be returned; however, samples not destroyed in testing may be available for return upon request (at the Bidder' s/Proposer's expense) after testing is completed and after award of the Contract. Failure to provide the samples described above may result in the rejection of Bidder's/Proposer's Offer and/or suspension of Bidder/Proposer from bidding/proposing on County procurements. 4.25. IRS Substitute W-9, Request for Taxpayer Identification Number and Certification All Bidders/Proposers are requested to complete and submit the attached Substitute W-9 form with their Offer. 4.26. Licensing Bidder/Proposer shall be properly licensed for the appropriate category of Work specified in this Solicitation Document. All Bidders/Proposers are requested to submit any required license(s) with their Offers. License(s) must be effective as of the Bid Submittal Deadline/Close Date and must be maintained throughout the Contract Period. Failure to be properly licensed as stated above will result in the rejection of the Offer as non-responsive. 4.27. Modification and/or Withdrawal of Offer Prior to Close Date Prior to the Bid Submittal Deadline/Close Date, Offers may be withdrawn upon written request signed by the Bidder/Proposer and submitted and/or postmarked to the County prior to the Bid Submittal Deadline/Close Date. Withdrawn Offers will not be returned to the Bidder/Proposer. Except as specifically provided for herein, Bidders/Proposers may not modify their Offers after the specified Bid Submittal Deadline/Close Date. Negligence on the part of the Bidder/Proposer in preparing its Offer confers no right of withdrawal or modification of its Offer after such Offer has been opened by County staff at the specified time and place. Bidders/Proposers may not withdraw or modify their Offers after the Bid Submittal Deadline/Close Date. 4.28. No Assignment of Offers Bidder/Proposer may not assign or otherwise transfer its Offer prior to or after the Bid Submittal Deadline/Close Date. 4.29. Obtaining Clarification and/or Additional Information Bidders/Proposers are instructed not to contact County employees regarding this Solicitation Document with the exception of employees of the Procurement Services Department. Potential Bidders/Proposers requesting clarification or additional information should contact the Procurement Services Department at the Hillsborough County Board of County Commissioners Page 40 of 56 Contract Terms and Conditions 23417 address/telephone/fax numbers or e-mail address listed in this Solicitation Document. 4.30. Public Entity Crimes Statement A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an offer, or reply on a contract to provide any goods or services to a public entity; may not submit an offer, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit offers, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months following the date of being placed on the convicted vendor list. Additionally, pursuant to County policy, a conviction of a public entity crime may cause the rejection of an Offer. The County may make inquiries regarding alleged convictions of public entity crimes. The unreasonable failure of a Bidder/Proposer to promptly supply information in connection with an inquiry may be grounds for rejection of an Offer. 4.31. Requested Information and Descriptive Literature Bidder/Proposer must furnish all requested information in the spaces provided within this Solicitation Document. Additionally, where required, Bidders/Proposers must attach cuts, sketches, descriptive literature and/or complete specifications relating to the items proposed in the Bidder's/Proposer's Offer. 4.32. Submittal Deadline Offeror must submit its Offer prior to the time specified in the Close Date. Late Offers will not be accepted. 4.33. Taxes State sales and Federal Excise taxes shall not be included in the Bidder's/Proposer's Offer, as Hillsborough County is tax exempt. The Director of Procurement Services will sign exemption certificates submitted by the Bidder/Proposer. 4.34. Time Period Offer is Valid Offeror's Offer shall be in force for a period of not less than ninety (90) Days after the Close Date. Further, said Offer shall continue in force after said ninety (90) Day period, until thirty (30) Days following the date of receipt by County of written notice from the Offeror of its intent to withdraw its Offer, or until the date specified in said written notice as the expiration date of the Offer, whichever is later. The aforementioned time periods will remain in effect irrespective of whether an award has been made by the County. Notwithstanding the provisions of the preceding sentence, the Offeror may extend its Offer at any time prior to the scheduled expiration thereof. 4.35. Unbalanced Offers and/or Excessive Line Item Prices The County reserves the right to reject any Offer in which unit prices, in the sole opinion of the County, are unbalanced. In addition, where the County has decided to award this Solicitation Document, it further reserves the Hillsborough County Board of County Commissioners Page 41 of 56 Contract Terms and Conditions 23417 right not to utilize a particular line item that, in the sole opinion of the County, is excessively priced, and reserves the right to obtain that item from another source. 5.General Terms and Conditions 5.1. Applicable Law Unless otherwise specified, this Contract, including, but not limited to, the interpretation, bidding, award, execution and implementation thereof, shall be governed by the laws, rules, and regulations of the State of Florida. 5.2. Changes in the Work/Change Orders/Modifications a) All additions, deletions, or revisions to the Contract shall be valid and enforceable only when authorized by a written Change Order or Modification Agreement approved and/or executed by the applicable authorized representatives of the County in accordance with County policy. Modification Agreements that are required to be approved by the Board of County Commissioners pursuant to County policy must be executed by the Contractor and the Chair of the Board of County Commissioners. Only upon receipt of a Change Order or Modification Agreement shall the Contractor be authorized to proceed with the Work involved. All such Work shall be executed under the applicable terms and conditions contained in the Contract Documents. b) Additional Work performed by the Contractor without the authorization of a Change Order or Modification Agreement will not entitle the Contractor to an increase in the Contract Price or an extension of the Contract Time except in the case of an emergency as provided for herein. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. c) It is the Contractor's responsibility to notify its Surety of any changes affecting the general scope of the Work/Services or change of the Contract Price, and the amount of the applicable Bond(s) shall be adjusted accordingly. 5.3. Changes Of Contract Price The total compensation payable to the Contractor for performing the Work in accordance with the terms of this Contract shall be based upon the following described factors: a) Application of unit prices to the actual quantities (as measured in the field by appropriate County representatives of those items designated in Proposal as being a Unit Price item); b) Application of unit shown in Proposal to items designated as original plan quantity items; and, c) The Proposal price shown in Proposal represents an estimate of the total compensation due to the Contractor under the terms of these Contract Documents which is based upon the quantities of items listed therein. The actual total compensation paid to the Contractor for the Project described in these Contract Documents may vary from that amount stated in Proposal due to: i) Adjustments in pay quantity/quantities resulting from changes in item quantity/quantities; and/or, ii) Adjustments in pay quantity/quantities as otherwise permitted by these Contract Documents. 5.4. Changes Of Contract Time Hillsborough County Board of County Commissioners Page 42 of 56 Contract Terms and Conditions 23417 The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the Contractor if Contractor makes a claim. 5.5. Contractor Must Use E-Verify, Must Have Legally Authorized Workforce & Utilize IMAGE Best Practices a)E-Verify i) Pursuant to Florida Statutes Section 448.095, the Contractor (and its Subcontractors) are required to utilize the United States Department of Homeland Security's (DHS) E-Verify system for all newly hired employees. The E-Verify system is an Internet-based system operated by DHS that allows participating employers to electronically verify the employment eligibility of newly hired employees. Accordingly, by submitting its Offer, the Contractor represents and warrants that it is registered with, and uses, the E-Verify system for all newly hired employees. ii) Pursuant to Florida Statutes Section 448.095, the Contractor must obtain an affidavit from its Subcontractors stating that the Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor is required to maintain a copy of such affidavit for the duration of the Contract Period and shall provide the County with a copy of such affidavit within three (3) Business Days of the County's request for said affidavit. iii) Contractor is advised that pursuant to Florida Statutes Section 448.095, the County is required to terminate this Contract if it has a good faith belief that the Contractor knowingly violated Florida Statutes Section 448.09(1); whereupon, the Contractor will not be eligible for award of a public contract for at least one (1) year from the date of such termination. iv) Contractor is advised that pursuant to Florida Statutes Section 448.095, if the County has a good faith belief that a Subcontractor knowingly violated Florida Statutes Section 448.095(2) (but that the Contractor has otherwise complied with said Florida Statute), that the County is required to promptly notify the Contractor of such violation and order the Contractor to immediately terminate its contract with the applicable Subcontractor. b) Legally Authorized Workforce i) Contractor is advised that the County has entered into an agreement (the IMAGE Agreement) with U.S. Immigration and Customs Enforcement (ICE) wherein the County will, in part, seek to promote the principles of ethical business conduct, prevent knowingly hiring unauthorized workers through self-governance, and encourage voluntary reporting of the discovery of unauthorized workers to ICE. Accordingly, by submitting its Offer, Contractor represents and warrants: aa) that Contractor is in compliance with all applicable Federal, State and local laws, including, but not limited to, the laws related to the requirement of an employer to verify an employee's eligibility to work in the United States; bb) that all of Contractor's employees are legally eligible to work in the United States; and Hillsborough County Board of County Commissioners Page 43 of 56 Contract Terms and Conditions 23417 cc) that the Contractor has actively and affirmatively verified such eligibility utilizing the E-Verify system and/or the Federal Government's Employment Eligibility Verification Form (the Form I-9). ii) A mere allegation of Contractor's intent to use and/or current use of unauthorized workers may not be a basis to delay the County's award of a Contract to the Contractor unless the County has a good faith belief that the Contractor knowingly violated Florida Statutes Section 448.09(1) or such allegation has been determined to be factual by ICE prior to the date the Contract is scheduled to be awarded by the County. iii) Good faith claims/beliefs of the Contractor's use of unauthorized workers must be reported to both of the following agencies: The County's Compliance Services hotline at (813) 272-6554; and ICE (Immigration and Customs Enforcement) at 1-866-DHS-2-ICE (1-866-347-2423). c) IMAGE Best Practices Contractor is required to incorporate the following IMAGE Best Practices into its business and, when practicable, incorporate verification requirements into its agreements with Subcontractors: i) Use the Department of Homeland Security employment eligibility verification program (E-Verify) to verify the employment eligibility of all new hires. ii) Use the Social Security Number Verification Service and make a good faith effort to correct and verify the names and Social Security numbers of the current workforce. Establish a written hiring and employment eligibility verification policy. iii) Establish an internal compliance and training program related to the hiring and employment verification process, to include, but not be limited to, completion of Form I-9, how to detect fraudulent use of documents in the verification process, and how to use E-Verify and the Social Security Number Verification Service. iv) Require the Form I-9 and E-Verify process to be conducted only by individuals who have received appropriate training and include a secondary review as part of each employee's verification to minimize the potential for a single individual to subvert the process. v) Arrange for annual Form I-9 audits by an external auditing firm or a trained employee not otherwise involved in the Form I-9 process. vi) Establish a procedure to report to ICE credible information of suspected criminal misconduct in the employment eligibility verification process. vii) Establish a program to assess subcontractors' compliance with employment eligibility verification requirements. Encourage contractors to incorporate the IMAGE Best Practices contained in this paragraph and, when practicable, incorporate the verification requirements in Subcontractor agreements. viii) Establish a protocol for responding to letters received from Federal and State government agencies Hillsborough County Board of County Commissioners Page 44 of 56 Contract Terms and Conditions 23417 indicating that there is a discrepancy between the agency's information and the information provided by the employer or employee; for example, "no match" letters received from the Social Security Administration. ix) Establish a tip line mechanism (inbox, e-mail, etc.) for employees to report activity relating to the employment of unauthorized workers, and a protocol for responding to employee tips. x) Establish and maintain appropriate policies, practices, and safeguards against use of the verification process for unlawful discrimination, and to ensure that U.S. citizens and authorized workers do not face discrimination with respect to hiring, firing, recruitment or referral for a fee because of citizenship status or national origin. (xi) Maintain copies of any documents accepted as proof of identity and/or employment authorization for all new hires. 5.6. Contractor Use of Hillsborough County For Marketing Prohibited The Contractor shall in no way use any statements, whether written or oral, made by the County's employees to market, sell, promote or highlight the Contractor and/or the Contractor's product(s) and/or service(s) unless authorized to do so, in writing, by the County Administrator or his/her designee. In addition, the Contractor shall not use subjective or perceived interpretations, even if factual, regarding the County's opinion of the Contractor's performance, product(s) and/or service(s) in any document, article, publication or press release designed to market, promote or highlight the Contractor and/or the Contractor's product(s) and/or service(s). This does not prevent the Contractor from including the County on its client lists and/or listing or using the County as a reference. 5.7. Contractor's Responsibilities The Contractor will give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work and/or Project. If the Contractor observes that the Specifications are at variance with such laws, ordinances, rules or regulations, then the Contractor will give the County prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Change Order, Unilateral Change Order or Modification Agreement to the Contract. If the Contractor performs any Work knowing that such Work is contrary to such laws, ordinances, rules and regulations and without giving such notice to the County, the Contractor will bear all costs arising therefrom; however, it shall not be the Contractor's primary responsibility to ensure that the Specifications are in accordance with such laws, ordinances, rules and regulations. 5.8. County as Intended Beneficiary of Subcontracts The County shall be an intended substantial beneficiary of the written agreements between the Contractor and its subcontractors. 5.9. Emergencies In emergencies affecting the safety of persons, the Work/Project or property at the site of such Work/Project or Hillsborough County Board of County Commissioners Page 45 of 56 Contract Terms and Conditions 23417 adjacent thereto, the Contractor, without special instruction or authorization from the County, is obligated to act at the Contractor's discretion to prevent threatened damage, injury or loss. The Contractor shall give the County prompt written notice of any significant changes in the Work/Project or deviations from the Contract Documents caused thereby, and a Change Order, Unilateral Change Order or Modification Agreement shall be issued covering the changes and deviations involved. If the Contractor believes that additional work done by it in an emergency which arose from causes beyond the Contractor's control entitles the Contractor to an increase in the Contract Price or an extension of the Contract Time, the Contractor may make a claim for the same. Such increase in Contract Price and/or extension of the Contract Time will be included in the Change Order, Unilateral Change Order or Modification Agreement if such claim is approved by the County. 5.10. Failure to Perform If, during the Contract Period, the Contractor should refuse or otherwise fail to perform any of its obligations under the Contract, the County reserves the right to: a) Obtain the goods, Services and/or Work from another contractor; and/or b) Terminate the Contract; and/or c) Suspend/debar the Contractor from bidding on County solicitation documents for a period of up to twenty-four (24) months; and/or d) Pursue any and all other remedies available to the County. 5.11. Fiscal Non-Funding/Availability of Funding The award of this Solicitation Document is contingent upon the availability of funding. Furthermore, if funding during the Contract Period becomes unavailable, the County reserves the right to terminate the Contract after providing the Contractor no less than twenty-four (24) hours written notice, provided that, the County will pay the Contractor for any authorized goods and/or Services provided prior to the Contractor's receipt of said termination notice. The County shall be the final authority as to the availability of funds. 5.12. Hand Sanitizer Ordinance Hand Sanitizer Ordinance; Hillsborough County, Florida - Code of Ordinances and Laws, Part A, Chapter 28, Article III. (This provision shall be applicable only if the Services and/or Work to be performed under this Contract will involve and/or require the use of portable restrooms.) Pursuant to Hillsborough County Ordinance; Hillsborough County, Florida - Code of Ordinances and Laws, Part A, Chapter 28, Article III (Hand Sanitizer Ordinance), as amended, every portable restroom in service in Hillsborough County which does not have a hand washing facility located within the portable restroom must have an operable hand sanitizer dispenser containing sanitation liquid affixed to the inside of the portable restroom or immediately adjacent to the portable restroom. The Contractor is solely responsible for ensuring that any and all portable restrooms owned or leased by the Contractor are in compliance with the ordinance. 5.13. Equal Employment Opportunity; Non-Discrimination Clause During the performance of this Contract, the Contractor shall comply with the following: (a) Hillsborough County Hillsborough County Board of County Commissioners Page 46 of 56 Contract Terms and Conditions 23417 (i) Hillsborough County Human Rights Ordinance, Hillsborough County Code of Ordinances and Laws, Part A, Chapter 30, Article II, as amended, prohibits discrimination on the basis of race, color, sex, age, religion, national origin, disability, marital status, sexual orientation, or gender identity or expression, in apprenticeships, training programs, employment, public accommodations, real estate transactions and practices, County contracting and procurement activities, and credit extension practices. (ii) Hillsborough County Home Rule Charter, Article IX, Section 9.11, as amended, provides that the County shall not deprive any person of any right because of race, sex, age, national origin, religion, disability or political affiliation. Printed in Hillsborough County Code of Ordinances and Laws, Part A. (b)State of Florida (i)Florida Constitution, Preamble and Article I, section 2 protect citizens from being deprived of inalienable rights because of gender, race, religion, national origin, or physical disability. (ii) Florida Statutes section 112.042, requires nondiscrimination in employment by counties and municipalities, on the basis of race, color, national origin, sex, handicap, or religion. (iii) Florida Statutes section 112.043, prohibits age discrimination in employment. (iv) Florida Statutes section 413.08, provides for rights of an individual with a disability and prohibits discrimination against persons with disabilities in employment and housing accommodations. (v) Florida Statutes section 448.07, prohibits wage rate discrimination on the basis of sex. (vi) Florida Civil Rights Act of 1992, Florida Statutes sections 760.01 - 760.11, as amended. (vii) Florida Statutes section 509.092, prohibits refusing access to public lodging on the basis of race, creed, color, sex, physical disability, or national origin (viii) Florida Statutes section 725.07, prohibits discrimination on the basis of sex, marital status or race in loaning money, granting credit or providing equal pay for services performed. (ix) Florida Fair Housing Act, Florida Statutes sections 760.20 - 760.37. (x) Florida Statutes section 760.40, provides for the confidentiality of genetic testing and requires informed consent prior to such testing. (xi) Florida Statutes section 760.50, prohibits discrimination on the basis of AIDS, AIDS-related complex, and HIV. (xii) Florida Statutes section 760.51, provides for remedies and civil penalties for violations of civil rights. (xiii)Florida Statutes section 760.60, prohibits discriminatory practices of certain clubs. (xiv) Florida Statutes section 760.80, provides for minority representation on boards, commissions, council, and committees. (c)Federal (i)Section I of the Fourteenth Amendment to the United States Constitution, U.S. Const. amend. XIV, section 1. Hillsborough County Board of County Commissioners Page 47 of 56 Contract Terms and Conditions 23417 (ii)Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d et seq. (iii)Title VII of the Civil Rights Act of 1964, 42 U.S.C. 2000e et seq., as amended by the Equal Employment Opportunity Acts of 1972 and 1975, the Civil Rights Act of 1991, P.L. 102-166, 105 Stat.1071, and the Lilly Ledbetter Fair Pay Act of 2009, P.L. 111-2, 123 Stat. 5. (iv)Civil Rights Acts of 1866 and the Enforcement Act of 1870, 14 Stat. 27 and 16 Stat. 140, 42 U.S.C. section 1981. (v)Title VIII of the Civil Rights Act of 1968, Fair Housing Act, P.L. 90-284, 82 Stat. 73, 42 U.S.C. 3601 et seq. (vi)Civil Rights Restoration Act of 1987, P.L. 100-259, 102 Stat. 28. (vii)Civil Rights Act of 1991, P.L. 102-166, 105 Stat. 1071. (viii)Civil Rights Act of 1968, Fair Housing Act, P.L. 90-284, 82 Stat. 73,42 U.S.C. 3601 et seq. (ix)Equal Opportunity Regulations, 41 CFR section 60-1.4, as amended. (x)Standards for a Merit System of Personnel Administration, 5 CFR section 900.601 et seq. (xi)Executive Order 11246, Equal Employment Opportunity, and its implementing regulations, 41 CFR Chapter 60. (xii)Rehabilitation Act of 1973, P.L. 93-112, 87 Stat. 355, as amended. (xiii)Executive Order 12250, Leadership and Coordination of Nondiscrimination Laws. (xiv)Age Discrimination in Employment Act of 1967, 29 U.S.C. section 621 et seq., P.L. 90-202, as amended. (xv)Age Discrimination Act of 1975, 42 U.S.C. section 6101 et seq., P.L. 94-135, 89 Stat. 728, as amended. (xvi)Older Americans Amendments of 1975, 42 U.S.C. section 3001 et seq., P.L. 94-135, 89 Stat 713. (xvii)Americans with Disabilities Act of 1990, 42 U.S.C. section 12101 et seq., as amended by the ADA Amendments Act of 2008, P.L. 110-325, 122 Stat. 3554. (xviii) Vietnam Era Veterans' Readjustment Assistance Act of 1974, 38 U.S.C. section 4212, as amended. (xix)Section 14001 of Consolidated Omnibus Budget Reconciliation Act of 1985, as amended. (xx)State and Local Fiscal Assistance Act of 1972, as amended. (xxi)Office of Management and Budget Circular A-102, Grants and Cooperative Agreements with State and Local Governments, as amended. (xxii)Nondiscrimination on the Basis of Sex in Education Programs or Activities Receiving Federal Financial Assistance, 40 C.F.R. sections 5.100-5.605. (xxiii) Executive Order 13673, Fair Pay and Safe Workplaces. (d) If applicable, and required by 41 CFR 60-1.4 or other federal law or regulation, during the performance of this contract, the Contractor agrees as follows: (i)The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Hillsborough County Board of County Commissioners Page 48 of 56 Contract Terms and Conditions 23417 Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (ii)The Contractor will in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. Hillsborough County Board of County Commissioners Page 49 of 56 Contract Terms and Conditions 23417 (iii) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (iv)The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (v) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (vi) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (vii)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (viii) The Contractor will include the provisions of paragraphs (i) through (viii) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The above are not intended to be a complete list of all applicable local, state, or federal statutes, orders, rules or regulations, as they may be amended from time to time, or added to (newly promulgated) from time to time, during the term of resulting contracts. Hillsborough County Board of County Commissioners Page 50 of 56 Contract Terms and Conditions 23417 5.14. Indemnification a) General Liability Indemnification - with respect to any Work, Services and/or goods provided pursuant to this Contract, the Contractor shall be liable for the actions of its agents, employees, partners, or subcontractors and shall indemnify, defend, and hold harmless the County, and it officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to personal injury and/or damage to real or personal tangible property alleged to be caused, in whole or in part, by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the County. b)Patent and Copyright Indemnification - with respect to any Work, Services and/or goods provided pursuant to this Contract, the Contractor shall indemnify, defend, and hold harmless the County from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of trademark, copyright patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a County's misuse or modification of Contractor's products or County's operation or use of Contractor's products in a manner not contemplated by the Contract. 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 County the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure for the County the right to continue using the product, the Contractor shall remove the product and refund the County the amounts paid in excess of a reasonable rental for past use. The County shall not be liable for any royalties. c) The Contractor's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the County giving the Contractor: i) written notice of any action or threatened action; ii) the opportunity to take over and settle or defend any such action at Contractor's sole expense; and iii) assistance in defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the County in any legal action without the Contractor's prior written consent, which shall not be unreasonably withheld. 5.15. Injury and/or Damage Claims Should the County or the Contractor suffer injury or damage to its person or property because of any error, omission or act of the other or of any of its employees, agents or others for whose acts it is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. 5.16. Interpretation and Intent of Contract Documents The Contract Documents are complementary; what is called for by one Contract document is as binding as if called for by all of the Contract Documents. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, the Contractor must bring it to the County's attention in writing before proceeding with the Work affected thereby. In resolving such conflicts, errors and discrepancies, the Contract Documents shall be given preference in the following order: 1) Agreement, 2) Amendment(s) (if applicable to this Solicitation Document), 3) Specifications, 4) Special Terms and Conditions, 5) General Terms and Conditions, and 6) Instructions. Any Work that may reasonably be inferred from the Specifications and/or drawings/maps as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described in words which, when applied, have a well-known technical or trade meaning shall be deemed to refer to such Hillsborough County Board of County Commissioners Page 51 of 56 Contract Terms and Conditions 23417 recognized standards. In case of conflict, the more stringent requirements shall take precedence. 5.17. Laws and Regulations The Contractor is hereby advised that all applicable Federal and State laws, municipal and County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the goods, Services and/or Work provided under this Contract shall be deemed to be a part of this Contract. 5.18. Legally Required Statement and Provisions Regarding Access to Records for Services Contracts The Parties acknowledge and agree that the statement and provisions below are required by Florida Statute to be included in this contract for services. The inclusion of this statement and provisions below shall not be construed to imply that the Contractor/Service Provider has been delegated any governmental decision-making authority, governmental responsibility or governmental function or that the Contractor/Service Provider is acting on behalf of the County as provided under Section 119.011(2), Florida Statutes, or that the statement or provisions are otherwise applicable to the Contractor/Service Provider. As stated below, the Contractor/Service Provider may contact the County's Custodian of Public Records with questions regarding the application of the Public Records Law; however, the Contractor/Service Provider is advised to seek independent legal counsel as to its legal obligations. The County cannot provide the Contractor/Service Provider advice regarding its legal rights or obligations. 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: i) 813-272-5790, ii) StromerS@HCFLGov.net, iii) Procurement Services, 601 E. Kennedy Blvd., 25th Floor, Tampa, Florida 33602. If under this Contract, the Contractor is providing services and is acting on behalf of the County as provided under Section 119.011(2), Florida Statutes, the Contractor will comply with public records law, and agrees to: i) Keep and maintain public records required by the County to perform the services. ii) Upon request from the County's custodian of public records, provide the County 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 Florida Statutes or as otherwise provided by law. iii) Ensure that 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 County. iv) Upon completion of the Contract, transfer at no cost to the County, all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County 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 County, upon request from the County's custodian of public records, in a format that is compatible with the information technology systems of the County. Failure of the Contractor to comply with Chapter 119, Florida Statutes, and/or the provisions set forth above, where applicable, shall be grounds for immediate unilateral termination of this Contract by the County. Hillsborough County Board of County Commissioners Page 52 of 56 Contract Terms and Conditions 23417 5.19. Maintenance of Records/Public Records Law a) In accordance with Chapter 119, Florida Statutes, and, except as may be provided by other applicable State and Federal laws, all Bidders/Proposers should be aware that this Solicitation Document and all Offers are in the public domain and are available for public inspection. Bidders/Proposers are requested, however, to identify specifically any information contained in their Offers which they consider confidential and/or proprietary, inclusive of trade secrets as defined in s. 812.081, Florida Statutes, and which they believe to be exempt from disclosure, citing specifically the applicable exempting law and including narrative explaining the applicable legal exemption as it relates specifically to Bidder's/Proposer's confidential and/or proprietary information. b) All Offers received in response to this Solicitation Document will become the property of the County and will not be returned. In the event of an award, all documentation produced as part of the Contract will become the exclusive property of the County. c) All materials that qualify for exemption from Chapter 119, Florida Statutes, or other applicable law must be submitted in an attachment or in a separate envelope, clearly identified as "EXEMPT FROM PUBLIC DISCLOSURE" with Bidder's/Proposer's name and the Solicitation Document number marked on the outside. d) The County will not accept Offers when the entire Offer is labeled as exempt from public disclosure. e) Be aware that the designation of an item as exempt from public disclosure by a Bidder/Proposer may be challenged in court by any person or entity. By designation of material in the Offer as exempt from public disclosure, Bidder/Proposer agrees to defend the County (and its employees, agents and elected and appointed officials) against all claims and actions (whether or not a lawsuit is commenced) related to Bidder's/Proposer's designation of material as exempt from public disclosure and to hold harmless the County (and its employees, agents and elected and appointed officials) from any award to a plaintiff for damages, costs and attorneys' fees, incurred by the County by reason of any claim or action related to Bidder's/Proposer's designation of material as exempt from public disclosure. 5.20. No Assignment of Contract The Contractor may not make any assignment of the resulting Contract between the County and the Contractor, in whole or in part, without the prior written authorization of the County. Failure to obtain prior written authorization of the County will result in a delay of payment(s) at a minimum and may result in termination for breach of contract. 5.21. Non-Exclusive Contract Award of this Contract shall impose no obligation on the County to utilize the Successful Bidder/Proposer for all Services and/or Work of this type, which may develop during the Contract Period. This is not an exclusive Contract. The County specifically reserves the right to concurrently contract with other companies for similar Services and/or Work if it deems such action to be in the County's best interest. 5.22. Notices to Contractor Notices to the Contractor shall be served upon the Contractor by electronic mail (e-mail), facsimile, U.S. mail, hand delivery, courier delivery, or express mail delivery of said notice to the Contractor's residence, place of business and/or with the Contractor's designated agent. 5.23. Notices to the County Hillsborough County Board of County Commissioners Page 53 of 56 Contract Terms and Conditions 23417 Contact information (County's Project Manager) will be provided to the Contractor with the initial Blanket Purchase Agreement (BPA), Contract Purchase Agreement (CPA), and/or Standard Purchase Order (SPO). 5.24. Payment and Completion a) The Project Manager, within fifteen (15) Days of receipt of each invoice will either approve or reject the invoice. If the Project Manager rejects the invoice, then the invoice will be returned to the Contractor and will state, in writing, the reason for rejecting the invoice. In the event the Contractor receives a rejected invoice, the Contractor may make the necessary corrections and resubmit the invoice to the Project Manager. Within thirty (30) Days of approval of an invoice for payment, the County will pay the Contractor the amount approved. b) The Project Manager's approval of any payment requested in an invoice shall constitute a representation by the Project Manager to the County that the conditions precedent to the Contractor being entitled to payment as set forth herein have been fulfilled. c) The Project Manager's approval of final payment shall constitute an additional representation by him/her to the County that the conditions precedent to the Contractor's being entitled to final payment as set forth herein have been satisfied. d) The Project Manager may refuse to approve, in whole, or in part, an invoice if, in his/her opinion, he/she is unable to make the representation to the County that all the conditions precedent to the Contractor being entitled to payment have been satisfied. The Project Manager may also refuse to approve any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any previous approval of such payment, to such extent as may be necessary in his/her opinion to protect the County from loss because: i) The Work is defective; ii) Claims have been filed or there is reasonable evidence indicating the probable filing thereof; or iii) The Contract Price has been reduced because of Change Order, Unilateral Change Order or Modification Agreement. e) As established by Florida Statute 218.74(2) payment for the purchase or lease of goods and services shall be made within forty-five (45) Days after the date a proper invoice is presented for payment to the County's Finance Department, Clerk of the Circuit Court, as Accountant to the Board of County Commissioners and as Chief Disbursement Officer. 5.25. Payment to Contractor by Electronic Payment Solution ACH (Direct Deposit): If the Contractor is enrolled in the County's ACH electronic payment solution, all payments will be made using the direct deposit. The Contractor's bank account information will remain confidential to the extent provided by law and necessary to make direct deposit payments. Once the County has approved payment, an electronic remittance will be sent to the Contractor via e-mail. 5.26. Payment to Subcontractors By submission of an invoice, the Contractor certifies that all subcontractors and suppliers have been paid for work and materials from previous progress payments received (less any retainage) by the Contractor prior to receipt of any further progress payments. During the Contract Period and upon completion of the Contract, the County may request documentation to certify payment to subcontractors and/or suppliers. This provision in no way creates any contractual relationship between any subcontractor and the County or any liability on the County for the Contractor's Hillsborough County Board of County Commissioners Page 54 of 56 Contract Terms and Conditions 23417 failure to make timely payment to the subcontractors and/or suppliers. 5.27. Performance Standards and Product Quality In the event the Specifications omit details concerning performance standards and/or product quality, the Contractor shall use only the best commercial practices and/or materials and workmanship of the highest quality when performing this Contract. 5.28. Project Manager's Status a) County's Representatives: The Project Manager shall be the County's representative during the Contract Period. The duties, responsibilities and the limitations of authority of the Project Manager during the Contract Period are set forth in this section and shall not be extended without the written consent of the County's Board of County Commissioners or designee. b) Rejecting Defective Work: The Project Manager will have the authority to disapprove or reject Work which is "defective" (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective and/or does not conform to the requirements of any inspection, test or approval). The Project Manager will also have the authority to require special inspection or testing of the Work. 5.29. Severability In the event any section, sentence, clause or provision of this Contract is held to be invalid, illegal or unenforceable by a court having jurisdiction over the matter, the remainder of this Contract shall not be affected by such determination and shall remain in full force and effect. 5.30. Solid Waste Collection and Disposal Solid Waste Collection and Disposal; Hillsborough County, Florida - Code of Ordinances and Laws, Part B, Public Utilities, Chapter 130, Article II. (This provision shall be applicable only if the Services and/or Work to be performed under this Contract will involve and/or require the Contractor to remove or dispose of solid waste.) Pursuant to Hillsborough County, Florida - Code of Ordinances and Laws, Part B, Public Utilities, Chapter 130, Article II (Solid Waste Collection and Disposal), as amended, all solid waste accumulated as a result of this Contract that the Contractor is required to remove and dispose of, and which the Contractor chooses not to self haul, shall be removed and disposed of by one of the three authorized Hillsborough County solid waste franchise collectors. For a list of the authorized franchise collectors, please contact the Public Works Department/Solid Waste Division at 813-272-5680. The use of any other company or entity for the collection and disposal of solid waste in the Hillsborough County solid waste service area may be a violation of Chapter 130, Hillsborough County, Florida Code of Ordinances and Laws, Part B, Public Utilities, as amended. 5.31. Starting The Work The Contractor will start the Work and/or Project on the date determined by the County in its Purchase Order or Notice to Proceed. 5.32. Statement of Assurance Hillsborough County Board of County Commissioners Page 55 of 56 Contract Terms and Conditions 23417 During the performance of this Contract, the Contractor herein assures the County, that said Contractor is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Human Rights Act of 1977 in that the Contractor does not on the grounds of race, color national origin, religion, sex, age, disability or marital status, discriminate in any form or manner against said Contractor's employees or applicants for employment. The Contractor understands and agrees that this Contract is conditioned upon the veracity of this Statement of Assurance. Furthermore, the Contractor herein assures the County that said Contractor will comply with Title VI of the Civil Rights Act of 1964 when federal grant(s) is/are involved. This Statement of Assurance shall include Vietnam-Era Veterans and Disabled Veterans within its protective range of applicability. 5.33. Suspension of Work Upon seven (7) Days written notice to the Contractor, the County may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and/or Project and terminate this Contract. In such case the Contractor shall be paid for all Work executed and/or goods delivered to and accepted by the County. 5.34. Termination for Contractor Engaging in Business Operations in Cuba or Syria and Termination for Contractor Being on the Scrutinized Companies Lists Set Forth in Florida Statutes, Section 287.135 Contractor is advised that Section 287.135, Florida Statutes, prohibits agencies and governmental entities from contracting with a company for goods and/or services of One Million Dollars ($1,000,000) or more if such company (i)is engaged in business operations in Cuba or Syria, (ii) is on the Scrutinized Companies that Boycott Israel List (created pursuant to Florida Statutes, Section 215.4725), (iii) is on the Scrutinized Companies with Activities in Sudan List (created pursuant to Florida Statutes, Section 215.473), or (iv) is on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List (created pursuant to Florida Statutes, Section 215.473). The County reserves the right to terminate the Contract if the County discovers that the Contractor has submitted a false certification regarding the Contractor's business operations in Cuba or Syria and/or the Contractor's presence on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, and/or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List (hereinafter referred to collectively as the "Scrutinized Companies Lists"). In addition, the County reserves the right to terminate the Contract if, prior to the award of the Contract or during the Contract Period, the Contractor engages in business operations in Cuba or Syria and/or the Contractor has been placed on one or more of the Scrutinized Companies Lists. Hillsborough County Board of County Commissioners Page 56 of 56 150 SECOND AVENUE NORTH, SUITE 400 ST. PETERSBURG, FL 33701 TEL: (727) 822-3339 | FAX: (727) 822-3502 PUBLIC RESOURCES ADVISORY GROUP Hillsborough County RFP 23417 Financial Advisory Services July 26, 2022 Submitted by: Public Resources Advisory Group, Inc. Project Supervisor Co-Project Manager Co-Project Manager Wendell Gaertner Natalie Sidor Mickey Johnston Senior Managing Director Senior Managing Director Managing Director 727-822-3339 (phone)727-822-3339 (phone)727-822-3339 (phone) 150 Second Avenue North, 150 Second Avenue North, 150 Second Avenue North, Suite 400 Suite 400 Suite 400 St. Petersburg, FL 33701 St. Petersburg, FL 33701 St. Petersburg, FL 33701 WGaertner@pragadvisors.com NSidor@pragadvisors.com MJohnston@pragadvisors.com 1 150 SEVEN AVENUE NORTH, SUITE 400 ST. PETERSBURG, FLORIDA 33701 TEL: (727) 822-3339 FAX: (727) 822-3502 PUBLIC RESOURCES ADVISORY GROUP Disclosure of Conflicts of Interest and Legal or Disciplinary Events (G-42) Pursuant to Municipal Securities Rulemaking Board (“MSRB”) Rule G-42, on Duties of Non-Solicitor Municipal Advisors, Municipal Advisors are required to make certain written disclosures to clients which include, among other things, conflicts of interest and any legal or disciplinary events of Public Resources Advisory Group, Inc. (“PRAG”) and its associated persons. Accordingly, PRAG makes the following general disclosures with respect to conflicts of interest. Conflicts of Interest (G-42) Compensation-Based Conflicts: PRAG’s compensation may include a single or a variety of fee structures. Each of these arrangements may create a conflict as defined by MSRB Rule G-42. PRAG’s fees may be based on the size of the issue, and the payment of such fees may be contingent upon the delivery of the issue. While this form of compensation is customary in the municipal securities market, this may present a potential conflict of interest because it could create an incentive for PRAG to recommend unnecessary financings or financings that are disadvantageous to the client. PRAG may also charge fees in a fixed amount as a retainer for services or as a transaction fee, and this arrangement could provide PRAG an incentive to recommend less time-consuming alternatives or fail to do a thorough analysis of the alternatives. In addition, fees may be paid based on hourly fees of PRAG’s personnel, with the aggregate amount equaling the number of hours worked by such personnel times agreed-upon hourly billing rate(s). This presents a potential conflict of interest because PRAG may have the incentive to spend more time than necessary on an engagement. If the hourly fees are subject to a maximum amount, the potential conflict of interest arises because of the incentive for PRAG to fail to do a thorough analysis of alternatives and/or recommend alternatives that would be less time- consuming for PRAG staff. Other Municipal Advisor Relationships: PRAG serves a wide variety of other clients that may, from time to time, have interests that could have a direct or indirect impact on the interests of another PRAG client. These other clients may, from time to time and depending on the specific circumstances, have competing interests. In acting in the interests of its various clients, PRAG could potentially face a conflict of interest arising from these competing client interests. With respect to all of the conflicts disclosed above, PRAG mitigates such conflicts through its adherence to its fiduciary duty to the client, which includes a duty of loyalty to the client in performing all municipal advisory activities. This duty of loyalty obligates PRAG to deal honestly and with the utmost good faith with you and to act in your best interests without regard to PRAG’s financial or other interests. If PRAG becomes aware of any additional potential or actual conflict of interest prior to, or during an engagement, PRAG will disclose the detailed information in writing within a timely manner. Disclosure of Legal or Disciplinary Events (G-42) PRAG has no legal or disciplinary events to disclose. Other Required Disclosure (G-10) The MSRB website at www.msrb.org, includes the Municipal Advisory client brochure that describes the protections that may be provided by the MSRB Rules and how to file a complaint with an appropriate regulatory authority. 2 150 SEVEN AVENUE NORTH, SUITE 400 ST. PETERSBURG, FLORIDA 33701 TEL: (727) 822-3339 FAX: (727) 822-3502 PUBLIC RESOURCES ADVISORY GROUP July 26, 2022 Connie McGregor Procurement Services Hillsborough County 601 East Kennedy Boulevard, 25th Floor Tampa, FL 33601 Public Resources Advisory Group, Inc. (“PRAG”) is pleased to submit our proposal to continue to serve Hillsborough County (the “County”) as its municipal advisor. Founded in 1985, PRAG is an independent financial, investment and swap advisory firm. PRAG provides independent and in-depth financial and investment advisory services to state and local governments, authorities and agencies and has continuously served governmental entities for the 37 years that our firm has been in business. PRAG has served as municipal advisor to Hillsborough County continuously since 2012. During our most recent contract term with Hillsborough County, PRAG has provided the County with comprehensive and customized advisory services resulting in: •Successful closing of $860 billion of bond and bank loan financings to fund projects including general government, CIT, ELAPP, solid waste and water and wastewater. •Successful closing of interim financing programs including commercial paper and lines of credit for general government purposes and for solid waste. •Aggregate debt service savings of over $40 million achieved through refunding transactions. •Maintenance of the County’s strong AAA Issuer Credit Ratings as well as its CIT and TDT ratings during the COVID-19 pandemic. •Development and implementation of an Impact Fee Offset Credit Auction program. •Development of new wastewater-only special assessment credit. •Creation of multiple customized strategic and financial planning models, including developing and maintaining the long term financial models for both the County’s 4th cent and the 5th cent Tourist Development Taxes. •Expansion of services to include real estate development and P3 advisory services. PRAG has experienced substantial growth in Florida since we formally presented our credentials to the County during the last RFP process in 2017. Since then, PRAG has added four senior advisors in Florida, bringing our professional staff to six senior advisors with a combined total of 150 years of public finance experience. Our newest team member, Monique Spotts, has 35 years of public finance experience as a bond attorney focused on Florida, bringing a unique perspective to our advisory services. PRAG currently serves the County with a team of three senior advisors with direct interaction with the County. Wendell Gaertner serves as Project Supervisor. Wendell has been advising the County for almost a decade and has a strong institutional knowledge of the County’s debt portfolio. Natalie Sidor and Mickey Johnston serve as Co-Project Managers and provide direct interaction with the County. Both have been advising the County for the past four years. In addition, Natalie covered the County from a banking/underwriting perspective from 2009 to 2018 while at her prior firm. 3 PRAG has proven the benefit of serving the County with three senior advisors last year when Hillsborough County had three different bond issues in process at the same time. All three were involved in each transaction, but Wendell took leadership in coordinating the Wastewater Impact Fee Assessment Special Assessment Revenue Bonds that closed in April. Concurrently Mickey provided primary coordination of the Capital Improvement Non-Ad Valorem Revenue Bonds that closed in May and Natalie did the same for the Utility Revenue Bonds that closed in July. By assigning three senior advisors to serve the County, PRAG can ensure sufficient resources are available to handle multiple financial needs of the County at the same time with the utmost professional services and attention. As the County gears up financings for water and wastewater, solid waste and the Environmental Lands Acquisition and Protection Program, PRAG’s experience, market presence, technical resources, quality of our advisors, and our familiarity with the County will allow the County to continue efficiently implementing its capital fundings plans. We look forward to the opportunity to continue our relationship and thank you in advance for your consideration. Sincerely, Wendell Gaertner Natalie Sidor Mickey Johnston Senior Managing Director Senior Managing Director Managing Director Project Supervisor Co-Project Manager Co-Project Supervisor Hillsborough County, FL RFP 23417 for Financial Advisory Services 4 Table of Contents TAB PAGE Proposal Response Cover Sheet 1 1.5.1.1 Conflict of Interest 6 1.5.1.2 Demonstrated Experience 7 1.5.1.3 References 14 1.5.2 Experience 16 1.5.3 Technical Approach 28 1.5.4 Qualifications 34 1.5.5 Cost 42 Appendix A – Additional Resumes 45 Appendix B – Work Product Samples 49 Hillsborough County, FL RFP 23417 for Financial Advisory Services 5 1.5.1.1. Describe any actual or possible conflict of interest situations which may result from the Bidder/Proposer acting as financial advisor to the County, including current or expected engagements with authorities, agencies, or other corporate or government bodies in the County or State of Florida, and engagements with political consultants or lobbyists. Examples of potential conflict situations include contractual relationships with the City of Tampa, Tampa Port Authority, Hillsborough County Aviation Authority, Tampa Sports Authority, Tampa Hillsborough County Expressway Authority, Tampa Bay Water, and the Housing Finance Authority of Hillsborough County. PRAG has served as municipal advisor to Hillsborough County since 2012. PRAG also serves as municipal advisor to the City of Tampa and to the Tampa Sports Authority as well as a wide variety of other clients that may from time to time have interests that could have a direct or indirect impact on the interests of the County. In addition to the City of Tampa and the Tampa Sports Authority, we serve as municipal advisor to Manatee County and Pinellas County. These other clients may, from time to time and depending on the specific circumstances, have competing interests. In acting in the interests of its various clients, PRAG could potentially face a conflict of interest arising from these competing client interests. MSRB Rule G-42 requires that municipal advisors provide to their clients disclosures relating to any actual or potential material conflicts of interest, including certain categories of potential conflicts of interest identified in Rule G-42, if applicable. With respect to all of the conflicts disclosed above, PRAG mitigates such conflicts through its adherence to its fiduciary duty to the client, which includes a duty of loyalty to the client in performing all municipal advisory activities. This duty of loyalty obligates PRAG to deal honestly and with the utmost good faith with you and to act in your best interests without regard to PRAG’s financial or other interests. If PRAG becomes aware of any additional potential or actual conflict of interest prior to, or during an engagement, PRAG will disclose the detailed information in writing within a timely manner. PRAG has provided advisory services to the County and other entities when their interests were aligned, such as our work with the County, the City of Tampa and the Tampa Sports Authority in development of financial plans and models for the proposed new MLB Stadium for the Rays and with the County and the City to develop a phantom tax increment district to allow reimbursement of certain of SPP’s developmental costs for infrastructure in the $4 billion Waters Street development in downtown Tampa. REMAINDER OF THE PAGE INTENTIONALLY BLANK Hillsborough County, FL RFP 23417 for Financial Advisory Services 6 - - 1.5.1.2. A summary describing at least five (5) years of demonstrated experience and expertise in similar engagements, including similarities in scope. PRAG’s best example of relevant demonstrated experience and expertise is our service as municipal advisor to Hillsborough County continuously since 2012. PRAG has been ranked as the #2 municipal advisor nationally in all aspects of the long-term new issue municipal market for eight of the past ten years, according to the market data firm Refinitiv (formerly Thomson Reuters). Last year we advised on the issuance of $44.5 billion of long-term publicly traded municipal bonds. Our national ranking is an important demonstration of both our on-going presence in the market and the trust placed in us by major issuers of municipal debt. PRAG advises some of the largest municipal bond issuers in the country including the City of New York, the State of California, and the New York MTA. In 2021, PRAG advised the four largest issuers in the municipal market, the Dormitory Authority of New York State, the State of California, the Golden State Tobacco Securitization Corporation and the New York City Transitional Finance Authority. PRAG has also been ranked as the #1 municipal advisor for competitive sales for each of the past five years. This is of special significance as a competitive sale is the preferred method of sale for the County. PRAG’s demonstrated leadership in this method provides us with a comprehensive understanding of investor preferences as we structure the sale. Year PRAG's Municipal Advisory Rankings (2017 2021) Total Long Term Municipal Issuance Rankings Competitive Sale Rankings General Purpose Sector Rankings Total* Rank Total* Rank Total* Rank 2021 2020 2019 2018 2017 $44.5 $43.4 $40.6 $36.1 $52.4 2 2 2 2 2 $17.1 $13.5 $19.4 $17.4 $20.2 1 1 1 1 1 $26.6 $22.6 $23.9 $22.5 $30.2 1 2 1 1 1 * Billions Source: Refinitiv as compiled by The Bond Buyer US municipal new issue "At7" short term notes, private placements, and deals not meeting T+5 policy rule are excluded. Shared credit for co-financial advisors. Perhaps of more importance to the County than our industry-wide ranking, however, is PRAG’s ranking in the General Purpose sector of the municipal market, ranking #1 in six of the seven years that The Bond Buyer has been compiling the data in their year-end statistical review, according to Refinitiv as illustrated in the chart above. Our experience with the County’s general purpose financings include its Capital Improvement Bonds, CIT Bonds, TDT Bonds, Court Facility Fee loan, ELAPP Bonds and its commercial paper program. Hillsborough County, FL RFP 23417 for Financial Advisory Services 7 Refinitiv divides the municipal market into ten sectors representing the various purposes for which municipal bonds are issued: •General Purpose •Education •Transportation •Utilities •Housing •Healthcare •Development •Electric Power •Public Facilities •Environmental Facilities While each of these sectors represent an important aspect of infrastructure, some of the market sectors, such as education, healthcare, and electric power have no connection with the everyday operations and financial needs of the County. Therefore, a firm’s experience and ranking in those segments is of limited value when advising on the capital needs of the County. We also recognize that the County, like many growing counties in Florida, has major needs in the areas of utilities, transportation, affordable housing and economic development. In addition to our general purpose experience, PRAG’s Florida team has particular experience in these particular sectors, advising some of the most active Florida issuers in these areas. UTILITY. We recognize that the County’s utility represents the largest component of the County’s debt portfolio. PRAG has advised Hillsborough County on $345 million of utility debt since 2017. PRAG is currently working with the County on developing a financial plan for the funding of almost $500 million of water and sewer projects in January. PRAG advises some of the largest utilities in Florida including Miami-Dade County Water and Sewer Department and the water and sewer utilities for Broward and Manatee Counties, the cities of Clearwater and Fort Myers as well as independent utilities including the Emerald Coast Utilities Authority and the Peace River Manasota Regional Water Authority. Nationally we advise major utilities including the Department of Water and Power of the City of Los Angeles, the Pittsburgh Water and Sewer Authority, the Santa Clara Water District, and the Metropolitan Water District of Southern California. TRANSPORTATION. PRAG helped the County structure a large covenant to budget and appropriate bond issue last year to fund in large part the interchange at Big Bend Road. The financing was structured to allow future reimbursements from FDOT to be used to help alleviate the County’s road paving backlog. In addition to acting as advisor on transportation improvement financings for the County, PRAG also acts as an advisor to FDOT, JTA, HART and Manatee County on transportation related financings. Nationally, PRAG advises some of the largest transportation issuers in the country including the Metropolitan Transportation Authority (MTA) in New York City, the Massachusetts Bay Transportation Authority, the Pennsylvania Turnpike Authority, the Triborough Bridge and Tunnel Authority, and the New York State Thruway Authority. AFFORDABLE HOUSING. PRAG has helped the County evaluate affordable housing options and projects addressing homelessness issues. Marianne Edmonds and Wendell Gaertner have met with County Administration as well as leadership of Affordable Housing Services to explore options. PRAG advises Hillsborough County, FL RFP 23417 for Financial Advisory Services 8 six local county housing finance authorities in Florida, including the largest local authority, the Housing Finance Authority of Miami-Dade County. PRAG is a participating member of the Florida Association of Local Housing Authorities and the National Association of Local Housing Finance Authorities. PRAG has used our affordable housing expertise to assist multiple Florida cities and counties in addressing their affordable housing needs. ECONOMIC DEVELOPMENT. PRAG has advised the County on numerous economic development projects including assisting in the development and review of RFP’s and Market Soundings for redevelopment of County land in Ybor, at the MOSI site and at the John F. Germany Library. PRAG also developed and implemented an Impact Fee Offset Auction, which allowed the County to reduce its outstanding liabilities and capture impact fee offsets for economic development purposes. PRAG has advised numerous issuers on Public-Private Partnerships, TIFs, PILOTs, real estate development transactions and stadium financings, including the District of Columbia, Anne Arundel County, Greater Richmond Convention Center, Hudson Yards Infrastructure Corporation, New York Convention Center Development Corporation, City of Atlanta, City of Los Angeles, City of Orlando, City of San Diego, City of Tampa, City of Virginia Beach, Battery Park City Authority, Fuller Road Management Corporation and the New York City Industrial Development Agency, among others. Other projects in Hillsborough County include assisting the County in developing RFP’s for real estate redevelopment projects, review of unsolicited P3 proposals and special projects such as financial analysis of mosquito control helicopter alternatives. PRAG advised Broward County over the course of several years on its $487 million issue of Tourist Development Tax Revenue Bonds, Series 2021 to fund a major expansion of its convention center and its $389 million issue in April of its Convention Center Hotel First Tier Revenue Bonds, Series 2022. Notably, Broward County’s TDT issue was the first large post-Covid TDT bond issue in Florida. In addition to his work in Florida, Co-Project Manager Mickey Johnston provides economic development advisory services to the City of Newark, New Jersey (“Newark”). PRAG is currently assigned to twenty- eight (28) redevelopment projects that will be presented to Newark’s Tax Abatement Committee once the negotiation of terms is complete. Since May 2020, PRAG has assisted EHD in the successful negotiation of $1.5 billion worth redevelopment investment into Newark. The projects are comprised of 3,993 residential units throughout Newark including 1,755 housing units deed-restricted to families with very low to low and moderate incomes. Other projects have included short-term rentals (i.e., hotel), commercial space, and industrial warehouses. Once these projects obtain certificates of occupancy, Newark’s current fund budget will benefit from the receipt of a portion of the project revenues, pursuant to each project’s financial agreement. In addition to annual PILOT revenues and administrative fees, these financial agreements provide over $5.1 million to Newark’s Affordable Housing Trust Fund. The projects also create both construction and permanent jobs in Newark in compliance with certain affirmative action, contracting and workforce requirements outlined in the financial agreements. Developers are required to make documented good faith efforts to hire Newark residents to fill these jobs. Along with assisting with analysis and negotiation of tax abatement requests, we recently helped Newark with amendments to their Inclusionary Zoning Ordinance which is aimed to increase the affordable housing stock and provide equitable growth throughout Newark. REMAINDER OF THE PAGE INTENTIONALLY BLANK Hillsborough County, FL RFP 23417 for Financial Advisory Services 9 CASE STUDIES. The following case studies illustrate PRAG’s recent experience in these important areas. Utilities -Evaluation of Structuring Options to Finance a Multi-Year Water & Sewer Capital Plan (Broward County) Applicability to Hillsborough County Demonstrates experience with developing financing programs to implement long- term capital plans for a water and sewer system. Structured and executed financing to simultaneously achieve multiple goals- low-cost new money, high refunding savings, and long-term debt service structure. PRAG served as financial advisor to Broward County on its Series 2019A and Series 2019B Utility System Bonds. The 2019A Bonds were issued to fund the Utility’s capital program. The 2019B Bonds were taxable advance refunding bonds that refunded Broward County’s 2012A and B Bonds. Because the refunding was being done on a taxable basis, Broward County required a savings threshold of 10% for each individual maturity. The 2019 Project consisted of improvements to Broward County’s North Regional Wastewater Treatment Plant and construction and reconstruction of water mains, wastewater mains, and injection wells. The Utility reviews its CIP annually, during which process all projects are vetted, estimated, and scheduled. The 2019 CIP addressed the need for services and facilities based upon anticipated build-out of the Utility’s service area in 2035 and includes capital improvements through fiscal year 2024. The combined structure accomplished multiple goals of i) amortizing tax-exempt bonds over 25 years, in keeping with Broward County’s practice of using a 25-year maturity for new money issues; ii) amortizing taxable bonds more quickly than tax-exempt bonds, to ensure that the higher cost taxable debt service would be paid off more quickly than the lower c ost tax-exempt debt service; iii) amortizing refunding bonds no longer than the final maturity of the refunded bonds; and iv) restructuring refunded principal to “level-out” the Water and Wastewater Department’s aggregate annual debt service schedule. As expected, in February 2022 Broward County closed the next bond issue in the amount of $199,265,000 to finance additional phases of the CIP. The issue was oversubscribed and Broward County decided to increase the proceeds by $20 million in light of the expectation of higher interest rates in the future. PRAG is currently working with Broward County on a current refunding of the remaining Series 2012A and B Bonds that were not advance refunded on a taxable basis. Transportation – Tax-Exempt Replacement Proceeds (Hillsborough County) Applicability to Hillsborough County Evaluation of structuring alternatives Avoided early redemption premium Worked closely with Bond Counsel to development solutions PRAG advised on a $189,290,000 bond issue for Hillsborough County to address transportation needs throughout the County. The major project financed by the bond issue was $93 million for road widening and interchange improvements at I-75 and Big Bend Road. The Big Bend Road project was initiated under a Locally Funded Agreement with FDOT in which the County advanced most of the funding to FDOT and FDOT managed the construction. FDOT contributed $3.5 million upfront with an additional Hillsborough County, FL RFP 23417 for Financial Advisory Services 10 $20 million to be reimbursed in ten equal quarterly payments beginning in the State fiscal year 2023/2024, subject to annual appropriation. Instead of structuring the financing to allow an early redemption of bonds from the FDOT reimbursement, which would have resulted in an interest rate penalty, PRAG worked with the County and bond counsel to identify future transportation projects for which the FDOT reimbursements could be utilized. The tax law considerations were challenging because as the FDOT reimbursements were received they became replacement proceeds. As such they needed to be spent within the standard spend- down rules on projects with a long-term useful life. After review with PRAG and bond counsel, the County decided to apply any reimbursements received to its re-paving backlog as that would allow the funds to be spent quickly on a long-term asset. The bonds were secured by the County’s covenant to budget and appropriate legally available non-ad valorem revenues and were sold via competitive sale on May 25, 2021. Affordable Housing – Long-term Relationship with Large Affordable Housing Finance Authority (Miami-Dade County) Applicability to Hillsborough County Demonstrates experience with affordable housing finance. Understanding of local, state and federal programs.Ability to develop and analyze affordable housing pro formas. As financial advisor to the Miami Dade County Housing Finance Authority (“MDCHFA”), PRAG has advised on multifamily project financings utilizing tax exempt bonds in a public sale, private placement, bank loans, FHA, Fannie Mae and Freddie Mac programs. We have served the MDCHFA as advisor in connection with both rehabilitation and new construction of public housing units for private and not for profit developers. PRAG has also served on advisor for transactions financing the redevelopment of Miami Dade County Public Housing units and Section 8 units. PRAG was retained to assist the Director of the MDCHFA with the development and implementation of a strategic financial and operational review of the Miami-Dade Housing Agency’s Documentary Stamp Surtax Program (the “Surtax Program”) to meet the public policy and financial objectives of Miami–Dade County. Our scope of services included the following: Draft a Project Plan document with key tasks and dates to meet Miami-Dade County’s 30-day project timetable. Review the statutory, policy and administrative parameters of the Surtax Program against past operational activities. Analyze the Surtax Program’s internal project approval process and the Affordable Housing Advisory Board’s (AHAB) recommendations. Review of initial project approval process, including credit underwriting criteria. Review criteria for prioritizing projects. Review financial relationships between project approval and written approval criteria. Review requests for additional funds and the approval process for such requests. Review process for recapturing funds that remain unspent. Review process for recapturing funds from projects that do not meet on-going requirements. Develop a historical cash flow model of Surtax Program revenues and disbursements. Hillsborough County, FL RFP 23417 for Financial Advisory Services 11 Develop a base-line cash flow forecast based on Surtax Program practices, forecasted revenues and costs. Assist in preparing a report that summarizes the objective of the Executive Director’s operational and financial review, the current status of the Surtax Program, results of the review, and policy recommendations. Prepare communications strategy for presenting the results of the operational and financial review. After our initial task order was completed, we were asked to assist Miami-Dade County in designing a new approach to the allocation of surtax funds among qualified projects. We developed a subsidy layering review process that includes the verification of project costs and the review of all funding sources. This process will assist Miami-Dade County in determining how to allocate funds among competing developments. Economic Development – Convention Center and Hotel Financing during a Pandemic (Broward County) Applicability to Hillsborough County: Demonstrates ability to adapt financial plans as market conditions change. Experience with difficult credits in a challenging market. Understanding of TDT Revenues. Broward County had been working on a major expansion to their Convention Center and the development of a Convention Center Headquarters Hotel for many years. The projects were important to Broward County for economic development supporting Broward County’s tourism industry. The Convention Center Expansion was to be financed by Tourist Development Taxes while the Hotel would be supported by the net revenues of the hotel with Broward County’s covenant to budget and appropriate to replenish any draws on the debt service reserve. PRAG worked with Broward County to structure the financing and assemble the financing team and advised on a short-term $40 million bank loan need to fund prior reimbursements for the hotel within the three-year reimbursement limit under tax law. The development of both projects was divided into five phases under a Master Development Agreement. The implementation of the two fixed rate long-term bond issues began in late 2019 with the first set of documents drafted in early March, just as the COVID lockdowns began. When it was clear that the tourism industry was at risk, the financing was put on hold indefinitely. Work had already commenced on the first two phases, however, and Broward County need to fund the initial eastward expansion of the convention center and to refinance the hotel short-term bank loan. PRAG helped structure two new bond anticipation loans that matured in three years and were callable after one year. Both loans were secured by Broward County’s covenant to budget and appropriate. The convention center loan totaled $227.2 million and the hotel loan was $52 million. PRAG educated banks, developed an RFP, assisted Broward County in selecting the banks and negotiated the terms. PRAG had also reviewed the Fed’s new Municipal Liquidity Facility but determined that the liquidity facility would not accommodate Florida’s covenant to budget and appropriate pledge. Both facilities closed in early September 2020. Hillsborough County, FL RFP 23417 for Financial Advisory Services 12 Broward County’s TDT revenues experienced a severe drop in the spring and early summer of 2020 but then started to recover quickly as visitors flocked to the beaches. In mid-2021 Broward County re-started the financing process for both permanent bond issues, expecting to enter the market in early 2022. As the TDT revenues continued to grow, Broward County decided to accelerate the convention center financing. Broward County’s $487,425,000 Tourist Development Tax Revenue Bonds, Series 2021 priced on December 14, 2021 and closed on December 21st. The bonds had a Aa3 rating from Moody’s. The hotel financing took longer to complete as it was structured as a stand-alone project financing with a County back-up to replenish the reserve, not as a direct County covenant to budget and appropriate debt service directly. This required the coordination of the Master Developer, the builder and the hotel operator, Omni, and the various construction and operating agreements with the financing documents. Because of the potential impact to Broward County’s triple-AAA rating, PRAG recommended that Broward County present the financing to all three rating agencies. PRAG crafted a detailed presentation highlighting both the credit strengths and the importance of the project to Broward County’s economy. Although any one of the rating agencies could have downgraded Broward County due to the additional debt or notched the ratings downward because of questions of the essentiality of the project or the debt service reserve replenishment structure, in the end all three agencies confirmed Broward County’s Triple A GO rating and gave the bond issue the highest ratings possible under their criteria of AAA by S&P, Aa1 by Moody’s and AA+ by Fitch. Broward County’s $389,495,000 Convention Center Hotel First Tier Revenue Bonds, Series 2022 closed on April 19, 2022. The hotel is expected to open in 2025. PRAG meets the qualifications and requirements listed in Section 1.3 and 1.4 of the Request for Proposals. Since our last contract period with Hillsborough County began in June 2017 PRAG has advised on over $295 billion of debt. REMAINDER OF THE PAGE INTENTIONALLY BLANK Hillsborough County, FL RFP 23417 for Financial Advisory Services 13 1.5.1.3. The Bidder/Proposer shall provide at least three (3) references from the public sector for whom they have provided services in the past five (5) years and who will verify contracting and other required experience that meets the needs required in this Request for Proposal (RFP). For each reference, please provide the following information: · Name of organization · Full mailing address · Contact, including name, telephone, e-mail · Size of organization · Years of performance · Scope of work, including similarities in scope to this solicitation. Hillsborough County, Florida 601 E. Kennedy Blvd, 26th Floor Primary Contact: Tampa, FL 33602 Julie Wisdom, CPA Debt and Financial Analysis Manager (813) 272-6213 Wisdomj@hillsboroughcounty.org PRAG has served as the sole financial advisor for Hillsborough County since 2012 and we believe that provides the best reference possible. Hillsborough County has a population of 1.45 million according to the 2020 Census and is on track to overtake Palm Beach County to become the third largest county in the State. The scope of work proposed in the RFP is identical to the scope of work PRAG currently provides Hillsborough County. During the current contract term which began in 2017, PRAG advised the County on ten debt issuances totaling over $881 million plus the renewal and restructuring of the County's $275 million Commercial Paper Program. Credits include non-ad valorem, CIT, special assessment, solid waste and water and sewer. PRAG has also advised on a multitude of non-debt related issues including participating in the development of real estate redevelopment RFPs issued by the County, baseball stadium financing options, analysis of impact fee value, analysis of ferry service, financial analysis of mosquito helicopter acquisition options and analysis of unsolicited proposals. Broward County, Florida Department of Finance and Primary Contact: Administration George Tablack, CPA 115 S. Andrews Avenue, Room 513 Chief Financial Officer Fort Lauderdale, FL 33301 (954) 357-7130 gtablack@broward.org PRAG has served as one of the financial advisors to Broward County since 1999 with the most recent contract term beginning in 2019. With a population of 1.97 million, Broward County is the second most populous county in Florida. Broward County provides all of the general government and utility services offered by Hillsborough County and also owns and operates public facilities that are operated by independent agencies in Broward including the airport, port, transit system, convention center and the arena for the NHL Florida Panthers. Hillsborough County, FL RFP 23417 for Financial Advisory Services 14 Under the current contract, PRAG has advised on seven debt transactions totaling $1.8 billion in par. Credits have included non-ad valorem, water and sewer, TDT and hotel revenues. PRAG has also provided P3 advisory services in connection with the planning of a joint City-County government center. Miami-Dade County Water and Sewer Department, Florida Water and Sewer Department Primary Contact: 3071 SW 38th Avenue Frances Morris, CPA Miami, FL 33146. Chief Financial Officer (786)552-8104 Frances.morris@miamidade.gov PRAG has served as municipal advisor to Miami-Dade County since 2006. With a population of 2.67 million, Miami-Dade County is the most populous county in the State. Like Broward County, Miami- Dade County provides general government services as well as owning and operating a water and sewer utility, the airport system, the port, the transit system and professional sports facilities. PRAG currently advises the County’s water and sewer department, the largest municipal utility in the Southeast with FY2021 operating revenues of $827 million. Since 2014 PRAG advised on ten debt transactions totaling $4.8 billion in par as well as a $400 million commercial paper program. Included in the debt transactions were four WIFIA loans totaling approximately $1 billion. With a capital improvement plan of over $7.5 billion, PRAG works closely with the water and sewer department on the strategic plan for debt issuance. REMAINDER OF THE PAGE INTENTIONALLY BLANK Hillsborough County, FL RFP 23417 for Financial Advisory Services 15 1.5.2. Experience – The Bidder/Proposer shall demonstrate a history of financial advisory engagements with governmental entities, including but not limited to advice regarding debt structuring; credit analysis and evaluation; financial analysis and modeling; the use of competitive bid versus negotiated sale formats for selected financing transactions; oversight of marketing of selected negotiated transactions; access to and experience with internet-based bid platforms such as but not limited to Ipreo Parity and BiDCOMP; evaluations of bond pricings (interest rate scales, underwriting spreads and re- offering yields, and the competitiveness of such terms with comparable municipal offerings); assistance in the preparation of bond documents; assistance with the bond sale and closing process; assistance with the preparation and presentation of materials to credit rating agencies, institutional investors, elected officials and other major stakeholders; and evaluation of investment strategies and products. The table below illustrates our breadth of experience in the services the project team has provided to some of our Florida clients. All of these services were provided by the Florida team that will continue to serve the County. Representative Florida Clients and Advisory Services Client Services Client Services Hillsborough County •Bank loans/bond issues •Negotiated and Competitive Pricing •Taxable/Tax-Exempt •Refunding/New Money •Variable Rate Debt •General Obligation Bonds •Commercial Paper •Communication Services Tax •Non-Ad Valorem •Tourist Development Tax (“TDT”) •Transportation •Water/Sewer •Solid Waste •Special Assessment •Tax Increment •Affordable Housing •Sports Facilities •Ratings Upgrade •P3 Advisory •Commission Presentations •RFP Development & Evaluation Florida League of Cities •Bank loans/bond issues •Taxable/Tax-Exempt •Negotiated Bond Pricing •Pool Financings •Non-Ad Valorem •General Obligation Bonds City of Tampa • General Fund Advisor •Negotiated and Competitive Pricing •Bank loans/bond issues •Taxable/Tax-Exempt •Variable Rate Debt •Green Bonds •Non-Ad Valorem •Stormwater •Tax Increment •Convention Center Financing •Private Payment Tests •Special Assessment Financing •Sports Facilities •Conduit Financing •RFP Development & Evaluation Pinellas County •Cinderella Refinancing •Bank Loan Renegotiation •Sewer •TDT/Sports Facility analysis •Transportation •WIFIA analysis •Investment Policy City of Clearwater •Negotiated and Competitive Pricing •Non-Ad Valorem Inaugural Rating •Water/Sewer •Identified Unexpected Refunding •Ratings Upgrade •Underwriting Team RFP •Affordable Housing Hillsborough County IDA •Conduit Financing •Refunding •New Money Tampa Sports Authority •Taxable/Tax-Exempt •Negotiated and Competitive Pricing •Refunding and New Money •P3 Advisory •Sports Facilities Hillsborough County, FL RFP 23417 for Financial Advisory Services 16 Representative Florida Clients and Advisory Services Client Services Client Services Manatee County •Negotiated and Competitive Pricing •Refunding/New Money •Variable Rate Debt •Non-Ad Valorem •Transportation •Water/Sewer •Ratings upgrade •Lines of Credit •Cross-over Refunding •Investment Policy •Commission Presentations •RFP Development & Evaluation •Seaport (Port) •Taxable Advance Refunding (Port) City of Fort Myers •Negotiated Bond Pricing •Bank Loan •Water/ Sewer •Non-Ad Valorem •Senior/Subordinate SRF Refunding •Equipment Leasing Financing •Fund Balance/ Budget Policy •P3 Education •RFP Development & Evaluation •Line of Credit State of Florida •Competitive Sale •Refunding •Lease Financing Broward County •Negotiated Bond Pricing •Taxable/Tax-Exempt •Refunding/New Money •Water/Sewer •TDT Convention Center •CBA Convention Center Hotel •Half Cent Sales Tax •Bond Anticipation Notes •P3 Advisory •Commission Presentation •RFP Development & Evaluation City of Largo •Negotiated Bond Pricing •First Time Issuer •Taxable/Tax-Exempt •New Money •Non-Ad Valorem •RFP Development and Evaluation City of Palm Bay •Competitive Sale •General Obligation •Investment Policy FDOT •P3 Pricing Advisor •Evaluation of Financial Alternatives •P3 Advisory •ESG Disclosure Survey •Market Updates and Market Surveys Miami-Dade Water & Sewer •Negotiated Bond Pricing •Taxable/Tax-Exempt •Refunding/New Money •WIFIA Loans (4) •Bond issues up to $1.2 billion •Commercial Paper •Ratings Upgrade •Senior/Subordinate •Long-term financial modeling Emerald Coast Utility •Equipment Lease Financing •Refunding and New Money Analysis •Solid Waste Venetian CDD • Bank Loan •Forward Refunding •Special Assessment Financing Columbia County •New Client •Board Presentation •Affordable Housing University Place CDD •Bank Loan •Refunding •Special Assessment Financing Housing Finance Authority of •Conduit Financing •Affordable Housing •Developer Negotiations Miami-Dade County •Single Family Pool Loan Sales •Board Presentations City of Safety Harbor •Bank Loan •Refunding •Bank Loan Renegotiations •Non-Ad Valorem •Water/Sewer Escambia County •Negotiated Bond Pricing •Bank Loan Renegotiation •Refunding •Non-Ad Valorem •TDT Capacity Analysis •Conduit Financing City of Palmetto •Non-Ad Valorem •Bank Loans •Refunding/New Money •Conduit Financing •Swap Unwinds Hillsborough County, FL RFP 23417 for Financial Advisory Services 17 PRAG’S PROVEN, MULTI-PHASED APPROACH We view each project as having three stages: Strategic Planning, Implementation, and Ongoing Financial Management. PRAG’s fundamental objective is to provide our clients with the information they need to make well-informed strategic decisions, in each of these project stages. Each phase, which frequently overlap, requires attention be paid to certain key tasks – from long term financial and capital planning during Strategic Planning, to structuring and timing a bond sale or bank loan during Implementation, and to continuing debt management, rating agency communications, and annual reporting involved in Ongoing Financial Management. Working alongside clients both in Florida and nationally, PRAG has developed and refined this approach to ensure we are continuously providing value-added services and benefits to our clients. STRATEGIC PLANNING During the initial Strategic Planning phase, we ensure that we are fully up to speed and take into consideration any internal policies, initiatives, or objectives in our recommendations. We work closely with the County on an on-going basis, to identify refunding savings opportunities and evaluate financing options, in the context of both internal and external considerations to efficiently execute upcoming financings. From a credit perspective, we will work closely with the County to develop a proactive credit strategy that will allow the County to execute its capital plans, while affirming its current ratings or achieving future upgrades for specific credits when warranted. We also act as a partner and resource to the County’s internal staff and external consultants (i.e. Bryant Miller Olive, Nabors Giblin & Nickerson, and PRAG also provides strategic Raftelis) in the evolution and implementation of the County’s long-planning services on non- term financial and capital plans. debt related projects, such as our recent analysis of the PRAG is actively engaged in several strategic planning processes most cost-effective solution with the County including the size and timing of an ELAPP general for Mosquito Control to obligation bond issue, permanent financing for the Northwest expand services. PRAG Transfer State Facility improvements, the Southeast County Landfill developed a detailed Leachate Management Improvements and the new Materials financial model that Recovery Facility for the Solid Waste System and the plan of finance compared lifecycle costs for the almost half a billion dollars of water and sewer system between utilizing the improvements needed in South County. County’s existing helicopter, All of our strategic planning work involves extensive in-house adding a used helicopter or custom cash flow modeling as described in our response to Question several different types of 1.5.3. In addition to developing complex financial models, the new helicopters. Hillsborough County, FL RFP 23417 for Financial Advisory Services 18 County’s municipal advisor must be able to communicate the plans to staff and, if needed, to the Board of County Commissioners both in written form as well as a verbally during informal discussion and in formal presentations. PRAG has participated in many discussions with staff, has drafted multiple memos and recommendations, and has made presentations to the Board and fielded questions, both in individual briefings and to the entire Board during Commission meetings. DEBT STRUCTURING AND IMPLEMENTATION The graphic below presents PRAG’s approach, steps, and responsibilities when developing and implementing a financing plan. To a large extent, each of these processes occurs in the structuring and execution of any bond issue. COORDINATING THE TRANSACTION TEAM. PRAG makes sure the transaction team is available, informed, and efficient. In that role we prepare and distribute the term sheet, distribution list, and timetable which incorporates sufficient lead time for completion of rate studies, revenue sufficiency analysis, bond document preparation and review, rating agency process, and marketing in addition to any educational sessions or workshops for staff and/or the BOCC. By building in additional time within reason, we are to execute an organized and streamlined financing process. PRAG continually monitors the working group’s adherence to the timeline. We incorporate the required BOCC approval dates along with the lead time required for agenda purposes. We also target the optimal time to enter the market based on market tone, competing issues, and economic announcements. PRAG has proven our ability to coordinate financings last year when Hillsborough County had three different bond issues in process at the same time. Wendell Gaertner, Natalie Sidor and Mickey Johnston each worked on all of the deals, but Wendell took leadership in coordinating the Wastewater Impact Fee Assessment Special Assessment Revenue Bonds that closed on April 12, 2021. Concurrently Mickey provided primary coordination of the Capital Improvement Non-Ad Valorem Revenue Bonds that closed May 25, 2021 and Natalie did the same for the Utility Revenue Bonds that closed July 19, 2021. By assigning three senior advisors to serve the County, PRAG can ensure sufficient resources are available to handle multiple financial needs of the County at the same time. STRUCTURING AND ANALYSIS. As Financial Advisor, PRAG works closely with the County to perform a comprehensive review of various financing options, including interim financing, publicly offered debt, Hillsborough County, FL RFP 23417 for Financial Advisory Services 19 privately placed bank loans and other capital sources, to assist the County in developing the best possible plan of finance for a given project(s). We evaluate the various requirements associated with the different financing options, such as the need for a feasibility report and engineering study. PRAG’s analysis focuses not only on the timing and economics (i.e. lowest borrowing costs, mitigating impact to ratepayers/taxpayers) associated with each financing option but also the benefits and considerations of each alternative in the context of the County’s overarching objectives. PRAG views structuring and analysis as an ongoing element of the financing process. For each financing, PRAG works closely with the County to develop alternative structural approaches by varying assumptions (e.g. market conditions, timing, rate increases, credit rating, reserve levels, redemption features, tax status, etc.), including analyses of potential outcomes, risks and benefits, to facilitate informed decision-making. PRAG works with our clients to address all financial aspects of any financing, taking into account their existing debt profile, bonding capacity, the immediate needs of the financing, and future capital plans to determine the ongoing implications of the chosen financing strategy. The expertise and analytical perspective we bring to our clients enables us to advise them as they determine the most efficient source of funding for projects, consider opportunities to refund existing debt, and explore bank lending terms. PRAG has also assisted the County in structuring debt to meet existing bond covenants. For example, the County’s solid waste line of credit which closed in December 2020 was structured with a 20- year amortization and a three-year put to avoid potential rate covenant issues associated with the impact of a shorter balloon maturity. The County’s utility line of credit, which closed in March 2022, faced a similar issue whereby PRAG recommended issuance on a subordinate basis due to the stronger credit of the water and sewer system. DOCUMENTATION PREPARATION. PRAG carefully reviews all bond documents including resolutions, ordinances, indentures, offering documents, feasibility reports, bond purchase agreements, and closing documents. We ensure the initial drafts of documents are available with sufficient time for review. We make sure the documentation is consistent among the various agreements, reports, and disclosure documents. We facilitate the review process. Finally, we ensure that the key pieces of the disclosure documents, such as resiliency efforts, cybersecurity, and impacts of COVID-19, are consistent throughout all disclosures. CREDIT RATINGS. PRAG’s credit expertise and experience has provided benefit to our existing clients by developing proactive strategies to manage its credit ratings. PRAG assists our clients in the development and execution of their credit strategies and rating agency communications both during a bond issue and during rating surveillance, providing analyses, drafting presentations, assisting in written responses to rating analyst questions and participating in conference calls and meetings with the rating agencies. An example of our technical analysis for the County includes developing and maintaining the long-term financial models for both the 4th 5th cent and the cent Tourist Development Taxes. The County has targeted the 4th cent towards Raymond James Stadium and George M. Steinbrenner Field while the 5th cent is used to support Amalie Arena. Each penny is pledged to a different series of bonds and excess funds are used to pay a portion of other non-ad valorem debt that financed improvements to the facilities. Revenues are also used to repay commercial paper draws. PRAG’s models account for all the cash flows associated with each penny. Hillsborough County, FL RFP 23417 for Financial Advisory Services 20 Working with issuers on their credit ratings is a key responsibility of the municipal advisor --higher credit ratings typically translate into lower borrowing costs. PRAG works closely with our clients in developing their rating agency strategies and in drafting targeted materials to present to the rating agencies, in order to best position our clients for a strong ratings outcome. The firm has developed an understanding of the rating agencies process and criteria that we do not believe is present at any other advisory firm. PRAG’s credit expertise and experience can provide benefit by helping the County pro- actively manage its ratings on an on-going basis. We have assisted our Florida clients in (i) obtaining initial ratings on new debt structures, (ii) rating upgrades when appropriate and (iii) developing a proactive, long-term rating strategy to maintain ratings in the context of executing large or complex capital programs. There has been a fundamental shift in rating agency regulation and practices since the financial crisis of 2008. The rating agencies are very careful now not to provide any guidance or feedback on credit issues and structures during the rating process. Knowledge of the rating criteria must be now, more than ever, a critical part of the municipal advisor’s skill set. While the rating factors themselves have not changed materially, the methodologies have in some cases. For example, both Moody’s and Standard & Poor’s have moved away from more of a ‘black box’ methodology in favor of a more transparent ‘scorecard’ methodology for rating municipal credits. In some cases, these methodologies (particularly Standard & Poor’s) have positioned certain issuers for a potential rating upgrade. PRAG stays on top of these changes in rating agency methodologies in order to further customize our rating agency strategies and supporting analysis for each financing and for each rating agency. PRAG works with issuers to evaluate the impact of these published metrics to make the case for obtaining ratings from certain agencies or justifying rating upgrades, both by focusing on the hard metrics and scores, as well as the ‘below the line’ adjustments that can affect the rating. As advisor to many major issuers across the country, we are in regular contact with the rating agencies and have helped many of our clients develop and implement effective rating agency strategies, resulting in upgrades as demonstrated in the case studies provided below. Due to the high volume of bonds that we advise upon, PRAG is also familiar with the credit and structuring parameters of major institutional investors. If requested, we participate in credit calls between an institutional investor and our client. PRAG has assisted the County in developing and delivering its credit story to the rating agencies both as part of an initial issue as well as during the periodic surveillance review process. Hillsborough County enjoys strong ratings and its primary goal is to maintain its coveted Triple-Triple A GO rating. The rating agencies see the issues listed in the table below as major risks to the County’s GO rating. The primary strategy to maintain the County’s AAA ratings, therefore, is to continue to maintain strong reserves and fund balances. Hillsborough County’s GO Ratings Identified Risks Moody’s Aaa Standard & Poor’s AAA Fitch AAA Significant Reduction in cash and fund balance Deterioration of strong liquidity position Failure to implement available policy measures that would offset risks associated with a return to economic contraction, resulting in an erosion of gap-closing capacity Hillsborough County, FL RFP 23417 for Financial Advisory Services 21 Substantial increase in debt and pension burdens Inability to maintain fiscal discipline throughout the economic cycle that results in material and recurring structural imbalance Prolonged and severe declines in tax base Additional leverage that dilutes the level of financial resilience Reinforcing the strength of the County’s financial position, this past May Fitch reviewed the County’s audit, budget, and other public disclosures. Their only question for the County was whether there were any material changes. Since there were none, they did not believe publication of their review was necessary. The County’s utility also enjoys strong ratings, carrying the highest Aaa and AAA from Moody’s and Fitch respectively. The S&P rating of AA+ provides the capacity for an upgrade, but such action may be difficult given the large capital plan for the utility. We think a more realistic goal is to maintain the current rating levels and work towards an upgrade from S&P after implementation of the CIP. PRICING / MARKETING. Our pricing process is highly market focused. Prior to any of our clients entering the market with a transaction, PRAG advisors set out to understand current investor preferences and market conditions; achieve best available ratings (using credit enhancement if warranted) and highlight credit strengths of the issuer; determine best structure to accomplish client’s financing goals and meet investor requirements; and execute pricing in an organized and deliberate process. PRAG focuses on achieving the best pricing by being aware of investor preferences and by structuring financings to appeal to a wide investor base. An efficiently priced bond transaction can save an issuer millions of dollars, and we place a great deal of emphasis on securing the optimal pricing results for our clients. Pricing Process. As the pricing date for either a competitive or a negotiated sale approaches, PRAG develops a preliminary scale of coupons, yields, call provisions, and takedowns, which are representative of the market for the issuer’s bonds. In developing such a scale, our process involves analyzing the client’s historical issues and reviewing their absolute and relative values in comparison to the appropriate market indices, such as Municipal Market Data (“MMD”) municipal bond yield curves; and checking comparable issues in the current market and their absolute and relative trading values, as well as takedowns. In negotiated sales, we also contact underwriting firms that are not participants in the issuer’s proposed negotiated sale for pricing views on the proposed financing, as underwriters are generally willing to discuss pricing views with PRAG because they do not see us as a competitor and they recognize our market presence. Alternative Sales Methods: Competitive versus Negotiated. As Financial Advisor, PRAG’s role and objective for both competitive and negotiated sales is to analyze the specific characteristics of each financing independently to develop a recommendation that achieves the lowest possible borrowing cost for the issuer. Our role in both sales methods is very similar—the only major difference occurs during the sales and marketing period. PRAG evaluates the following factors, in addition to the specific characteristics, of each distinct financing to determine the method of sale that achieves the lowest possible borrowing cost, taking into account the issuer’s internal objectives as well as external market factors. Hillsborough County, FL RFP 23417 for Financial Advisory Services 22 Competitive Sale Characteristics Negotiated Sale Characteristics Highly Rated Credits Lower Rated/ Non-Rated Credits ("Story Bonds") Stable Market Conditions Volatile Market Conditions Standard Security Pledge Innovative Security Customary Bond Structure Unusual Bond Structure Established Entities New Entities Frequent Issuers Infrequent Issuers Political Considerations Political Considerations Floating Rate/ Derivatives The County’s three public bond issues in 2021 illustrate our approach to recommending a competitive or negotiated sale. For most well-known and highly rated issuers like the County, the default sale structure is a competitive sale. Both the non-ad valorem and the utility bond issues met the criteria for a competitive sale in the strong market conditions that were present in 2021 and PRAG recommended they be sold via competitive sale. In May, the County offered $164.5 million of Capital Improvement Non-Ad Valorem Revenue Bonds and received seven bids with half a basis point separating the winning bid and the cover. The next month the County offered $152 million of the Series 2021A utility bonds and received six bids at even tighter spreads. The Series 2021B refunding bonds were structured as a separate series of $17.74 million to ensure that they met the savings threshold and were sold a half hour later. The smaller offering received four bids. (Note: Both the non-ad valorem and utility new money series were ultimately resized within Notice of Sale and resolution parameters) For the County’s special assessment bonds, however, PRAG recommended a negotiated sale due to the unique credit profile associated with the wastewater portion of the existing assessments scattered throughout the County. PRAG helped develop a mini-RFP for the County’s underwriting pool and provided technical assistance during the underwriter selection process. Method Of Sale Decisions Issue Wastewater Impact Fee Assessment Special Assessment Revenue Bonds, Series 2021 (43 Units) Capital Improvement Non-Ad Valorem Revenue Bonds, Series 2021 Utility Revenue Bonds, Series 2021A and Utility Refunding Revenue Bonds, Series 2021B Par Amount $58,040,000 $189,290,000 $175,935,000 Sale Date March 11, 2021 May 11, 2021 June 29, 2021 Credit Special Assessments Covenant to Budget and Appropriate Net Revenues of the Utility Rating (M/SP/F) Aa2/A / --Aa1/AAA/AA+ Aaa/AA+/AAA Term 18 years 30 years 30 years Hillsborough County, FL RFP 23417 for Financial Advisory Services 23 Parity Debt No Yes Yes Market Conditions Relatively Stable Relatively Stable Relatively Stable Major Determinates The bonds were secured by a unique assessment area containing more than 54,000 parcels in 43 Impact Fee Assessment Units. The bonds also had a two-notch split rating from Moody’s and S&P The term required a bond issue and the known credit, liquidity provided by parity debt and the very strong ratings favored competitive sale. The term required a bond issue and the known credit, liquidity provided by parity debt and the very strong ratings favored competitive sale. The refunding series had a minimum net present value savings requirement. Recommended Structure Negotiated Sale Competitive Sale Competitive Sale (Separate Sales for Each Series to ensure minimum refunding savings) PRAG’s Competitive Sale Process. PRAG has been ranked as the #1 financial advisor for competitive sales for new issue long term municipal bonds for the past five years, according to Refinitiv. For competitive sales, PRAG works with our clients to determine the fundamental characteristics of the bond issue, obtain ratings, review bond and disclosure documents and prepare and distribute the notice of sale. We gather pre-pricing information as if we were preparing for a negotiated sale. Our focus is on establishing bid parameters that would give the bidders flexibility in structuring their bids and at the same time fulfill the issuer’s goals within any legal and financial constraints. The goals are to allow the issuer the greatest likelihood of achieving the lowest cost of borrowing, while simultaneously maintaining as much flexibility as possible. We have relationships with the major investment banks who typically participate in competitive sales. Based on our experience, we have found that with enough advance notice and consultation, underwriters are willing to accommodate the needs of the issuer. To accomplish that, and to decide on the best timing of the sale, we check the economic calendar and the calendar of competitive sales on Bloomberg and TM3. In developing the notice of sale, we review the prevailing features of notices of sales in the market and we may discuss the contemplated bid parameters with underwriters (in general terms) to gauge expected market response. We also analyze results of the recent competitive sales and calculate option adjusted yields using our call option model, which helps us to evaluate coupon restrictions on the callable bonds that may be beneficial to the issuer. For refunding bond issues, we may restrict coupons to avoid dis-savings in any fiscal year. Further, we would structure a notice of sale to provide the issuer flexibility to postpone or change the sale date and time; to revise principal amounts and bid parameters before the sale; and to revise principal amounts after the verbal award to the winning bidder. This flexibility enables the issuer to achieve its desired debt service profile or savings profile in the case of a refunding. When working on very large competitive transactions, we may propose various tranching methods to ensure several bidders, after Hillsborough County, FL RFP 23417 for Financial Advisory Services 24 discussions with major market participants. This helps to assure successful execution regardless of market conditions, even for especially large issues. Following the electronic distribution of the Notices of Sale and Preliminary Official Statement via Ipreo Parity and Bloomberg, PRAG personnel contacts underwriting desks to make sure they received the documentation for the upcoming issue, answer questions, and ask whether they intend to bid and with which syndicate. We check the information posted on Parity. If necessary, we schedule meetings with syndicate desks of firms managing a syndicate. We have found that this marketing activity can result in one or two additional bids, ultimately positioning our clients to achieve more favorable pricing results in many instances. After an order period closes, PRAG reviews and verifies all bids submitted via Parity for compliance with bidding restrictions. PRAG developed its own model to calculate TIC precisely, which we use to confirm information provided by Parity before the issuer awards the winning bid. PRAG’s Negotiated Sale Process . PRAG has extensive experience in negotiated underwritings for new money projects, refinancings, and combined new money and refinancing bond issues. According to Refinitiv, in 2021 PRAG advised on $27.4 billion of long-term negotiated municipal bond issuance, making us the 2nd most active firm in the nation. PRAG has developed a thorough process to assist issuers in achieving the lowest cost of borrowing available in a negotiated sale. This process begins well before the actual bond pricing and involves working with the client to develop parameters that set the framework for the pricing. We develop a matrix of call option values, which show the theoretical trade-off among various call provisions of bonds. We use a similar analytic tool to analyze the trade-off between different levels of discounts and yields and the impact of the shorter duration associated with premium bonds. As the pricing date for a negotiated sale approaches, PRAG develops a “consensus” scale of coupons, yields, call provisions and takedowns, which are representative of the market for the issuer’s bonds. In developing such a scale, retail and/or institutional, the following steps are taken: First, we analyze the client’s historical issues and review their absolute and relative values in comparison to the appropriate market indices, such as Municipal Market Data Municipal Yield Curves. Second, we check comparable issues in the current market and their absolute and relative trading values, as well as takedowns. Third, we contact underwriting firms that are not participants in the issuer’s proposed negotiated sale for pricing views on the proposed financing. Other underwriters are willing to discuss pricing views with PRAG because they do not see us as a competitor and recognize our market presence. PRAG also assists its clients in negotiating the underwriter spread components (management fee, expenses and takedowns), eliminating a sometimes contentious pricing day discussion. PRAG also works with the client and the underwriting group to determine the value of holding a retail order period prior to the formal day of pricing. We also review the way manner in which the issue price will be established in the event that 10% of each maturity is not sold by the time the bond purchase agreement is executed. Last year in Florida, PRAG advised on $1.8 billion in negotiated bonds, $604 million in bonds sold via competitive sale, and $569 million in bank facilities - including loans, lines of credit and commercial paper. PRAG also advised on a $424 million WIFIA loan for a water and sewer utility. Our Florida negotiated transactions last year ranged from $3.36 million for an affordable housing financing to over $600 million for a water and sewer utility issue. Hillsborough County, FL RFP 23417 for Financial Advisory Services 25 Pre-Pricing Day. In the afternoon of the pre-pricing day, PRAG presents the issuer with current market information and comparable transactions as described earlier. Subsequently, the underwriter presents their pricing views along with those of members of the underwriting group allowing the issuer to see the range of indicative yields in the market. If a retail order period took place, the underwriter would review retail orders. In addition, discussions begin regarding current market conditions, comparable transactions in the market and potential pricing alternatives. The terms and conditions of the purchase agreement between the underwriters and the issuer should be put into final form and agreed to among the parties. Finally, rules guiding priority of orders and designation policy should be established. Pricing Day. During the morning of pricing day, a preliminary pricing call is held to determine the preliminary coupons, yields and takedowns for the bonds for the institutional order period. During this pricing call the underwriters will propose an interest rate scale which they would like to offer to the market. It is the issuer’s ultimate decision as to what interest rates to offer on a preliminary basis. It should be noted that once the preliminary pricing is announced to the market, it is usually very difficult to make dramatic changes to lower the yields if the bonds are oversubscribed. Once a preliminary price has been determined and agreed upon by the issuer and the underwriter, the underwriter will place a pricing wire announcing the sale and the preliminary interest rates and takedowns. After the release of the pricing wire, PRAG and the issuer are able to monitor the status of the order period using Ipreo's Municipal Bookrunning system, viewing orders in real time. PRAG uses a powerful proprietary model that interfaces with the Parity electronic order entry (“EOE”) system to quickly tabulate electronic investor order information into a simple-to-analyze color-coded summary. Real-time data is compiled and presented as the most pertinent pricing details, such as spreads to MMD, balances and levels of subscription, combining bifurcated maturities when appropriate, visually and nominally highlighting the largest investors (and respective orders by maturities). PRAG immediately distills this information into an easy-to-read single-page format which allows issuers to be better informed and focused when negotiating for more favorable pricing terms. We constantly monitor order flow, rather than passively wait for the underwriter to share select information. Having real-time access to order flow is only as good as the ability to interpret such data and PRAG’s EOE model translates such information to a clear and understandable format in order to best prepare issuers in advance of price negotiations with underwriters. Given the limited time to react to fast moving markets, PRAG’s EOE model is invaluable to providing a detailed picture of the order book during the short amount of time prior to price negotiations. The output from our model consolidates the Ipreo Gameday information without the painstaking time and effort to click through each maturity to view the information. A sample of the output of our EOE model is presented below. REMAINDER OF THE PAGE INTENTIONALLY BLANK Hillsborough County, FL RFP 23417 for Financial Advisory Services 26 PRAG also uses a separate proprietary model during negotiated pricings to evaluate the option adjusted spread impacts of various couponing structures. This analysis can help guide pricing decisions by evaluating the coupons and spreads on an option adjusted basis. After a negotiated order period, PRAG and the issuer will examine the “book” of orders. Depending on the number of orders by maturity, particularly from institutional investors, PRAG will make recommendations to the issuer regarding adjustments in yields and/or changes to coupons. Other factors that are taken into consideration in making recommendations to adjust coupons and yields include current market conditions, overall supply, buyer sentiment, and absolute and relative spreads to historical issues and appropriate market indices. Once this negotiation is completed and the underwriters receive a verbal award of the bonds, PRAG assists, if requested, with the allotment process to ensure the bonds are fairly distributed among the underwriting group. PRE-CLOSING AND CLOSING. After any pricing, we move into the pre-closing process. It is PRAG’s policy to coordinate the closing logistics and wire transfers. We prepare a detailed Closing Memorandum, which acts as both the funding guide for the day of closing as well as the final documentation of all cash transfers and costs of issuance payments. POST-CLOSING EVALUATION. After each issue, we generally provide our clients with a summary of the sale which includes a narrative describing the results of the sale and market conditions, data on coupons, yields and takedowns, retail and institutional orders, an analysis of orders by category (i.e., net designated and member orders) and by underwriter, investor meetings, retentions, allotments, and a comparison of yields to various indices and similar issues. Hillsborough County, FL RFP 23417 for Financial Advisory Services 27 1.5.3. Technical Approach – The Bidder/Proposer shall demonstrate in-house technical support, computer modeling, and financing analysis capabilities. Please provide professional biographies for the specific persons who will be performing technical/financial/credit analysis on this engagement on a full- time basis. In addition to professional backgrounds, licenses and certifications should be included, and any specific assignments that the Bidder/Proposer would be of particular interest or benefit to Hillsborough County should be highlighted IN-HOUSE TECHNICAL CAPABILITIES. PRAG’s success is built on a history of providing comprehensive, high-quality, and independent advice to public sector issuers with respect to capital planning, credit rating strategy, debt portfolio management, debt management, swaps and derivative instruments, and bond proceeds investment strategies. To provide these services, PRAG has developed quantitative analytical tools, financial and debt management modeling capabilities, specialized refunding and call valuation programs and substantial credit expertise and market intelligence. To assist our clients to better understand their options and the long-With our client base as some term effects of critical decisions, PRAG designs comprehensive of the nation’s most frequent capital funding models incorporating various financial decision municipal issuers, PRAG is points, including multi-lien and multi-product debt structures, typically one of the first funding capital projects on a pay-as-you-go basis versus debt financial advisory firms financing, the timing of bonds versus short-term financing exposed to the latest issuances, the structure of long-term bonds, and the impact of innovations in the different amortization structures on rates, fees, and rating agency-marketplace. In fact, PRAG scrutinized financial ratios, among other factors. PRAG’s objective served as municipal advisor is to make even the most complex topics understandable to a wide on two of the five 2021 audience, without overlooking challenges. These analyses are used regional Bond Buyer Deals of to develop long-term financing strategies and are often useful tools the Year recipients – the in the capital budgeting and planning processes, as well as in Midwest Deal of the Year was developing strategies for maintaining the issuer’s credit position. awarded to City of Detroit 2021 Neighborhood All our analytical services are offered in-house by PRAG Improvement General advisors. We develop custom models using a combination of Obligation Bonds and the spreadsheet-driven templates, higher level computer languages Northeast Deal of the Year (e.g., Visual Basic for Applications, or VBA), linear and non-linear was awarded to the optimization software modules, and “off-the-shelf” software (e.g., Metropolitan Transportation the industry-standard DBC Finance) to provide our clients with the Authority (“MTA”), Payroll analysis necessary to make informed decisions. Mobility Tax Senior Lien PRAG advisors have access to all the major municipal market Bonds. information sources including Bloomberg, TM3, and IPREO Gameday. PRAG has subscriber-only access to the major rating agencies including Moody’s, Standard & Poor’s and Fitch. PRAG also subscribes to national business news sources such as The Wall Street Journal and local news sources such as the Tampa Bay Times, the Tampa Bay Business Journal and Florida Trend. EXAMPLE OF TECHNICAL MANAGEMENT OF LARGE DEBT PORTFOLIO – CITY OF NEW YORK. PRAG has served as financial advisor to The City of New York since 1990 for NYC’s General Obligation Bonds and bonds issued through the New York City Transitional Finance Authority since it first was formed in 1997. NYC is one of the largest municipal issuers in the nation, with over $84 billion of debt outstanding, including GO Bonds, TFA Future Tax Secured Bonds and TFA Building Aid Revenue Hillsborough County, FL RFP 23417 for Financial Advisory Services 28 Bonds. Between GO and TFA, there are typically nine to ten bond issues a year of $850 million or greater. As financial advisor to NYC, PRAG’s role includes: (i) structuring of bond issues and reviewing structures proposed by underwriters by using our optimization model to best meet NYC’s financing objectives while complying with New York State Local Finance Law (“LFL”) and Federal tax law constraints; (ii) assisting with future debt issuances plans by monitoring the best sequencing of refundings based on call dates of outstanding bonds; (iii) advising on the pricing of each bond sale; (iv) advising on credit matters; (v) analyzing financing proposals submitted by underwriters; (vi)reviewing financing documents; and (vii) providing pre-and post-pricing analyses. We also provide NYC with weekly market updates on new issues that priced in the marketplace and forward issuance calendars. PRAG uses our in-house, tailored financing model with linear programming add-in “What’s Best!” to structure NYC’s bonds. In light of New York State Law and Federal Tax Law constraints on the amortization of debt, given the varied uses of proceeds for NYC’s capital program and because of NYC’s own policy and budgetary objectives, achieving an optimal debt structure is nearly impossible using “off-the-shelf” software packages, such as DBC. Structuring refundings is even more complex given the large amount of debt outstanding. Our refunding model selects the bonds to be refunded to comply with NYC’s savings requirements. We use our model to determine the optimal placement of tax-exempt, taxable, and variable rate components in the bond structure. NYC’s refundings have become more complicated with the Federal tax law change prohibiting tax-exempt advance refundings along with the existing LFL amortization requirements and NYC’s policy of no dissavings in any fiscal year. With a smaller universe of bonds that produce savings to choose from, there could be gaps in which taxable advance refundings or current refundings of variable rate bonds are required to meet LFL and City requirements. Given the complexity of identifying and structuring these transactions, PRAG’s financing model is crucial to our advisory work for NYC. TECHNICAL INNOVATIONS. The key to PRAG’s ability to deliver innovation is our platform that puts senior-level partners with a broad understanding of market, technical, and legal developments in day- to-day contact with our clients and their specific financing needs. PRAG has developed and implemented many innovative solutions for issues facing our clients: We introduced the initial “Promise and Performance” Strategy (District of Columbia) for rating agency presentations that has helped several clients secure rating upgrades over time. We developed the first tobacco securitization (City of New York) in the country. We worked on the first Rate Reduction Bond Program (State of California) in the nation. Our firm proposed and helped implement the first commercial paper program (State of Connecticut) for both cash flow and capital funding requirements. We were the first financial advisor to implement Build America Bonds (State of California) and we structured the Notices of Sales for subsequent competitive sales (Commonwealth of Virginia) that allowed underwriters to decide which maturities would be sold as BABs and which as tax- exempt bonds so that the issue would receive overall lowest True Interest Cost (“TIC”). We developed the first tax-exempt asset-backed program in the nation (New York City Transitional Finance Authority) supported by income and sales tax revenues. We structured the first competitive bidding of large bond issues by tranches with non-repeating maturities, so the winning bidders do not compete (State of California and State of New York). PRAG is the only municipal advisor who has advised borrowers on the Federal Reserve’s Municipal Liquidity Facility (“MLF”) program (State of Illinois and MTA). Hillsborough County, FL RFP 23417 for Financial Advisory Services 29 PROFESSIONAL CREDENTIALS. For PRAG is committed to Florida and has Hillsborough County, Wendell Gaertner, with substantially increased the level of service we can 33 years of public finance experience, will provide since our prior contract with the County continue to serve as Project Supervisor and was executed in 2017. In 2018 PRAG added Natalie primary point of contact. He will also be Sidor, Molly Clark and Mickey Johnston, all three responsible for negotiating and executing all having significant public finance experience. This agreements with the County and providing year Monique Spotts, a bond attorney with 35 years oversight, supervision and strategic advice. of experience joined PRAG. On a combined basis He is a registered Series 50, Municipal Advisor PRAG’s Florida team offers the County over 150 Representative and a Series 54, Municipal years of Public Finance experience. Advisor Principal and is a long-time Hillsborough County resident. Natalie Sidor and Mickey Johnston will serve as Co-Project Managers and will have primary responsibility for delivering our advisory services to the County. Natalie has 17 years of public finance experience and Mickey has 14 years of public finance experience. Both Natalie and Mickey have been advising the County since they joined PRAG in 2018. In addition, Natalie covered the County from a banking/underwriting perspective from 2009 to 2018. In addition to this primary team, Molly Clark, Senior Managing Director, will provide transactional support. As a registered Series 65, Investment Advisor Representative, Molly will also provide advisory services relating to the investment of bond proceeds as needed. Marianne Edmonds, Senior Managing Director, and Monique Spotts, Managing Director, will provide strategic support as well as affordable housing advisory services. Unlike many advisors who have spent most, if not all, of their career as a municipal advisor, all of PRAG’s Florida team have extensive experience in other aspects of public finance and have chosen to focus their career solely in the municipal advisory industry. Our experience includes investment banking, commercial banking, real estate development, law and general finance. This deliberate commitment to municipal advisory reflects the desire of our staff to work with our clients on a long- term basis. It also allows us to offer our clients the direct personal experience of how investment banks and commercial banks operate and what motivates and constricts their actions. The team’s professional backgrounds and experience with the County are summarized below. The resumes for the Project Supervisor and Co-Project Managers are detailed in our response to Question 1.5.4. Resumes for the rest of the team that will support the County are included as Appendix A. Wendell Gaertner, Senior Managing Director •Project Supervisor • 33 years of municipal finance experience. •Joined PRAG in 2013; Prior experience in commercial and investment banking Experience with state and local governments throughout Florida, including providing strategic advisory services and evaluation of P3s for economic development projects, real estate projects, transportation and affordable housing. •MBA, Stetson University. B.S., University of Miami. • Municipal Advisor Registered Representative; Municipal Advisor Principal. Natalie Sidor, Senior Managing Director •Co- Project Manager Hillsborough County, FL RFP 23417 for Financial Advisory Services 30 •17 years of municipal finance experience. •Joined PRAG in 2018; 13 years in public finance at Raymond James. •Experience with state and local governments throughout the Southeast and Florida, including utility, general obligation, special tax, appropriation, tax increments and assessment bonds. •MBA, The Wharton School. B.S. in Finance and Economics, University of Tampa. •Municipal Advisor Registered Representative. Mickey Johnston, Managing Director •Co-Project Manager •14 years of municipal finance experience. •Joined PRAG in 2018; prior experience in financial analysis at a municipal accounting firm and a leading investment firm. Advises on general debt issuance, utility revenue bonds as well as P3 and economic development advisory services concerning tax abatements, inclusionary zoning and special assessments. •B.B.A., James Madison University. •Municipal Advisor Registered Representative. Molly Clark, Senior Managing Director •20 years of municipal finance experience. •Joined PRAG in 2018; 16 years in public finance at Wells Fargo and RBC Capital Markets. •Experience with state and local governments throughout Florida, with a focus on utility systems, general obligation, revenue and appropriation backed debt. •B.A. in Economics, Carleton College. •Municipal Advisor Registered Representative. Marianne Edmonds, Senior Managing Director •40 years of municipal finance experience. •Established Marianne Edmonds, Inc. in 1997, acquired by PRAG in 2005. Manages PRAG’s affordable housing practice in addition to her work with many of PRAG’s general government clients. Also serves as PRAG’s Chief Compliance Officer -municipal advisory practice and served as one of the Municipal Advisor Representatives on the Municipal Securities Rulemaking Board. •MBA, The Wharton School / B.A., Northwestern University •Municipal Advisor Registered Representative; Municipal Advisor Principal. Monique Spotts, Managing Director •35 years of municipal finance experience. •Joined PRAG in 2022. Extensive experience with state and local governments throughout Florida as former bond counsel and disclosure counsel with Bryant Miller Olive, P.A.. Experience includes all general governmental debt backed by all credit sources including non-ad valorem revenue bonds, utility debt and affordable housing. •J.D., Valparaiso University School of Law / B.A., University of Michigan •Municipal Advisor Registered Representative. TECHNICAL APPROACH. Hillsborough County is a large and complicated organization with a variety of financial issues, many of which arise unexpectedly. As the County’s municipal advisor PRAG works closely on a regularly basis with the Chief Financial Administrator and his team, including the Management and Budget Department and Debt and Financial Analysis as well as the Clerk of the Circuit Court’s Chief Financial Officer and his accounting team as the group responsible for implementing and Hillsborough County, FL RFP 23417 for Financial Advisory Services 31 managing the County’s debt. PRAG has also worked with a variety of departments within the County to implement financings including Solid Waste, Water Resources, and Public Works. In addition, PRAG has assisted various departments with financial analysis and P3 advisory services including Fire Rescue, Facilities Management & Real Estate Services, Library Services, Public Works, Affordable Housing, and Management and Budget. We know the leadership of these Departments and the role they play to meet the County’s mission. PRAG’s overall approach to planning and implementing a debt financing was presented in Question 1.5.2. We mentioned several programs that we are currently assisting the County in the strategic planning process, including the major financing for the County’s Utility System. While the required costing and timing information is still being refined, PRAG would use the following technical approach in developing the strategic plan. The County has currently identified the following water and wastewater projects in need of long-term financing. These projects are critical to existing and continued development in the South County area. Project Current Cost Estimate (Millions) Initial Design Services Expected GMP Expected Balm Road Super Pump Station $40.000 July 2023 Aug 2024 Balm River Road Parallel Force Main 24.000 Aug/Sept 2023 Mar/May 2024 South County Drinking Water Facility (Phase 1) 30.600 May 2023 June 2024 South County One Water Campus AWWTF 275.000 Feb 2023 June 2024 South County OWC Pipeline – Reclaimed 62.500 Dec 2022 June 2023/Dec 2024 South County OWC Pipeline – Wastewater 47.500 Dec 2022 June 2023/Dec 2024 Tampa Bay Water – Potable TM 10.176 2023 Total $489.776 The important considerations regarding the project list include: •Initial Funding Needed in December 2022 •South County One Water Campus AWWTF represents 56% of total project costs; and, •Construction commencement on the pipelines are uncertain, likely due to potential easement issues. The County requires that funding be identified before contracts are let. The County also needs to comply with IRS spend-down requirements which require a reasonable expectation that the County will spend 85% of the bond proceeds within three years. PRAG is currently working with the County to develop an estimate of both initial design services costs and cash flow needs during construction. The County is currently estimating initial design services at approximately 20% of the total cost estimate. This, along with early payments due to Tampa Bay Water, result in an estimated need of approximately $127 million for initial design services beginning in December. These services will be contracts that are separate from the construction contracts so full project financing does not need to be in place to fund the design work. The County has some funds on hand that can be used in conjunction with a Reimbursement Resolution and short-term credit facilities. Given the expected size of the funding for initial design services, we Hillsborough County, FL RFP 23417 for Financial Advisory Services 32 expect one financing in early 2023 followed by a larger issue in early FY2024 to ensure compliance with the spend-down rules. TECHNICAL WORK PRODUCT SAMPLES. We have included as Appendix B a small sampling of the work product we have produced for the County during the current contract term. This sampling illustrates our written communication, our graphic presentations and our custom financial modeling. 1)Memo Dated July 3, 2019 concerning proposed ELAPP bond issue structure; 2)Impact Fee Auction #1 Results; 3)4th Cent TDT Model; 4)Library Site Market Sounding; 5)Anti-Dilution Model; 6)ELAPP Capacity Analysis; and, 7)Memo Dated July 19, 2022 concerning Sheriff’s Operations Center Unsolicited Proposal. REMAINDER OF THE PAGE INTENTIONALLY BLANK Hillsborough County, FL RFP 23417 for Financial Advisory Services 33 1.5.4. Qualifications – The Bidder/Proposer shall demonstrate its qualifications by attaching: 1.5.4.1. The names, backgrounds, and three (3) business references with office locations and phone numbers for the specific persons who will be assigned to this engagement on a full-time basis. Describe the professional backgrounds of these individuals, particularly their public finance and financial advisory experience in the State of Florida. Indicate each individual’s responsibilities during the engagement. Please limit response to no more than three (3) pages in total. The County will continue to deal most directly with the PRAG representatives detailed below who will be supported by Molly Clark, Marianne Edmonds and Monique Spotts in the Florida office and other PRAG professionals as needed. PROJECT SUPERVISOR Wendell Gaertner Senior Managing Director 150 Second Avenue North, Suite 400 St. Petersburg, FL 33701 Tel 727-822-3339 Fax 727-822-3502 wgaertner@pragadvisors.com Length of career in public finance — 33 years Professional Involvement − Florida Government Finance Officers Association − North American Public Private Partnership Deal of the Year, Project Finance Magazine − North American Real Estate Deal of the Year, Project Finance Magazine Business References − Hillsborough County Bonnie Wise, County Administrator (813) 272-7418 − Miami-Dade County Water and Sewer Frances Morris, CFO (786) 552-8104 − Broward County George Tablack, CFO (954) 357-7130 Wendell Gaertner is a Senior Managing Director and Shareholder of PRAG. He joined the firm in 2013 and brings 33 years of experience in public finance at the local, regional, state and federal level. Wendell manages the firm’s Florida office and will continue to serve as Project Supervisor for the County and will serve as the primary contact. Wendell will have primary responsibility to ensure the delivery of exceptional service to the County. He will provide strategic and transactional advice as well as advice related to economic development and public private partnerships. Wendell has been advising the County for almost a decade and has a strong institutional knowledge of the County’s debt portfolio. He understands why certain projects are financed with taxable commercial paper, how the County allocates the 4th and 5th cents of the TDT, why certain amounts of the Communication Services Taxes are restricted and the parameters for ELAPP borrowings, among others. In addition to providing transactional advice for debt issuances, Wendell has also provided strategic financial advisory services including development of long-term financial models, creation of interim funding strategies, evaluation of public-private partnership opportunities and Value for Money analyses. He has advised clients on financial structures and strategies in connection with utility, economic development projects, real estate projects, transportation, Public Private Partnerships and affordable housing. Wendell has served as an investment banker and financial advisor with Merrill Lynch, Banc of America Securities and Raymond James. He began his career as a commercial banker with Barnett Bank of Tampa. With over three decades of experience in finance, he has experienced multiple economic cycles, something of great importance in today’s volatile markets. Wendell received a B.S. in Chemistry with General Honors from the University of Miami in Coral Gables and an MBA from Stetson University. He is a registered Series 50, Municipal Advisor Representative and a Series 54, Municipal Advisor Principal and has resided in Hillsborough County for 36 years. Hillsborough County, FL RFP 23417 for Financial Advisory Services 34 CO-PROJECT MANAGER Natalie Sidor Senior Managing Director 150 Second Avenue North, Suite 400 St. Petersburg, FL 33701 Tel 727-822-3339 Fax 727-822-3502 nsidor@pragadvisors.com Length of career in public finance — 17 years Professional Involvement − Florida Government Finance Officers Association − Florida Women in Public Finance, Founding Member (2016), President (2019), Board Member (2016-Present) − The University of Tampa Board of Fellows (2013-present) − Raymond James Public Finance Banker of the Year (2012) Representative Clients Served − Hillsborough County − Manatee County − City of Clearwater − City of Fort Myers − Peace River Manasota Regional Water Supply Authority Business References − Hillsborough County Julie Wisdom, Debt and Financial Analysis Manager (813) 272-6213 − City of Fort Myers Holly Simone, Deputy Director of Finance (239) 321-7159 − Peace River Manasota Regional Water Supply Authority Ann Lee, Finance & Budget Senior Manager (941) 316-1776 Natalie Sidor joined PRAG in 2018 and offers 17 years of corporate and public finance experience. At PRAG Natalie provides client support and transactional advisory services to Florida local governments, agencies, authorities, and special districts. Natalie currently serves or has recently served the following advisory clients: Hillsborough County, Manatee County, Escambia County, Clearwater, Fort Myers, Emerald Coast Utilities Authority, and the Peace River Manasota Regional Water Supply Authority, to name a few. Natalie will continue to serve as Co-Project Manager for the County and will continue to be directly available to the County. Natalie will be responsible for providing strategic and transactional advice and to ensure the County’s financings are executed efficiently. Formerly with Raymond James and Associates, Inc., Natalie provided investment banking and advisory services to clients throughout the Southeast and Florida. While at Raymond James Natalie was responsible for evaluating, developing and executing financing solutions based on client objectives and market dynamics. During her time with Raymond James, Natalie was involved in the execution of $4.5 billion of lead- managed municipal financings for state and local governments, primarily in Florida. In addition to her extensive public finance experience, Natalie also has experience in real estate development and corporate finance. After receiving her MBA, Natalie was the Finance and Investments Manager for The Sembler Company, a real estate development company. Natalie began her career as an analyst in Corporate Investment Banking for Wachovia Securities, participating in deal teams for mergers and acquisitions advisory, debt private placements, strategic studies and valuations. Natalie is a founding member of the Florida Chapter of Women in Public Finance, served as the President in 2019 and currently serves as an ex- officio member of the Board. Natalie also serves as a member of the University of Tampa Board of Fellows and the University of Tampa Educational Affairs Committee. Natalie received a B.S. degree from the University of Tampa with a double major in finance and economics. Also, Natalie earned an MBA from The Wharton School of the University of Pennsylvania. She is a registered Series 50, Municipal Advisor Representative. Hillsborough County, FL RFP 23417 for Financial Advisory Services 35 CO-PROJECT MANAGER Mickey Johnston Managing Director 150 Second Avenue North, Suite 400 St. Petersburg, FL 33701 Tel 727-822-3339 Fax 727-822-3502 mjohnston@pragadvisors.com Length of career in public finance — 14 years Professional Involvement − Florida Government Finance Officers Association − New Jersey Municipal Management Association, 2016 Presenter, “Municipal PILOT Agreements” Representative Clients Served — Hillsborough County — City of Clearwater — Florida League of Cities — Manatee County — City of Safety Harbor — Broward County Business References − Hillsborough County Tom Fesler, Chief Financial Administrator (813) 276-8282 − City of Clearwater Jay Ravins, Finance Director (727) 562-4538 − Florida League of Cities Paul Shamoun, Director of Financial Services (850) 701-3648 Michael “Mickey” Johnston joined PRAG in 2018 after spending over ten years advising municipalities across the State of New Jersey where he managed the financial analysis group for Lerch, Vinci & Higgins, a municipal accounting firm. Mickey will continue to serve as Co-Project Manager for the County and will continue to be directly available to the County. Mickey will be responsible for providing strategic and transactional advice and to ensure the County’s financings are executed efficiently. Mickey will also provide custom financing modeling for the County for both debt and non-debt projects, especially those related to economic development, affordable housing and public private partnerships. Since joining PRAG, Mickey has advised clients on various debt transactions including bond issues, bank loans, commercial paper notes, and other credit facilities. Mickey also has experience with P3 initiatives, actively builds custom financial models for clients, and structures cash flows utilizing the industry-standard DBC software. In addition, Mickey leverages Bloomberg, The Municipal Market Monitor (TM3), and other industry sources to provide clients with regular market updates. Mickey supports some of the Florida office’s larger clients including Hillsborough County, Broward County, and Miami-Dade County, but he also plays a key role in advising smaller communities through PRAG’s relationships with the Florida League of Cities and Florida Municipal Loan Council. Mickey has recently leveraged his prior experience by providing the City of Newark (N.J.), the largest city in New Jersey, with support concerning tax abatement agreement analysis and negotiation. He works closely with the City’s Economic & Housing Development department to execute financial agreements between the City and developers. Mickey also assists EHD with analysis utilized to strengthen existing ordinances, most notably the City’s inclusionary zoning ordinance which promotes equitable growth and increased affordable housing for low income residents. Mickey has also recently assisted the City of Asbury Park, N.J. with PILOT and Special Assessment billing calculations in connection with the City’s Waterfront Area Redevelopment and Redevelopment Area Bond Program. Aside from his work in public finance, Mickey also gained valuable experience as a Manager of Financial Analysis at Blackstone, one of the world’s leading investment firms, in New York City. Mickey earned his B.B.A. in Finance from James Madison University. He is a registered Series 50, Municipal Advisor Representative. Hillsborough County, FL RFP 23417 for Financial Advisory Services 36 1.5.4.2. At least one (1), and no more than three (3), examples of financing or financial management advice given to a client who, in the opinion of the Bidder/Proposer, represents innovative problem solving initiated by the Bidder/Proposer, or is otherwise of particular note. Please limit response to no more than three (3) pages in total. Innovative Problem Solving Case Study #1 -Innovative Technique for Non-Bond Services Related to Economic Development Incentives (Hillsborough County) Applicability to Hillsborough County Broad range of debt and non-debt services for Hillsborough County. Ability to use innovative market-based solutions to solve non-bond problems. Development and execution of a unique impact fee auction. Serving Hillsborough County as financial advisor since 2012, PRAG has provided a variety of debt solutions as well as specialized advisory services for infrastructure projects including transportation, affordable housing, privatization, sports facilities and economic development. During the most recent contract cycle PRAG has advised Hillsborough County on the following debt issuances and non-bond projects: Debt Issuances •$11,749,000 Capital Improvement Non-Ad Valorem Refunding Revenue Note (Warehouse and Sheriff’s Facilities Project), Series 2017 •$27,216,000 Capital Improvement Program Refunding Revenue Note, Series 2017 •$275,541,017 Commercial Paper Restructuring; •$61,135,000 Community Investment Tax Refunding Revenue Bonds, Series 2018; •$42,835,000 Capacity Assessment Special Assessment Refunding Revenue Notes; •$142,720,000 Capital Improvement Non-Ad Valorem Revenue Bonds, Series 2019; •$103,780,000 General Obligation Refunding Bonds (Environmental Lands Acquisition and Protection Program), Series 2019A and B; •$90,375,000 Utility Refunding Revenue Bonds, Series 2019; •$22,000,000 Line of Credit (Solid Waste and Resource Recovery Note, Series 2020); •$189,290,000 Capital Improvement Non-Ad Valorem Revenue Bonds, Series 2021; •$275,541,017 Capital Improvement Program Commercial Paper Notes; •$58,040,000 Wastewater Impact Fee Assessment Special Assessment RevenueBonds, Series 2021; and, •$174,935,000 Utility Revenue Bonds, Series 2021A and B; and, •$37,500,000 Line of Credit (Subordinate Utility Revenue Note, Series 2022). Non-Bond Projects •Court Fee Restructuring; •Neighborhood Special Assessment District (Dana Shores); •Midtown Development Project; •Court Master Plan Analysis; •Library P3 Market Sounding; •Impact Fee Analysis; •Impact Fee Offset Auction; •Ybor City Redevelopment RFP; •MOSI Redevelopment RFP; •Affordable Housing; •Film Studio RFP; •Unsolicited P3 Proposal Analysis (Public Safety) •Mosquito Helicopter Analysis (in process) A project that we implemented for Hillsborough County that illustrates our ability to provide innovative solutions to financial problems -the development of the County’s Impact Fee Offset Credit Auction. Hillsborough County has historically provided credits against future transportation impact fees to developers whose infrastructure investments benefit areas outside their development. By 2016 the amount of transportation offset credits had grown to $100 million with no stated expiration dates. Hillsborough County had transitioned from a transportation impact fee program to a broader mobility fee program and desired to reduce the amount of offset credits outstanding to reduce its liabilities and provide a process to utilize the credits for future economic development projects. Although this was not a bond related transaction, Hillsborough County engaged PRAG to develop and implement a program that would provide an orderly and fair process for willing developers to sell their offset credits to Hillsborough County at a discount. PRAG worked with Hillsborough County to develop a concept, document the process, coordinate communication with the development community, meet with offset owners, and obtain the required Hillsborough County, FL RFP 23417 for Financial Advisory Services 37 County Board approvals. Owners of the credits could offer their credits for purchase at a discount. Hillsborough County would buy the credits offered at the lowest discount first, and then continue to purchase the next highest discount until all allocated funding was used. Hillsborough County held a total of five auctions with the first occurring in July 2017 and the last in June 2019. In all, Hillsborough County has purchased $69.8 million in face value of impact fee offset credits for a net outlay of $47.9 million, a savings of over $22 million. In addition, the program accelerates the conversion to a full mobility fee structure and a significant portion of the credits have been retained by Hillsborough County at their face value for future economic development incentives. Innovative Problem-Solving Case Study #2 -Strategic Planning and Financial Modeling for a multi- billion dollar capital program (Miami-Dade County) Applicability to Hillsborough County: Demonstrates experience with developing financing programs to implement long- term capital plans for major utilities. Incorporates a variety of debt structures including commercial paper, WIFIA loan,Senior Bonds and Subordinate Bonds. One example of PRAG’s ability to use innovative financial techniques and customized analytics as part of the long-term strategic planning process is our on-going work as financial advisor to Miami-Dade County’s Water & Sewer Department (“WASD”). The example of our ability to develop sophisticated financial models would benefit the County in any financial planning capacity. WASD is the largest water utility in the Southeastern United States serving over 450,000 retail water customers. With aging infrastructure and a growing population, the service area is uniquely situated next to the Florida Everglades. In addition to the geographical complexities of the service area, WASD’s most significant financing challenge is navigating capacity constraints in light of its substantial CIP needs and forward-looking additional bonds test. WASD has long term capital improvement program in excess of $7.5 billion in connection with Consent Decrees, system reconfiguration and deferred maintenance. This capital program is expected to last over 20 years and PRAG manages the financial modeling for future debt issues over the twenty-year period. A core component of our work with WASD has been the development of a robust custom pro forma that brings operations, capital needs, and financing together in a single financial model. With this model, WASD can plan its future financings based on expected work schedules, determine the ability to meet rate covenants and additional bonds test, evaluate the impact of various rate increases, and see the potential impact on the major financial tests monitored by the rating agencies. As WASD began gearing up its large capital program in 2016, PRAG recommended WASD establish a commercial paper program to provide funding on an as-needed basis for construction. As PRAG worked with staff to develop the long-term financial plan and budget for WASD, we realized that the restrictions placed on the system through its 23-year-old Senior Bond Ordinance would require careful structuring of the bank letters of credit supporting the CP program to avoid restricting WASD’s future ability to issue debt under the various Additional Bonds Tests and to avoid potential problems in meeting future Rate Covenant tests. PRAG structured the repayment of the letters of credit, therefore, on a subordinate basis to WASD’s senior bonds and we took care to ensure that the term out payments each year would not cause the County to violate its Rate Covenant. PRAG used the financial model to run a large number of scenarios Hillsborough County, FL RFP 23417 for Financial Advisory Services 38 since both the Additional Bonds Test and the Rate Covenant had to account for both senior and subordinate debt. We then solicited international, national and regional banks through a formal RFP program to provide the letter of credit. After evaluation of the responses we recommended two banks at $200 million each to optimize pricing and reduce risk. We conducted protracted and detailed negotiations with each bank and in the end structured one reimbursement agreement with an eight-year repayment on a subordinate basis. Because our model showed that under certain scenarios the County could face a rate covenant issue if all of the repayment was on a subordinate basis, we structured the reimbursement agreement for the second bank such that half of the repayment was secured on a subordinate basis over five years and the other half was only secured by the future issuance of debt. PRAG was able to obtain investment grade ratings on both credit facilities despite the limited security pledged to their repayment. PRAG updates the financial model at least annually. By inputting WASD’s anticipated monthly construction needs, the model calculates the expected issuance of commercial paper and the timing of the required take-out bonds. Using this information, PRAG assists WASD annually in proposing its recommended rate increases required to support its capital plan. Because of WASD’s demonstrated financial capabilities, in January 2019 S&P upgraded WASD’s ratings in the midst of its massive capital plan. According to the S&P analyst, “The upgrade reflects the county’s demonstrated ability to generate revenue sufficient to support strong financial performance while it works through its substantial capital investment plan.” Late that year PRAG modified the model again to include the ability to incorporate federal EPA Water Infrastructure Finance and Innovation Act (“WIFIA”) loans into WASD’s capital plan. PRAG used the financial model to propose a structure for the WIFIA loan that deferred all payments until 2027 at which point WASD’s maximum annual debt service dropped by approximately $30 million, allowing the use of WIFIA funding without increasing MADS. PRAG provided the loan structure for the County’s WIFIA application. The WIFIA loan was structured on a subordinate basis and the County obtained SRF loans for the required local match. The first WIFIA loan for the County closed on March 22, 2019 in the amount of $99.7 million. The County subsequently closed two more WIFIA loans, one for $326.2 million which closed on May 28, 2020 and a third for $235.2 million which closed on July 15, 2020. WASD did not have enough SRF capacity to provide the required local match. WASD did not want to use senior bonds for the match because WIFIA would then require their loans to be in a senior position. PRAG structured future funding of capital markets subordinate bonds to provide the match, which would be WASD’s first issuance of subordinate bonds. PRAG used the financial model to show WIFIA WASD’s capacity to issue the subordinate bonds. After reviewing the model results, WIFIA did not require the County to issue the subordinate bonds prior to closing on the WIFIA loans, which provided substantial interest rates savings. PRAG most recently used the model to design and implement a financial plan that allowed Miami-Dade County’s Water and Sewer Department to borrow over $1.265 billion in the spring and summer of 2021 in a combined plan of finance to take advantage of current low interest rate conditions, diversify its funding alternatives and maximize federal funding capacity for its Water and Sewer Department. The County issued its $605,600,000 Water and Sewer System Revenue Bonds, Series 2021 in late April 2021, its $236,135,000 Subordinate Water and Sewer System Revenue Bonds, Series 2021 in early July 2021 and closed its fourth WIFIA loan of $424 million in September 2021. Hillsborough County, FL RFP 23417 for Financial Advisory Services 39 1.5.4.3. A description of the firm's longevity as a municipal financial advisor, the number of employees and the number of whom are professional staff, and a description of the ownership structure and business dealings of parent companies, if any. Please limit response to no more than two (2) pages. PRAG has served as municipal advisor to Hillsborough County continuously since 2012. During our most recent contract term, PRAG has provided the County with comprehensive and customized advisory services resulting in: •Successful closing of $860 billion of bond and bank loan financings to fund projects including general government, CIT, ELAPP, solid waste and water and wastewater. •Successful closing of interim financing programs including commercial paper and lines of credit for general government purposes and for solid waste. •Aggregate debt service savings of over $40 million achieved through refunding transactions. •Maintenance of the County’s strong AAA Issuer Credit Ratings as well as its CIT and TDT ratings during the COVID-19 pandemic. •Development and implementation of an Impact Fee Offset Credit Auction. •Development of new wastewater-only special assessment credit. •Creation of multiple customized strategic and financial planning models. •Expansion of services to include real estate development and P3 advisory services. Founded in 1985, Public Resources Advisory Group, Inc. (“PRAG”) is an independent financial, investment and swap advisory firm. PRAG provides independent and in-depth financial and investment advisory services to state and local governments, authorities and agencies and has continuously served governmental entities for the 37 years that our firm has been in business. PRAG is registered as a Municipal Advisor with the MSRB (MSRB ID K0133) and the SEC (Municipal Advisor Registration Number 867-00146). In addition, PRAG is registered as an investment adviser under the Investment Advisers Act of 1940 in the states of California, Florida, Maryland, New York, Pennsylvania, and the District of Columbia. PRAG provides independent and in-depth financial and investment advisory services to state and local governments, authorities and agencies and has continuously served governmental entities for the 37 years that our firm has been in business. PRAG has no affiliates or subsidiaries. PRAG has five offices, including our headquarters in New York’s financial district, and offices in suburban Philadelphia, Los Angeles, Oakland and St. Petersburg, with a total of 38 employees. The size of our firm is large enough to provide corporate efficiencies and a broad view of the market, but small enough to allow our advisors to PRAG is organized as a know each other and maintain direct relationships and lines of subchapter S corporation communication, allowing us to effectively leverage the knowledge of and is wholly-owned and the firm. managed by its employees. PRAG’s municipal advisors are drawn from diverse backgrounds, Minorities and women including issuers, credit analysts, bond attorneys, and public finance own fifty percent (50.1%) investment bankers – creating a team with the highest degree of credit of the firm. Fifteen (15) of the thirty-eight employees expertise, knowledge of the public capital markets, superior are PRAG’s shareholders. quantitative skills and in-depth appreciation of the unique challenges borrowers face in the municipal market. As a result, we advise our numerous clients across all aspects of their financing needs. Hillsborough County, FL RFP 23417 for Financial Advisory Services 40 ' One of the defining characteristics of PRAG is our reliance on senior staff members to perform the majority of our analysis and communication. Most of the work product we produce is the direct work of advisors with many years of experience through multiple market cycles. PRAG has a fully staffed, accessible Florida team with six senior advisors representing 150 years of combined municipal finance experience. In 2018, PRAG significantly expanded its Florida presence with the hiring of Natalie Sidor, Senior Managing Director, Molly Clark, Senior Managing Director, and Mickey Johnston, Managing Director. Ms. Sidor and Ms. Clark each came to PRAG after having spent 15+ years working on the underwriting/ investment banking side of the municipal finance business, with the majority of their careers focused on entities throughout Florida, while Mr. Johnston previously spent ten years as a financial analyst with a municipal accounting firm in New Jersey. They joined long-time PRAG advisors, Marianne Edmonds and Wendell Gaertner, each with over 30 years of public finance experience. Our most recent addition to the Florida team is Monique Spotts, a public finance professional with 35 years of experience as a bond attorney. PRAG Professionals Senior Level Associate Level Support Staff New York, NY 10 3 9 Media, PA 2 2 0 St. Petersburg, FL 6 0 1 Los Angeles, CA 3 0 1 Oakland, CA 1 0 0 Total 22 5 11 PRAG’s full team of advisors will be available as resources to the core team, either for market, credit, industry, or transactional information. We take pride in our team-based coverage approach, and we believe the success of this approach is demonstrated by the growth we have experienced in Florida since we most recently formally presented our credentials to the County during the last RFP process in 2017. PRAG s Florida Clients Added Since 2017 Issuer Type Engagement Year City of Wildw ood Municipa lity 2022 Peace River Manasota Regional Water Authority Multi-County Authority 2022 Columbia County County 2022 Sumter County County 2022 Venetian Community Development District * Specia l District 2021 University Pla ce Community Development District * Specia l District 2021 City of Largo Municipa lity 2021 Emerald Coast Utility Authority County Authority 2021 Villa ge of Pinecrest * Municipa lity 2021 St. Johns County Housing Finance Authority County Authority 2020 Manatee County Port Authority County Authority 2020 Volusia County Housing Fina nce Authority County Authority 2020 Clay County Housing Finance Authority County Authority 2020 City of Pa lm Bay Municipa lity 2020 Florida Department of Transportation State Agency 2020 City of Auburndale * Municipa lity 2019 City of Clearwater Municipa lity 2019 City of Fort Myers Municipa lity 2019 City of Sa fety Harbor Municipa lity 2018 City of Treasure Isla nd Municipa lity 2018 Villa ge of Estero * Municipa lity 2018 Esca mbia County County 2018 Manatee County County 2017 * Transactional Engagement Hillsborough County, FL RFP 23417 for Financial Advisory Services 41 ----PRAG 1.5.5. Cost – The Bidder/Proposer shall demonstrate a cost-effective approach and communicate the firm's rates in the attached Per Bond Fee Schedule and Hourly Rate Schedule. PRAG’s Proposed Per Bond Fee and Hourly Rate Schedule is attached. Per Bond Fee Schedule and Hourly Rate Schedule Attachment A Part A. Please attach the complete fee schedule. The schedule should include, but may not be limited to, all hourly fee rates, transactional fees, out-of-pocket expenses, and any associated surtharges or fees. PRAG proposes keeping the same Per Bond Fee arrangement but rearranging the fee structure between refunding and new money transactions. Currently, PRAG's fee for new money bond issues is $0.75 per bond for amounts up to $50 million and $0.50 per bond thereafter. The fee for refunding bond issues is $1.00 per bond for amounts up to $50 million and $0.75 per bond thereafter. Over the past contract cycle, however, it has become clear that new money bond issues take substantially more time as PRAG works to develop the capital plan and sometimes implements a new credit structure. We are proposing that the new money and refunding bond rates be switched while bank loan Per Bond Fees remain the same. We also propose that the minimum fees for bank loans increase slightly to $17,500. Unit Price Fee Unit Price Fee Unit Price Fee Unit Prite Fee New Money Refunding Bond New Money Refunding Bank Bond Issue Issue Bank Loan Loan First $50 million (per $1,000 of bonds) $1.00 $0.75 $0.75 $0.75 Anything over $50 million (per $1,000 $0.75 $0.50 $0.50 $0.50 of bonds) Minimum Fee {per transaction) $20,000 $17,500 $17,500 $17,500 PRAG is recommending a reduction the fees charged in connection with the County's Commercial Paper program given PRAG's familiarity with both renewing the existing program and establishing a new program. Due to our location within the Tampa Bay area, PRAG will waive all out-of-pocket expenses except for out of state travel related to a bond pricing or rating agency presentation. PRAG will not charge for travel, parking or meals within the State of Florida. Hillsborough County, FL RFP 23417 for Financial Advisory Services 42 ----PRAG Per Bond Fee Schedule and Hourly Rate Sch edule Attachment A Part B. Using the fee schedule provided as the response to Part A, please listthe total cost of the transaction for each respective line of the following table. The table will be used in the evaluation of Transaction Fee rates provided by the Proposers. The actual transactions will vary. Indicate the total cost of the transaction for each respective line (i.e. Line 11s the Proposer's fee for a $65,000,000 New Money bond issue, line 4 is the Proposer's fee for a $20,000,000 ~efunding bond issue, etc.) Surcharges or similar fees, if any, and estimated reimbursable expenses should be included as part of the tot<~ I cost of the related transaction. l 2 3 4 5 6 7 8 9 10 11 12 13 Comm. Paper Bond Issues Bank Loans {per $1,000 of Notes) Existing New Money Refunding New Retundlng Program New Money Program S6S,OOO,OOO {a) $40.000,000 (a} $150,000,000 (b) $20.000.000 (b) $60,000,000 {c) $50,000,000 (c) $200,000,000 {d) $150,000,000 (d) S40,000,00C $60,000,00( $2.SO.OOO.OOC $250,000,00C Total Estimated Proposer's Out of 1oral Charge Pocket for this Expenses T ra nsactlon $0 $61,250 so 30,000 so 125,000 so 15,000 $0 57,500 $0 37,500 so 162,500 So 87,500 so 30,000 so 42,500 So 50,000 so 75,000 so $773,750 (a) Assume the bonds to be issued will be general obligation bonds (b) Assume the bonds to be issued will be enterprise debt (c) Assume the bonds to be issued will be special assessment bonds (ci) Assume the bondr. to be issued will be governmental revenue bonds Hillsborough County, FL RFP 23417 for Financial Advisory Services 43 ----PRAG Per Bond Fee Schedule and Hourly Rate Schedule Attachment A Part C Using the fee schedule provided as Part A, please list the total cost of the hourly work shown below. Estimated Hours O,er Total *'tourly County's Position Description Proposer's Equivalent Title Term Fees 1 Managing or Executive Director Senior Managing Director 150 $300 2 Senior or Executive Manager Managing Director 150 $250 3 Manager Vice President} Assistant Vice 75 $190 President 4 Analyst or Associate Analyst/Associate 75 $170 Total $109,500 We are proposing an averi!ge 10"A> increase in our base hourly fee scale from 2017 due to general inflation and increasing regulatory compliance costs. Alternatively, we are willing to discuss smaller increases each year through the term of the contract. We believe these fees are reasonable, but we will not Jose the County's business over fees. Hillsborough County, FL RFP 23417 for Financial Advisory Services 44 Appendix A -Resumes Hillsborough County, FL RFP 23417 for Financial Advisory Services 45 Molly Clark Senior Managing Director 150 Second Avenue North, Suite 400 St. Petersburg, FL 33701 Tel 727-822-3339 Fax 727-822-3502 mclark@pragadvisors.com Length of career in public finance — 21 years Professional Involvement − Florida Government Finance Officers Association − Florida Women in Public Finance Founding Member (2016): Communications Chair (2016-present); Board Member (2018-present) Representative Clients − City of Tampa − City of Palm Bay − City of Palmetto − Miami-Dade County − Pinellas County Education, Registrations & Certifications — BA, Carleton College — Series 50 (Municipal AdvisorRepresentative) Molly Clark joined PRAG in 2018 as a Managing Director bringing over 20 years of public finance experience. Molly serves PRAG’s general government clients including cities, counties, and special districts providing both analytical and transactional support. She works closely with PRAG clients in both debt financing and general advisory capacities. Molly works with many long-term PRAG clients and has also been involved in the onboarding of various new clients in the past two years. Molly provides in-depth financial analysis, policy review, and ongoing client support. Sample clients include Broward County, Miami-Dade County Water and Sewer Department, Pinellas County, and the City of Tampa. Molly was previously employed as a public finance banker with Wells Fargo Securities and RBC Capital Markets, where she provided investment banking to clients throughout the State of Florida. She was involved in planning, structuring, and executing tax-exempt and taxable bond financings through the capital and bank markets, and also served as a liaison between municipal issuers and the banks’ commercial banking relationship managers. Molly is a founding member of the Florida Chapter of Women in Public Finance and currently serves on the Board as Communications Chair. Molly received a B.A. degree in economics cum laude from Carleton College. She is a registered Series 50, Municipal Advisor Representative. Hillsborough County, FL RFP 23417 for Financial Advisory Services 46 Marianne Edmonds Senior Managing Director 150 Second Avenue North, Suite 400 St. Petersburg, FL 33701 Tel 727-822-3339 Fax 727-822-3502 medmonds@pragadvisors.com Length of career in public finance − 40 years Professional Involvement − Leadership Florida (1994 – ongoing) − Florida Prepaid College Board, Vice Chair (2007-2010) − Municipal Securities Rulemaking Board, Member (2012-2015) − Florida Women in Public Finance, Founding President (2015-2017) − The National Association of Municipal Advisors, Board Member (2017-2019) Representative Clients Served − State of Florida − Pinellas County − City of Tampa − Florida League of Cities − Miami-Dade County Housing Finance Authority Education, Registrations & Certifications − MBA, The Wharton School of the University of Pennsylvania − BA, Northwestern University − Series 50 (M.A. Representative) − Series 54 (M.A. Principal) A long-time St. Petersburg resident, Marianne Edmonds is a Senior Managing Director and a shareholder with PRAG. As an independent municipal advisor since the early 1990s, she is one of the most experienced municipal advisors in the industry. Marianne offers a comprehensive knowledge of local and national public finance. A former educator, she is particularly respected for both her ability to understand and communicate financial issues as well as her integrity as a financial advisor. During her tenure in public finance Marianne has developed and implemented financing plans for general governmental capital projects, utility systems, resource recovery plants, housing, and sports facilities, among others, and has worked with a variety of financing structures including long term debt, short term debt including commercial paper, leases and bank loans. She is familiar with the security sources available to Florida local governments, including ad valorem revenues, non-ad valorem revenues, system revenues, user fees, sales taxes, public-private partnerships, and the covenant to budget and appropriate from legally available revenues. Marianne currently manages PRAG’s affordable housing practice in addition to her work with many of PRAG’s general government clients. Marianne also serves as PRAG’s Chief Compliance Officer for our municipal advisory practice. Marianne served as one of the Municipal Advisor Representatives on the Municipal Securities Rulemaking Board, the self-regulatory organization for the municipal bond market. She previously served as Vice Chairman of the Florida Prepaid College Board and its Investment Committee. Ms. Edmonds is a member of Leadership Florida and served as President of the Florida Chapter of Women in Public Finance. She currently services as a Board member for the Foundation for a Healthy St. Petersburg. She earned a B.A. degree in mathematics from Northwestern University and an M.B.A. with specialization in public management and finance from The Wharton School of the University of Pennsylvania. She is a registered Series 50, Municipal Advisor Representative and a Series 54, Municipal Advisor Principal. Hillsborough County, FL RFP 23417 for Financial Advisory Services 47 Monique Spotts Managing Director 150 Second Avenue North, Suite 400 St. Petersburg, FL 33701 Tel 727-822-3339 Fax 727-822-3502 mspotts@pragadvisors.com Length of career in public finance − 35 years Professional Involvement − The Florida Bar − National Association of Bond Lawyer − Florida Women in Public Finance, Founding President (2020-2021) Education, Registrations & Certifications − J.D. Valparaiso University School of Law − BA, University of Michigan − Series 50 (M.A. Representative) Monique Spotts is a Managing Director with PRAG. She has been a municipal bond and disclosure attorney for 35 years in the State of Florida and offers comprehensive knowledge of both state and national public finance. In addition to her bond and disclosure counsel experience, Monique is a registered Series 50 Municipal Advisor Representative. During her long career in public finance Monique has acted in different capacities on municipal debt financings for general governmental capital projects, utility systems, road systems, conduit financings, 501c3 transactions, public private partnerships, new market tax credit transactions, higher education, airport, special assessment districts, fire assessment bonds, and community redevelopment districts among others, and has worked with a variety of financing structures including long term debt and short term debt including commercial paper, leases, private placements, competitive offerings, public offerings, bank loans, forward refundings, and taxable financings. She is familiar with all aspects of the security sources available to Florida local governments, including ad valorem revenues, non-ad valorem revenues, system revenues, user fees, sales taxes, tourist development taxes, utility taxes, and covenants to budget and appropriate from legally available revenues. Monique also has extensive experience in both multifamily and single-family affordable housing and programs related to the support of public housing. Monique earned a B.A. degree from the University of Michigan and a J.D. from Valparaiso University School of Law. Monique is a member of The Florida Bar and the National Association of Bond Lawyers and served as President of the Florida Chapter of Women in Public Finance for calendar years 2020 and 2021. She is a registered Series 50, Municipal Advisor Representative. Hillsborough County, FL RFP 23417 for Financial Advisory Services 48 Appendix B – Work Product Samples Hillsborough County, FL RFP 23417 for Financial Advisory Services 49 ----PRAG ADDENDUM C-\-VORK PRODUCT EXAMPLES Work Product Example #1 -Memo Dated July 3, 2019 concerning proposed ELAPP bond issue structure The memo is an example of the written communication PRAG provides. The memo concisely presents the background, the debt structure, the financial impact on the County and the path forward. Work Product Example #2-Impact Fee Auction #1 Results This spreadsheet tabulates the results of the County's first lmpact Fee Offset Buy-Back Auction. PRAG developed a spreadsheet Lha l rilled orders lo sell based on the Offset pri<:e offered by the holders. Only the first tab of the spreadsheet is presented. In this auction the County purchased $14.1 million of credits for $10 million. PRAG successfully conducted four more auctions for the County. Work Product Example #3-4th Cent TDT Model \Vorking with County staff, PRAG developed models to project both the 4Lh cent and the 5th cent of the County's Tourlst Development Taxes. Each penny of the TDT is allocated differently and with different priorilies included debt to which the TDT is pledged, other debt that is paid by the TDT even thought the debt is legally secured by another revenue source, commercial paper borrowings and repayments, and obligations to the team/ sports facility. Work Product Example #4-Library Site Market Sounding TI1e CounLy asked PRAG Lo evaluate Lhe polenlia1 for a puhlic-private partnership at the main library site downtown. PRAG developed a detailed market sounding (only the cover is presented due to page limitations), distributed it to national, regional and local developers and P3 participants and facilitated individual conversations with County staff and the private parlies Lo gauge Lheir inleresl and approach lo such a projecl. Hillsborough County, FL RFP 23417 for Financial Advisory Services 50 ----PRAG Work Product Example #5-Anti-Dilution Model PRAG developed and maintains a robust model to track the County's anti dilution test in connection with debt for whkh the County -.ovenants to budget and appropriate repayment of the debt from all legally available non-ad valorem sources. PRAG updates the model at least annually or when additional debt with the pledge is issued. Work Product Example #6-ELAPP Capacity Analysis PRAC has been Lrackinr, Lhe proceeds tha L would he availa hle a L Lhe current millage rate for the issuance of additional debt under the ELAPP authorization. Work Product Example #7 -Memo Dated July 19, 2022 concerning Sheriff's Operations Center Unsolicited Proposal; PRAC was requesled earlier Lhis year to eva lua Le an unsolid Led proposa 1 the County received in which a private developer would build cmd lease to the County a new Sheriff's operations center in exchange for the real estate where the current operations center is located in Ybor City. Work Product Example #8-Electronic Order Entry Model This is a proprietary model PRAG developments that downloads data from lpreo's Gameday eleclronic order enLry system and consolida Les a 11 of the information on a single page lo allow more informed decision making in a negotiated sale. Work Product Example #9-Option Adjusted Spread Model This is a proprietary model PRAG developed that evaluates couponing proposals from underwriters on an option adjusted spread basis. This helps the County evaluate 'vhether to cash flow benefit from lower coupons offsets the limitation on future refunding savings on an option adjusted spread basis. Hillsborough County, FL RFP 23417 for Financial Advisory Services 51 Work Product Example #1 150 SECOND AVENUE NORTH, SUITE 400 ST. PETERSBURG, FLORIDA 33701 TEL: (727) 822-3339 | FAX: (727) 822-3502 PUBLIC RESOURCES ADVISORY GROUP MEMORANDUM TO: Bonnie Wise, Deputy County AdministratorAdministrator, Hillsborough County & Chief Financial FROM: Public Resources Advisory Group SUBJECT: General Obligation Refunding Bonds (Environmental Lands Acquisition and Protection Program), Series 2019A and General Obligation Bonds (Environmental Lands Acquisition and Protection Program), Series 2019B DATE: July 3, 2019 On November 4, 2008 the voters of Hillsborough County approved the issuance of up to $200 million in general obligation bonds to fund the acquisition, preservation, protection, management and restoration of certain environmentally sensitive lands under the County’s ELAPP program. On December 29, 2009 the County issued its Series 2009A bonds with a principal amount of $11,305,000 and its Series 2009B bonds with a principal amount of $48,125,000. Including the gross premium amounts for each series, this represented a total issuance amount of $60,267,110.50 of the $200 million authorized. The Series 2009A bonds matured on July 1, 2019. The Series 2009B bonds were issued with a thirty-year maturity of July 1, 2039. The Series 2009B bonds have reached their first call date and can be refunded for debt service savings. The issuance of refunding bonds does not count against the $200 million authorized by voters. The County has been collecting 0.0604 mills for payment of the Series 2009 Bonds and with the growth in the tax base the County currently has approximately $5.8 million in excess funds that must be used to refund the Series 2009B bonds. Using these funds to pay down the Series 2009B bonds will create additional capacity for new bonds. Under current market conditions, we estimate that a refunding of the Series 2009B bonds will save approximately $6.5 million on a net present value basis (after netting out the $5.8 million cash on hand). This represents approximately 13.6% of the par amount of the Series 2009B bonds. The gross cash flow savings is estimated to be approximately $15.6 million. The Series 2009B bonds were issued as taxable Build America Bonds in which the County issued taxable bonds and received a subsidy from the federal government to offset the interest cost. The federal subsidy was originally set at 35% of the amount of interest paid annually, but the amount of subsidy has been reduced as a result of sequestration cuts to the federal budget. The subsidy level for fiscal year 2019 is 32.83%. The Series 2019A bonds issued to refund the 2009B bonds will be traditional fixed rate tax-exempt debt, eliminating the risk of continued or future federal subsidy reductions. The maturity date of the refunding bonds will remain the same at July 1, 2039. The Series 2019B bonds will be issued to acquire additional properties under the ELAPP program, including the refinancing of some property previously purchased using the County’s commercial paper program. The Series 2019B bonds will have a thirty-year maturity but principal amounts will be reduced during the first twenty years to allow for level combined debt service between the Series 2019A and Series 2019B bonds. The Series 2019B bonds are being sized to allow overall level debt service at the current millage rate for the ELAPP program of 0.0604. Under current market conditions the Series 2019B bonds are expected to produce approximately $62.5 million in new funding for the ELAPP program. The Series 2019 bonds will be rated by Moody’s, Fitch and Standard & Poor’s and as general obligation bonds they are expected to receive the County’s highest credit ratings of Aaa/AAA/AAA. Due to the expected ratings of the bonds, the market recognition of the County and the relatively limited supply of new issues in the municipal bond market, we recommend a competitive sale of the bonds to the bidder offering the lowest TIC. INDEPENDENT FINANCIAL ADVISORS 52 Work Product Example #2 Hillsborough County, FL Transportation Impact Fee Offset Buy-back Auction Dated 7/11/17 RESULTS AS OF JULY 27, 2017 10:30 A.M. BIDS OFFERED Line Number Name of Offset Owner Offset Account Number Zone Offset Balance Face Value of Offsets Offered Offset Price Net Purchase Price of Offsets Offered Percent of Offered Offsets Purchased by County Face Value of Offsets Purchased by County Net Purchase Price of Offsets Purchased by County 1 Thornton Inc 795 10 $56,476.80 $10,000.00 74% $7,400.00 100.00% $10,000.00 $7,400.00 2 Thornton Inc 795 10 $56,476.80 $1,000.00 64% $640.00 100.00% $1,000.00 $640.00 3 Thornton Inc 795 10 $56,476.80 $10,000.00 79% $7,900.00 0.00% $0.00 $0.00 4 Thornton Inc 795 10 $56,476.80 $20,000.00 69% $13,800.00 100.00% $20,000.00 $13,800.00 5 Thornton Inc 795 10 $56,476.80 $5,476.80 60% $3,286.08 100.00% $5,476.80 $3,286.08 6 Thornton Inc 795 10 $56,476.80 $1,000.00 80% $800.00 0.00% $0.00 $0.00 7 South Shore Corporate Park LLC 719 9 $12,850,617.63 $4,000,000.00 64% $2,560,000.00 100.00% $4,000,000.00 $2,560,000.00 8 South Shore Corporate Park LLC 719 9 $12,850,617.63 $3,000,000.00 59% $1,770,000.00 100.00% $3,000,000.00 $1,770,000.00 9 South Shore Corporate Park LLC 719 9 $12,850,617.63 $3,000,000.00 69% $2,070,000.00 100.00% $3,000,000.00 $2,070,000.00 10 The Oasis at Brandon II LLC 942 7 $92,898.91 $66,887.22 72% $48,158.80 100.00% $66,887.22 $48,158.80 11 The Oasis of Brandon LLC 831 DISQUALIFIED - BELOW MINIMUM OFFER AMOUNT $0.00 0.00% 12 Lang Environmental Inc 658 DISQUALIFIED - UNVERIFIED ACCOUNT OWNERSHIP $0.00 0.00% 13 Laxer Family Limited Partnership 892 10 $727,776.66 $350,000.00 75% $262,500.00 100.00% $350,000.00 $262,500.00 14 The Parkview 1983 Trust 351 7 $280,658.00 $280,658.00 72% $202,073.76 100.00% $280,658.00 $202,073.76 15 McDonald's USS, LLC, a Deleware limited liability corp. 601 9 $103,798.56 $103,798.56 50% $51,899.28 100.00% $103,798.56 $51,899.28 16 Camden Westchase LLC 784 1 $133,712.45 $133,712.45 70% $93,598.72 100.00% $133,712.45 $93,598.72 17 Albertsons Shopping Center - Lihtmiller Inc 361 7 $115,309.89 $115,309.89 80% $92,247.91 0.00% $0.00 $0.00 18 Highwoods Realty Limited Partnership 411 DISQUALIFIED - UNVERIFIED ACCOUNT OWNERSHIP $0.00 0.00% 19 First Industrial Development Services Inc 478 7 $308,256.30 $231,192.23 75% $173,394.17 100.00% $231,192.23 $173,394.17 20 Florida Capital Real Estate Partners 27 Ltd 826 8 $703,855.19 $703,855.19 57% $401,197.46 100.00% $703,855.19 $401,197.46 21 Diadem LLC 652 8 $442,836.81 $250,000.00 78% $195,000.00 0.00% $0.00 $0.00 22 Rodriguez-Hoffman Group Inc 326 DISQUALIFIED - NOT ROUND INTEGER $0.00 0.00% 23 John Falkner 642 9 $2,260,000.00 $2,260,000.00 79% $1,785,400.00 0.00% $0.00 $0.00 24 John Falkner 756 9 $1,165,000.00 $1,165,000.00 79% $920,350.00 0.00% $0.00 $0.00 25 Kings Mill Commercial 576 DISQUALIFIED - BID ABOVE MAXIMUM PRICE $0.00 0.00% 26 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $275,000.00 76% $209,000.00 7.09% $19,495.16 $14,816.32 27 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $275,000.00 77% $211,750.00 0.00% $0.00 $0.00 28 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $275,000.00 78% $214,500.00 0.00% $0.00 $0.00 29 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $275,000.00 74% $203,500.00 100.00% $275,000.00 $203,500.00 30 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $275,000.00 75% $206,250.00 100.00% $275,000.00 $206,250.00 31 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $275,000.00 79% $217,250.00 0.00% $0.00 $0.00 32 A Willing Seller LLC - US Ameri Bank (as collateral) 820 7 $2,037,584.54 $287,584.54 80% $230,067.63 0.00% $0.00 $0.00 33 1320 33 Street SE LLC 871 7 $8,675.00 $8,675.00 80% $6,940.00 0.00% $0.00 $0.00 34 Pulte Homes Magnolia Park - T/Row Zone 8 835 8 $4,554,736.37 $1,000,000.00 55% $550,000.00 100.00% $1,000,000.00 $550,000.00 35 Pulte Homes Magnolia Park - T/Row Zone 8 835 8 $4,554,736.37 $1,000,000.00 60% $600,000.00 100.00% $1,000,000.00 $600,000.00 36 Pulte Homes Magnolia Park - T/Row Zone 8 835 8 $4,554,736.37 $1,000,000.00 65% $650,000.00 100.00% $1,000,000.00 $650,000.00 37 5th 3rd Bank 589 10 $65,972.49 $65,972.49 80% $52,777.99 0.00% $0.00 $0.00 38 301 Big Bend LLC 937 7 $100,000.00 $100,000.00 60% $60,000.00 100.00% $100,000.00 $60,000.00 39 6771 Madison LLC 789 8 $55,511.00 $55,511.00 50% $27,755.50 100.00% $55,511.00 $27,755.50 40 Chuo Properties LLC 742 DISQUALIFIED - UNVERIFIED ACCOUNT OWNERSHIP $0.00 0.00% 41 Glenhaven Plaza (aka Glenhaven Associates) 104 7 $1,841.97 $1,841.97 70% $1,289.38 100.00% $1,841.97 $1,289.38 42 CK Holdings of Tampa LLC 829 7 $37,920.71 $37,920.71 75% $28,440.53 100.00% $37,920.71 $28,440.53 $20,915,396.05 $14,129,167.21 $15,671,349.29 $10,000,000.00 53 1 of 3 Work Product Example #3 Hillsborough County, Florida 4th Cent TDT Analysis Assumed 4th Cent TDT Flow of Funds: As of April 18, 2017 1) Debt Service on 4th Cent TDT Refunding Revenue Bonds, Series 2017 2) Allocated Debt Service on CIP Revenue Refunding Bonds, Series 2016 3) Repayment of CP Advanced to Fund Stadium 0.0% TDT Revenue Growth; $6.0 mm Base Revenues 54rCP P ogram m StadiuFundingSteinbrenner FieldFiscal Year Ending (9/30) Includes Payments Due 10/1 2017 2018 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 4th Cent TDT Funds on Hand (excess from prior years) 0.0 3,118.3 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2,351.9 5,305.2 8,931.9 12,367.3 Gross New 4th Cent TDT Revenues 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 County 4th Cent TDT Revenues Available 6,000.0 9,118.3 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 6,000.0 8,351.9 11,305.2 14,931.9 18,367.30.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% Assumed TDT New Revenues Growth Factor Backed by Fourth Cent TDT Revenue Pledge Series 2006 Tax-Exempt 4th Cent TDT Principal210.3 Interest Series 2006 Tax-Exempt 4th Cent TDT 210.3 Series 2017A Tax-Exempt 4th Cent TDT575.0 595.0 620.0 650.0 685.0 720.0 740.0 765.0 800.0 825.0 570.0 585.0 615.0 Principal 324.9 491.1 461.3 430.3 397.8 363.6 342.0 319.8 281.5 241.5 200.3 183.2 153.9 Interest Series 2017A Tax-Exempt 4th Cent TDT 899.9 1,086.1 1,081.3 1,080.3 1,082.8 1,083.6 1,082.0 1,084.8 1,081.5 1,066.5 770.3 768.2 768.9 Series 2017B Taxable 4th Cent TDT Principal 425.0 375.0 380.0 395.0 390.0 405.0 415.0 435.0 445.0 475.0 815.0 845.0 880.0 Interest 535.5 852.5 848.2 841.6 833.1 823.3 812.0 799.3 785.2 769.8 752.7 722.6 690.5 Series 2017B Taxable 4th Cent TDT 960.5 1,227.5 1,228.2 1,236.6 1,223.1 1,228.3 1,227.0 1,234.3 1,230.2 1,244.8 1,567.7 1,567.6 1,570.5 Total 4th Cent TDT Debt Service (Priority 1) 2,070.7 2,313.6 2,309.6 2,316.9 2,305.9 2,311.9 2,309.0 2,319.1 2,311.7 2,311.4 2,338.0 2,335.8 2,339.4 Debt Service Coverage of 4th Cent TDT Bonds 2.9x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 2.6x 4th Cent TDT used for Series 2016 CIP bonds (Priority 2) 1,425.7 1,428.6 1,426.0 1,424.5 1,426.1 1,425.6 1,424.0 1,424.5 Available 4th Cent Revenues after Existing Debt Service 2,503.6 5,376.1 2,264.5 2,258.6 2,268.0 2,262.5 2,267.0 2,256.4 3,688.3 6,040.5 8,967.1 12,596.2 16,027.8 Original Yankees License Revenues used for CIP bonds 109.7 109.7 109.7 109.7 120.8 120.8 120.8 120.8 Original Surcharge used for CIP bonds 105.0 105.0 105.0 105.0 105.0 105.0 105.0 105.0 Net New Yankees License Fee 400.0 350.0 350.0 361.1 350.0 350.0 350.0 460.0 685.8 685.8 685.8 685.8 685.8 Total Yankees Surcharge and License Fees 614.7 564.7 564.7 575.8 575.8 575.8 575.8 685.8 685.8 685.8 685.8 685.8 685.8 Available 4th Cent TDT Net of Yankee Payments 3,118.3 5,940.8 2,829.2 2,834.4 2,843.8 2,838.2 2,842.8 2,942.2 4,374.1 6,726.3 9,652.9 13,282.0 16,713.6 Net Debt Service Requirements 3,170.8 3,165.6 3,156.2 3,161.8 3,157.2 3,057.8 1,625.9 1,625.6 1,652.2 1,650.0 1,653.6 Two Year = 6,336.4 Five Year = 15,811.6 10 Year = 25,423.2 Stadium Funding Obligations TSA Cash on Hand 19,369.4 Schedule "A" Payments (balance for FY2015) 750.0 750.0 750.0 750.0 750.0 750.0 500.0 Schedule "B" Payments (balance for FY2015) 5,079.7 1,519.5 179.2 0.0 0.0 0.0 0.0Total TSA Stadium Revenues 5,829.7 2,269.5 929.2 750.0 750.0 750.0 500.0 TSA Available Balance 25,199.0 11,709.1 929.2 750.0 750.0 750.0 500.0 TSA Capital Projects 2,056.5 5,621.0 1,871.6 1,679.6 1,286.0 1,856.1 1,434.0 1,038.0 1,451.6 1,399.4 700.0 904.2 Bucs Requested Capital Projects 13,703.1 14,334.0 Requested Subsidy for Capital 8,246.0 942.5 Total Stadium Capital Projects 15,759.5 28,201.0 2,814.1 1,679.6 1,286.0 1,856.1 1,434.0 1,038.0 1,451.6 1,399.4 700.0 904.2CP Draws to Fund Stadium (CP Drawn as needed) 0.0 16,491.9 1,884.9 929.6 536.0 1,106.1 934.0 1,038.0 1,451.6 1,399.4 700.0 904.2 TSA Ending Cash Balance 9,439.5 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Commercial Paper Funding CP Draw to Fund Stadium 0.0 16,491.9 1,884.9 929.6 536.0 1,106.1 934.0 1,038.0 1,451.6 1,399.4 700.0 904.2 0.0 Repayment of CP (Priority 3) 0.0 (5,940.8) (2,829.2) (2,834.4) (2,843.8) (2,838.2) (2,842.8) (2,942.2) (2,022.2) (1,421.2) (721.0) (914.7) (13.6) Interest/Carrying Costs (assumed at 1.5% before repayment) 0.0 247.4 147.8 121.5 88.7 64.0 36.3 15.6 21.8 21.0 10.5 13.6 0.0 CP Balance (1) 0.0 10,798.5 10,002.1 8,218.8 5,999.7 4,331.6 2,459.2 570.6 21.8 21.0 10.5 13.6 0.0 Balance Net Excess Fourth Cent Revenues (Carried over) 3,118.3 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2,351.9 5,305.2 8,931.9 12,367.3 16,700.1 Downtown Tampa Gateway Redevelopment Project Redevelopment Opportunity Work Product Example #4 Market Sounding Package July 2019 55Photo credit: City of Tampa Work Product Example #5 Hillsborough County May 2022 Calculation Non‐Ad Anti‐Dilution Test Line No. Action 2020 Source 2021 Source 2 Year Average Non‐Ad Valorem Revenues 1 393,723 See "Non‐Ad Valorem Rev 429,900 See "Non‐Ad Valorem Revenues" Worksheet 411,811 Ad Valorem Revenues 2 833,934 2020 CAFR, page 42 907,257 2021 ACFR, page 42 870,596 Less General Government Services Expenditures General Government Expenditures General Fund 3 228,373 2020 CAFR, page 42 237,154 2021 ACFR, page 42 Debt Service Fund 4 3 2020 CAFR, 146 2,140 2021 ACFR, 150 Special Revenues Fund 5 30,866 2020 CAFR, 146 39,884 2021 ACFR, 150 Capital Projects Fund 6 4,270 2020 CAFR, 146 3,750 2021 ACFR, 150 Sub‐total 7 3+4+5+6 263,512 282,928 273,220 Public Safety Expenditures General Fund 8 579,952 2020 CAFR, page 42 615,960 2021 ACFR, page 42 Debt Service Fund 9 0 2020 CAFR, 146 0 2021 ACFR, 150 Special Revenues Fund 10 41,238 2020 CAFR, 146 44,731 2021 ACFR, 150 Capital Projects Fund 11 318 2020 CAFR, 146 208 2021 ACFR, 150 Sub‐total 12 8+9+10+11 621,508 660,899 641,204 Total General Government and Public Safety Expenditures 13 7+13 885,020 943,827 914,424 General Government and Public Safety Expenditures in Excess of Ad Valorem Revenues 14 2‐13 (51,086) (36,570) (43,828) Non‐Ad Valorem Revenues in excess of Ad Valorem Revenues less General Government and Public Safety: Available Non‐Ad Valorem Revenues 15 1+14 342,637 393,330 367,983 Maximum Annual Non‐Ad Valorem Debt Service 76,097 Coverage for Anti‐Dilution Test PASS 4.84x Required Coverage 1.50x Section 5.01 Anti‐Dilution Test. The Issuer covenants and agrees that it will not issue any other debt obligations secured by Available Non‐Ad Valorem Revenues, or a covenant to budget and appropriate Available Non‐Ad Valorem Revenues, unless the ratio of (i) the average annual Non‐Ad Valorem Revenues for the two immediately preceding Fiscal Years of the Issuer for which audited financial statements are available, plus reasonably projected receipts of any new source of Non‐Ad Valorem Revenues that have been levied to the extent not fully reflected in such audited financial statements, less the amount by which General Governmental Services Expenditures exceed Ad Valorem Revenues of the Issuer, to (ii) Maximum Annual Non‐Ad Valorem Debt Service, is not less than 1.5:1. Ad Valorem Revenues ‐means the average for the two most recent Fiscal Years for which audited financial statements of the Issuer are available of total receipts derived from ad valorem taxation, countywide and within any municipal service taxing unit with the Issuer. General Government Services Expenditures ‐means the average for the two most recent Fiscal Years for which audited financial statements of the Issuer are available of the total of general government and public safety expenditures in the Issuer's general fund, debt service fund, special revenues fund and capital projects fund. Maximum Annual Non‐Ad Valorem Debt Service ‐means the maximum annual debt service on a consolidated basis of all Non‐Ad Valorem Revenue Obligations then outstanding for the then current or any subsequent Fiscal Year. See Form of Bond Resolution for assumptions used for purposes of this definition with respect to variable rate, commercial paper and other debt. Non‐Ad Valorem Revenue Obligations ‐means obligations evidencing indebtedness for borrowed money (i) payable from or secured by a pledge of or lien on one or more sources of Available Non‐Ad Valorem Revenues or a covenant to budget and appropriate Available Non‐Ad Valorem Revenues, or (ii) payable directly or indirectly from a covenant to budget and appropriate Non‐Ad Valorem Revenues, but only if the Issuer reasonably expects to apply Available Non‐Ad Valorem Revenues to the payment of debt service, directly or indirectly, on such obligations and only to the extent that amounts other than Available Non‐Ad Valorem Revenues available and pledged to pay such obligations during the prior Fiscal Year for which audited financial statements are available were less than the maximum annual debt service for such obligations for the then current or any subsequent Fiscal Year. Per Resolution, For purposes of determining maximum annual debt service on commercial paper notes constituting Non‐Ad Valorem Revenue Obligations, an assumed debt service schedule shall be calculated based upon level debt service amortizing the then outstanding aggregate principal amount of the commercial paper notes over a 30‐year period commencing on the date of calculation at an average interest rate equal to the 30‐year revenue bond index most recently published prior to the date of calculation in the Bond Buyer or any alternative reasonably equivalent index selected by the Issuer. Non‐Ad Valorem Revenues ‐means all legally available revenues of the Issuer other than Ad Valorem Revenues. 56 Work Product Example #6 HILLSBOROUGH COUNTY 2022 ELAPP ANALYSIS Summary Prepared: 6/21/2022 ( actual results will vary based on future market conditions ) No Millage Increase Remaining Capacity No Millage Increase Remaining Capacity Scenario 1 Scenario 2 Scenario 3 Scenario 4 FY23 Assumed Assessed Valuation Increase None None 12% 12% Net Bond Proceeds for Projects (in $MM) Aggregate Max. Annual Debt Service (in $MM) 31.85$ 7.05$ 70.72$ 9.38$ 45.85$ 7.90$ 70.72$ 9.38$ Estimated Required Millage Current Millage Estimated Required Increase 0.0604 0.0604 0.0000 0.0804 0.0604 0.0200 0.0604 0.0604 0.0000 0.0718 0.0604 0.0114 Note: Calculations based on market conditions as of June 17, 2022 plus 50 bps; 57 Work Product Example #7 150 SECOND AVENUE NORTH, SUITE 400 ST. PETERSBURG, FLORIDA 33701 TEL: (727) 822-3339 | FAX: (727) 822-3502 PUBLIC RESOURCES ADVISORY GROUP MEMORANDUM TO: Julie Wisdom, Debt and Financial Analysis Manager, Hillsborough County FROM: Public Resources Advisory Group SUBJECT: Unsolicited Proposal Concerning the Sheriff’s Operations Center DATE: July 19, 2022 Hillsborough County, Florida received an unsolicited proposal dated March 1, 2022 from Framework Group/Barclays Group/Ryan Companies JV (the “Developer”) concerning the Sheriff’s Operations Center located at 2008 E. 8th Avenue in Ybor City. You have asked Public Resources Advisory Group (“PRAG”), as the County’s municipal advisor, to review the proposal in regard to its financial terms and the potential impact on the County. We understand that our analysis may also be used to determine whether the unsolicited proposal meets the definition of a “Proposal” under Section 255.065, F.S. which states: “Proposal” means a plan for a qualifying project with a detail beyond a conceptual level for which terms such as fixing costs, payment schedules, financing, deliverables, and project schedule are defined. The proposal is to build a new operations center to replace the Sheriff’s Ybor City facilities on 11.25 acres of existing undeveloped County-owned land between East Columbus Drive and Reeves Road north of the Falkenberg Road Jail, approximately 7 miles east of the existing Operations Center. In exchange, the County would transfer ownership of the 6.86 acres land in Ybor City to the Developer and would enter into a 30- year lease for the new facility based on the difference between the cost of the new facility and the value of the Ybor site. At the end of the 30-year lease term the County would own the new facility. The existing Operations Center was constructed in 1978 and consists of two main buildings containing a total of 100,000 square feet of space. The existing operations center spans four blocks between E. Palm Avenue to the north, N. 19th Street to the west, E. 8th Avenue to the south and N. 21st Street to the east. The proposal identifies the following challenges with the existing Operations Center. •Lack of space to process and study ballistics; •Limited substance analyzation laboratories that interfere with the Sheriff's operations •Proper sleeping and bath accommodations; •Incorporating new technology to accommodate things like a state-of-the-art Eye on Crime center which is difficult in the existing building; •The exercise gym is undersized and inadequate; •Amenities that are commonplace in the workplace are missing in the existing building; this poses a challenge for recruiting and retention; •The new law enforcement facilities that are being built in the Tampa Bay region highlight the inadequacy of the existing building listed above. Since the Sheriff's Office is competing for labor with these adjacent law enforcement agencies, having a state-of-the-art facility is critical to being competitive: •The existing building hampers the ability to connect with the Public & Media. INDEPENDENT FINANCIAL ADVISORS 58 The proposal provides limited details to support these claims and PRAG makes no comment on their accuracy. Before significant time is invested in a more detailed analysis, the Sheriff's Office should confirm that (i) these challenges are in fact challenges to operations, and (ii) the challenges would be best addressed by integration within a new operations center in the proposed location. The proposal assumes building a mixed-use neighborhood with 300 housing units including 25 affordable housing units (8.3% of the total) for renters earning less than 80% of Area Median Income (“AMI”) and 20 units (6.7% of the total) for renters earning less than 100% of AMI on the existing Ybor City site. The project would also include 47,000 square feet of retail space, 38,500 square feet of office space and 885 parking spaces, all integrated with the Trolley line. The proposal also identified redevelopment benefits to Ybor City that relocation would bring including reconnecting 9th Avenue to the street grid and providing a “vibrant live-work environment.” In return, the private entity would build a new turn-key 120,000 square foot building for the Sheriff’s Office operations center including 500+ parking spaces along with site work and allowances for furniture, fixtures and equipment. The proposal provided two conceptual alternatives, one with all surface parking and an alternative with a 424-space parking garage and 131 surface parking spaces. The County and the Sheriff’s Office would be involved in preliminary design consultations. The proposal provided a project cost of $41,250,000 for the all-surface parking option with features including offices, 911 communications center, laboratories, records room, training space, fitness center and dormitory space. They would credit $15,000,000 based on the value of the Ybor site, resulting in a net project cost of $26,250,000. The proposed annual rent is based on a 4.5% rent constant, which would be $1,181,250 or $9.85/sq. ft. over a 30-year lease agreement. The proposal did not contain any information on how the rent constant was determined, and, whether the rent has any escalation features. The proposal assumed Credit Tenant Lease Financing, in which financing is provided based on the credit strength of the County, not on the underlying real estate asset. As such, it would be expected that the County’s rights under the lease would be restricted during the term. As the land is currently owned by the County, it is expected that some form of leasehold interest in the land would be needed both to construct the building and obtain financing. Because the proposal presents operating costs savings as an offset against rent payments, we assume that the lease would be a triple net lease in which the County is responsible for all operating expenses. The proposal projects that the new facility will provide efficiency savings in these three areas that it claims would effectively offset the $1.18 million in initial annual rent: •Lower utilities through increased efficiency ($70,000); •Reduced capital expenditures for repairs and maintenance during the first five years ($237,000); •Increased productivity and lower employee turnover costs ($400,000 or 2% of payroll), and, •Taxes ($474,751). The savings from these items total $1.815 million, or approximately the initial amount of the rent payment. Given the nature of the largest component of the savings are increased productivity and lower turnover, however, it is not clear that the savings will completely offset the indicated rental cost. The taxes item is not explained but could be an attempt to reflect the new property taxes that would be generated by the redevelopment of the Ybor City site. Property taxes go to the taxing bodies and not directly to the Sheriff’s Office. In addition, since the current Ybor City site is located in a City of Tampa tax increment district (Ybor City 1), any increase in property tax values would not be available to fund county-wide operations like the Sheriff’s Office Operations Center. -2 -59 While there is ample evidence that new buildings are more energy efficient, it is not clear that the County would realize the 30% efficiency savings claimed as the building will be 20% larger. The proposal estimates Utility savings at $70,000 per year. It is intuitive that a new building will have lower renewal and replacement capital needs in comparison to a building approaching 50 years of age and the proposal estimates savings of $237,000 annually for the first five years. In using this item to offset rent costs, however, the proposal assumes that the savings occur throughout the 30-year term of the lease. Finally, it is likely impossible to quantify the potential human resources-related savings from a new facility but $400,000 a year would appear to be a large amount as a budget item savings. This was the basic information contained within the proposal. The proposer expressed a willingness to explore design needs and alternatives and financing options. The County was offered the ability to self- finance with the addition of a 10% development fee. The proposal specifically claims that it is an Unsolicited Proposal under Florida Statutes 255.065. If that is the case, the statute provides a formal path the County would have to follow in order to pursue the project. The statute, however, defines a proposal as “a plan for a qualifying project with detail beyond a conceptual level for which terms such as fixing costs, payment schedules, financing, deliverables, and project schedule are defined.” The information provided in the March 1, 2022 document may not be specific, detailed nor comprehensive enough to qualify as a “proposal” under the Statute. Additional Information Required Based on the information provided, it does not appear evident that the new rent costs would be covered by capital and operational expenditure savings, personnel savings and new tax revenue generated by the mixed-use development project. As such, the over-riding question is whether the Sheriff’s Office believes a new facility is needed, and if the up-to-$1.2 million per year in base rent payments over the next 30-years (before any rental escalation) is the best use of taxpayer dollars to achieve the mission of the Sheriff’s Office. If a new operations center is desired, we believe the County should provide in-house or external evaluation of the following: 1)Facilities Needs Assessment – is a 120,000 square foot facility adequate for the Sheriff’s Office current and future needs? 2)Relocation Considerations – are there any challenges or benefits from moving the Operations Center from Ybor City to the Falkenburg Road site? 3)Constructions Costs – is a total development cost of $343.75 per square foot (including fixture allowances) reasonable for a facility like the proposed operations center? 4)Land Value – is $15 million an appropriate value for the Ybor City site? 5)Development Value – what would be the expected assessed value of the redevelopment of the Ybor City site as proposed in order to determine the potential real estate taxes generated? If the County decides to pursue the proposal, we would also request the following from the Developer: 1)Proposed development schedule for the new Operations Center and the redevelopment of the Ybor City site which would not begin until the new Operations Center is occupied; 2)Detailed breakout of total development costs; 3)Detailed breakout of furniture and fixtures allowance; -3 -60 4)Confirmation that the lease is triple net and therefore the Sheriff’s Office would responsible for all operating and maintenance costs; 5)Method of determining Rent Constant; 6) Rent escalation, if any; 7)Form of lease agreement or major terms of the lease; 8)Ownership of the building throughout the lease term, County right to approve changes in ownership; 9)Process to provide emergency repairs and replacement due to loss or damage (who funds and who repairs as the Sheriff’s Office is a critical function and repairs can’t wait for insurance claims); and, 10)Details on how the Developer will fund the construction, including equity required, as the County will not transfer the Ybor City site until the new facility is ready for occupancy. Finally, it should be determined whether this proposal would create any conflicts with the proposed P3 Development of County property at 2109 11th Avenue and 2102 E 8th Avenue. Financial Model PRAG has developed a preliminary financial model to address the expected net costs of the proposal as well as a comparison to a traditional County procurement and financing process. In order to finalize the model, PRAG would need the information identified in the “Additional Information Required” section above. Conclusion •Given the limited detail provided within the proposal, it is not clear their offer qualifies as an Unsolicited Proposal under Florida Statutes 255.065; •Given the lack of detailed cost and development information provided, it is not possible to determine if the proposed new Operations Center would meet the needs of the Sheriff’s Office for the development costs provided; •Based on our analysis of the savings assumptions highlighted in the proposal, it is not clear that the proposal would result in a no-cost transaction for the County; and •It is not clear that the benefits outlined in the proposal are of sufficient value to offset the expected increase in costs to the Sheriff’s Office, although the County could decide the new facility is worth increased costs. -4 -61 Work Product Example #8 Prepared by Public Resources Advisory Group 1 62Hillsborough County, FL Wastewater Impact Fee Assessment Special Assessment Revenue Bonds, Series 2021 Orders as of 04/07/2021 15:09 Eastern Summary of Orders ($000) 12018Maturity >> 5/1/2022 5/1/2023 5/1/2024 5/1/2025 5/1/2026 5/1/2027 5/1/2028 5/1/2029 5/1/2030 5/1/2031 5/1/2032 5/1/2033 5/1/2034 5/1/2035 5/1/2036 5/1/2037 5/1/2038 5/1/2039 Coupon >> 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 5.000% 4.000% 4.000% 4.000% 4.000% 4.000% Yield >> 0.190% 0.240% 0.390% 0.550% 0.680% 0.850% 1.000% 1.150% 1.300% 1.410% 1.490% 1.550% 1.600% 1.790% 1.850% 1.890% 1.930% 1.970% Spread >> +10 +12 +15 +20 +22 +25 +28 +30 +32 +35 +38 +40 +40 +55 +57 +57 +57 +57 Total Principal (Maturity Value) >> 58,230 4,255 4,700 4,935 5,185 5,445 4,585 3,790 2,940 2,600 2,665 2,715 2,765 2,805 2,640 2,370 1,700 1,290 845 Type Orders: FL Individual Retail >> 310 50 0 0 0 0 0 0 0 0 0 10 0 50 0 0 0 100 100NA Individual Retail >> 115 15 0 0 50 15 0 0 0 0 0 0 0 0 35 0 0 0 0Institutional >> 119,430 8,230 9,400 9,870 5,185 10,890 9,170 11,370 7,380 2,600 4,165 2,715 2,765 5,610 7,920 8,110 6,800 3,870 3,380 Stock >> 29,880 4,255 4,700 4,935 5,185 0 0 0 0 0 0 0 0 2,805 2,640 2,370 1,700 1,290 0 >> 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0Total >> 149,735 12,550 14,100 14,805 10,420 10,905 9,170 11,370 7,380 2,600 4,165 2,725 2,765 8,465 10,595 10,480 8,500 5,260 3,480 Balances: FL Individual Retail >> 4,205 4,700 4,935 5,185 5,445 4,585 3,790 2,940 2,600 2,665 2,705 2,765 2,755 2,640 2,370 1,700 1,190 745 NA Individual Retail >> 4,190 4,700 4,935 5,135 5,430 4,585 3,790 2,940 2,600 2,665 2,705 2,765 2,755 2,605 2,370 1,700 1,190 745 Institutional >> (4,040) (4,700) (4,935) (50) (5,460) (4,585) (7,580) (4,440) 0 (1,500) (10) 0 (2,855) (5,315) (5,740) (5,100) (2,680) (2,635) Stock >> (8,295) (9,400) (9,870) (5,235) (5,460) (4,585) (7,580) (4,440) 0 (1,500) (10) 0 (5,660) (7,955) (8,110) (6,800) (3,970) (2,635) >> (8,295) (9,400) (9,870) (5,235) (5,460) (4,585) (7,580) (4,440) 0 (1,500) (10) 0 (5,660) (7,955) (8,110) (6,800) (3,970) (2,635) Subscription: FL Individual Retail >> 0.01x 0.01x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.02x 0.00x 0.00x 0.00x 0.08x 0.12x NA Individual Retail >> 0.01x 0.02x 0.00x 0.00x 0.01x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.02x 0.01x 0.00x 0.00x 0.08x 0.12x Institutional >> 2.06x 1.95x 2.00x 2.00x 1.01x 2.00x 2.00x 3.00x 2.51x 1.00x 1.56x 1.00x 1.00x 2.02x 3.01x 3.42x 4.00x 3.08x 4.12x Stock >> 2.57x 2.95x 3.00x 3.00x 2.01x 2.00x 2.00x 3.00x 2.51x 1.00x 1.56x 1.00x 1.00x 3.02x 4.01x 4.42x 5.00x 4.08x 4.12x Excluding top 1 1.95x 2.00x 2.00x 1.01x 1.00x 1.00x 2.00x 1.51x 0.00x 0.56x 0.00x 0.00x 2.02x 3.01x 3.42x 4.00x 3.08x 3.12x Excluding top 2 1.48x 1.00x 1.00x 1.00x 0.00x 0.00x 1.00x 0.51x 0.00x 0.00x 0.00x 0.00x 1.02x 2.01x 2.42x 3.00x 2.08x 2.12x Excluding top 3 1.02x 1.00x 1.00x 1.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 0.00x 1.00x 1.01x 1.42x 2.00x 1.08x 1.12x Orders by Rank Orders Investor Inverse Size 1 20,265 Massachusetts Financial Services 1 4,255 4,700 4,935 5,185 5,445 4,585 3,790 2,940 2,600 2,665 2,715 2,765 2,805 2,640 2,370 1,700 1,290 845 2 17,615 Eagle Asset Management, Inc. 2 2,000 4,700 4,935 50 5,445 4,585 3,790 2,940 0 1,500 10 0 2,805 2,640 2,370 1,700 1,290 845 3 16,760 Eaton Vance TABS 3 1,975 0 0 0 10 0 3,790 1,500 0 0 0 0 50 2,640 2,370 1,700 1,290 845 4 13,890 NORTHWESTERN MUTUAL LIFE IN 4 50 0 0 0 5 0 0 0 0 0 0 0 0 30 1,000 1,700 100 845 5 10,375 NEUBERGER & BERMAN CO (NEW YO 5 10 0 0 0 0 0 0 0 0 0 0 0 0 5 0 0 0 1006 8,845 Performance Trust (Broker) 6 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 6,735 Franklin Templeton Advisors 7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 6,205 Cumberland Advisors, Inc. 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9 5,445 Millennium Fixed Income Ltd Fund 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 10 3,835 Teachers Insurance & Annuity Associa 10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 011 2,640 Brean Capital LLC 11 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 012 2,500 Clark Capital Management Group Inc 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 013 1,975 First Republic Bank 13 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 014 1,500 STATE STREET GLOBAL MARKETS LL 14 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 015 845 Multi-Bank Securities, Inc. 15 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 016 425 Individuals 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 017 17 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 018 18 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 019 19 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 020 20 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0eettmttt1 NORTHWES NORTHWES NORTHWES Massachus Massachus NEUBERGE NEUBERGE Eagle Asse Eagle Asse Franklin Te Eagle Asse Eagle Asse Eagle Asse Performanc Cumberland Cumberland Cumberland Cumberland ee2 NEUBERGE Massachus Massachus Individuals eeteEaton Vanc Eaton Vanc Eagle Asse Eaton Vanc STATE STRE Individuals FFmmMillennium Millennium Franklin Te Franklin Te Performanc Performanc 3 First Republi Individuals eEaton Vanc Clark Capital Individuals sBrean Capita Performanc Performanc Teachers In Multi-Bank S 4 Individuals Individuals Individuals Clark Capital sTeachers In Individuals sTeachers In 5 Individuals Individuals Individuals 6 Individuals Investors Rank 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 Brean Capital LLC 11 2,640 0 0 0 0 0 0 0 0 0 0 0 0 0 2,640 0 0 0 0 3 Clark Capital Management Group Inc 12 2,500 0 0 0 0 0 0 0 1,500 0 0 0 0 0 0 1,000 0 0 0 4 Cumberland Advisors, Inc. 8 6,205 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2,370 1,700 1,290 845 5 Eagle Asset Management, Inc. 2 17,615 0 0 0 0 0 0 3,790 2,940 2,600 0 2,715 2,765 2,805 0 0 0 0 0 6 Eaton Vance TABS 3 16,760 0 0 0 0 5,445 4,585 3,790 2,940 0 0 0 0 0 0 0 0 0 0 7 First Republic Bank 13 1,975 1,975 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 Franklin Templeton Advisors 7 6,735 0 0 0 0 0 0 0 0 0 2,665 0 0 0 0 2,370 1,700 0 0 9 Individuals 16 425 65 0 0 50 15 0 0 0 0 0 10 0 50 35 0 0 100 10010 Massachusetts Financial Services 1 20,265 0 4,700 4,935 5,185 5,445 0 0 0 0 0 0 0 0 0 0 0 0 0 11 Millennium Fixed Income Ltd Fund 9 5,445 0 0 0 0 0 0 0 0 0 0 0 0 2,805 2,640 0 0 0 0 12 Multi-Bank Securities, Inc. 15 845 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 84513 NEUBERGER & BERMAN CO (NEW 5 10,375 2,000 0 0 0 0 4,585 3,790 0 0 0 0 0 0 0 0 0 0 0 14 NORTHWESTERN MUTUAL LIFE IN 4 13,890 4,255 4,700 4,935 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 15 Performance Trust (Broker) 6 8,845 0 0 0 0 0 0 0 0 0 0 0 0 0 2,640 2,370 1,700 1,290 845 16 STATE STREET GLOBAL MARKETS 14 1,500 0 0 0 0 0 0 0 0 0 1,500 0 0 0 0 0 0 0 0 17 Teachers Insurance & Annuity Ass 10 3,835 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1,700 1,290 845 Hillsborough County, FL Work Product Example #9Wastewater Impact Fee Assessment Special Assessment Revenue Bonds, Series 2021 (43 Units) Call Option Analysis Delivery Date: 4/12/2021 Call Date: 5/1/2031 Maturity Call Date Coupon Interpolated MMD 3/9/2021 Spread Stated Yield (to Call) Bond Price Bond YTM Yield Kick Approx. Option Value Option Adjusted Yield Savings vs. 5% Coupon 5/1/2032 5/1/2032 5/1/2032 5/1/2033 5/1/2033 5/1/2033 5/1/2034 5/1/2034 5/1/2034 5/1/2035 5/1/2035 5/1/2035 5/1/2036 5/1/2036 5/1/2036 5/1/2037 5/1/2037 5/1/2037 5/1/2038 5/1/2038 5/1/2038 5/1/2039 5/1/2039 5/1/2039 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5/1/2031 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 5.000% 4.000% 3.000% 1.130% 1.130% 1.130% 1.180% 1.180% 1.180% 1.230% 1.230% 1.230% 1.270% 1.270% 1.270% 1.310% 1.310% 1.310% 1.350% 1.350% 1.350% 1.390% 1.390% 1.390% 1.430% 1.430% 1.430% 0.380% 0.430% 0.630% 0.400% 0.500% 0.700% 0.400% 0.520% 0.720% 0.400% 0.550% 0.750% 0.400% 0.570% 0.770% 0.400% 0.570% 0.770% 0.400% 0.570% 0.770% 0.400% 0.570% 0.770% 1.510% 1.560% 1.760% 1.580% 1.680% 1.880% 1.630% 1.750% 1.950% 1.670% 1.820% 2.020% 1.710% 1.880% 2.080% 1.750% 1.920% 2.120% 1.790% 1.960% 2.160% 1.830% 2.000% 2.200% 132.436% 122.620% 111.378% 131.672% 121.376% 110.214% 131.130% 120.657% 109.542% 130.698% 119.943% 108.874% 130.267% 119.335% 108.306% 129.838% 118.932% 107.928% 129.411% 118.530% 107.553% 128.986% 118.130% 107.179% 1.758% 1.741% 1.857% 2.025% 1.996% 2.040% 2.237% 2.174% 2.157% 2.411% 2.328% 2.259% 2.564% 2.456% 2.342% 2.697% 2.555% 2.402% 2.816% 2.643% 2.455% 2.922% 2.722% 2.503% 0.248% 0.181% 0.097% 0.445% 0.316% 0.160% 0.607% 0.424% 0.207% 0.741% 0.508% 0.239% 0.854% 0.576% 0.262% 0.947% 0.635% 0.282% 1.026% 0.683% 0.295% 1.092% 0.722% 0.303% 0.365% 0.058% 0.023% 0.239% 0.150% 0.072% 0.343% 0.220% 0.110% 0.347% 0.211% 0.098% 0.403% 0.248% 0.116% 0.456% 0.283% 0.133% 0.497% 0.308% 0.146% 0.516% 0.316% 0.147% 1.393% 1.684% 1.833% 1.786% 1.845% 1.967% 1.894% 1.953% 2.047% 2.065% 2.117% 2.162% 2.160% 2.208% 2.226% 2.241% 2.272% 2.268% 2.319% 2.335% 2.309% 2.406% 2.406% 2.356% -0.291%-0.440%-0.059%-0.181%-0.059%-0.153%-0.052%-0.097%-0.048%-0.066%-0.031%-0.027%-0.015%0.010%0.000% 0.050% Public Resources Advisory Group Page 1 3/10/2021 11:20 AM Per Bond Fee Schedule and Hourly Rate Schedule Attachment A Part A. Please attach the complete fee schedule. The schedule should include, but may not be limited to, all hourly fee rates, transactional fees, out-of-pocket expenses, and any associated surcharges or fees. PRAG proposes keeping the same Per Bond Fee arrangement but rearranging the fee structure between refunding and new money transactions. Currently, PRAG’s fee for new money bond issues is $0.75 per bond for amounts up to $50 million and $0.50 per bond thereafter. The fee for refunding bond issues is $1.00 per bond for amounts up to $50 million and $0.75 per bond thereafter. Over the past contract cycle, however, it has become clear that new money bond issues take substantially more time as PRAG works to develop the capital plan and sometimes implements a new credit structure. We are proposing that the new money and refunding bond rates be switched while bank loan Per Bond Fees remain the same. We also propose that the minimum fees for bank loans increase slightly to $17,500. Unit Price Fee New Money Bond Issue Unit Price Fee Refunding Bond Issue Unit Price Fee New Money Bank Loan Unit Price Fee Refunding Bank Loan First $50 million (per $1,000 of bonds) $1.00 $0.75 $0.75 $0.75 Anything over $50 million (per $1,000 of bonds) $0.75 $0.50 $0.50 $0.50 Minimum Fee (per transaction) $20,000 $17,500 $17,500 $17,500 PRAG is recommending a reduction the fees charged in connection with the County’s Commercial Paper program given PRAG’s familiarity with both renewing the existing program and establishing a new program. Due to our location within the Tampa Bay area, PRAG will waive all out-of-pocket expenses except for out of state travel related to a bond pricing or rating agency presentation. PRAG will not charge for travel, parking or meals within the State of Florida. Per Bond Fee Schedule and Hourly Rate Schedule Attachment A Part B. Using the fee schedule provided as the response to Part A, please list the total cost of the transaction for each respective line of the following table. The table will be used in the evaluation of Transaction Fee rates provided by the Proposers. The actual transactions will vary. Indicate the total cost of the transaction for each respective line (i.e. Line 1 is the Proposer’s fee for a $65,000,000 New Money bond issue, Line 4 is the Proposer’s fee for a $20,000,000 Refunding bond issue, etc.) Surcharges or similar fees, if any, and estimated reimbursable expenses should be included as part of the total cost of the related transaction. Bond Issues Bank Loans Comm. Paper(per $1,000 ofNotes) Estimated Out of Pocket Expenses Proposer’s Total Charge for this Transaction New Money Refunding New Money Refunding Existing Program New Program 1 $65,000,000 (a) $0 $61,250 2 $40,000,000 (a) $0 30,000 3 $150,000,000 (b) $0 125,000 4 $20,000,000 (b) $0 15,000 5 $60,000,000 (c) $0 57,500 6 $50,000,000 (c) $0 37,500 7 $200,000,000 (d) $0 162,500 8 $150,000,000 (d) $0 87,500 9 $40,000,000 $0 30,000 10 $60,000,000 $0 42,500 11 $250,000,000 $0 50,000 12 $250,000,000 $0 75,000 13 Total $0 $773,750 (a)Assume the bonds to be issued will be general obligation bonds (b)Assume the bonds to be issued will be enterprise debt (c)Assume the bonds to be issued will be special assessment bonds (d)Assume the bonds to be issued will be governmental revenue bonds Per Bond Fee Schedule and Hourly Rate Schedule Attachment A Part C. Using the fee schedule provided as Part A, please list the total cost of the hourly work shown below. County’s Position Description Proposer’s Equivalent Title Estimated Hours Over Term Total Hourly Fees 1 Managing or Executive Director Senior Managing Director 150 $300 2 Senior or Executive Manager Managing Director 150 $250 3 Manager Vice President/ Assistant Vice President 75 $190 4 Analyst or Associate Analyst/Associate 75 $170 Total $109,500 We are proposing an average 10% increase in our base hourly fee scale from 2017 due to general inflation and increasing regulatory compliance costs. Alternatively, we are willing to discuss smaller increases each year through the term of the contract. We believe these fees are reasonable, but we will not lose the County's business over fees. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0266 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Authorize the continuing use of citywide staffing services contracts to 22nd Century Technologies, Inc. (TSCTI) of McLean, VA and Cogent Infotech Corporation of Pittsburgh, PA, for citywide staffing services in the cumulative amount of $500,000.00 for an additional one-year term through February 15, 2025. (consent) SUMMARY: To address retention and hiring challenges, Request for Proposal (RFP) 31-22 was issued in August 2022 for citywide staffing services. The City received 34 proposals and a team of city staff representing General Services, Human Resources, Public Utilities, Public Works, and Parks and Recreation departments determined that these two firms were most qualified for the City’s needs. On February 16, 2023, Council approved purchase orders to both TSCTI and Cogent Infotech Corporation to provide citywide staffing services for the initial term through February 15, 2024. These contracts may be renewed up to four additional one-year terms, with this being the first renewal. It’s important to continue these contracts to have qualified agencies provide staffing services on an as-needed basis to ensure all City departments maintain productivity and to help with critical daily operations. Due to the Class & Comp Study resulting in an overall rate adjustment from the initial agreement, we requested an extension from the City Manager through March 15, 2024, to allow time to review the increase request. The CPI index is at 5.2%, however, due to the changes from the Evergreen Class & Compensation Study and the new target market percentile, the city is acceptable to go higher than a 5.2% increase for the fees. We are recommending that we reduce the cumulative amount of spending for citywide staffing services to $500,000.00 for the first renewal option. For future renewals, if citywide staffing services are expected to exceed $100,000.00 in the renewal term, staff will bring the item forward to Council for approval. APPROPRIATION CODE AND AMOUNT: Funds are available from department’s cost savings from vacant positions. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Continuing the use of citywide staffing services contracts, achieves the following Strategic Plan Objectives: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0266 sustain that level of service. Page 2 City of Clearwater Printed on 3/5/2024 1 FIRST RENEWAL TO CONTRACT BETWEEN CITY OF CLEARWATER AND TSCTI RFP #31-22 CITYWIDE STAFFING SERVICES THIS FIRST RENEWAL, entered into this _____ day of March 2024, by and between the CITY OF CLEARWATER (“City”), a Florida municipal corporation, P.O. Box 4748, Clearwater, Florida 33758 and 22nd Century Technologies, Inc. (“TSCTI” or “Vendor”), a New Jersey corporation, 8251 Greensboro Drive, Suite 900, McLean, VA 22102. WHEREAS, the City seeks Citywide staffing services on an as-needed basis. The City operates multiple departments all of which may experience staffing shortages and may need staffing services throughout the term of this Contract. WHEREAS, TSCTI agrees to provide the Citywide staffing services with qualified staff and fixed pricing. WHEREAS, the City selected Vendor based on Request for Proposal (“RFP”) #31- 22 and responses by Vendor to RFP #31-22. WHEREAS, in February 2023, the Parties entered into a one (1) year contract with the option for four (4) additional one (1) year renewals. WHEREAS, in February 2024, the City Manager approved a one-month extension pursuant to Section 2.554(6), Code of Ordinances. WHEREAS, the Parties desire to extend this Contract for one (1) additional year and exercise the first renewal option. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the City and TSCTI 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. This first renewal option for this Contract shall commence on March 16, 2024 and end on February 15, 2025. At the end of this first renewal term, this Contract may be renewed up to three (3) additional one (1) year terms, upon mutual written agreement by the Parties. The City will give written notice of its intention to renew the Contract no later than thirty (30) days prior to the expiration of the term. 2 2. Total aggregate compensation for all services—including TSCTI and all other RFP #31-22 selected vendors—shall not exceed $500,000.00 (Five Hundred Thousand U.S. Dollars and Zero Cents) for this First Renewal. The Fee Schedule for all services is set forth in Exhibit B.1 and is inclusive of all reasonable and necessary direct expenses. 3. All other terms and conditions of this Contract which are not expressly amended or deleted herein shall continue in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this First Renewal as of the date set forth above. 22ND CENTURY TECHNOLOGIES, INC. Contracts Manager 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.1 22nd Century Technologies, Inc. CHMI Level 3 ISO 27001 [ISO 20000 1 ISO 9001]The City of Clearwater RFP #31-22 The cost portion of the proposal should include the following elements: 1.Pricing sheet outlining the position(s) offered and the corresponding hourly rate that the city would be responsible for. 2.Timeline and fee schedule for hiring temporary employees into a regular position with the city. 3.A listing of any and all additional charges not specifically identified. TSCTI's Reply: 1. Pricing sheet outlining the position(s) offered and the corresponding hourly rate that the city would be responsible for. Response: Position Name Bill rate (Old)Bill rate (New) Accounting Technician $31.20 $32.76 Assistant City Manager $88.82 $93.26 Building & Maintenance Superintendent $48.09 $50.49 Building Construction Inspector OR Building Inspector Technician $41.60 $43.68 Business Systems Analyst $84.50 $88.73 Code Enforcement Inspector $25.50 $26.78 Community Redevelopment Agency Director $66.28 $69.59 Customer Service Representative $22.10 $23.21 Customer Service Specialist $24.70 $25.94 Development Review Technician $22.30 $23.42 Division Controller $45.80 $48.09 Division Controller $47.98 $50.38 Engineering Manager $55.55 $58.33 Engineering Specialist $39.00 $40.95 Senior Engineering Specialist $39.47 $41.44 Event Support Staff $19.50 $20.48 Fleet Mechanic $24.29 $25.50 Gas Marketing & Business Development Manager $52.00 $54.60 Gas Section Manager - Customer Service & Dispatch $43.62 $45.80 Gas Section Manager - Distribution Operations $43.62 $45.80 Gas Technician $26.00 $27.30 Gas Technician - Apprentice $26.00 $27.30 Grants Coordinator $23.40 $24.57 Industrial Electrician $29.52 $31.00 Land Development Arborist $32.48 $34.10 Lead Engineering Specialist $44.51 $46.74 Lead Parks Service Technician $22.63 $23.76 Lead Streets & Sidewalks Technician $26.00 $27.30 Marine Facility Operator - Pier 60 Baithouse Retail Operations $26.00 $27.30 Meter Reader $21.01 $22.06 Network Analyst $80.60 $84.63 Parking Citation Assistant $22.10 $23.21 Parking Enforcement Specialist $22.10 $23.21 Parking Facility & Security Aide $21.45 $22.52 Parking Facility & Security Aide $21.45 $22.52 Parking, Facilities and Security Aide $21.45 $22.52 Parks Heavy Equipment Operator $26.00 $27.30 Parks Service Technician $22.10 $23.21 Personnel/Payroll Technician $31.20 $32.76 Planner $32.48 $34.10 EXHIBIT B.1 Senior Planner $41.45 $43.52 Plans Examiner $32.48 $34.10 Senior Plans Examiner $39.47 $41.44 Plumber $31.20 $32.76 Police Records Clerk - Part-Time $22.10 $23.21 Police Records Specialist $22.10 $23.21 Police Social Services Specialist - Homeless Outreach $31.00 $32.55 Police Telecommunicator $26.00 $27.30 Professional Engineer $49.40 $51.87 Senior Professional Engineer $55.90 $58.70 Public Utilities Asst. Manager - Water Production Assistant Manager $41.54 $43.62 Recreation Leader - Part Time $20.70 $21.74 Recreation Leader Full Time $20.70 $21.74 Risk Manager $55.30 $58.07 SCADA Specialist $31.00 $32.55 School Crossing Guard - Continuous Opening $20.80 $21.84 Senior Accounting Technician $32.50 $34.13 Senior Engineering Specialist $39.00 $40.95 Senior Librarian $32.55 $34.18 Senior Network Analyst $84.50 $88.73 Senior Staff Assistant $24.70 $25.94 Senior Systems Programmer $91.00 $95.55 Senior Transportation Planner $45.50 $47.78 Sign Inspector $25.50 $26.78 Skilled Trades worker $22.63 $23.76 Solid Waste Accounts Coordinator $22.63 $23.76 Solid Waste Equipment Operator $23.13 $24.29 Solid Waste Worker $22.10 $23.21 Stormwater Technician $22.10 $23.21 Streets & Sidewalks Technician $22.10 $23.21 Survey Assistant $21.32 $22.39 Traffic Sign & Marking Technician $23.13 $24.29 Traffic Signal Technician $25.50 $26.78 Utilities Electronics Tech $29.90 $31.40 Utilities Mechanic $26.00 $27.30 Utility Customer Service Manager $45.80 $48.09 Utility Dispatcher $23.40 $24.57 Variable Beach Lifeguard $20.80 $21.84 Variable Instructor $19.50 $20.48 Variable Marine Facility Operator $20.80 $21.84 Variable Marine Facility Operator - Pier 60 Bait House Retail Operations $19.50 $20.48 Variable Parks Service Technician $19.50 $20.48 Variable Police Aide $19.50 $20.48 Variable Pool Lifeguard $20.48 $21.50 Variable Recreation Leader or Summer Camp Counsellor $19.50 $20.48 Variable Wastewater Treatment Plant Operator A $31.97 $33.57 Variable Wastewater Treatment Plant Operator B $28.41 $29.83 Variable Wastewater Treatment Plant Operator C $26.00 $27.30 Variable Wastewater Treatment Plant Operator Trainee $23.40 $24.57 Wastewater Collections Tech $22.10 $23.21 Wastewater Treatment Plant Operator A $29.52 $31.00 Wastewater Treatment Plant Operator B $26.78 $28.12 Wastewater Treatment Plant Operator C $24.29 $25.50 Wastewater Treatment Plant Operator Trainee $23.40 $24.57 Water Distribution Operator $26.00 $27.30 Water Distribution Operator Lead $26.78 $28.12 Water Distribution Operator Trainee $24.70 $25.94 Water/Wastewater Plant Chief Operator $34.18 $35.89 EXHIBIT B.1 2.Timeline and fee schedule for hiring temporary employees into a regular position with the city. Response: Time Completed on Assignment One Time Hiring Fee 0 to 1 Month 12% of the Annual Salary 1 Month to 3 Months 09% of the Annual Salary 3 Months to 6 Months 06% of the Annual Salary More than 6 Months No Fee 3.A listing of any and all additional charges not specifically identified. Response: Background Check Fee Pre-employment drug test $25.00 Criminal history checks nationwide $9.00 --$25.00 Driver's license check $10.00 --$25.00 1 FIRST RENEWAL TO CONTRACT BETWEEN CITY OF CLEARWATER AND COGENT RFP #31-22 CITYWIDE STAFFING SERVICES THIS FIRST RENEWAL, entered into this _____ day of March 2024, by and between the CITY OF CLEARWATER (“City”), a Florida municipal corporation, P.O. Box 4748, Clearwater, Florida 33758 and Cogent Infotech Corporation (“Cogent” or “Vendor”), a Pennsylvania corporation, 1035 Boyce Road, Suite 108, Pittsburgh, PA 15241. WHEREAS, the City seeks Citywide staffing services on an as-needed basis. The City operates multiple departments all of which may experience staffing shortages and may need staffing services throughout the term of this Contract. WHEREAS, Cogent agrees to provide the Citywide staffing services with qualified staff and fixed pricing. WHEREAS, the City selected Vendor based on Request for Proposal (“RFP”) #31- 22 and responses by Vendor to RFP #31-22. WHEREAS, in February 2023, the Parties entered into a one (1) year contract with the option for four (4) additional one (1) year renewals. WHEREAS, in February 2024, the City Manager approved a one-month extension pursuant to Section 2.554(6), Code of Ordinances. WHEREAS, the Parties desire to extend this Contract for one (1) additional year and exercise the first renewal option. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the City and Cogent 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. This first renewal option for this Contract shall commence on March 16, 2024 and end on February 15, 2025. At the end of this first renewal term, this Contract may be renewed up to three (3) additional one (1) year terms, upon mutual written agreement by the Parties. The City will give written notice of its intention to renew the Contract no later than thirty (30) days prior to the expiration of the term. 2. Total aggregate compensation for all services—including Cogent and all other RFP #31-22 selected vendors—shall not exceed $500,000.00 (Five Hundred Thousand 2 U.S. Dollars and Zero Cents) for this First Renewal. The Fee Schedule for all services is set forth in Exhibit B.1 and is inclusive of all reasonable and necessary direct expenses. 3. All other terms and conditions of this Contract which are not expressly amended or deleted herein shall continue in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this First Renewal as of the date set forth above. COGENT INFOTECH CORPORATION Executive Vice President 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.1 – Fee Schedule Exhibit B – Fee Schedule Exhibit B – Fee Schedule Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0193 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the purchase of various amenities for multiple park locations in the total amount of $249,427.55, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Parks and Recreation Department maintains over 100 parks with approximately 1,700 acres of parkland. Many parks have site furnishings which include trash receptacles to reduce litter, picnic tables for residents to enjoy friends, family and outdoor spaces, and park benches, giving residents an opportunity to rest and enjoy the outdoors. This contract will provide for the purchase of park benches, picnic tables (both traditional and ADA accessible), and trash receptacles. The amenities purchased are comprised of cement and recycled plastic. The materials used in these amenities are attractive, easy to maintain, sustainable, have a life cycle of 20 years and provide savings to the City with reduced maintenance costs and longer product lifespans. Existing older park amenities made of metal and wood are rated on a poor, fair and good standard scale. The new items will replace those existing amenities that are rated poor to fair throughout the park system. The new amenities will require minimal maintenance and will be pressure washed annually. The proposed pricing for Bliss Products, Inc. is established under a contract with Clay County, pursuant to RFP No. 18/19-2. Bliss Products, Inc. was approved by the Clay County Board of County Commissioners as the most responsive bidder for replacement of park and playground amenities on May 28, 2019, for an initial contract term expiring May 22, 2022. Extension of contract no. RFP 18/19-2 was approved by the Clay County Board of County Commissioners on May 23, 2023, for an additional one-year renewal expiring May 22, 2024. Pursuant to 2.563(1)(c) piggyback, the amount off piggyback will be 179,820.55 (concrete & recycled plastic amenities). Pursuant to 2.563(1)(d), non-competitive purchase under proposal no.70267, a total of $69,607.00 will be considered impractical ($24,997.00 for freight, $23,220.00 for Sandblast Brown Pigment Finish, $20,520.00 for Sealer and $870.00 for ADA Custom Form Modification). The sandblast with brown pigment finish was selected to ensure uniformity with prior purchase of benches, picnic tables (ADA and classic) and litter receptacles. The manufacturer suggests two coats of sealer applied to the concrete portion to enhance the beauty of the stone, resist salt, chloride, and makes graffiti cleanup easier. The concrete finish and sealer reduce the frequency of amenity cleaning and the related labor costs. These items of the purchase are impractical as shipping, sandblasting, pigment finish, and sealing are provided by the manufacturer and any deviation from using the manufacturer will cause delays in the delivery of the product and will void warranties. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0193 Funds are available in capital improvement project M2206 “Parks and Beautification R & R”. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: In funding the purchase of new park amenities, the City is supporting Objectives 1.3, adopting responsive levels of service for public facilities and amenities; 1.5, embracing a culture of innovation that drives continuous improvement and successfully serves all our customers; and 2.3, promoting Clearwater as a premier destination for cultural experiences and tourism. Page 2 City of Clearwater Printed on 3/5/2024 Bliss Products and Services, Inc6831 S. Sweetwater Rd.Lithia Springs, GA 30122(800) 248-2547(770) 920-1915 Fax Quote # 70267 Sales Rep: Heather Smithheather.smith@blissproducts.comC: (727) 403-7849 City of Clearwater Date 02-01-2024 Project Concrete Amenities 2024 Bill ToCity of Clearwater100 S. Myrtle St., 1st. FloorClearwater, Florida 33756T: (727) 462-6563 Ship ToCity of ClearwaterCity of Clearwater706 N Missouri AveClearwater, Florida 33755 ContactMatthew AndersonParks Senior ManagerPhone: (727) 562-4856 Approximate Ship Date Ship Via TermsNet 30 Vendor Part #Description Qty Unit Price Extended Price BSCP B4451 5' Classic Park Bench using recycled plastic lumber with two concrete legsShips Unassembled Stainless Steel Hardware IncludedRPL5 Dark Teak Recycled Plastic Lumber back and seat*MSRP Price $670.00 ** Price quote reflects 5% discount per Clay County RFP #18/19-2 5' Classic Park Bench using recycled plastic lumber with two concrete legsShips Unassembled ***Stainless Steel Hardware Included 126 $636.80 $80,236.80 BSCP SB4 SANDBLAST WITH BROWN PIGMENT LEGS 126 $70.00 $8,820.00 BSCP ACR *Manufacturer suggest two coats of your choice; Semi-Gloss or Non-Gloss Sealer Applied to concrete portion. - Benches 126 $70.00 $8,820.00 BSCP ADA Bench(Custom Form)CUSTOM FORM MODIFICATION TO ACCEPT FOURTH BOARD *To be added to (6) benches to make ADA 6 $145.00 $870.00 BSCP LR1065 Litter Receptacle - 26"Diameter 41 3/4" height with plastic dome Includes 32 gallon plastic liner (Metal Liner available upon request). Wt. 545 lbs *MSRP Price: $570.00**Price reflects 5% discount per Clay County RFP #18/19-2 135 $541.50 $73,102.50 BSCP SB4 Sandblast with Brown Pigment - Litter Receptacle 135 $90.00 $12,150.00 BSCP LC Dome Color: Brown 135 $0.00 $0.00 BSCP ACR Manufacturer suggest two coats of your choice of sealer; semi-gloss or non -gloss - Trash Receptacles 135 $70.00 $9,450.00 BSCP T6461 72" Picnic Table using two concrete legs with recycled plastic table top and seatsCUSTOM - 3/8 - 16x2-1/2" FLATHEAD BOLTS Wt. 596lbsRPL5 Dark Teak Recycled Plastic *MSRP $1115.00 25 $1,059.25 $26,481.25 Vendor Part #Description Qty Unit Price Extended Price **Price quote reflects 5% discount per Clay County RFP #18/19-2 BSCP SB4 Sandblast with Brown Pigment - Litter Receptacle 25 $90.00 $2,250.00 BSCP ACR MANUFACTURER SUGGEST TWO COATS OF YOUR CHOICE OF SEMI-GLOSS OR NON-GLOSS SEALER APPLIED - 72" Picnic Tables 25 $90.00 $2,250.00 Note:Freight STANDARD DESCRIPTIONALL SHIPPING CHARGES ARE LISTED ABOVE. SHIPPING IS SHIPPED BY MOTOR FREIGHT TRAILER ON PALLETS, TO ONE BUSINESS ADDRESS ONLY. CUSTOMER PERSONNEL TO MEET DRIVER DURING REGULAR BUSINESS HOURS AND PROMPTLY REMOVE PALLETS FROM TRUCK. A 4,000 PALLET JACK TO MOVE ITEMS TO TRAILER DOOR AS WELL AS A FORKTRUCK RATED 5,000 WITH 48 FORKS FOR UNLOADING MUST BE ON SITE AT TIME OF ARRIVAL. CUSTOMER TO UNPACK ITEMS AND SET AT SPECIFIC SITES. DELIVERY FEES ARE BASED ON FUEL PRICES TODAY. BECAUSE OF UNCERTAIN FUEL COSTS IN THE FUTURE, WE RESERVE THE RIGHT TO ADD OR SUBTRACT ANY CHANGE IN FUEL COSTS IN EFFECT ON THE DAY OF DELIVERY. ADDITIONAL FREIGHT COMPANY SERVICES, IF NEEDED, MUST BE SPECIFIED ON PURCHASE ORDER AND CHARGES WILL BE ADDED ONTO FINAL BILLING. Sub Total $224,430.55 Freight 24,997.00 Taxable Subtotal Tax 0.00 Financing as low as $5,786.72 / month may be available pending credit approval.Grand Total $249,427.55 Due to volatility in raw material pricing, this quote is only valid for 30 days unless otherwise noted. Due to instability in material procurement and manufacturing, verbal or written lead times are subject to change. Sales tax exempt certificate will be required for exemption. All orders are subject to approval and acceptance by the manufacturer. Deposits may be required. Add 3% to total for charge card transactions. Manufacturing lead times will not begin without an actual shipping address, color and mount selection, approved purchase order or fully executed contract. Customer will need to coordinate with freight carrier if unloading or inside delivery is required. Damaged or missing parts must be noted on the bill of lading at the time of delivery. A finance charge of 1.5% per month will be added to all invoices past due. Return items are subject to manufacturer's policies and may result in freight and restocking fees. Signed quote will not be accepted for orders over $500. Complete Terms and Conditions can be found at https://blissproducts.com/terms-conditions/ BOARD OF COUNTY COMMISSIONERS CLAY COUNTY, FLORIDA RFP NO. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS DUE DATE: Monday, March 18, 2019- 4:00 p.m. OPEN DATE: Tuesday, March 19, 2019 -1:00 p.m. Issued By: Clay County Board of County Commissioners Purchasing Department TABLE OF CONTENTS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Request for Proposal Advertisement .................................................................................... 3-5 Request for Proposal Instructions ....................................................................................... 6-12 Specifications ..................................................................................................................... 13-17 Bid Forms .......................................................................................................................... 18-20 Sample Quote Sheet ................................................................................................................. 21 Corporate Details ..................................................................................................................... 22 Certification Regarding Debarment ......................................................................................... 23 Scrutinized Companies Certification ....................................................................................... 24 No Bid Statement ..................................................................................................................... 25 Procedures for Bid Opening .............................................................................................. 26-37 Attachments: Form W-9 2 REQUEST FOR PROPOSAL NOTICE NOTICE IS HEREBY GIVEN that sealed proposals will be received until 4:00 P.M., Monday, March 18, 2019, at the Clay County Administration Building, Fourth Floor, Reception Area, 477 Houston Street, Green Cove Springs, Florida 32043, for the following: RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Proposals will be opened at 1:00 P.M., or as soon thereafter as possible, on Tuesday, March 19, 2019 in the Clay County Administration Building, Conference Room “B”, Fourth Floor, 477 Houston Street, Green Cove Springs, Florida, in the presence of the Purchasing Department staff and all other interested persons. The opened Proposals will be read aloud, examined for conformance to specifications, tabulated, and preserved in the custody of the Purchasing Department. Proposals submitted will be evaluated by the Finance and Audit Committee. The Finance and Audit Committee of the Board will present its recommendation to the Board of County Commissioners as soon thereafter as possible. At the discretion of the Board of County Commissioners or the Finance and Audit Committee, companies submitting proposals may be requested to make oral presentations as part of the evaluation process. Proposals will not be valid unless received by the proposal deadline and in a sealed envelope marked “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” to be received until 4:00 P.M., Monday, March 18, 2019. Envelopes are to be submitted in person or delivered by courier to the above address. No postal mail will be accepted. During the bidding process, all prospective proposers are hereby prohibited from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator (as specified in Section P of Chapter 8 of the Purchasing Manual attached hereto). The no-contact rule set forth shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided for in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. For information concerning procedures for responding to this Bid, contact the Purchasing Department, Donna Fish by email purchasing@claycountygov.com or at (904) 278-3761. The County reserves the right to waive formalities in any response, to reject any or all responses with or without cause, to waive technical and non-technical or non-material defects in the solicitation or submittal of any responses, including the lack of availability of adequate funds, regulatory agency requirements, to make award in part or completely, and/or to accept the response that, in its judgment, will be in the best interest of the County of Clay. Bid proposals in which the prices obviously are unbalanced will be rejected. 3 FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent- bids-rejection-bids. THIS WEB PAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: www.claycountygov.com BY FOLLOWING THE “NOTICE OF INTENT BIDS” LINK UNDER THE “BUSINESS” ROLLOVER BUTTON ON THE COUNTY’S HOMEPAGE. NO OTHER NOTICE WILL BE POSTED. PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, OR THE FAILURE TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8. (N), OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list. --------------------------------------------END OF NOTICE----------------------------------------- 4 REQUEST FOR PROPOSAL INSTRUCTIONS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS 1. Delivery and Receipt of Bids: All sealed Proposals submitted shall be received by the Purchasing Department of Clay County, Florida. Proposals submitted in person or by courier services will be received at: Clay County Administrative Building Fourth Floor, Reception Area 477 Houston Street, Green Cove Springs, Florida 32043 Three copies of the Proposal must be received in a sealed envelope. Proof of liability insurance, form W-9 taxpayer identification number, and bid information shall be included with all responses submitted. The words “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” shall be clearly marked on the front and back of the envelope containing the Proposal. 2. Due Date and Opening Date: Proposals will be received by carrier or in person until Monday, March 18, 2019 at 4:00 p.m. and will be opened on Tuesday, March 19, 2019 at 1:00 p.m. or soon thereafter, in the Clay County Administration Building, 477 Houston Street, Conference Room “B”, Fourth Floor, Green Cove Springs, Florida. Bids will be reviewed by Clay County as soon thereafter as possible. A. All Proposals will be “clocked” at the time they are received to indicate the time and date of receipt. B. Proposals WILL NOT be accepted in person after the time and date specified. C. Proposals received by carrier WILL NOT be accepted if they are received after the time and date specified regardless of the circumstances. D. No postal mail will be accepted. 3. Withdrawal of RFP: Proposals may be withdrawn by a written or faxed request by the Bidder and received by the Purchasing Department before the date and time for receiving Proposals has expired. Negligence on the part of the Bidder in preparing a Proposal is not grounds for withdrawal or modification of a Proposal after such Proposal has been opened by the County. Bidders may not withdraw or modify a Proposal after the appointed Bid Opening. Bidders may not assign or otherwise transfer their Proposals. 4. Inquiries/Questions: Any questions regarding this RFP must be directed to Donna Fish (the authorized contact person) via email at purchasing@claycountygov.com (preferred method) or by calling (904) 278-3761. Written inquiries/questions must be received by March 6, 2019. Responses to questions, clarifications, and addenda will be distributed to potential Bidders by email. It is the responsibility of interested Bidders to verify if this information has been issued prior to submitting a Bid. 6 5. No Contact Period: During the Bidding process, all prospective Bidders are hereby prohibited from contacting (1) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (2) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any Bid submitted by the violator, as specified in Section P of Chapter 8 of the Clay County Purchasing Manual. Exceptions: The no-contact rule set forth shall not apply to inquiries submitted to the authorized contact person, the pre-bid conference, or to formal presentations by finalists to the Board of County Commissioners or to the County’s evaluation committee. 6. Additional Evaluation: The County reserves the right to request any additional information from Bidders after Bid Opening and before award as may be necessary to assist in review and evaluation of any Bid prior to submittal of a recommendation for award to the Board of County Commissioners. 7. Award: The Bid will be awarded to the responsible Bidder(s) submitting a Bid determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to award to multiple bidders. 8. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in any Bid, to reject any or all Bids with or without cause, to waive irregularities/technicalities, and waive technical and non-technical or non-material defects in the Bid document or submittal of any Bid. The County reserves the right to make award either in part or completely, and/or to accept the Bid that, in its judgment, will be in the best interest of the County. Bids in which the prices obviously are unbalanced will be rejected. The County reserves the right to reject any and all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest. 9. Cancellation of Bid: Clay County reserves the right to cancel a solicitation at any time prior to approval of the award. The decision to cancel a solicitation cannot be the basis for a protest under the formal protest process as referenced herein. 10. No Bid: Each company not intending to respond to this Bid should reply with a written “No Bid Statement”. Such action will maintain the company on the appropriate active Bidder solicitation list. Three (3) failures to respond to solicitations may result in deletion from the Bidder solicitation list. 11. Bid Errors: Where Bid forms have erasures or corrections, each erasure or correction must be initialed in ink by the Bidder. In case of unit price Bid items, if an error is committed in the extension of an item, the unit price as shown in the Bid response will govern. Errors between any sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written words. 12. Deviations: Bidders are hereby advised the County will only consider Bids that meet the specifications and other requirements imposed upon them by this Bid document. In instances where a deviation is stated in the Bid Form, said Bid will be subject to rejection by the County in recognition of the fact that said Bid does not meet the exact requirements imposed upon the Bidder by the Bid or Contract documents. 7 13. Bid Protests: Any company affected adversely by the County’s decision may file with the County Purchasing Department a “Notice of Protest” in writing within 72 hours after the posting of the recommended award. Failure to file a written Notice of Protest shall constitute a waiver of proceedings under Chapter 8 (N) of the Clay County Purchasing Policies. Failure to file a written petition initiating a formal protest proceeding within the time frame and in the manner prescribed in Section 8 (N) of said policy shall constitute a waiver of the right to protest the Bid solicitation, any addendum thereto, or the Bid award recommendation or decision, and to initiate a formal protest proceeding under said policy. The County’s Purchasing Policy may be viewed at the County’s website by following the appropriate links from the Homepage. 14. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid for a Contract to provide any goods or services to a public entity, may not submit a Bid for a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a Bid, Bidder attests that they have not been placed on the “Convicted Vendor List”. 15. Debarment: By submitting a Proposal, the Bidder certifies that it is not currently debarred from submitting proposals for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any subdivision or agency of the State of Florida. 16. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 17.Scrutinized Companies Certification: In compliance with subsection (5) of Section 287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and does not have business operations in Cuba or Syria as defined in subsection (1) of the Statute. The included Scrutinized Companies Certification Form must be completed and returned as part of the bid submittal. 18. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 8 19. Copyright Restrictions: Both the County seal and the County logo are being registered for a copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay County government users for use on company Bids, presentations, etc. 20. Indemnification: The awarded Bidder shall indemnify and hold harmless the County, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the company and other persons employed or utilized by the company in the performance of the Contract. The provisions of Florida Statute 768.28 applicable to Clay County, Florida apply in full to this Contract. Any legal actions to recover monetary damages in tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful act or omission of any employee of the County acting within the scope of his/her office or employment are subject to the limitations specified in this statute. No officer, employee or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for any or damage suffered as a result of any act, event, or failure to act. The County shall not be liable in tort for the acts or omissions of an officer, employee, or agent committed while acting outside the course and scope of his/her employment. This exclusion includes actions committed in bad faith or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human rights, safety, or property. 21. Insurance Requirements: Prior to commencement of the project, the awarded Bidder shall provide the County Purchasing Department with proof of the following insurance: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverages as required by Florida law c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by Contract-per occurrence $ 1,000,000 9 The awarded Bidder must maintain insurance coverage at the above-prescribed levels through the date of completion of the project and such coverage must include all independent Contractors and Subcontractors. Either prior to, or simultaneously with the execution of the Contract, the awarded Bidder must deliver certificates of insurance for the required insurance coverage to the County naming “Clay County, a political subdivision of the State of Florida, the Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insured.” Said certificates of insurance shall also include a thirty-day prior written notice of cancellation, modification or non-renewal to be provided to the County. 22. Performance and Payment Bond Requirements: Performance and Payment Bonds are not required for projects of $200,000.00 or less. Prior to commencement of a project exceeding $200,000.00, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded Performance and Payment Bonds shall be provided prior to the commencement of construction to Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Performance and Payment Bonds must be increased in accordance with any change order increases on the project. 23. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with the preparation of his/her Bid will be the sole responsibility of the Bidder and shall not be borne by the County. The Bidder also agrees that the County bears no responsibility for any costs associated with the preparation of their Bid and/or any administrative or judicial proceedings resulting from the solicitation process. 24. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in order to do business in the State of Florida, corporations (and other business designations) are required to be registered and in good standing with the Department of State, Division of Corporations. To be eligible to receive a contract and/or purchase order registration must be accomplished prior to the initial posting indicating intent to award to that vendor. Failure to be registered may be cause for disqualification. Contact the Division of Corporations at (850) 245-6000. Online-filing is available at: http://dos.myflorida.com/sunbiz 25. Contractor Qualifications and Requirements: At the time of Bid Opening, all Bidders must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at the time of submitting a Bid. All Bidders must submit evidence of current state certification or registration, or County certification, as applicable, prior to award of this Bid. The following licensing requirements shall apply when the applicable Florida statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation. a. State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work. b. Said licenses shall be in the Bidder's name as it appears on the Bid Form. Bidder shall supply a copy of each applicable license showing the appropriate license numbers, with expiration 10 dates as required by the County. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the Bid and/or termination of the Contract. c. Subcontractors Contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the County. Said license must be in the name of the subcontractor. The following licensing requirements shall apply when applicable (Contractor Prequalification): Florida Law and Rules of the State of Florida, Department of Transportation, require contractors to be prequalified with the Department in order to bid for the performance of road, bridge, or public transportation construction contracts greater than $250,000.00. The Contractor Prequalification process results in the issuance of a Certificate of Qualification for each successful applicant which lists the approved work classes and the Maximum Capacity Rating in dollars. It is the responsibility of potential bidders to review the requirement and meet the qualifications listed at: http://www.dot.state.fl.us/cc- admin/PreQual_Info/prequalified.shtm. Contractors not meeting the applicable work types associated with the scope of the work may utilize subcontractors to assist with meeting the requirement of all necessary prequalification work classes. 26. Qualification: The County shall have the right to review the references, experience of assigned personnel, and qualifications of the Contractor in order to make the final determination of acceptability of the Contractor to be awarded the Contract and construct the work. The Board of County Commissioners may reject, at its sole discretion, any Bidder the Commission finds to lack, or who’s present or former executive employees, officers, directors, stockholders, partners or owners are found by the Commission to lack honesty, integrity, or moral responsibility. The Commission's finding may be based on any of the following factors: the disclosure required herein, the County's own investigation, public records, or any other reliable source of information. The Commission may also reject any Bidder failing to make the disclosure required herein. By submitting a Bid, Bidder recognizes and accepts that the Board of County Commissioners may reject any Bid at its sole discretion and the Bidder waives any claim it might have for damages or other relief arising from the rejection of its Bid or resulting directly or indirectly from the rejection of its Bid based on these grounds or from the disclosure of any pertinent information relating to the reasons for rejection of its Bid. 27. Subcontractors: The County reserves the right to approve all Subcontractors for this Contract. If Subcontractors are to be utilized, their names and references must be included within this Bid. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, subcontractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. 28. Interpretation of Plans and Specifications: No interpretation of the meaning of the plans, specifications, or other Contract documents will be made to any Bidder orally. Every request for interpretation should be in writing addressed to the Purchasing Department. To be given consideration, such requests must be received no later than March 6, 2019. 11 Any and all such interpretations and any supplemental instructions will be in the form of a written addendum. All Addenda issued shall become part of the Bid and Contract documents, and receipt must be acknowledged on the Bid Form, by completion of the applicable information on the Addendum, and submitting it with the Bid. Failure to acknowledge Addenda which have no effect on the competitive nature of the bidding process may be a waiveable deviation at the County’s sole discretion. 29. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All proposers must disclose with their Proposal, any personal or organizational conflicts of interest pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is also an employee of the Clay County Board of County Commissioners. Further, all proposers must disclose the name of any Clay County Board of County Commissioners employee who owns, directly or indirectly, an interest of the proposer’s firm or any of its branches. 30. Use of Contract by Other Government Agencies: At the option of the Bidder, the use of the Contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. Each governmental agency allowed by the Bidder to use this Contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 31. Execution of Contract and Notice to Proceed: The awarded Bidder may be required to sign a written Contract. Said Contract will evidence in written form the agreement between the parties. 32. All payments made under this Bid will be made in accordance with the Local Government Prompt Payment Act; in effect, not later than 45 days from receipt of proper invoice. 33. At the discretion of the Board of County Commissioners any Committee contemplated herein, Vendors submitting proposals may be requested to make oral presentations as part of the evaluation process. 12 RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS – SCOPE OF SERVICES (Provided by Parks and Recreation Department) SCOPE: The purpose of this bid invitation: 1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by the Clay County Division of Parks and Recreation. The County reserves the right to award to multiple bidders. 2. Establish a firm, fixed percentage of manufacturer’s and/or bidder’s current catalog/supply/product information price list, after applying the above requested discount for purchase, for the installation of various equipment and amenities. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percentages shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in your bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder. 3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying vendors will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid utilizing prices provided in bid response. The qualified vendor(s) providing the lowest responsive quote will be awarded the project. 4. There is no guarantee any purchases will be made after award. Purchase orders will be issued subject to availability of funds. RESPONSIBILITY: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of various equipment and amenities for parks and playground equipment or amenities ordered, unless otherwise specified by the County. The County may elect, in certain circumstances, to purchase only materials and have those materials installed by others (e.g., volunteers, County staff). These items will be shipped to a designated location and off-loaded by the bidder or bidder’s representative. QUALIFICATION OF INSTALLERS: If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub-contracted installers must be included with their bid. Additionally, the bidder must supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub-contracted installer, is an authorized installer, certified to install various equipment and amenities for parks and playground equipment as required by each manufacturer. CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS: Each bidder shall submit with this bid, at no charge, two (2) sets of each current catalog/supply/product information price list as well as current MSRP list for each catalog 13 submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and telephone number. The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product information price list as well as current MSRP list for each catalog submitted upon price changes. At renewal time Vendor may request that new manufacturers be added. County reserves the right to approve or deny this request. COMPLIANCE WITH LAWS AND CODES: Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM): ASTM-F1487 Standards – Methods of testing Playground Equipment for Public Use. ASTM-F1292 Standards - Method for testing various surfacing materials to determine their “critical height” (the fall height below which a life threatening head injury would not be expected to occur) Copies may be obtained from the - American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public Playground Safety. Copies may be obtained from the - US Consumer Product Safety Commission 4330 East West Highway Bethesda, MD 20814 (301) 504-7923 C. National Playground Safety Institute (NPSI) – identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from the - National Recreation and Park Association 22377 Belmont Ridge Road Ashburn, VA 20148-4150 (703) 858-0784 D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. 14 Copies may be obtained by calling: (800) 514-0301 Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. INVOICING: Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and a total for all purchases. Standard payment terms are Net 45 days per the Local Government Prompt Payment Act. TERMS OF CONTRACT: The term of bid award for various equipment and amenities for parks and playgrounds will be three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail for the full duration of the contract and including subsequent extensions. County reserves the right to use other available bids or contracts when in the best interest of the County. METHOD OF ORDERING: The County may generate a Request for Quotation, on an “as needed” basis, for park and playground equipment and/or ball field lighting together with a request for additional services required to complete that project (see attached Quote sample sheet). The County reserves the right to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can define the project exactly or the Request for Quotation can describe a desired end result, allowing the bidder to design the park or playground site. After generating a Request for Quotation for a project, and before bidder’s submission of its quotation in response to the Request for Quotation, the County may require requested bidder (s) to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Bidders will be responsible for the accuracy of all fixed measurements. The bidder’s quotation in response to the Request for Quotation must contain each of the following: 15 • A detailed breakdown of the cost for the entire project. Descriptions of additional services related to the project, together with their price, shall also be listed. • Include Catalog Name, Number and associated discount. When quoting projects where freight would be charged, those costs must be included in quote so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. • Names of any and all subcontractors on the project. It is understood the bidder remains responsible for project completion and acceptance by the County. The County reserves the right to reject any quotation in response to a Request for Quotation if said quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. • Project Completion Date. • Include an updated catalog, if needed and updated MSRP lists for the park and play equipment specifically quoted. The County will generate purchase orders as a result of approved “Request for Quotations” submitted, at the sole discretion of the County. The County reserves the right to not award to any, or to use other available bids or contracts when in the best interest of the County. PROMOTIONAL PRICING: During the contract period, bidders shall extend any pricing offered on a “promotional” basis from the manufacturer to the county. It will be the bidder’s responsibility to monitor said items and report any that are or will be offered at lower prices. SUPERVISION: A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly knowledgeable of the materials, job requirements, plans, specifications and installation functions. Contractors shall be responsible for the appearance of all working personnel assigned to the project (clean and appropriately dressed at all times). JOB COMPLETION: Bidder/installer shall be responsible for all materials received and signed for from date of order to completion of job installation. Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job completion. Bidder/installer shall be responsible for restoring the work site to its original condition at the completion of the project. This shall include re-sodding of the area affected by their work with sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to installation, the contractor shall restore grade to a level consistent with the surrounding grade. 16 RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY: The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in any way affected by the work being performed. The bidder shall be responsible for the protection of all buildings, structures, and utilities that are underground, above ground, or on the surface from their operations that may be hazardous and/or damaging to said facilities. Bidder shall leave work site in a neat and orderly fashion at the end of each work day. Any damage occurring to such items by bidder shall be immediately repaired or replaced to a condition at least equal to that which existed prior to the damage. All costs incurred for repair or replacement shall be borne by the successful bidder. Any damages not repaired or replaced by the bidder within ten (10) calendar days from notification will be fixed by the County or its contractor and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written notice stating the deficiencies and given ten (10) days to correct deficiencies found. The County reserves the right to terminate any bid, contract, or purchase order at any time due to any violation. In the event the awarded bidder(s) should breach this contract, the County reserves the right to seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion dates defined by bidder and County may result in no further purchase being made with such bidder under this Bid. 17 BID FORM RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Bidder: Address: City, State and Zip: Phone: Email: Contact Name(s): Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): (MULTIPLE SHEETS CAN BE USED) 18 RFP #18-19-2, Various Equipment And Amenities For Parks And Playgrounds SUB-CONTRACTOR EQUIPMENT INSTALLERS: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each of its sub-contractor installer(s), as an authorized installer certified to install park and playground equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety Inspector (NPSI) present during installations and repairs. (MULTIPLE SHEETS CAN BE USED) 19 WARRANTY INFORMATION FORM MAKE AND MODEL OF EQUIPMENT PROPOSED: Is there a warranty on the equipment proposed? Yes No Does the warranty apply to ALL components or only part? (State Explicitly) Parts Warranty Period: Service Warranty Period: Nearest source for parts and/or service center (s): Name, address and phone number of the authorized service center (s): 1) 2) 3) Name, address and phone number of the authority issuing this warranty: (Manufacturer, Distributor, etc.) COPY OF COMPLETE WARRANTY STATEMENT IS SUBMITTED HEREWITH: Yes No Name of Bidder: Signature Title Phone Number (MULTIPLE SHEETS CAN BE USED) 20 Example Request for Quotation Various Equipment and Amenities for Parks and Playgrounds Description of Project: A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is scheduled for at . Price Quotation: Manufacturer Item and Page Number Quantity MSRP Unit Price Contract Discount Extended Price *When quoting projects where freight would be charged, include those costs so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. Additional Services Required: Description Quantity Unit Price Extended Price Total: $ List any Subcontractors: 1. Name 2. Address 3. Telephone Number 4. Contact Name 5. Designated Work 6. Subcontractor Cost 21 RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS CORPORATE DETAIL Failure to complete all fields may result in your bid being rejected as non-responsive. COMPANY NAME: ____________________________________________________ ADDRESS: ____________________________________________________ ____________________________________________________ ____________________________________________________ TELEPHONE: ____________________________________________________ FAX #: ____________________________________________________ E-MAIL: ____________________________________________________ Name of Person submitting Bid: ___________________________________________ Title: ___________________________________________ Signature: ___________________________________________ Date: __________________________________________ ADDENDA ACKNOWLEDGMENT: Bidder acknowledges receipt of the following addendum: Addendum No. _____ Date: __________ Acknowledged by: _________________________ Addendum No. _____ Date: __________ Acknowledged by: _________________________ Addendum No. _____ Date: __________ Acknowledged by: _________________________ 22 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Form RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS (1) The prospective Vendor, ________________________________, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal Department or Agency. (2) Where the Vendor is unable to certify to the above statement, the prospective Vendor shall attach an explanation to this form. Vendor: ______________________________________________ By: ___________________________________________ Signature _______________________________________________ Name and Title _______________________________________________ Street Address _______________________________________________ City, State, Zip ________________________________ Date 23 Scrutinized Companies Certification [Clay County RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS] Name of Company:1 _______________________________________________ In compliance with subsection (5) of Section 287.135(5), Florida Statutes (the Statute), the undersigned hereby certifies that the company named above is not participating in a boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and does not have business operations in Cuba or Syria as defined in subsection (1) of the Statute. (Seal) Insert Name of Company: By: Its 1 “Company” means a sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, limited liability company, or other entity or business association, including all wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit. 24 “NO BID” Statement RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS If your company does not intend to bid on this procurement, please complete and return this form prior to the date shown for receipt of Bids to: Clay County Purchasing Department, Attn: Donna Fish, 477 Houston Street, Green Cove Springs, FL 32043 We, the undersigned, decline to bid on the above referenced invitation to bid for the following reasons: Specifications are too restrictive (please explain below or attach separately) Unable to meet specifications Specifications were unclear (please explain below or attach separately) Insufficient time to respond We do not offer this product or service Our schedule would not permit us to perform at this time Unable to meet bond requirements Other (please explain below or attach separately) Remarks: _________________________________________________________________________ ______________________________________________________________________ Company Name: Telephone #:_____________________ Signature: Fax #: ________________________ Print Name: Title: __________________________ Address: _________________________________________________________________ City: Zip: _______________________________________ 25 CHAPTER 8: PROCEDURES FOR PUBLIC BID OPENINGS (A) Purpose: The purpose of this chapter is to specify procedures for the submittal, receipt, opening and recording of all formal bids required by all of the various laws, ordinances, and other procedures and manuals governing the solicitation and awarding of public bids in Clay County, Florida, including but not limited to: a. Section 336.44, Florida Statues (2001). b. Applicable Provisions of Clay County Code. c. Florida Department of Transportation Standard Specifications, most recent edition. (B) Time of Opening: All bids shall be submitted to the Purchasing department, 4th Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida, which shall record receipt thereof by date and time on the bid envelope. Upon receipt, the Purchasing department will maintain custody and control of all bid submittals until after they have been opened. The deadline for a particular bid submittal shall be 4:00 P.M., of the Monday immediately preceding the Tuesday upon which the bid is to be opened. No bid shall be opened unless and until proof by publisher's affidavit of publication of the bid solicitation is received and filed by the Purchasing department. Bidders and the public are welcomed to attend the opening and all subsequent committee and commission meetings related to the bids. (C) Form of Bid Submittal: All bids shall be submitted in triplicate, (and if applicable only on the forms provided by the County or its staff). Each bid and its accompanying materials shall be submitted in a single, sealed and opaque envelope. The following items shall be prominently marked on the cover of the envelope by the party making the submittal prior thereto: a. The number assigned to the particular bid solicitation. b. The title of the bid exactly as it appeared in the published solicitation. c. The date of the bid opening. (D) Bid Receipt Procedure: The County Manager shall, in cooperation with his or her Department heads and the Purchasing department, assign a specific and discrete number and title to each bid solicitation, which shall be contained in the Request for Bids, the newspaper publication, specifications and the Bid Form thereof. Three copies of each request for bid shall be submitted to the Purchasing department for distribution as provided in Section F hereof, and the "Request For Bids" shall be signed prior to publication. (E) Place of Opening: All bids properly submitted shall be opened in a public location so designated in the bid solicitation. (F) Distribution of Copies: Upon the opening of a bid, one copy shall be distributed to the head of the originating department. Purchasing shall submit to the Finance committee of the Board a tabulated list of all bidders and their bids, including bid number, name, staff assigned, a recommendation to include but not be limited to the lowest responsive and responsible bid, or in a proper circumstance the best bid, budget information and alternatives. All staff assigned to evaluate bid and RFP responses shall do so observing all requirements of the Sunshine Law and 26 in meetings noticed at least 72 hours in advance thereof. The Purchasing department shall serve as the permanent record holder for the County Manager. (G) Committee Review, Report and Recommendations: Bids shall be reviewed by the Board’s Finance committee following the bid opening. The Committee should, in the absence of unusual circumstances, report its recommendation to the Board at the Board's next regularly scheduled meeting, which shall include a tabulated list of all bidders and their bids. In all events, the County Manager shall cause to be spread upon the minutes of the regular meeting of the Board next following the opening of a particular bid, a list of all bidders and their bids. Upon being awarded a bid, and if a contract is entered into with the successful bidder then the County’s Standard Addendum and IRS Form W-9, Request for Taxpayer Identification and Certification must be completed. (H) Ineligible Bid: Any bid that does not meet the foregoing requirements for form, time of submittal, number of copies or the specifications advertised will be rejected and the reasons stated therefor; provided that the Purchasing department shall reject and return unopened all bids which do not meet the foregoing requirements for time of submittal, or envelope markings. Bids that do not meet requirements for form will be rejected and declared "No Bid". The Board reserves the power to reject all bids and in its discretion to re-advertise the solicitation. (I) Bid Withdrawal Period: Any bid submitted requires a five (5) percent bond unless waived by the Board prior to solicitation, which cannot be withdrawn for a period of 30 days subsequent to the date of the bid opening, notice of which shall be incorporated in all requests for bids. As used herein, the term bond shall include cashier or certified checks payable to the County. All such checks shall be held by the Finance department for safekeeping immediately upon acceptance of the bid (but not deposited). The Finance department is hereby authorized to return each bond to the submitting party, as soon as practicable, upon written request to the Finance department, but only after a bid and contract have been awarded and executed between the County and the successful bidder for a particular project, or in the event that all bids have been rejected by the Board, or in the event the time provided that the bid shall remain in effect shall have expired and the bid submitter requests its return in writing. (1) Vendors bidding on SHIP rehabilitation projects are exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (2) Vendors bidding on commodities price contracts, or any other type of contract that does not commit the Board to an actual exchange transaction (purchase) but rather seeks only a fixed unit price commitment from a vendor in the event a future purchase decision is made, shall be exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (J) Bid Addenda: All addenda distributed subsequent to the initial distribution of specifications shall be sent by certified mail/return receipt requested, said return receipt to be returned to the Purchasing department identified by bid number. Prior to mailing, a copy of each addendum shall be received by the Purchasing department, provided that no addendum shall be mailed later than five (5) working days prior to the scheduled bid opening date. 27 (K) Bid Tabulation Form: The bid Tabulation Form used at bid openings shall include a place thereon for three witnesses to sign. This procedure will eliminate the need for signing each individual bid at the time of opening, thus requiring the three witnesses to sign only once for each bid number submitted. (L) Authority to Delay Bid Openings: The County Manager is hereby authorized, without seeking prior approval of the Board in any particular case, to order a delay of any bid opening from its scheduled date and time to a time certain on the agenda of the next regularly scheduled meeting of the Board, or such special meeting called for such purpose. The delay may be ordered at any time prior to the time of the scheduled opening, provided that such order be in writing, addressed and delivered to the Purchasing department with a copy delivered to the County Manager, and that copies thereof be mailed by certified mail, return receipt requested to all responding bidders as soon thereafter as is reasonably practicable. Upon receipt of the order, the Purchasing department shall immediately record the date and time thereof. The Purchasing department shall continue to accept sealed bids up until the applicable deadline. At the date and time originally scheduled for the bid opening, the Purchasing department shall announce the delay order to all in attendance and shall continue to maintain in its custody all properly submitted sealed bids until further order of the Board. At the time certain scheduled before the Board, the County Manager shall present his reason or reasons for the delay order and his recommendation for disposition of bids submitted. The Board may order the bids to be opened then and there, or at some other time and date certain; it may cancel the bid and order the return of all bids unopened; it may order a further delay of the bid opening; or it may make any other order appropriate to the circumstances. If the bids are ultimately opened, they shall be reviewed as provided elsewhere herein. If a delay occurs as provided herein, then the 30 day withdrawal period as provided in 8(I) shall commence upon the date of the actual bid opening, provided such date is not more than 60 days subsequent to the originally scheduled date. No delay shall be ordered beyond such 60 day period, unless the parties submitting timely bids consent to such delay in writing. In no event is the County Manager authorized to extend the deadline for bid submittals for any particular project, only the bid opening date. (M) Contractor's Insurance Requirement: 1. Any Contractor submitting a bid for any public works project must include, within its initial bid response, proof of the following insurance, in effect continuously from the date of submittal through the 60 days subsequent to the scheduled bid opening date: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverage as required by Florida law 28 c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by contract-per occurrence $1,000,000 2. Upon being awarded the bid, the contractor must provide proof that such insurance will be in effect from the date of commencement of the project. The contractor will maintain insurance coverage at the above-prescribed levels through the date of completion of the project and that coverage will include all independent contractors and subcontractors. Either prior to or simultaneously with the execution of the contract, the successful bidder must deliver certificates of insurance for the required insurance coverages to the County naming “Clay County, a political subdivision of the State of Florida; The Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insureds.” Said certificates of insurance shall also include a thirty day prior written notice of cancellation, modification or non-renewal to be provided to the County. 3. The Board reserves the right to waive, raise or lower the minimum coverages required for particular projects prior to bid solicitation by affirmative action. The Board will not waive any defects in a bid submittal pertaining to matters under this subsection. (N) Bid Awards and Protests: 1. Both the INSTRUCTIONS and the PUBLISHED NOTICE for every sealed bid solicitation shall include conspicuously the following statements: FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: [insert bid notice web address1]. THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: [insert County’s homepage address2] BY [insert suitable directions3]. NO OTHER NOTICE WILL BE POSTED. 1 As of the date on which this Purchasing Policy was adopted, the bid notice web address was: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-bids-rejection- bids 2 As of the date on which this Purchasing Policy was adopted, the County’s homepage address was: http://www.claycountygov.com/. 3 As of the date on which this Purchasing Policy was adopted, suitable directions would be: “FOLLOWING THE “Notice of Intent Bids” LINK UNDER THE “Business” ROLLOVER BUTTON”. 29 PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS SOLICITATION, OR THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8.N. OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS SOLICITATION REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY. 2. Unless otherwise expressly directed by the Board in its decision on a bid award, immediately following such decision the County Manager shall cause a “Notice of Intent to Award Bid” or a “Notice of Rejection of All Bids” to be posted on the County’s website, with the time and date of posting appearing thereon. Notice shall not be posted elsewhere. The notice shall be posted in portable document format or other secure format. 3. The failure on the part of a prospective bidder to include within the sealed bid envelope a proper bid bond or other security approved under this policy, if required for the particular bid solicitation, or the failure by a prospective bidder to file a written notice of protest and to file a written petition initiating a formal protest proceeding within the times and in the manner prescribed in this section shall constitute a waiver of the prospective bidder’s right to protest the bid solicitation, any addendum thereto, the Board’s bid decision, as applicable, and to initiate a formal protest proceeding hereunder. 4. A prospective bidder is solely responsible for determining whether a particular bid solicitation requires a bid bond, and for resolving any doubt by making appropriate inquiry. 5. The County Manager shall cause a copy of this policy to be posted on the County’s website in portable document format or other secure format. The County Manager shall cause to be established conspicuous and easy-to-follow links to the policy from the homepage. 6. Any person who is adversely affected by a bid solicitation, by any addendum thereto, or by a bid decision may file with the County Manager a written notice of protest no later than 4:30 p.m. on the third business day immediately following the date notice is published, with respect to a bid solicitation; no later than 4:30 p.m. on the third business day immediately following the date of issuance, with respect to a bid addendum; and within 72 hours after the posting of the notice, exclusive of hours occurring during days that are other than business days, with respect to a bid decision. 30 7. A formal protest proceeding shall be deemed commenced upon the timely filing of a written petition initiating the same. A written petition initiating a formal protest proceeding must be filed with the County Manager no later than 4:30 p.m. on the tenth calendar day immediately following the date on which the written notice of protest was filed; provided, if the tenth calendar day is not a business day, then the petition must be filed no later than 4:30 p.m. on the first business day immediately following said tenth calendar day. The petition must set forth with particularity the facts and law upon which the protest is based. The petition must conform substantially with the requirements for petitions set forth in Rule 28-106.201, Florida Administrative Code. References in this section to a petition shall mean a written petition initiating a formal protest proceeding filed in accordance with this subsection. 8. Any protest of a bid solicitation or bid addendum shall pertain exclusively to the terms, conditions, and specifications contained in a bid solicitation or bid addendum, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract. 9. Upon receipt of a formal written notice of protest that has been timely filed, the County Manager shall suspend the bid solicitation or bid award process until the subject of the protest is resolved by final action as specified in this section, unless the County Manager sets forth in writing particular facts and circumstances which require the continuance of the solicitation or award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. Such suspension shall be lifted immediately in the event the protesting party shall have failed to timely file a petition. 10. Intervenors shall be permitted to participate in the formal protest proceeding in accordance with the procedures governing intervenor practice set forth in Rule Chapter 28-106, Florida Administrative Code, and shall be subject to all limitations provided therein applicable to intervenors. 11. In his or her discretion, the County Manager may provide an opportunity to resolve the protest by mutual agreement between the County Manager and the protesting party within 7 calendar days after receipt of a timely petition. Such agreement must be reduced to writing, signed by the County Manager and the protesting party or such party’s authorized agent, and submitted to the Board at the earliest opportunity. The agreement shall not be deemed effective unless ratified by the Board. If the Board shall fail to ratify the agreement, then the protest shall proceed to resolution as hereinafter provided. 12. Within 10 business days following the timely filing of a petition, or, if the Board shall have considered but failed to ratify an agreement submitted to it under subsection 11, then within 10 business days thereafter, a hearing shall be conducted pursuant to subsection 13 before a hearing officer, who shall be the County Manager or his or her designee. The County Manager may designate any department head as the hearing officer; provided, a department head who is substantially involved in or connected with the bid solicitation or bid award process shall be deemed disqualified from serving as the hearing officer, unless such involvement or connection is purely ministerial in nature. 31 13. All hearings shall be conducted pursuant to written notice to the protesting party, the County Attorney’s Office and all intervenors by the hearing officer specifying the time, date and place of the hearing. Particular rules and procedures governing each such hearing are as follows: a. The audio thereof shall be recorded electronically. b. Prior to the hearing only, motion practice may be permitted by the hearing officer in his or her discretion in accordance with the rules governing the same set forth in Rule Chapter 28-106, Florida Administrative Code. All motions shall be ruled upon prior to or at the start of the hearing, except that rulings on motions in limine may be deferred to an appropriate time during or after the hearing. c. Prior to the hearing, the protesting party, the County and all intervenors must confer and endeavor to stipulate to as many relevant and undisputed facts upon which the decision is to be based as may be practicable. Such stipulation must also identify those issues of material fact, if any, that remain in dispute. The stipulation must be reduced to a writing signed by or on behalf of the protesting party, the County and all intervenors, and be submitted to the hearing officer at least two business days prior to the hearing. The stipulation may include an appendix comprising documents that shall be deemed admitted and considered as evidence for purposes of the hearing, or referring to tangible items deemed admitted and considered as evidence for purposes of the hearing, which items shall either be presented at the hearing or, if such presentation is impractical, submitted to the hearing officer by graphic, descriptive, representational, photographic, videotape or similar medium properly depicting or characterizing the items. d. The protesting party and all intervenors shall have the right to appear before the hearing officer at the hearing in proper person or through counsel and, as to those issues of material fact, if any, that remain in dispute, as identified in the stipulation, to present relevant testimonial, documentary and tangible evidence, and to be heard on the substantive issues bearing on the protest. The County shall be deemed a party to the proceeding, and the County Attorney or any assistant county attorney may participate in the protest proceeding, appear before the hearing officer, present evidence and be heard on behalf of the County. e. All witnesses shall be placed under oath by the hearing officer prior to testifying, and shall be subject to cross-examination by any hearing participant. f. Hearsay evidence shall be admissible unless the hearing officer shall determine the same to be redundant, unreliable or prejudicial. g. At the hearing any hearing participant may offer appropriate argument and summation, and submit a written brief and a proposed order, but only after the conclusion of the evidentiary portion of the hearing, if any. 32 h. Immediately following the hearing, the County Manager shall cause a written transcript of all testimonial evidence introduced at the hearing to be prepared expeditiously based upon the audio recording, and shall provide copies of the same to all of the hearing participants. i. Within 7 business days following the hearing, the hearing officer shall submit a recommended order to the County Manager and serve copies on all hearing participants; provided, if the County Manager is the hearing officer, then within 7 business days following the hearing, the County Manager shall issue a recommended order and serve copies on all hearing participants. The recommended order shall contain findings of fact and, based upon such facts, a disposition of the protest; provided, no finding of fact may be predicated solely upon the basis of hearsay. j. The recommended order shall thereafter be submitted to the Board along with the transcript of the hearing testimony and the entire written and tangible record of the protest proceedings at the earliest opportunity to be considered at a time certain, with notice thereof served upon the hearing participants. Each of the hearing participants shall be allowed 3 minutes to address the Board regarding the recommended order, unless the Chairman in his or her discretion shall allow additional time. If a hearing participant intends to challenge any finding of fact in a recommended order that was based upon testimonial evidence, such participant shall be allowed 2 additional minutes for such purpose, and may direct the attention of the Board members to any portion of the transcript relevant to the challenge. The other hearing participants shall each have the right to offer argument in rebuttal to the challenge, and to direct the attention of the Board members to any portion of the transcript relevant to the rebuttal. No testimony or other evidence beyond the record and the transcript shall be presented to the Board. Thereafter the Board shall render its decision on the protest. In so doing the Board shall be bound by the findings of fact in the recommended order that are based upon testimonial evidence, except those for which it upholds a challenge. A challenge shall be upheld only if the finding of fact is not supported by competent, substantial evidence in the record or in the transcript. Otherwise, the Board shall not be bound by any of the provisions of the recommended order. The decision of the Board shall be reduced to a written order signed by the Chairman, and shall constitute final action of the County on the protest. k. The date, type and substance of all ex parte communications between any Board member and a hearing participant, including counsel therefor or any agent thereof, and between any Board member and third party, must be publicly disclosed by the Board member prior to the rendering of the Board’s decision. All such communications that are written or received electronically must be filed for the record, and copies thereof provided to each Board member and hearing participant. 14. All proceedings before the hearing officer shall be informal, and customary rules of evidence shall be relaxed. In all respects both the hearing officer and the Board shall observe the requirements of procedural and substantive due process that are the minimum necessary for accomplishing a fair, just and expeditious resolution of the protest. 33 15. Ex parte communications between a hearing participant and the hearing officer are forbidden. The hearing officer may take such steps as he or she may deem just and appropriate to prevent or sanction attempted ex parte communications, including promptly disclosing the attempted communication, or requiring the offending hearing participant to disclose promptly the attempted communication, to the other hearing participants. Where necessary, the hearing officer may recuse himself or herself, and the subsequently designated hearing officer may order the offending participant to pay for all or any portion of the costs incurred by the County and any other hearing participant strictly as a consequence of the ex parte communication or attempted ex parte communication, else be excluded from further participation. Neither the County Attorney nor any assistant county attorney shall be subject to this subsection or prohibited from engaging in ex parte communications with the hearing officer. 16. The purpose of this policy is to promote fairness and public confidence in the competitive bidding process. To further such end, and except as otherwise specifically provided herein, the substantive law governing the resolution of bid protests found in the decisions of the Florida appellate courts, as well as any statutes or agency rules that may be applicable to the particular bid solicitation, shall guide the hearing officer and the Board in rendering a decision on a bid protest under this section. The significant principles of law governing the bid protest and the resolution thereof, which shall prevail to the extent not otherwise in conflict with any governing statutes or agency rules, are as follows: a. The burden is on the party protesting the award of the bid to establish a ground for invalidating the award. b. The standard of proof for the protest proceeding shall be whether the proposed award was clearly erroneous, contrary to competition, arbitrary, or capricious. c. The proposed award shall be deemed arbitrary or capricious if it is contrary in a material way to any governing statutes, the County’s rules or policies, or the bid or proposal instructions or specifications. d. The scope of the inquiry is limited initially to whether the proposed award is improper under the foregoing standard of proof. If and only if the hearing officer first determines on the basis of competent and substantial evidence that the proposed award is improper, then the hearing officer may recommend, in accordance with the law and this policy, an alternate disposition for the proposed award. Such disposition may include, but shall not be limited to, rejecting all bids, or awarding all or a portion of the bid to the protesting party. e. A bid protest proceeding may not serve as a vehicle for the Board to revisit the proposed award absent a determination of impropriety as set forth above. 17. By written agreement amongst the protesting party, the County, and all then-existing intervenors, any provision of this section pertaining to the procedures for resolving a protest for which a petition has been timely filed may be modified or waived so long as such modification 34 or waiver shall not hinder or thwart the proper and expeditious resolution of the protest, or otherwise operate to undermine the salutary purposes of competitive, public bidding. 18. Only to the extent necessary to avoid a miscarriage of justice or to prevent a manifest violation of a hearing participant’s procedural or substantive due process rights, a hearing officer may modify or suspend the applicability of any of the provisions or requirements of this section in the course of conducting a protest proceeding hereunder; provided, a hearing officer may not modify or suspend any of the provisions or requirements of subsections 3, 4, 6, 7, 8, 16, 20, 21 and 22 hereof. 19. Except and to the extent specifically provided in this section, and except and to the extent otherwise specified provided by written agreement amongst the protesting party, the County, and all then-existing intervenors, no provisions of Rule Chapter 28-106, Florida Administrative Code, shall be deemed applicable to the resolution of protests under this section. 20. For purposes of this section, the filing with the County Manager of a written notice of protest or of a written petition initiating a formal protest proceeding shall be deemed accomplished only when the original written notice or original written petition has been physically received by the County Manager or his or her designee. A notice or petition shall be deemed original only if it bears the original signature of the protesting party or such party’s authorized agent. No notice or petition may be filed by facsimile transmission or by e-mail, and any notice or petition received in such manner shall be deemed unfiled and ineffective. The use of an overnight delivery service or of the United States Postal Service to file a notice or petition shall be entirely at the risk of the person submitting the same, and any such notice or petition so received after the applicable deadline shall be deemed untimely. 21. For purposes of this section, a business day shall mean any 24-hour day that is not a Saturday, a Sunday, or a holiday observed by the County. 22. For purposes of this section, counsel shall mean an attorney who is a member of the Florida Bar in good standing. 23. For purposes of this section, all notices of protest and petitions initiating formal protest proceedings, and all stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to a hearing officer shall be on white, opaque paper 8 ½ by 11 inches in size. The pages of all such documents shall have margins on all sides of not less than 1 inch; shall be in Times New Roman or Courier New font no smaller than 12 in size, including footnotes and endnotes; shall have standard double-spacing between lines, excluding quotations, footnotes and endnotes; and shall be numbered at the bottom. All quotations shall be indented. Briefs shall not exceed 15 pages in length, and may not include any appendices. A digital copy of all written stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to the hearing officer must be simultaneously provided to the hearing officer in Word format, version 2000 or later, on compact disc or 3 ½” diskette. 24. For purposes of this section, a hearing participant shall mean and include the protesting party, the County and any intervenor. 35 25. This section shall be construed and implemented so as to secure the just, speedy, and inexpensive resolution of bid protests. (O) UTILITY RELOCATION AGREEMENTS: Prior to soliciting bids for right of way improvements and other public works projects that require the removal or relocation of utilities, agreements with the affected utilities must be entered into providing for the terms, scheduling and conditions of such relocation and removal. The County Manager may develop and maintain such form of agreement as may be appropriate for accomplishing the requirements of this section. (Resolution No. 09/10-65) (P) NO-CONTACT RULE: (Resolution No. 09/10-81) 1. As used in this section and unless the context clearly requires otherwise, the following terms and phrases shall have the meanings herein ascribed: a. Contacting shall mean communicating or attempting to communicate by any means, whether orally, telephonically, electronically or in writing. b. Bidder shall mean any person or entity submitting a response to a bid solicitation, and shall include all owners, shareholders, principals, officers, employees and agents thereof. c. Bid shall mean any bid, request for proposals and request for qualifications. d. Solicitation period shall mean the time between the publication of the notice of the bid and the opening of the bid. e. Evaluation period shall mean the time between the opening of the bid and the award thereof by the Board of County Commissioners. 2. The instructions for all solicitations of bids to be submitted under seal shall include provisions prohibiting bidders from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator, and the foregoing instructions shall so state. 3. The no-contact rule set forth in subsection 2 shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. 36 4. The purpose of the no-contact rule set forth in subsection 2 is to prevent any one bidder from gaining an advantage over other bidders through lobbying or otherwise attempting to influence the procurement decision through discussions or the presentation of information or materials outside of the process contemplated in the bid solicitation package and this purchasing policy, and also to ensure that the dissemination of information from the County entity to bidders regarding the bid solicitation is equal and uniform. 37 6831 S. Sweetwater Blvd. Lithia Springs, GA 30122 Heather.smith@blissproducts.com February 6, 2024 Dear Craig, Bliss Products & Services will hold pricing for items listed on quote #70267, dated 2/1/2024 for 90 days to allow time for PO to be issued. Once PO is issued, quoted price will be locked in up to time of delivery. We look forward to another opportunity to serve the City of Clearwater, Florida. Sincerely, Heather J. Smith Central Florida Sales Representative Ph: (727) 403-7849 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0194 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize proposal to Khors Construction, Inc. for the repair and mitigation of dock ramp, docks and pilings damaged by Hurricane Idalia at Clearwater Community Sailing Center located at 1001 Gulf Boulevard in the amount of $138,326.38 and authorize the appropriate officials to execute same. (consent) SUMMARY: Construction Managers at Risk (CMAR) History: On September 17, 2020, Council approved the use of 13 firms to serve as CMAR for Continuing Contracts under RFQ 40-20 and Khors Construction, Inc. was selected as one of the approved firms. Khors Construction was selected for this project due to the ability of their professional personnel (project managers), past performance (BayCare Ball Park), and their familiarity of the Saling Center as Khors just completed a project to construct the new boardwalks and docks that were damaged by the storm and a part of this contract. Khors has experience managing contractors for structural and marine repairs for large and small projects. Site Location and Existing Conditions: The Clearwater Community Sailing Center (CCSC) adjoins Clearwater Sound and provides safe, enriching, and affordable sailing opportunities to residents and visitors alike. This center offers boat storage, boat rentals, facility rentals, events, and regattas as well as sailing lessons, summer camp and team sailing activities. The north and south docks (stationary and floating) including pilings and approach ramps were significantly damaged from the wind and storm surge of Hurricane Idalia. Temporary repairs have been made to allow for limited use. The work outlined within the proposal will allow the center to become fully operational and provide safe and adequate docks for use by residents and visitors. Development Proposal: This proposal is for all storm mitigation and damage repair work needed for the project, which will repair the ramp at the south dock, replace the first float module on the north dock, pile guides and select pilings (one on north and south dock). The proposal will also include the removal of select concrete pilings and install four new concrete pilings with sleeves (two on the north dock and two on the south dock). The proposal includes the barge, labor, and disposal of bad floats and pilings. Parks and Recreation, Emergency Management, and Tetra Tech are working to receive FEMA reimbursement for the repairs needed to the docks from Hurricane Idalia. We are also proposing to install mitigation features to prevent damage from future storms. The mitigation features will be vinyl sleeves installed over the concrete pilings to protect the pilings from damage when waves and storm surge affect the floating docks. This is a 45-day contract which will commence upon issuance of a Notice to Proceed after all materials are procured. Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0194 This item is consistent with the Community Development Code as well as the Comprehensive Plan and Strategic Plan. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will increase special program D2302, Hurricane Idalia by $138,326.38 in governmental revenues anticipated to be reimbursed by FEMA. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: The funding of repairs of the docks and pilings, achieves the following Strategic Plan Objectives: ·1.2, maintaining public infrastructure; ·1.5, embracing a culture of innovation that drives continuous improvement and successfully serves all our customers; and ·2.3, promoting Clearwater as a premier destination for cultural experiences and tourism. The proposal will support the CCSC as it continues to serve as a premiere facility allowing residents and visitors to enjoy the natural environment and thrive from bay to beach. Page 2 City of Clearwater Printed on 3/5/2024 February 2, 2024 TO: Mathew Anderson Assistant Director Parks and Recreation City of Clearwater 100 S. Myrtle Ave., Suite 120 Clearwater, FL 33756 RE: CM Proposal Clearwater Sailing Center Hurricane Idalia Repairs and Mitigation Dear Mr. Anderson, I am pleased to submit the following Construction Management Proposal for the storm damage repairs to the two docks, damaged by Hurricane Idalia, at the Clearwater Sailing Center, located at 1001 Gulf Boulevard, Clearwater, FL 33767. Scope of Work: We will provide all supervision, labor, materials, equipment, and temporary utilities to complete the following scope of work: 1. Storm Damage Repair to Floating Docks and Pilings Replace first float module on North Dock and two each 14” Notch/Internal Pile Guides (Grade 304 Stainless), includes freight to Clearwater. Includes barge, labor and disposal of bad float and pilings. Remove concrete pilings and install two new concrete pilings. One on South Dock and One on North Dock. 2. Storm Mitigation--Install full height black concrete piling sleeves Install black sleeve over four concrete piling. Two on South Dock and two on North Docks. 3. Storm Damage Repair for South Ramp to Dock. Dismantle and reconstruct as originally installed. Cost Detail: Floating Dock Scope $ 76,756.00 South Dock Carpentry $ 9,395.00 Black Sleeve Option for All 4 Pilings $ 14,450.00 Subtotal Direct Costs $ 100,601.00 CMAR Fee, Supervision, and Insurance $ 25,150.25 Subtotal $ 125,751.25 10% Owner Contingency $ 12,575.13 Grand Total $ 138,326.38 Exclusions: 1. Engineering. 2. Permitting. 3. Owner Contingency. 4. Builder’s Risk Insurance. 5. Performance Bond. We propose to perform the aforementioned base scope for the sum of $138,326.38 (One hundred, thirty-eight thousand, three hundred, twenty-six, and 38/100 dollars). Project Dura,on shall be 45 calendar days from the date of the No,ce to Proceed a6er all materials have been procured. Exis,ng Contract: This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on 08/24/2020 based on RFQ #40-20. If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the contractor shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as the Power of Attorney. (If GMP is less than $150,000 a bond is not required.) For work performed, invoices shall be submitted to Mathew Anderson, City of Clearwater- Parks and Recreation Department 100 S. Myrtle Ave., Suite 120 Clearwater, FL 33756. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. KHORS CONSTRUCTION, INC. By: Kori Khorsandian. Kori Khorsandian, President Date: February 2, 2024 CITY OF CLEARWATER, FLORIDA Countersigned: ____________________________ ______________________________ Brian J. Aungst Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ _______________________________ Melissa Isabel Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0200 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve a purchase order to Rep Services, Inc., of Longwood, Florida for the purchase and installation of playground equipment at McKay Park located at 605 Mandalay Avenue in the total amount of $301,015.02, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) SUMMARY: The existing playground has served the local community and its visitors well for the past 20 years but is now in need of replacement. The materials used in the existing playground are subpar in comparison to materials used in today’s playground building materials standards. The proposed new freestanding playground equipment is coastal themed (appropriately named ‘Crab Trap’ by the manufacturer) featuring a climbing structure, slide, individual free-standing spinners and a three bay multi-purpose swing set will allow for a unique play experience that will create many lasting memories. Additionally, four cantilever shade structures are also proposed for the playground and park. The materials used in the proposed amenities are made of recycled plastic materials and hot dipped galvanized steel. These materials were chosen due to the playground’s proximity to the Gulf of Mexico and the Intercoastal Waterway and the anticipated elevated levels of salt exposure. The hot dipped galvanized steel offers enhanced corrosion resistance for coastal environments to ensure superior durability. The amenities are attractive, easy to maintain, sustainable, and are anticipated to have a life cycle longer than 20 years providing savings to the City with reduced maintenance costs and longer lifespan as compared to that as has been provided by the existing playground. The proposed pricing for Rep Services, Inc. is established under a contract with Clay County, pursuant to RFP No. 18/19-2. Rep Services, Inc. was approved by the Clay County Board of County Commissioners as the most responsive bidder for replacement of Park and Playground Equipment on May 28, 2019, for an initial contract term expiring May 22, 2022. Extension of contract no. RFP 18/19-2 was approved by the Clay County Board of County Commissioners on May 24, 2023, for an additional one-year renewal expiring May 22, 2024. Pursuant to 2.563(1)(c) piggyback, the amount of piggyback will be $273,821.60 ($184,963.70 for playground equipment and $88,857.90 for installation). Pursuant to 2.563(1)(d), non-competitive purchase under proposal no. 19356.08, a total of $27,193.42 will be considered impractical ($8,767.42 for the required bond, $5,250.00 for engineering services, and $13,176.00 for freight). These items of the purchase are impractical as shipping, bonding, and engineering are provided by the manufacturer and any deviation from using the manufacturer will cause delays in the delivery of the product and will void warranties. Upon council approval of this item, the Parks and Recreation Department will immediately submit the purchase request to Rep Services to lock in the pricing. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0200 Funds are available in capital improvement project C2403, McKay Play Field Improvements, to fund this purchase order. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Funding the purchase of the new playground equipment aligns with the following City of Clearwater Strategic Plan Objectives: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; and ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 3/5/2024 Attn: Proposed To: City of Clearwater Attn:Matthew Anderson Page 1 of 3 Ship To: TBD at a later date Bill To: City of Clearwater Attn:Matthew Anderson E-mail POs and contracts to: 165 W. Jessup Ave. Longwood, FL 32750-4146 Rep Services, Inc. Please mail checks to: Proposal No:20175.05 Proposal Date:1/29/2024 Opt/Rev:A/2 Proposal Name:McKay Park Playground Project Location:605 Mandalay Ave Clearwater, FL 33767 Project County: Pinellas Project Contact:Matthew Anderson Consultant:Scott Brushwood 727-539-8457 Proposal Expires:2/25/2024 For Questions Contact:Jason Smith 407-853-3595 1/29/24 - JS Project Name:City of Clearwater - McKay Park ImproveProject No:20175 scott@repservices.com jason@repservices.com( ( * * Parks and Recreation Department 100 S. Myrtle Avenue Municipal Services Building, 1st Floor Clearwater, FL 33756 Parks and Recreation Department 100 S. Myrtle Avenue Municipal Services Building, 1st Floor Clearwater, FL 33756 CGC1508223 FEIN 59-2978507 contracts@repservices.com QtyPart No Description Unit Price Net Price Ext PriceClass Landscape Structures 593384 Disc Proj Drawings:1178339-02-04Vendor: Freestanding Play 5-12 Hdg Crab Trap W Alpine Slide & Transfer DB -Extension Of Belt Bridge Off Lower End W Modified Curved Transfer Module. Slidewinder Attached With 5" Tendertuff Deck Extension. Perforated Steel Side Panels To Attach To Main Crab Trap Frame W Bent Steel Rail 111,048.70-2.0%Custom 111,048.70113,315.00CP0297801 EA Saddle Spinner DB 16"height 2,557.80-2.0%Kids In Motion 1,278.901,305.00IP152179A-001 2 EA Curva Spinner DB Only 2,347.10-2.0%2,347.102,395.00IP247179A-001 1 EA Welcome Sign (lsi Provided) -Ages 5-12 Years Direct Bury 0.00-2.0%Signs 0.000.00IP182503C-001 1 EA Belt Seat -Proguard Chains For 8' Beam Height 313.60-2.0%Swings 156.80160.00IP174018A-001 2 EA Full Bucket Seat -Proguard Chains For 8' Beam Height 872.20-2.0%436.10445.00IP176038A-001 2 EA 5" Arch Swing Frame -8' Beam Height Only 3,591.70-2.0%3,591.703,665.00IP221292A-001 1 EA 5" Arch Swing Frame -Additional Bay 8' Beam Height Only 2,185.40-2.0%2,185.402,230.00IP221293A-001 1 EA Friendship Swing W/5" Arch Frame Additional Bay - Proguard Chains 4,512.90-2.0%4,512.904,605.00IP237294A-001 1 EA $139,589.40 $127,429.40 Signed & Sealed Engineering:$3,250.00 Discount per the Clay County Contract #18/19-2: $2,600.60 Landscape Structures Total: Product Subtotal: Freight: Prepaid Ship Method: Best Way FOB: Destination Weight: 4,871 lbs Freight Charge:$8,910.00 QtyPart No Description Unit Price Net Price Ext PriceClass LSI SkyWays 593385 Disc Proj Drawings:1178339-02-04Vendor: Freestanding Play 2-12 Skyways Template -Steel Template Used For Anchor Bolt Alignment With Baseplate 627.20-2.0%Custom 156.80160.00CP0010974 EA Skyways Cantilever Single Post Pyramid 16'x16' Shade - 12' Entry Height W/rapid Release 46,432.40-2.0%Shade 11,608.1011,845.00IP237675G-001 4 EA $53,325.60 $47,059.60 Signed & Sealed Engineering:$2,000.00 Discount per the Clay County Contract #18/19-2: $960.40 LSI SkyWays Total: Product Subtotal: Freight: Prepaid Ship Method: Best Way FOB: Destination Weight: 3,872 lbs Freight Charge:$4,266.00 QtyPart No Description Unit Price Net Price Ext PriceClass Engineered Wood Fiber supplied by Rep Services 593387 Disc Proj Drawings:1178339-02-04Vendor: Engineered Wood Fiber Material, Freight and Installation 10,474.70-2.0%Surfacing 55.1356.25EWF-PINELLAS COUNTY 190 CY $10,474.70 Discount per the Clay County Contract #18/19-2: $212.80 Engineered Wood Fiber supplied by Rep Services Total: Freight: Prepaid Ship Method: Best Way FOB: Destination Freight Charge:Included 593388 Item Qty Description Installation By RSI Installer: The scope includes the following, as required: Proposal Date:1/29/2024 Page 2 of 3 Proposal No:20175.05 Project Name:City of Clearwater - McKay Park Improveme INS-LSI 1 LT INS-SKY 1 LT INS-CON FT 4 EA Install concrete footings for Single Post Cantilevers TRASH REMOVAL 1 LT Trash removal from jobsite including excavated material from footings PERMIT FILING 1 EA Charge for document preparation for building permit. PERMIT FEE 1 EA Permit Fees charged by Building Department for the building permit and by the Clerk of Circuit Court for the Notice of Commencement. $88,857.90RSI Installer Total: QtyPart No Description Unit Price Net Price Ext PriceClass Rep Services Equip 593413Proj Drawings:Vendor: RSI Payment & Performance Bond 8,767.42Miscellaneous8,767.428,767.42BOND1 EA $8,767.42Rep Services Equip Total: Net 30 The Clay County Contract #18/19-2 provides a 2% discount on iMulch products. Installation is included in the price of the product. Basis of Proposal: Our offer is based upon Landscape Structures design 1178339-02-04. If a performance and payment bond is required, add 3% to the proposal total. If a owner controlled insurance program (OCIP) is required, add 2% to the proposal total. Also, please be aware that we generate separate invoices for product at the time of delivery, then we invoice for installation upon completion. This is the customary approach in construction and eliminates sales tax on installation services. If your project should include products from multiple manufacturers, be advised that the products will be invoiced separately. Estimated project completion schedule (This schedule starts when all needed information to direct engineering has been gathered.) 8 Weeks: Shade with playground Engineering 4 Weeks: Permitting/Submittal Approval 24 Weeks Longest manufacturing lead time. (Typical for scheduling.) 1 Week Shipping 3 Weeks Installation 40 Weeks TOTAL Note that RSI is committed to do all it can to meet the needs of your project. Landscape Structures: Color selection to be made at time of color submittal approval SkyWays Shade by LSI: SkyWays units are designed to meet 2023 Florida Building Code 8th Edition and ASCE 7-22. Note that the fabric is to be removed by the owner should winds exceed 75MPH. Fabric should be removed in the event of a hurricane. The high-density polyethylene fabric is flame retardant conforming to NFPA 701 and ASTM E84 per FBC 3105.3.1. Color selection to be made at time of color submittal approval. Engineered Wood Fiber:⦁ Rough Grade:To be established by others ⦁ Product: Made from 100% wood fibers cut to one-to-two-inch lengths.⦁ *** IPEMA CERTIFIED ASTM F1292-13 Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment and ASTM F2075-10a Standard Specification for Engineered Wood Fiber for Use as a Playground Safety Surface Under and Around Playground Equipment.⦁ *** This is a natural product. Particle size, texture and color may vary from a tan to a dark brown due to the natural conditions of the environment. $198,981.12 Freight:$13,176.00 Product: Proposal Total:$301,015.02 Installation:$88,857.90 General Terms of Sale and Proposal Summary Notes Proposal Date:1/29/2024 Page 3 of 3 Proposal No:20175.05 Project Name:City of Clearwater - McKay Park Improveme ⦁ This proposal is for Engineered Wood Fiber playground surfacing delivered to the site⦁ Installation: Owner or Owner's contractor is responsible for: ⦁ All site work, site preparation and base preparation. ⦁ Accuracy of project dimensions and product quantities prior to ordering. ⦁ Drainage is extremely important to the long-term performance of your playground surfacing. A minimum of a 12” depth of surfacing material must be always maintained. ⦁ NOTE: Installation scopes do not include fall height testing Freight prices are subject to an energy/fuel surcharge if implemented between the time of quote and placement of order. Installation: Unless otherwise noted, the following items are to be PROVIDED BY CUSTOMER prior to installation: ⦁ Signed & sealed site plan or survey⦁ Demolition of existing play equipment with footers⦁ All site work and site preparation⦁ Access for machines and labor crew to equipment installation location⦁ Staging area⦁ Geotechnical Report⦁ Tree survey and barriers⦁ Private underground utilities located and marked Our scope does not include: ⦁ Davis Bacon Wage Rates⦁ Certified Payroll Rates⦁ Enrollment of Owner Controlled Insurance Plan⦁ Sod & Landscape Restoration⦁ Dumpster at the site for trash and waste material⦁ Soils testing⦁ Site security⦁ Water⦁ Dewatering and drainage considerations⦁ Concrete testing Installation Charges on this proposal are based on NO UNFORESEEN conditions in the area, above or below the surface. If unforeseen conditions arise, the installation charges will change to reflect additional costs associated with dealing with those circumstances. Examples of this include but are not limited to: site not ready upon installer's arrival, underground utilities, or difficulties with footers due to coral rock or ground water in the holes. Time Limitations Holding Prices Firm: Orders are shipped within our manufacturer's standard lead times. Requests for delayed shipping may result in additional costs due to increases in freight, material costs or other factors. To secure the prices on this proposal, the offer must be accepted prior to the expiration date noted. If, during the performance of this contract, the price of a product increases 3% or more as documented by factory quotes, invoices or receipts to contractor (Rep Services, Inc.) from the date of the contract signing the price of shall be equitably adjusted by an amount reasonably necessary to cover such price increases. Where the delivery of a product is delayed, through no fault of contractor (RSI) as a result of the shortage or unavailability of a product, contractor (RSI) shall not be liable for any additional costs or damages associated with such delay(s). DateAuthorized ByCompany Name City of Clearwater As Its: Printed Name Accepted By: (Title) The undersigned warrants that he/she is an authorized representative of the City of Clearwater noted and has the requisite authority to bind the City of Clearwater and/or principal. Δ WARNINGINSTALLATION OVER A HARD SURFACE SUCHAS CONCRETE, ASPHALT, OR PACKED EARTHMAY RESULT IN SERIOUS INJURY OR DEATHFROM FALLS.Δ WARNINGSURFACING AND PLAYSURFACES MAYBECOME HOT AND CAUSE BURNS. CHECKFOR HOT SURFACES PRIOR TO PLAYING ONTHE PLAYGROUND.GENERAL NOTES:1. EQUIPMENT LOCATION TO BE FIELDVERIFIED PRIOR TO CONSTRUCTION2. ACCESSIBLE ROUTE OF TRAVEL TO THEPLAYGROUND TO BE PROVIDED BY OTHERS,UNLESS OTHERWISE NOTED3. BASE MUST EXHIBIT POSITIVE DRAINAGEIN ALL AREASWELCOME SIGNTO BE LOCATED IN CONSULTATION WITH OWNERNORTH0McKay Park ImprovementsClearwater, FL1178339-02-04-RSI-2SCALE: 1/8" = 1'4816COASTAL NOTEDUE TO THE PROJECT PROXIMITY TO THEWATER, LANDSCAPE STRUCTURES'COASTAL WARRANTY WILL BE APPLIED.CHECK WARRANTY DOCUMENT FOR MOREDETAILS.FBC 240.2.1.2TOTAL PLAY ACTIVITIES 2-5:TOTAL PLAY ACTIVITIES 5-12:ACCESSIBLEELEVATEDACTIVITIESACCESSIBLEGROUND-LEVELACTIVITIESACCESSIBLEGROUND-LEVELPLAY TYPESADA SCHEDULEREQPROVTOTAL AREA:REQPROV2-55-12FALL HEIGHT:USER CAPACITY:BORDER:SURFACING:DRAWNBY:SUBGRADE ELEV.:PG-1PLAY EQUIPMENT PLANKCM3775 SF10'SIDEWALK BY OTHERS553775 SF EWF-12" BFF10N/AN/AN/AN/AN/AN/A1218331/25/2024 1:21:05 PM 5' Min.NORTH0McKay Park ImprovementsClearwater, FL1178339-02-04-RSI-2SCALE: 3/32" = 1'51121TOTAL AREA:FALL HEIGHT:USER CAPACITY:BORDER:SURFACING:DRAWNBY:SUBGRADE ELEV.:PG-2INSTALL PLANKCM3775 SF10'SIDEWALK BY OTHERS553775 SF EWF-12" BFFCOASTAL NOTEDUE TO THE PROJECT PROXIMITY TO THEWATER, LANDSCAPE STRUCTURES'COASTAL WARRANTY WILL BE APPLIED.CHECK WARRANTY DOCUMENT FOR MOREDETAILS.1/25/2024 1:21:07 PM 12"McKay Park ImprovementsClearwater, FL1178339-02-04-RSI-2TOTAL AREA:FALL HEIGHT:USER CAPACITY:BORDER:SURFACING:DRAWNBY:SUBGRADE ELEV.:PG-3DETAILSKCM3775 SF10'SIDEWALK BY OTHERS553775 SF EWF-12" BFF1/25/2024 1:21:09 PM NORTH0McKay Park ImprovementsClearwater, FL1178339-02-04-RSI-2SCALE: 1/8" = 1'4816TOTAL AREA:FALL HEIGHT:USER CAPACITY:BORDER:SURFACING:DRAWNBY:SUBGRADE ELEV.:PG-4ADDITIONAL SHADESKCM3775 SF10'SIDEWALK BY OTHERS553775 SF EWF-12" BFFCOASTAL NOTEDUE TO THE PROJECT PROXIMITY TO THEWATER, LANDSCAPE STRUCTURES'COASTAL WARRANTY WILL BE APPLIED.CHECK WARRANTY DOCUMENT FOR MOREDETAILS.1/25/2024 1:21:09 PM NORTH0McKay Park ImprovementsClearwater, FL1178339-02-04-RSI-2SCALE: 3/32" = 1'51121TOTAL AREA:FALL HEIGHT:USER CAPACITY:BORDER:SURFACING:DRAWNBY:SUBGRADE ELEV.:PG-5DEMO PLANKCM3775 SF10'SIDEWALK BY OTHERS553775 SF EWF-12" BFF1/25/2024 1:21:10 PM BOARD OF COUNTY COMMISSIONERS CLAY COUNTY, FLORIDA RFP NO. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS DUE DATE: Monday, March 18, 2019- 4:00 p.m. OPEN DATE: Tuesday, March 19, 2019 -1:00 p.m. Issued By: Clay County Board of County Commissioners Purchasing Department TABLE OF CONTENTS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Request for Proposal Advertisement .................................................................................... 3-5 Request for Proposal Instructions ....................................................................................... 6-12 Specifications ..................................................................................................................... 13-17 Bid Forms .......................................................................................................................... 18-20 Sample Quote Sheet ................................................................................................................. 21 Corporate Details ..................................................................................................................... 22 Certification Regarding Debarment ......................................................................................... 23 Scrutinized Companies Certification ....................................................................................... 24 No Bid Statement ..................................................................................................................... 25 Procedures for Bid Opening .............................................................................................. 26-37 Attachments: Form W-9 2 REQUEST FOR PROPOSAL NOTICE NOTICE IS HEREBY GIVEN that sealed proposals will be received until 4:00 P.M., Monday, March 18, 2019, at the Clay County Administration Building, Fourth Floor, Reception Area, 477 Houston Street, Green Cove Springs, Florida 32043, for the following: RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Proposals will be opened at 1:00 P.M., or as soon thereafter as possible, on Tuesday, March 19, 2019 in the Clay County Administration Building, Conference Room “B”, Fourth Floor, 477 Houston Street, Green Cove Springs, Florida, in the presence of the Purchasing Department staff and all other interested persons. The opened Proposals will be read aloud, examined for conformance to specifications, tabulated, and preserved in the custody of the Purchasing Department. Proposals submitted will be evaluated by the Finance and Audit Committee. The Finance and Audit Committee of the Board will present its recommendation to the Board of County Commissioners as soon thereafter as possible. At the discretion of the Board of County Commissioners or the Finance and Audit Committee, companies submitting proposals may be requested to make oral presentations as part of the evaluation process. Proposals will not be valid unless received by the proposal deadline and in a sealed envelope marked “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” to be received until 4:00 P.M., Monday, March 18, 2019. Envelopes are to be submitted in person or delivered by courier to the above address. No postal mail will be accepted. During the bidding process, all prospective proposers are hereby prohibited from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator (as specified in Section P of Chapter 8 of the Purchasing Manual attached hereto). The no-contact rule set forth shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided for in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. For information concerning procedures for responding to this Bid, contact the Purchasing Department, Donna Fish by email purchasing@claycountygov.com or at (904) 278-3761. The County reserves the right to waive formalities in any response, to reject any or all responses with or without cause, to waive technical and non-technical or non-material defects in the solicitation or submittal of any responses, including the lack of availability of adequate funds, regulatory agency requirements, to make award in part or completely, and/or to accept the response that, in its judgment, will be in the best interest of the County of Clay. Bid proposals in which the prices obviously are unbalanced will be rejected. 3 FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent- bids-rejection-bids. THIS WEB PAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: www.claycountygov.com BY FOLLOWING THE “NOTICE OF INTENT BIDS” LINK UNDER THE “BUSINESS” ROLLOVER BUTTON ON THE COUNTY’S HOMEPAGE. NO OTHER NOTICE WILL BE POSTED. PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, OR THE FAILURE TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8. (N), OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list. --------------------------------------------END OF NOTICE----------------------------------------- 4 REQUEST FOR PROPOSAL INSTRUCTIONS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS 1. Delivery and Receipt of Bids: All sealed Proposals submitted shall be received by the Purchasing Department of Clay County, Florida. Proposals submitted in person or by courier services will be received at: Clay County Administrative Building Fourth Floor, Reception Area 477 Houston Street, Green Cove Springs, Florida 32043 Three copies of the Proposal must be received in a sealed envelope. Proof of liability insurance, form W-9 taxpayer identification number, and bid information shall be included with all responses submitted. The words “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” shall be clearly marked on the front and back of the envelope containing the Proposal. 2. Due Date and Opening Date: Proposals will be received by carrier or in person until Monday, March 18, 2019 at 4:00 p.m. and will be opened on Tuesday, March 19, 2019 at 1:00 p.m. or soon thereafter, in the Clay County Administration Building, 477 Houston Street, Conference Room “B”, Fourth Floor, Green Cove Springs, Florida. Bids will be reviewed by Clay County as soon thereafter as possible. A. All Proposals will be “clocked” at the time they are received to indicate the time and date of receipt. B. Proposals WILL NOT be accepted in person after the time and date specified. C. Proposals received by carrier WILL NOT be accepted if they are received after the time and date specified regardless of the circumstances. D. No postal mail will be accepted. 3. Withdrawal of RFP: Proposals may be withdrawn by a written or faxed request by the Bidder and received by the Purchasing Department before the date and time for receiving Proposals has expired. Negligence on the part of the Bidder in preparing a Proposal is not grounds for withdrawal or modification of a Proposal after such Proposal has been opened by the County. Bidders may not withdraw or modify a Proposal after the appointed Bid Opening. Bidders may not assign or otherwise transfer their Proposals. 4. Inquiries/Questions: Any questions regarding this RFP must be directed to Donna Fish (the authorized contact person) via email at purchasing@claycountygov.com (preferred method) or by calling (904) 278-3761. Written inquiries/questions must be received by March 6, 2019. Responses to questions, clarifications, and addenda will be distributed to potential Bidders by email. It is the responsibility of interested Bidders to verify if this information has been issued prior to submitting a Bid. 6 5. No Contact Period: During the Bidding process, all prospective Bidders are hereby prohibited from contacting (1) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (2) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any Bid submitted by the violator, as specified in Section P of Chapter 8 of the Clay County Purchasing Manual. Exceptions: The no-contact rule set forth shall not apply to inquiries submitted to the authorized contact person, the pre-bid conference, or to formal presentations by finalists to the Board of County Commissioners or to the County’s evaluation committee. 6. Additional Evaluation: The County reserves the right to request any additional information from Bidders after Bid Opening and before award as may be necessary to assist in review and evaluation of any Bid prior to submittal of a recommendation for award to the Board of County Commissioners. 7. Award: The Bid will be awarded to the responsible Bidder(s) submitting a Bid determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to award to multiple bidders. 8. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in any Bid, to reject any or all Bids with or without cause, to waive irregularities/technicalities, and waive technical and non-technical or non-material defects in the Bid document or submittal of any Bid. The County reserves the right to make award either in part or completely, and/or to accept the Bid that, in its judgment, will be in the best interest of the County. Bids in which the prices obviously are unbalanced will be rejected. The County reserves the right to reject any and all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest. 9. Cancellation of Bid: Clay County reserves the right to cancel a solicitation at any time prior to approval of the award. The decision to cancel a solicitation cannot be the basis for a protest under the formal protest process as referenced herein. 10. No Bid: Each company not intending to respond to this Bid should reply with a written “No Bid Statement”. Such action will maintain the company on the appropriate active Bidder solicitation list. Three (3) failures to respond to solicitations may result in deletion from the Bidder solicitation list. 11. Bid Errors: Where Bid forms have erasures or corrections, each erasure or correction must be initialed in ink by the Bidder. In case of unit price Bid items, if an error is committed in the extension of an item, the unit price as shown in the Bid response will govern. Errors between any sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written words. 12. Deviations: Bidders are hereby advised the County will only consider Bids that meet the specifications and other requirements imposed upon them by this Bid document. In instances where a deviation is stated in the Bid Form, said Bid will be subject to rejection by the County in recognition of the fact that said Bid does not meet the exact requirements imposed upon the Bidder by the Bid or Contract documents. 7 13. Bid Protests: Any company affected adversely by the County’s decision may file with the County Purchasing Department a “Notice of Protest” in writing within 72 hours after the posting of the recommended award. Failure to file a written Notice of Protest shall constitute a waiver of proceedings under Chapter 8 (N) of the Clay County Purchasing Policies. Failure to file a written petition initiating a formal protest proceeding within the time frame and in the manner prescribed in Section 8 (N) of said policy shall constitute a waiver of the right to protest the Bid solicitation, any addendum thereto, or the Bid award recommendation or decision, and to initiate a formal protest proceeding under said policy. The County’s Purchasing Policy may be viewed at the County’s website by following the appropriate links from the Homepage. 14. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid for a Contract to provide any goods or services to a public entity, may not submit a Bid for a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a Bid, Bidder attests that they have not been placed on the “Convicted Vendor List”. 15. Debarment: By submitting a Proposal, the Bidder certifies that it is not currently debarred from submitting proposals for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any subdivision or agency of the State of Florida. 16. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 17.Scrutinized Companies Certification: In compliance with subsection (5) of Section 287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and does not have business operations in Cuba or Syria as defined in subsection (1) of the Statute. The included Scrutinized Companies Certification Form must be completed and returned as part of the bid submittal. 18. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 8 19. Copyright Restrictions: Both the County seal and the County logo are being registered for a copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay County government users for use on company Bids, presentations, etc. 20. Indemnification: The awarded Bidder shall indemnify and hold harmless the County, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the company and other persons employed or utilized by the company in the performance of the Contract. The provisions of Florida Statute 768.28 applicable to Clay County, Florida apply in full to this Contract. Any legal actions to recover monetary damages in tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful act or omission of any employee of the County acting within the scope of his/her office or employment are subject to the limitations specified in this statute. No officer, employee or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for any or damage suffered as a result of any act, event, or failure to act. The County shall not be liable in tort for the acts or omissions of an officer, employee, or agent committed while acting outside the course and scope of his/her employment. This exclusion includes actions committed in bad faith or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human rights, safety, or property. 21. Insurance Requirements: Prior to commencement of the project, the awarded Bidder shall provide the County Purchasing Department with proof of the following insurance: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverages as required by Florida law c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by Contract-per occurrence $ 1,000,000 9 The awarded Bidder must maintain insurance coverage at the above-prescribed levels through the date of completion of the project and such coverage must include all independent Contractors and Subcontractors. Either prior to, or simultaneously with the execution of the Contract, the awarded Bidder must deliver certificates of insurance for the required insurance coverage to the County naming “Clay County, a political subdivision of the State of Florida, the Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insured.” Said certificates of insurance shall also include a thirty-day prior written notice of cancellation, modification or non-renewal to be provided to the County. 22. Performance and Payment Bond Requirements: Performance and Payment Bonds are not required for projects of $200,000.00 or less. Prior to commencement of a project exceeding $200,000.00, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded Performance and Payment Bonds shall be provided prior to the commencement of construction to Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Performance and Payment Bonds must be increased in accordance with any change order increases on the project. 23. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with the preparation of his/her Bid will be the sole responsibility of the Bidder and shall not be borne by the County. The Bidder also agrees that the County bears no responsibility for any costs associated with the preparation of their Bid and/or any administrative or judicial proceedings resulting from the solicitation process. 24. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in order to do business in the State of Florida, corporations (and other business designations) are required to be registered and in good standing with the Department of State, Division of Corporations. To be eligible to receive a contract and/or purchase order registration must be accomplished prior to the initial posting indicating intent to award to that vendor. Failure to be registered may be cause for disqualification. Contact the Division of Corporations at (850) 245-6000. Online-filing is available at: http://dos.myflorida.com/sunbiz 25. Contractor Qualifications and Requirements: At the time of Bid Opening, all Bidders must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at the time of submitting a Bid. All Bidders must submit evidence of current state certification or registration, or County certification, as applicable, prior to award of this Bid. The following licensing requirements shall apply when the applicable Florida statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation. a. State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work. b. Said licenses shall be in the Bidder's name as it appears on the Bid Form. Bidder shall supply a copy of each applicable license showing the appropriate license numbers, with expiration 10 dates as required by the County. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the Bid and/or termination of the Contract. c. Subcontractors Contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the County. Said license must be in the name of the subcontractor. The following licensing requirements shall apply when applicable (Contractor Prequalification): Florida Law and Rules of the State of Florida, Department of Transportation, require contractors to be prequalified with the Department in order to bid for the performance of road, bridge, or public transportation construction contracts greater than $250,000.00. The Contractor Prequalification process results in the issuance of a Certificate of Qualification for each successful applicant which lists the approved work classes and the Maximum Capacity Rating in dollars. It is the responsibility of potential bidders to review the requirement and meet the qualifications listed at: http://www.dot.state.fl.us/cc- admin/PreQual_Info/prequalified.shtm. Contractors not meeting the applicable work types associated with the scope of the work may utilize subcontractors to assist with meeting the requirement of all necessary prequalification work classes. 26. Qualification: The County shall have the right to review the references, experience of assigned personnel, and qualifications of the Contractor in order to make the final determination of acceptability of the Contractor to be awarded the Contract and construct the work. The Board of County Commissioners may reject, at its sole discretion, any Bidder the Commission finds to lack, or who’s present or former executive employees, officers, directors, stockholders, partners or owners are found by the Commission to lack honesty, integrity, or moral responsibility. The Commission's finding may be based on any of the following factors: the disclosure required herein, the County's own investigation, public records, or any other reliable source of information. The Commission may also reject any Bidder failing to make the disclosure required herein. By submitting a Bid, Bidder recognizes and accepts that the Board of County Commissioners may reject any Bid at its sole discretion and the Bidder waives any claim it might have for damages or other relief arising from the rejection of its Bid or resulting directly or indirectly from the rejection of its Bid based on these grounds or from the disclosure of any pertinent information relating to the reasons for rejection of its Bid. 27. Subcontractors: The County reserves the right to approve all Subcontractors for this Contract. If Subcontractors are to be utilized, their names and references must be included within this Bid. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, subcontractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. 28. Interpretation of Plans and Specifications: No interpretation of the meaning of the plans, specifications, or other Contract documents will be made to any Bidder orally. Every request for interpretation should be in writing addressed to the Purchasing Department. To be given consideration, such requests must be received no later than March 6, 2019. 11 Any and all such interpretations and any supplemental instructions will be in the form of a written addendum. All Addenda issued shall become part of the Bid and Contract documents, and receipt must be acknowledged on the Bid Form, by completion of the applicable information on the Addendum, and submitting it with the Bid. Failure to acknowledge Addenda which have no effect on the competitive nature of the bidding process may be a waiveable deviation at the County’s sole discretion. 29. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All proposers must disclose with their Proposal, any personal or organizational conflicts of interest pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is also an employee of the Clay County Board of County Commissioners. Further, all proposers must disclose the name of any Clay County Board of County Commissioners employee who owns, directly or indirectly, an interest of the proposer’s firm or any of its branches. 30. Use of Contract by Other Government Agencies: At the option of the Bidder, the use of the Contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. Each governmental agency allowed by the Bidder to use this Contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 31. Execution of Contract and Notice to Proceed: The awarded Bidder may be required to sign a written Contract. Said Contract will evidence in written form the agreement between the parties. 32. All payments made under this Bid will be made in accordance with the Local Government Prompt Payment Act; in effect, not later than 45 days from receipt of proper invoice. 33. At the discretion of the Board of County Commissioners any Committee contemplated herein, Vendors submitting proposals may be requested to make oral presentations as part of the evaluation process. 12 RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS – SCOPE OF SERVICES (Provided by Parks and Recreation Department) SCOPE: The purpose of this bid invitation: 1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by the Clay County Division of Parks and Recreation. The County reserves the right to award to multiple bidders. 2. Establish a firm, fixed percentage of manufacturer’s and/or bidder’s current catalog/supply/product information price list, after applying the above requested discount for purchase, for the installation of various equipment and amenities. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percentages shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in your bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder. 3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying vendors will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid utilizing prices provided in bid response. The qualified vendor(s) providing the lowest responsive quote will be awarded the project. 4. There is no guarantee any purchases will be made after award. Purchase orders will be issued subject to availability of funds. RESPONSIBILITY: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of various equipment and amenities for parks and playground equipment or amenities ordered, unless otherwise specified by the County. The County may elect, in certain circumstances, to purchase only materials and have those materials installed by others (e.g., volunteers, County staff). These items will be shipped to a designated location and off-loaded by the bidder or bidder’s representative. QUALIFICATION OF INSTALLERS: If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub-contracted installers must be included with their bid. Additionally, the bidder must supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub-contracted installer, is an authorized installer, certified to install various equipment and amenities for parks and playground equipment as required by each manufacturer. CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS: Each bidder shall submit with this bid, at no charge, two (2) sets of each current catalog/supply/product information price list as well as current MSRP list for each catalog 13 submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and telephone number. The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product information price list as well as current MSRP list for each catalog submitted upon price changes. At renewal time Vendor may request that new manufacturers be added. County reserves the right to approve or deny this request. COMPLIANCE WITH LAWS AND CODES: Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM): ASTM-F1487 Standards – Methods of testing Playground Equipment for Public Use. ASTM-F1292 Standards - Method for testing various surfacing materials to determine their “critical height” (the fall height below which a life threatening head injury would not be expected to occur) Copies may be obtained from the - American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public Playground Safety. Copies may be obtained from the - US Consumer Product Safety Commission 4330 East West Highway Bethesda, MD 20814 (301) 504-7923 C. National Playground Safety Institute (NPSI) – identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from the - National Recreation and Park Association 22377 Belmont Ridge Road Ashburn, VA 20148-4150 (703) 858-0784 D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. 14 Copies may be obtained by calling: (800) 514-0301 Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. INVOICING: Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and a total for all purchases. Standard payment terms are Net 45 days per the Local Government Prompt Payment Act. TERMS OF CONTRACT: The term of bid award for various equipment and amenities for parks and playgrounds will be three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail for the full duration of the contract and including subsequent extensions. County reserves the right to use other available bids or contracts when in the best interest of the County. METHOD OF ORDERING: The County may generate a Request for Quotation, on an “as needed” basis, for park and playground equipment and/or ball field lighting together with a request for additional services required to complete that project (see attached Quote sample sheet). The County reserves the right to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can define the project exactly or the Request for Quotation can describe a desired end result, allowing the bidder to design the park or playground site. After generating a Request for Quotation for a project, and before bidder’s submission of its quotation in response to the Request for Quotation, the County may require requested bidder (s) to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Bidders will be responsible for the accuracy of all fixed measurements. The bidder’s quotation in response to the Request for Quotation must contain each of the following: 15 • A detailed breakdown of the cost for the entire project. Descriptions of additional services related to the project, together with their price, shall also be listed. • Include Catalog Name, Number and associated discount. When quoting projects where freight would be charged, those costs must be included in quote so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. • Names of any and all subcontractors on the project. It is understood the bidder remains responsible for project completion and acceptance by the County. The County reserves the right to reject any quotation in response to a Request for Quotation if said quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. • Project Completion Date. • Include an updated catalog, if needed and updated MSRP lists for the park and play equipment specifically quoted. The County will generate purchase orders as a result of approved “Request for Quotations” submitted, at the sole discretion of the County. The County reserves the right to not award to any, or to use other available bids or contracts when in the best interest of the County. PROMOTIONAL PRICING: During the contract period, bidders shall extend any pricing offered on a “promotional” basis from the manufacturer to the county. It will be the bidder’s responsibility to monitor said items and report any that are or will be offered at lower prices. SUPERVISION: A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly knowledgeable of the materials, job requirements, plans, specifications and installation functions. Contractors shall be responsible for the appearance of all working personnel assigned to the project (clean and appropriately dressed at all times). JOB COMPLETION: Bidder/installer shall be responsible for all materials received and signed for from date of order to completion of job installation. Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job completion. Bidder/installer shall be responsible for restoring the work site to its original condition at the completion of the project. This shall include re-sodding of the area affected by their work with sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to installation, the contractor shall restore grade to a level consistent with the surrounding grade. 16 RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY: The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in any way affected by the work being performed. The bidder shall be responsible for the protection of all buildings, structures, and utilities that are underground, above ground, or on the surface from their operations that may be hazardous and/or damaging to said facilities. Bidder shall leave work site in a neat and orderly fashion at the end of each work day. Any damage occurring to such items by bidder shall be immediately repaired or replaced to a condition at least equal to that which existed prior to the damage. All costs incurred for repair or replacement shall be borne by the successful bidder. Any damages not repaired or replaced by the bidder within ten (10) calendar days from notification will be fixed by the County or its contractor and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written notice stating the deficiencies and given ten (10) days to correct deficiencies found. The County reserves the right to terminate any bid, contract, or purchase order at any time due to any violation. In the event the awarded bidder(s) should breach this contract, the County reserves the right to seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion dates defined by bidder and County may result in no further purchase being made with such bidder under this Bid. 17 BID FORMRFPNo.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS ANDPLAYGROUNDS Bidder:Rep Services,Inc. Address:581 Technology Park.Suite 1QQ9 City,State and Zip:Lake Mary FL 32746 Phone:407-831-9653 Email:nathan@repservices.com Contact Name(s):Nathan AlmonAfa Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer:Landscape Structures Playground Equipment Fixed Percentage Discount off MSRP:2%Custom equipment priced per project and is not included in standard price list. Installation (Fixed Percentage of cost after discounts of equipment):50% tz± Manufacturer:Skyways Shade Fixed Percentage Discount off MSRP:2%Custom shade priced per project Installation (Fixed Percentage of cost after discounts of equipment):75%75%Fixed Percentage does not include:foundations,concrete slabs,or permitting,. Manufacturer:USA Shade Fixed Percentage Discount off MSRP:2% Custom shade priced perproject. Installation (Fixed Percentage of cost after discounts of equipment):75% 75%Fixed Percentage does not include:foundations,concrete slabs or permitting. Manufacturer:Poiigon/Parasol Shade Fixed Percentage Discount off MSRP:2%Shades &shelters priced as custom. Installation (Fixed Percentage of cost after discounts of equipment):75% 75%Fixed Percentage does not include:foundations,concrete slabs or permitting. (MULTIPLE SHEETS CAN BE USED) 18 BID FORM RFP No.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Bidder:Rep Services,Inc. Address:581 Technology Park City,State and Zip:Lake Mary FL 32^46 Phone:407-831-9658 Email:nathan@repservices.com Contact Name(s):Nathan Aimon r\ f '&.ZSJ Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer:Aquatix Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):100% Manufacturer:Porter/Poligon Shelters Fixed Percentage Discount off MSRP:2% Shelters priced as custom per project. Installation (Fixed Percentage of cost after discounts of equipment):75% 75%Fixed Percentage does not induce foundations,concrete slabs or permitting. Manufacturer:DuMor Site Furnishings Fixed Percentage Discount off MSRP:2% Custom equipment priced separately and is not included in standard price list Installation (Fixed Percentage of cost after discounts of equipment):50% Manufacturer:Anova Site Furnishings Fixed Percentage Discount off MSRP:2%Custom equipment priced separately and is not included in standard price list. Installation (Fixed Percentage of cost after discounts of equipment):50% (MULTIPLE SHEETS CAN BE USED) 18 BID FORM RFP No.18/19-2.VARIOUS EQUIPMENT AND AMENITIES FOR PARKS ANDPLAYGROUNDS Bidder:Rep Services,inc. Address:581 Technology Park City,State and Zip:Lake Mary.FL Phone:407-831-9658 Email:nathan@repservices.com Contact Namefsl:Nathan Almon /0 /» i Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer:Hanover Specialites Poured in place Safety Surfacinfl-EPDM,Bondflex &Granuflex Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):Installation included in price per SF Manufacturer:No Fault Safety Surfacing Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):lnstrlht:o-included in price per SF Manufacturer:ForeverLawr. Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):Installation included in price per SF Manufacturer:Irvine Wood Recovery Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):50% (MULTIPLE SHEETS CAN BE USED) 18 RFP #18-19-2, Various Equipment And Amenities For Parks And Playgrounds SUB-CONTRACTOR EQUIPMENT INSTALLERS: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each of its sub-contractor installer(s), as an authorized installer certified to install park and playground equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety Inspector (NPSI) present during installations and repairs. (MULTIPLE SHEETS CAN BE USED) 19 WARRANTY INFORMATION FORM MAKE AND MODEL OF EQUIPMENT PROPOSED:See attached warranties Is there a warranty on the equipment proposed?X Yes No Does the warranty apply to ALL components or only part?(State Explicitly) See attached warranties Parts Warranty Period:Service Warranty Period: Nearest source for parts and/or service center (s): Rep Services,Inc.581 Technology Park,Suite 1009.Lake Mary FI 32746 Contact Carrie Humbert.Phone-407-915-7855.E-mail-chumbert@repservices.com Name,address and phone number of the authorized service center (s): 1)See above 2) 3) Name,address and phone number of the authority issuing this warranty:(Manufacturer,Distributor,etc.) See attached warranties COPY OF COMPLETE WARRANTY STATEMENT IS SUBMITTED HEREWITH:_X Yes No Name of Bidder:Nathan Almon Signature Title President Phone Number 407-831-9658 (MULTIPLE SHEETS CAN BE USED) 20 Example Request for Quotation Various Equipment and Amenities for Parks and Playgrounds Description of Project: A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is scheduled for at . Price Quotation: Manufacturer Item and Page Number Quantity MSRP Unit Price Contract Discount Extended Price *When quoting projects where freight would be charged, include those costs so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. Additional Services Required: Description Quantity Unit Price Extended Price Total: $ List any Subcontractors: 1. Name 2. Address 3. Telephone Number 4. Contact Name 5. Designated Work 6. Subcontractor Cost 21 RFP No.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS CORPORATE DETAIL Failure to complete all fields may result in your bid being rejected as non-responsive. COMPANY NAME:Rep Services,Inc, ADDRESS:581 Technology Park,Suite 1009 Lake Mary,FL 32745 TELEPHONE:407-831-9658 FAX #: E-MAIL: 866-232-8532 nathan@repservices.com Name of Person submitting Bid:Nathan Almon Title:President Signature: Date: ADDENDA ACKNOWLEDGMENT: Bidder acknowledges receipt of the following addendum: Addendum No.Date:Acknowledged by: Addendum No.Date:Acknowledged by: Addendum No.Date:Acknowledged by: 22 Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion Form RFP No.18/19-2.VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS (1)The prospective Vendor,Rep Services,hr-,certifies,by submissionofthisdocument,that neither it nor its principals is presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal Department or Agency. (2)Where the Vendor is unable to certify to the above statement,the prospective Vendor shall attach an explanation to this form. Vendor: Rep Services,Inc. By:</L Signature Nathan Almon/President Name and Title 581 Technology Park.Suite 1009 Street Address Lake Mary,FL 32746 City,State,Zip Date 23 Scrutinized Companies Certification [Clay County RFP No.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS ANDPLAYGROUNDS1 Name of Company:1 Rep Services,Inc. In compliance with subsection (5)of Section 287.135(5),Florida Statutes (the Statute),the undersigned hereby certifies that the company named above is not participating in a boycott of Israel as defined in subsection (1)of the Statute;is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2)of the Statute;and does not have business operations in Cuba or Syria as defined in subsection (1)of the Statute. Insert Name of Company: Rep Services,Inc. (Seal) By:Nathan Alnon si Its President 1 “Company”means a sole proprietorship,organization,association,corporation,partnership,joint venture,limited partnership,limited liability partnership,limited liability company,or otherentity or business association,including allwhollyownedsubsidiaries,majority-owned subsidiaries,parent companies,or affiliates of such entities or businessassociations,that exists for the purpose of making profit. 24 “NO BID” Statement RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS If your company does not intend to bid on this procurement, please complete and return this form prior to the date shown for receipt of Bids to: Clay County Purchasing Department, Attn: Donna Fish, 477 Houston Street, Green Cove Springs, FL 32043 We, the undersigned, decline to bid on the above referenced invitation to bid for the following reasons: Specifications are too restrictive (please explain below or attach separately) Unable to meet specifications Specifications were unclear (please explain below or attach separately) Insufficient time to respond We do not offer this product or service Our schedule would not permit us to perform at this time Unable to meet bond requirements Other (please explain below or attach separately) Remarks: _________________________________________________________________________ ______________________________________________________________________ Company Name: Telephone #:_____________________ Signature: Fax #: ________________________ Print Name: Title: __________________________ Address: _________________________________________________________________ City: Zip: _______________________________________ 25 CHAPTER 8: PROCEDURES FOR PUBLIC BID OPENINGS (A) Purpose: The purpose of this chapter is to specify procedures for the submittal, receipt, opening and recording of all formal bids required by all of the various laws, ordinances, and other procedures and manuals governing the solicitation and awarding of public bids in Clay County, Florida, including but not limited to: a. Section 336.44, Florida Statues (2001). b. Applicable Provisions of Clay County Code. c. Florida Department of Transportation Standard Specifications, most recent edition. (B) Time of Opening: All bids shall be submitted to the Purchasing department, 4th Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida, which shall record receipt thereof by date and time on the bid envelope. Upon receipt, the Purchasing department will maintain custody and control of all bid submittals until after they have been opened. The deadline for a particular bid submittal shall be 4:00 P.M., of the Monday immediately preceding the Tuesday upon which the bid is to be opened. No bid shall be opened unless and until proof by publisher's affidavit of publication of the bid solicitation is received and filed by the Purchasing department. Bidders and the public are welcomed to attend the opening and all subsequent committee and commission meetings related to the bids. (C) Form of Bid Submittal: All bids shall be submitted in triplicate, (and if applicable only on the forms provided by the County or its staff). Each bid and its accompanying materials shall be submitted in a single, sealed and opaque envelope. The following items shall be prominently marked on the cover of the envelope by the party making the submittal prior thereto: a. The number assigned to the particular bid solicitation. b. The title of the bid exactly as it appeared in the published solicitation. c. The date of the bid opening. (D) Bid Receipt Procedure: The County Manager shall, in cooperation with his or her Department heads and the Purchasing department, assign a specific and discrete number and title to each bid solicitation, which shall be contained in the Request for Bids, the newspaper publication, specifications and the Bid Form thereof. Three copies of each request for bid shall be submitted to the Purchasing department for distribution as provided in Section F hereof, and the "Request For Bids" shall be signed prior to publication. (E) Place of Opening: All bids properly submitted shall be opened in a public location so designated in the bid solicitation. (F) Distribution of Copies: Upon the opening of a bid, one copy shall be distributed to the head of the originating department. Purchasing shall submit to the Finance committee of the Board a tabulated list of all bidders and their bids, including bid number, name, staff assigned, a recommendation to include but not be limited to the lowest responsive and responsible bid, or in a proper circumstance the best bid, budget information and alternatives. All staff assigned to evaluate bid and RFP responses shall do so observing all requirements of the Sunshine Law and 26 in meetings noticed at least 72 hours in advance thereof. The Purchasing department shall serve as the permanent record holder for the County Manager. (G) Committee Review, Report and Recommendations: Bids shall be reviewed by the Board’s Finance committee following the bid opening. The Committee should, in the absence of unusual circumstances, report its recommendation to the Board at the Board's next regularly scheduled meeting, which shall include a tabulated list of all bidders and their bids. In all events, the County Manager shall cause to be spread upon the minutes of the regular meeting of the Board next following the opening of a particular bid, a list of all bidders and their bids. Upon being awarded a bid, and if a contract is entered into with the successful bidder then the County’s Standard Addendum and IRS Form W-9, Request for Taxpayer Identification and Certification must be completed. (H) Ineligible Bid: Any bid that does not meet the foregoing requirements for form, time of submittal, number of copies or the specifications advertised will be rejected and the reasons stated therefor; provided that the Purchasing department shall reject and return unopened all bids which do not meet the foregoing requirements for time of submittal, or envelope markings. Bids that do not meet requirements for form will be rejected and declared "No Bid". The Board reserves the power to reject all bids and in its discretion to re-advertise the solicitation. (I) Bid Withdrawal Period: Any bid submitted requires a five (5) percent bond unless waived by the Board prior to solicitation, which cannot be withdrawn for a period of 30 days subsequent to the date of the bid opening, notice of which shall be incorporated in all requests for bids. As used herein, the term bond shall include cashier or certified checks payable to the County. All such checks shall be held by the Finance department for safekeeping immediately upon acceptance of the bid (but not deposited). The Finance department is hereby authorized to return each bond to the submitting party, as soon as practicable, upon written request to the Finance department, but only after a bid and contract have been awarded and executed between the County and the successful bidder for a particular project, or in the event that all bids have been rejected by the Board, or in the event the time provided that the bid shall remain in effect shall have expired and the bid submitter requests its return in writing. (1) Vendors bidding on SHIP rehabilitation projects are exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (2) Vendors bidding on commodities price contracts, or any other type of contract that does not commit the Board to an actual exchange transaction (purchase) but rather seeks only a fixed unit price commitment from a vendor in the event a future purchase decision is made, shall be exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (J) Bid Addenda: All addenda distributed subsequent to the initial distribution of specifications shall be sent by certified mail/return receipt requested, said return receipt to be returned to the Purchasing department identified by bid number. Prior to mailing, a copy of each addendum shall be received by the Purchasing department, provided that no addendum shall be mailed later than five (5) working days prior to the scheduled bid opening date. 27 (K) Bid Tabulation Form: The bid Tabulation Form used at bid openings shall include a place thereon for three witnesses to sign. This procedure will eliminate the need for signing each individual bid at the time of opening, thus requiring the three witnesses to sign only once for each bid number submitted. (L) Authority to Delay Bid Openings: The County Manager is hereby authorized, without seeking prior approval of the Board in any particular case, to order a delay of any bid opening from its scheduled date and time to a time certain on the agenda of the next regularly scheduled meeting of the Board, or such special meeting called for such purpose. The delay may be ordered at any time prior to the time of the scheduled opening, provided that such order be in writing, addressed and delivered to the Purchasing department with a copy delivered to the County Manager, and that copies thereof be mailed by certified mail, return receipt requested to all responding bidders as soon thereafter as is reasonably practicable. Upon receipt of the order, the Purchasing department shall immediately record the date and time thereof. The Purchasing department shall continue to accept sealed bids up until the applicable deadline. At the date and time originally scheduled for the bid opening, the Purchasing department shall announce the delay order to all in attendance and shall continue to maintain in its custody all properly submitted sealed bids until further order of the Board. At the time certain scheduled before the Board, the County Manager shall present his reason or reasons for the delay order and his recommendation for disposition of bids submitted. The Board may order the bids to be opened then and there, or at some other time and date certain; it may cancel the bid and order the return of all bids unopened; it may order a further delay of the bid opening; or it may make any other order appropriate to the circumstances. If the bids are ultimately opened, they shall be reviewed as provided elsewhere herein. If a delay occurs as provided herein, then the 30 day withdrawal period as provided in 8(I) shall commence upon the date of the actual bid opening, provided such date is not more than 60 days subsequent to the originally scheduled date. No delay shall be ordered beyond such 60 day period, unless the parties submitting timely bids consent to such delay in writing. In no event is the County Manager authorized to extend the deadline for bid submittals for any particular project, only the bid opening date. (M) Contractor's Insurance Requirement: 1. Any Contractor submitting a bid for any public works project must include, within its initial bid response, proof of the following insurance, in effect continuously from the date of submittal through the 60 days subsequent to the scheduled bid opening date: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverage as required by Florida law 28 c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by contract-per occurrence $1,000,000 2. Upon being awarded the bid, the contractor must provide proof that such insurance will be in effect from the date of commencement of the project. The contractor will maintain insurance coverage at the above-prescribed levels through the date of completion of the project and that coverage will include all independent contractors and subcontractors. Either prior to or simultaneously with the execution of the contract, the successful bidder must deliver certificates of insurance for the required insurance coverages to the County naming “Clay County, a political subdivision of the State of Florida; The Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insureds.” Said certificates of insurance shall also include a thirty day prior written notice of cancellation, modification or non-renewal to be provided to the County. 3. The Board reserves the right to waive, raise or lower the minimum coverages required for particular projects prior to bid solicitation by affirmative action. The Board will not waive any defects in a bid submittal pertaining to matters under this subsection. (N) Bid Awards and Protests: 1. Both the INSTRUCTIONS and the PUBLISHED NOTICE for every sealed bid solicitation shall include conspicuously the following statements: FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: [insert bid notice web address1]. THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: [insert County’s homepage address2] BY [insert suitable directions3]. NO OTHER NOTICE WILL BE POSTED. 1 As of the date on which this Purchasing Policy was adopted, the bid notice web address was: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-bids-rejection- bids 2 As of the date on which this Purchasing Policy was adopted, the County’s homepage address was: http://www.claycountygov.com/. 3 As of the date on which this Purchasing Policy was adopted, suitable directions would be: “FOLLOWING THE “Notice of Intent Bids” LINK UNDER THE “Business” ROLLOVER BUTTON”. 29 PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS SOLICITATION, OR THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8.N. OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS SOLICITATION REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY. 2. Unless otherwise expressly directed by the Board in its decision on a bid award, immediately following such decision the County Manager shall cause a “Notice of Intent to Award Bid” or a “Notice of Rejection of All Bids” to be posted on the County’s website, with the time and date of posting appearing thereon. Notice shall not be posted elsewhere. The notice shall be posted in portable document format or other secure format. 3. The failure on the part of a prospective bidder to include within the sealed bid envelope a proper bid bond or other security approved under this policy, if required for the particular bid solicitation, or the failure by a prospective bidder to file a written notice of protest and to file a written petition initiating a formal protest proceeding within the times and in the manner prescribed in this section shall constitute a waiver of the prospective bidder’s right to protest the bid solicitation, any addendum thereto, the Board’s bid decision, as applicable, and to initiate a formal protest proceeding hereunder. 4. A prospective bidder is solely responsible for determining whether a particular bid solicitation requires a bid bond, and for resolving any doubt by making appropriate inquiry. 5. The County Manager shall cause a copy of this policy to be posted on the County’s website in portable document format or other secure format. The County Manager shall cause to be established conspicuous and easy-to-follow links to the policy from the homepage. 6. Any person who is adversely affected by a bid solicitation, by any addendum thereto, or by a bid decision may file with the County Manager a written notice of protest no later than 4:30 p.m. on the third business day immediately following the date notice is published, with respect to a bid solicitation; no later than 4:30 p.m. on the third business day immediately following the date of issuance, with respect to a bid addendum; and within 72 hours after the posting of the notice, exclusive of hours occurring during days that are other than business days, with respect to a bid decision. 30 7. A formal protest proceeding shall be deemed commenced upon the timely filing of a written petition initiating the same. A written petition initiating a formal protest proceeding must be filed with the County Manager no later than 4:30 p.m. on the tenth calendar day immediately following the date on which the written notice of protest was filed; provided, if the tenth calendar day is not a business day, then the petition must be filed no later than 4:30 p.m. on the first business day immediately following said tenth calendar day. The petition must set forth with particularity the facts and law upon which the protest is based. The petition must conform substantially with the requirements for petitions set forth in Rule 28-106.201, Florida Administrative Code. References in this section to a petition shall mean a written petition initiating a formal protest proceeding filed in accordance with this subsection. 8. Any protest of a bid solicitation or bid addendum shall pertain exclusively to the terms, conditions, and specifications contained in a bid solicitation or bid addendum, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract. 9. Upon receipt of a formal written notice of protest that has been timely filed, the County Manager shall suspend the bid solicitation or bid award process until the subject of the protest is resolved by final action as specified in this section, unless the County Manager sets forth in writing particular facts and circumstances which require the continuance of the solicitation or award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. Such suspension shall be lifted immediately in the event the protesting party shall have failed to timely file a petition. 10. Intervenors shall be permitted to participate in the formal protest proceeding in accordance with the procedures governing intervenor practice set forth in Rule Chapter 28-106, Florida Administrative Code, and shall be subject to all limitations provided therein applicable to intervenors. 11. In his or her discretion, the County Manager may provide an opportunity to resolve the protest by mutual agreement between the County Manager and the protesting party within 7 calendar days after receipt of a timely petition. Such agreement must be reduced to writing, signed by the County Manager and the protesting party or such party’s authorized agent, and submitted to the Board at the earliest opportunity. The agreement shall not be deemed effective unless ratified by the Board. If the Board shall fail to ratify the agreement, then the protest shall proceed to resolution as hereinafter provided. 12. Within 10 business days following the timely filing of a petition, or, if the Board shall have considered but failed to ratify an agreement submitted to it under subsection 11, then within 10 business days thereafter, a hearing shall be conducted pursuant to subsection 13 before a hearing officer, who shall be the County Manager or his or her designee. The County Manager may designate any department head as the hearing officer; provided, a department head who is substantially involved in or connected with the bid solicitation or bid award process shall be deemed disqualified from serving as the hearing officer, unless such involvement or connection is purely ministerial in nature. 31 13. All hearings shall be conducted pursuant to written notice to the protesting party, the County Attorney’s Office and all intervenors by the hearing officer specifying the time, date and place of the hearing. Particular rules and procedures governing each such hearing are as follows: a. The audio thereof shall be recorded electronically. b. Prior to the hearing only, motion practice may be permitted by the hearing officer in his or her discretion in accordance with the rules governing the same set forth in Rule Chapter 28-106, Florida Administrative Code. All motions shall be ruled upon prior to or at the start of the hearing, except that rulings on motions in limine may be deferred to an appropriate time during or after the hearing. c. Prior to the hearing, the protesting party, the County and all intervenors must confer and endeavor to stipulate to as many relevant and undisputed facts upon which the decision is to be based as may be practicable. Such stipulation must also identify those issues of material fact, if any, that remain in dispute. The stipulation must be reduced to a writing signed by or on behalf of the protesting party, the County and all intervenors, and be submitted to the hearing officer at least two business days prior to the hearing. The stipulation may include an appendix comprising documents that shall be deemed admitted and considered as evidence for purposes of the hearing, or referring to tangible items deemed admitted and considered as evidence for purposes of the hearing, which items shall either be presented at the hearing or, if such presentation is impractical, submitted to the hearing officer by graphic, descriptive, representational, photographic, videotape or similar medium properly depicting or characterizing the items. d. The protesting party and all intervenors shall have the right to appear before the hearing officer at the hearing in proper person or through counsel and, as to those issues of material fact, if any, that remain in dispute, as identified in the stipulation, to present relevant testimonial, documentary and tangible evidence, and to be heard on the substantive issues bearing on the protest. The County shall be deemed a party to the proceeding, and the County Attorney or any assistant county attorney may participate in the protest proceeding, appear before the hearing officer, present evidence and be heard on behalf of the County. e. All witnesses shall be placed under oath by the hearing officer prior to testifying, and shall be subject to cross-examination by any hearing participant. f. Hearsay evidence shall be admissible unless the hearing officer shall determine the same to be redundant, unreliable or prejudicial. g. At the hearing any hearing participant may offer appropriate argument and summation, and submit a written brief and a proposed order, but only after the conclusion of the evidentiary portion of the hearing, if any. 32 h. Immediately following the hearing, the County Manager shall cause a written transcript of all testimonial evidence introduced at the hearing to be prepared expeditiously based upon the audio recording, and shall provide copies of the same to all of the hearing participants. i. Within 7 business days following the hearing, the hearing officer shall submit a recommended order to the County Manager and serve copies on all hearing participants; provided, if the County Manager is the hearing officer, then within 7 business days following the hearing, the County Manager shall issue a recommended order and serve copies on all hearing participants. The recommended order shall contain findings of fact and, based upon such facts, a disposition of the protest; provided, no finding of fact may be predicated solely upon the basis of hearsay. j. The recommended order shall thereafter be submitted to the Board along with the transcript of the hearing testimony and the entire written and tangible record of the protest proceedings at the earliest opportunity to be considered at a time certain, with notice thereof served upon the hearing participants. Each of the hearing participants shall be allowed 3 minutes to address the Board regarding the recommended order, unless the Chairman in his or her discretion shall allow additional time. If a hearing participant intends to challenge any finding of fact in a recommended order that was based upon testimonial evidence, such participant shall be allowed 2 additional minutes for such purpose, and may direct the attention of the Board members to any portion of the transcript relevant to the challenge. The other hearing participants shall each have the right to offer argument in rebuttal to the challenge, and to direct the attention of the Board members to any portion of the transcript relevant to the rebuttal. No testimony or other evidence beyond the record and the transcript shall be presented to the Board. Thereafter the Board shall render its decision on the protest. In so doing the Board shall be bound by the findings of fact in the recommended order that are based upon testimonial evidence, except those for which it upholds a challenge. A challenge shall be upheld only if the finding of fact is not supported by competent, substantial evidence in the record or in the transcript. Otherwise, the Board shall not be bound by any of the provisions of the recommended order. The decision of the Board shall be reduced to a written order signed by the Chairman, and shall constitute final action of the County on the protest. k. The date, type and substance of all ex parte communications between any Board member and a hearing participant, including counsel therefor or any agent thereof, and between any Board member and third party, must be publicly disclosed by the Board member prior to the rendering of the Board’s decision. All such communications that are written or received electronically must be filed for the record, and copies thereof provided to each Board member and hearing participant. 14. All proceedings before the hearing officer shall be informal, and customary rules of evidence shall be relaxed. In all respects both the hearing officer and the Board shall observe the requirements of procedural and substantive due process that are the minimum necessary for accomplishing a fair, just and expeditious resolution of the protest. 33 15. Ex parte communications between a hearing participant and the hearing officer are forbidden. The hearing officer may take such steps as he or she may deem just and appropriate to prevent or sanction attempted ex parte communications, including promptly disclosing the attempted communication, or requiring the offending hearing participant to disclose promptly the attempted communication, to the other hearing participants. Where necessary, the hearing officer may recuse himself or herself, and the subsequently designated hearing officer may order the offending participant to pay for all or any portion of the costs incurred by the County and any other hearing participant strictly as a consequence of the ex parte communication or attempted ex parte communication, else be excluded from further participation. Neither the County Attorney nor any assistant county attorney shall be subject to this subsection or prohibited from engaging in ex parte communications with the hearing officer. 16. The purpose of this policy is to promote fairness and public confidence in the competitive bidding process. To further such end, and except as otherwise specifically provided herein, the substantive law governing the resolution of bid protests found in the decisions of the Florida appellate courts, as well as any statutes or agency rules that may be applicable to the particular bid solicitation, shall guide the hearing officer and the Board in rendering a decision on a bid protest under this section. The significant principles of law governing the bid protest and the resolution thereof, which shall prevail to the extent not otherwise in conflict with any governing statutes or agency rules, are as follows: a. The burden is on the party protesting the award of the bid to establish a ground for invalidating the award. b. The standard of proof for the protest proceeding shall be whether the proposed award was clearly erroneous, contrary to competition, arbitrary, or capricious. c. The proposed award shall be deemed arbitrary or capricious if it is contrary in a material way to any governing statutes, the County’s rules or policies, or the bid or proposal instructions or specifications. d. The scope of the inquiry is limited initially to whether the proposed award is improper under the foregoing standard of proof. If and only if the hearing officer first determines on the basis of competent and substantial evidence that the proposed award is improper, then the hearing officer may recommend, in accordance with the law and this policy, an alternate disposition for the proposed award. Such disposition may include, but shall not be limited to, rejecting all bids, or awarding all or a portion of the bid to the protesting party. e. A bid protest proceeding may not serve as a vehicle for the Board to revisit the proposed award absent a determination of impropriety as set forth above. 17. By written agreement amongst the protesting party, the County, and all then-existing intervenors, any provision of this section pertaining to the procedures for resolving a protest for which a petition has been timely filed may be modified or waived so long as such modification 34 or waiver shall not hinder or thwart the proper and expeditious resolution of the protest, or otherwise operate to undermine the salutary purposes of competitive, public bidding. 18. Only to the extent necessary to avoid a miscarriage of justice or to prevent a manifest violation of a hearing participant’s procedural or substantive due process rights, a hearing officer may modify or suspend the applicability of any of the provisions or requirements of this section in the course of conducting a protest proceeding hereunder; provided, a hearing officer may not modify or suspend any of the provisions or requirements of subsections 3, 4, 6, 7, 8, 16, 20, 21 and 22 hereof. 19. Except and to the extent specifically provided in this section, and except and to the extent otherwise specified provided by written agreement amongst the protesting party, the County, and all then-existing intervenors, no provisions of Rule Chapter 28-106, Florida Administrative Code, shall be deemed applicable to the resolution of protests under this section. 20. For purposes of this section, the filing with the County Manager of a written notice of protest or of a written petition initiating a formal protest proceeding shall be deemed accomplished only when the original written notice or original written petition has been physically received by the County Manager or his or her designee. A notice or petition shall be deemed original only if it bears the original signature of the protesting party or such party’s authorized agent. No notice or petition may be filed by facsimile transmission or by e-mail, and any notice or petition received in such manner shall be deemed unfiled and ineffective. The use of an overnight delivery service or of the United States Postal Service to file a notice or petition shall be entirely at the risk of the person submitting the same, and any such notice or petition so received after the applicable deadline shall be deemed untimely. 21. For purposes of this section, a business day shall mean any 24-hour day that is not a Saturday, a Sunday, or a holiday observed by the County. 22. For purposes of this section, counsel shall mean an attorney who is a member of the Florida Bar in good standing. 23. For purposes of this section, all notices of protest and petitions initiating formal protest proceedings, and all stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to a hearing officer shall be on white, opaque paper 8 ½ by 11 inches in size. The pages of all such documents shall have margins on all sides of not less than 1 inch; shall be in Times New Roman or Courier New font no smaller than 12 in size, including footnotes and endnotes; shall have standard double-spacing between lines, excluding quotations, footnotes and endnotes; and shall be numbered at the bottom. All quotations shall be indented. Briefs shall not exceed 15 pages in length, and may not include any appendices. A digital copy of all written stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to the hearing officer must be simultaneously provided to the hearing officer in Word format, version 2000 or later, on compact disc or 3 ½” diskette. 24. For purposes of this section, a hearing participant shall mean and include the protesting party, the County and any intervenor. 35 25. This section shall be construed and implemented so as to secure the just, speedy, and inexpensive resolution of bid protests. (O) UTILITY RELOCATION AGREEMENTS: Prior to soliciting bids for right of way improvements and other public works projects that require the removal or relocation of utilities, agreements with the affected utilities must be entered into providing for the terms, scheduling and conditions of such relocation and removal. The County Manager may develop and maintain such form of agreement as may be appropriate for accomplishing the requirements of this section. (Resolution No. 09/10-65) (P) NO-CONTACT RULE: (Resolution No. 09/10-81) 1. As used in this section and unless the context clearly requires otherwise, the following terms and phrases shall have the meanings herein ascribed: a. Contacting shall mean communicating or attempting to communicate by any means, whether orally, telephonically, electronically or in writing. b. Bidder shall mean any person or entity submitting a response to a bid solicitation, and shall include all owners, shareholders, principals, officers, employees and agents thereof. c. Bid shall mean any bid, request for proposals and request for qualifications. d. Solicitation period shall mean the time between the publication of the notice of the bid and the opening of the bid. e. Evaluation period shall mean the time between the opening of the bid and the award thereof by the Board of County Commissioners. 2. The instructions for all solicitations of bids to be submitted under seal shall include provisions prohibiting bidders from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator, and the foregoing instructions shall so state. 3. The no-contact rule set forth in subsection 2 shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. 36 4. The purpose of the no-contact rule set forth in subsection 2 is to prevent any one bidder from gaining an advantage over other bidders through lobbying or otherwise attempting to influence the procurement decision through discussions or the presentation of information or materials outside of the process contemplated in the bid solicitation package and this purchasing policy, and also to ensure that the dissemination of information from the County entity to bidders regarding the bid solicitation is equal and uniform. 37 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD REPSE-1 OP ID: FRCA 08/09/2018 Peter Katauskas Alexander Insurance Agency 541 S. Orlando Ave., Suite 206 Maitland, FL 32751 Peter Katauskas 407-629-4825 407-629-5407 pkatauskas@alexfinancial.com Hartford Insurance Co of SE Hartford Insurance CompanyRep Services, Inc. 581 Technology Park #1009 Lake Mary, FL 32746-6239 Travelers Indemnity Co of Amer Evanston Insurance Company Lloyd's A X 1,000,000 X 21SBABK3355 08/01/2018 08/01/2019 500,000 X 10,000 1,000,000 2,000,000 see below 1,000,000B X 21UECHV0794 08/01/2018 08/01/2019 X X XX 5,000,000D MKLV3EUL100843 08/01/2018 08/01/2019 5,000,000 10,000X XC UB-3J747620 08/01/2018 08/01/2019 1,000,000N1,000,000 1,000,000 D 3C32545 08/01/2018 08/01/2019 Occ/Agg $1m/$2M E Errors & Omissions ANE1939938 04/26/2018 04/26/2019 Claim/Agg $1M/$1M Proj: 2 CLAYCOB Clay County Board of County Commissioners 477 Houston Street Green Cove Springs, FL 32043 407-629-4825 38261 22357 25666 35378 Business Owners Products & C/Ops Playground Turf (Engineered Wood Fiber) 2019 Price List Price per cubic yard: $30.00 Price does not include delivery or installation. Specifications for Playground Turf IPEMA Certified to ASTM F1292-04 Head Impact Attenuation Testing Required for IPEMA Certification IPEMA Certified to ASTM F 2075-04 Sieve Analysis Testing Required for IPEMA Certification Tramp Metal Testing, ASTM 2075/4.6 Required for IPEMA Certification ADA WHEELCHAIR ACCESSIBILITY ASTM F1951-99 Tested to 12” of thickness from a 12’ fall height 100% Pre-Consumer Recycled Virgin Material 3,000,000 Liability Insurance Written Quality Assurance Program Installation Instructions Installation is not included in price above RFP No.18/19-2 Playground Grass Safety Surfacing Price List ForeverLawn Extreme: No Fall Height - $12.40 6’ Critical Fall Height - $14.80 6’ t 8’ Critical Fall Height - $17.15 8’ to 10’ Critical Fall Height - $18.70 10’ to 12’ Critical Fall Height - $18.70 ForeverLawn Ultra No Fall Height - $13.75 6’ Critical Fall Height - $16.20 6’ to 8’ Critical Fall Height - $18.50 8’ to 10’ Critical Fall Height - $20.15 10’ to 12’ Critical Fall Height - $20.15 Robertson Industries (Tot Turf) No Fall Height - $12.40 4’ Critical Fall Height - $16.05 6’ t 8’ Critical Fall Height - $17.55 8’ to 10’ Critical Fall Height - $18.55 10’ to 12’ Critical Fall Height - $18.55 RFP No.18/19-2 Poured in Place & Bonded Rubber Safety Surfacing Price List Pricing is based on a minimum of 2000 SF. Areas smaller than 2000 SF are priced individually. Robertson Recreational Surfaces 50%black/50%standard Color Blend: 4’ CFH - $14.50 per SF 5’ CFH - $15.00 per SF 6’ CFH - $15.00 per SF 8’ CFH - $16.50 per SF 9’ CFH - $16.75 per SF 10’ CFH - $17.25 per SF 12’ CFH - $18.00 per SF Aliphatic Urethane – additional $2.85 per SF 100% color – additional $2.55 per SF Hanover Specialties. Vitriturf 50%black/50%standard Color Blend: 4’ CFH - $14.50 per SF 5’ CFH - $15.00 per SF 6’ CFH - $15.00 per SF 8’ CFH - $16.50 per SF 9’ CFH - $16.75 per SF 10’ CFH - $17.25 per SF 12’ CFH - $18.00 per SF Aliphatic Urethane – additional $2.85 per SF 100% color – additional $2.55 per SF No Fault Sports Group 50%black/50%standard Color Blend: 6’ CFH - $16.00 per SF 7’ CFH - $17.00 per SF 8’ CFH - $18.00 per SF Aliphatic Urethane – additional $2.85 per SF 100% color – additional $2.55 per SF Signed: President Date:01/01/2019 All the warranties commence on date of Manufacturer’s invoice. Should any failure to conform to the above express warranties appear within the applicable warranty period, Manufacturer shall, upon being notified in writing promptly after discovery of the defect and within the applicable warranty period, correct such nonconformity either by repairing any defective part or parts, or by making available a replacement part within 60 days of written notification. Manufacturer shall deliver the repaired or replacement part or parts to the site free of charge, but will not be responsible for providing labor or the cost of labor for the removal of the defective part or parts, the installation of any replacement part or parts or for disposal costs of any part or parts. Replacement parts will be warranted for the balance of the original warranty. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. The remedies hereby provided shall be the exclusive and sole remedies of the purchaser. Manufacturer shall not be liable for any direct, indirect, special, incidental or consequential damages. Manufacturer neither assumes nor authorizes any employee, representative or any other person to assume for Manufacturer any other liability in connection with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranties stated above are valid only if the structures and/or equipment are erected in conformance with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc.; have been subjected to normal use for the purpose for which the goods were designed; have not been exposed to saltwater or salt spray; have not been subject to misuse, negligence, vandalism, or accident; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Manufacturer or Manufacturer’s designees in any respect which, in the judgement of Manufacturer, affects the condition or operation of the structures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Inc. 601 7th Street South, Delano, Minnesota, 55328-8605. Landscape Structures Inc. (“Manufacturer”) warrants that all playstructures and/ or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100-Year Limited Warranty On all PlayBooster® and PlayShaper® aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 15-Year Limited Warranty On all Evos® and Weevos® steel arches, all plastic components (including TuffTimbers™ edging), all aluminum and steel components not covered above, Mobius® climbers, Rhapsody® Outdoor Musical Instruments, decks and TenderTuff™ coatings (except Wiggle Ladders, Chain Ladders and Swing Chain) against structural failure due to material or manufacturing defects. 10-Year Limited Warranty On concrete products against structural failure due to natural deterioration or manufacturing defects. Does not cover minor chips, hairline cracks or efflorescence. 8-Year Limited Warranty On Aeronet® climbers and climbing cables against defects in materials or manufacturing defects. 5-Year Limited Warranty On Rhapsody® cables and mallets against defects in materials or manufacturing defects. 3-Year Limited Warranty On all other parts, i.e.: Pulse® products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuard™ Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun® gliders, belting material, HealthBeat® resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered “normal wear” in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the playstructures and/or equipment are erected to conform with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. 2019 Play Equipment Warranty You have our word. Terms of Sale PRICING: Landscape Structures’ list prices do not include delivery and handling charges. Prices are subject to change without notice. TERMS: To tax-supported institutions and those with established credit: net 30 days from the date of the invoice. 1.5% per month thereafter; freight charges are prepaid and applied to the invoice. TAXES: Landscape Structures’ list prices do not include applicable taxes, if any. WEIGHTS: Weights are approximate and may vary. DELIVERY: If delivery of the equipment is by common carrier, and there is damage or a shortage, notify the carrier at once and sign delivery documents provided by the carrier noting the damage or shortage. Most products are delivered on large pallets and will require a forklift or similar equipment to unload as a unit on the site. INSTALLATION: All playstructures and/or equipment are delivered unassembled and packaged with recyclable materials. For a list of factory-certified installers in your area, please contact your Landscape Structures playground consultant. SERVICE: We have knowledgeable, qualified playground consultants throughout the world who are available to help you before, during and after the sale. Landscape Structures has exclusive design software that features all of our parts and pieces in pull-down menus. With this software, your playground consultant can design a playground layout that meets not only your needs, but ASTM and CPSC standards as well. In addition, we have a full staff of NPSI-certified designers, along with 2D and 3D drawing capabilities and custom capabilities to assist you with your playground plans. RETURN POLICY: As an indication of our commitment to our customers, Landscape Structures will accept returns of new structures and/or new equipment purchased within 60 days of the original invoice date. Advance notification is necessary to ensure proper credit. Parts not included in this return policy are custom parts (including PlayShaper® posts), as well as used or damaged parts. A 20% restock fee plus all return freight charges will apply to all product returns. NOTE: All parts are subject to inspection upon return. Parts returned damaged may not receive a full credit. For this reason, it is important that all returned parts are properly packaged to prevent damage while in transit. PRODUCT CHANGES: Because of our commitment to safety, innovation, and value, we reserve the right to change specifications at any time. PLEASE CONTACT US AT: Landscape Structures Inc. 601 7th St. South Delano, MN 55328-8605 888.438.6574 (inside the U.S.A.) 763.972.5200 (outside the U.S.A.) playlsi.com 601 7th Street South • Delano, MN 55328-8605 • 888.438.6574 • 763.972.5200 • Fax 763.972.3185 • playlsi.com #253306 ©2019 Landscape Structures Inc Printed in the U.S.A. All rights reserved. #765-2114 Signed:Date:01/01/2019 All the warranties commence on date of Manufacturer’s invoice. Should any failure to conform to the above express warranties appear within the applicable warranty period, Manufacturer shall, upon being notified in writing promptly after discovery of the defect and within the applicable warranty period, correct such nonconformity either by repairing any defective part or parts, or by making available a replacement part within 60 days of written notification. Manufacturer shall deliver the repaired or replacement part or parts to the site free of charge, but will not be responsible for providing labor or the cost of labor for the removal of the defective part or parts, the installation of any replacement part or parts or for disposal costs of any part or parts. Replacement parts will be warranted for the balance of the original warranty. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. The remedies hereby provided shall be the exclusive and sole remedies of the purchaser. Manufacturer shall not be liable for any direct, indirect, special, incidental or consequential damages. Manufacturer neither assumes nor authorizes any employee, representative or any other person to assume for Manufacturer any other liability in connection with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranties stated above are valid only if the structures and/or equipment are erected in conformance with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc.; have been subjected to normal use for the purpose for which the goods were designed; have not been exposed to saltwater or salt spray; have not been subject to misuse, negligence, vandalism, or accident; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Manufacturer or Manufacturer’s designees in any respect which, in the judgement of Manufacturer, affects the condition or operation of the structures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Inc. 601 7th Street South, Delano, Minnesota, 55328-8605. Landscape Structures Inc. (“Manufacturer”) warrants that all equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 20-Year Limited Warranty On all SkyWays® and CoolToppers® steel components against structural failure due to material or manufacturing defects. 10-Year Limited Warranty On SkyWays® and CoolToppers® fabric and thread against failure from significant fading, deterioration, breakdown, mildew, outdoor heat, cold or discoloration. This warranty is limited to the design loads as stated in the manual. Should the fabric need to be replaced under the warranty, Manufacturer will manufacture and ship a new fabric at no charge for the first 6 years, thereafter pro-rated at 18% per annum over the last 4 years. This warranty applies to standard colors only. 3-Year Limited Warranty On all other parts, including Rapid Release®, against failure due to corrosion/natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered “normal wear” in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the equipment is erected to conform with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. Maintenance is particularly critical in regions where dirt and/or sand may cause abrasion of the fabric. This warranty is void if conditions exceed local building codes. 2019 SkyWays® and CoolToppers® Shade Warranty You have our word. President Terms of Sale PRICING: Landscape Structures’ list prices do not include delivery and handling charges. Prices are subject to change without notice. TERMS: To tax-supported institutions and those with established credit: net 30 days from the date of the invoice. 1.5% per month thereafter; freight charges are prepaid and applied to the invoice. TAXES: Landscape Structures’ list prices do not include applicable taxes, if any. WEIGHTS: Weights are approximate and may vary. DELIVERY: If delivery of the equipment is by common carrier, and there is damage or a shortage, notify the carrier at once and sign delivery documents provided by the carrier noting the damage or shortage. Most products are delivered on large pallets and will require a forklift or similar equipment to unload as a unit on the site. INSTALLATION: All playstructures and/or equipment are delivered unassembled and packaged with recyclable materials. For a list of factory-certified installers in your area, please contact your Landscape Structures playground consultant. SERVICE: We have knowledgeable, qualified playground consultants throughout the world who are available to help you before, during and after the sale. Landscape Structures has exclusive design software that features all of our parts and pieces in pull-down menus. With this software, your playground consultant can design a playground layout that meets not only your needs, but ASTM and CPSC standards as well. In addition, we have a full staff of NPSI-certified designers, along with 2-D and 3-D drawing capabilities and custom capabilities to assist you with your playground plans. RETURN POLICY: As an indication of our commitment to our customers, Landscape Structures will accept returns of new structures and/or new equipment purchased within 60 days of the original invoice date. Advance notification is necessary to ensure proper credit. Parts not included in this return policy are custom parts (including PlayShaper® posts), as well as used or damaged parts. A 20% restock fee plus all return freight charges will apply to all product returns. NOTE: All parts are subject to inspection upon return. Parts returned damaged may not receive a full credit. For this reason, it is important that all returned parts are properly packaged to prevent damage while in transit. PRODUCT CHANGES: Because of our commitment to safety, innovation, and value, we reserve the right to change specifications at any time. PLEASE CONTACT US AT: Landscape Structures Inc. 601 7th St. South Delano, MN 55328-8605 888.438.6574 (inside the U.S.A.) 763.972.5200 (outside the U.S.A.) playlsi.com 601 7th Street South • Delano, MN 55328-8605 • 888.438.6574 • 763.972.5200 • Fax 763.972.3185 • playlsi.com #253307 ©2019 Landscape Structures Inc Printed in the U.S.A. All rights reserved. #765-2115 M ENU SEARCH Warranty Information Statement of Limited Warranty for USA SHADE Products 1. The structural integrity of all supplied steel is warranted for ten years. 2. If assembly is provided by the Company, workmanship covering the labor for the removal, assembly, and cost of shipping will be covered for one year. 3. All steel surface finishes are warranted for one year. 4. Shadesure™, Colourshade ® FR, Extreme 32™, Commercial 95™, SaFRshade™ and Monotec 370™ fabrics all carry a ten year limited manufacturer’s warranty against failure from significant fading, deterioration, breakdown, outdoor heat, cold, or discoloration. Should the fabric need to be replaced under the warranty, the Company will manufacture and ship a new replacement fabric at no charge for the first six years, thereafter prorated at 20% per year over the remaining four years. The following are exceptions to the preceding warranty terms: Shadesure™ fabrics in Red, Yellow, Atomic Orange, Electric Purple, Zesty Lime, Cinnamon, Olive, and Mulberry carry a five year prorated warranty; Fabrics attached to Coolbrella structures carry a three year warranty; Individual fabric tops measuring greater than 40’ in length are covered by a non prorated five year warranty; Precontraint 502™ waterproof material is subject to an eight year prorated warranty 5. Sewing thread is warranted for ten years. General Limited Warranty Terms and Conditions These limited warranties are effective from the date of sale, or, if assembly is provided by the Company, upon receipt by Company from Purchaser of a completed and signed “Customer Checklist and Signoff” form. In its sole discretion, the Company will repair and/or replace defective structures, products, or workmanship, or refund that portion of the price related to the defective product, labor, or service rendered The Company reserves the right, in cases where certain fabric colors have been discontinued, to offer the Purchaser or Owner a choice of available alternative colors to replace the warranted fabric. The Company does not warranty that any particular color will be available for any period of time, and reserves the right to discontinue any color for any reason, without recourse by the Purchaser or Owner of the discontinued fabric color. Should the Purchaser or Owner sell the structures to another party, the warranty cannot be transferred to the new owner without a complete and thorough onsite inspection performed by a Company representative. Please contact the company at warranty@usa shade.com for more details. All warranty claims covering Companysupplied structures, products, and services must be submitted by Purchaser or Owner in writing to the Company within thirty days from the date of discovery of the alleged defect, and must include a detailed description and photographs of the alleged defect or problem. Warranty claims should be submitted by email to: warranty@usashade.com. Purchaser or Owner agrees that venue for any court action to enforce these limited warranties shall be in the City or County of Dallas in the State of Texas, USA. These limited warranties are void if: the supplied structures, products, services and/or labor are not paid for in full; the structures are not assembled in strict compliance with USA SHADE specifications; any changes, modifications, additions, or attachments are made to the structures in any way, without prior written approval from the Company— specifically, no signs, objects, fans, light fixtures, etc. may be hung from the structures, unless specifically engineered by the Company. These limited warranties do not cover defects and/or damages caused by: normal wear and tear; misuse, willful, or intentional damage, vandalism, contact with chemicals, cuts, or Acts of God (i.e. tornado, hurricane, micro/macros burst, earthquake, wildfires, etc.); ice, snow, or wind loads in excess of the designed load parameters engineered for the supplied structures; use, maintenance, neglect, repair and/or service inconsistent with the Company’s written care and maintenance instructions, provided with the order. The limited warranties explicitly exclude: workmanship related to assembly not provided by the Company or its agents; fabric curtains, valances, and flat vertical panels; fabric canopies installed on structures that were not engineered and originally supplied by the Company. THE COMPANY SHALL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, SPECIAL, LIQUIDATED, EXEMPLARY, OR PUNITIVE DAMAGES, OR ANY LOSS OF REVENUE, PROFIT, USE OR GOODWILL, WHETHER BASED UPON CONTRACT, TORT (INCLUDING NEGLIGENCE), OR ANY OTHER LEGAL THEORY, ARISING OUT OF A BREACH OF THIS WARRANTY OR IN CONNECTION WITH THE SALE, INSTALLATION, MAINTENANCE, USE, OPERATION OR REPAIR OF ANY PRODUCT OR SERVICE. IN NO EVENT WILL THE COMPANY BE LIABLE FOR ANY AMOUNT G REATER THAN THE PURCHASE PRICE FOR ANY PRODUCT OR SERVICE PROVIDED BY THE COMPANY. THE FOREGOING LIMITED WARRANTY IS THE SOLE AND EXCLUSIVE WARRANTY FOR THE COMPANY’S PRODUCTS AND SERVICES, AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, IN LAW OR IN FACT. SELLER SPECIFICALLY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR USE OR PURPOSE, AND ANY IMPLIED WARRANTIES ARISING OUT OF COURSE OF DEALING OR PERFORMANCE OR TRADE USAGE. PURCHASER, BY ACCEPTANCE AND USE OF THIS LIMITED WARRANTY, WAIVES ANY RIGHTS IT WOULD OTHERWISE HAVE TO CLAIM OR ASSERT THAT THIS LIMITED WARRANTY FAILS OF ITS ESSENTIAL PURPOSE. Colourshade ® and Extreme 32™ are registered trademarks of Multiknit Pty. Ltd. Commercial 95™ and SaFRshade™ are registered trademarks of Gale Pacific USA Inc. Monotec 370™ is a registered trademark of PROKNIT Industries Pty. Ltd. Precontraint 502™ is a registered trademark of Serge Ferrari North America, Inc. ©2017 Shade Structures, Inc. All rights reserved. 7.2fm19 8/14/18 Porter Corp Limited Warranty and Limitations Porter Corp provides a 10-year pro-rated limited warranty from shipping date with the following limitations. Porter Corp limits its warranty to the supply of materials that will assemble according to sealed engineered drawings and installation instructions, and can be assembled with normal expertise and with tools required and found in the construction trades. It is expressly understood that Porter Corp’s liability be limited to repair or replacement of nonconforming material at time of delivery. Porter Corp does not warrant product for defects caused by erection, harsh site conditions, lack of maintenance, and/or other conditions beyond Porter Corp’s control. Porter Corp will not be held responsible for any materials that were not properly stored prior to installation. Porter Corp reserves the right to void the limited warranty if it not installed per the installation instructions and/or unauthorized modifications. Porter Corp shall not be held liable for field alterations. Porter Corp shall only be liable for meeting the building code indicated on the sealed engineered drawings. Any replacement part under warranty is warranted for the remaining original warranty period or six (6) months, whichever is longer. Under certain conditions (snow, wind, and the like), Fabric tops may be required to be taken down. The sealed engineered drawings and installation instructions will need to be referenced for design parameters. Porter Corp shall not be responsible to cover damage caused by failure to remove the top as required. This Limited Warranty supersedes all other warranties expressed or implied. The warranty on items not manufactured by Porter Corp (i.e. metal roofing, shingles, wood shelters, fabric and thread as applicable), will be as passed through Porter Corp’s supplier as per their warranty; contact Customer Service for this Supplier Warranty. This Limited Warranty is conditional upon payment in full to Porter Corp within terms. Liability under this Warranty is limited in that it shall not exceed the original sales price of the components as supplied by Porter Corp. 7.2fm19 8/14/18 Poli-5000 Paint System 10 Year Limited Warranty for Structural Steel Shelters This limited warranty is for the factory applied Poli-5000 powder coating.Poli-5000 powder coat paint system by Porter Corp of Holland, Michigan has been applied to steel entirely as an ‘in-house” process. Poli-5000 finish has been applied over hot rolled structural steel parts and has been tested to meet or exceed the ASTM Standards illustrated in Figure 1. This pro-rated limited 10 year warranty is intended to define the obligations and limitations of the purchaser as well as the obligations and limitations of the supplier. This limited warranty is only valid if Porter Corp has been paid in full for the cost of the shelter. Damage occurring from shipping, erection, vandalism, accidents, or field modifications will require field touch-up immediately and periodically thereafter, which is not covered in this limited warranty. Exposed nuts and bolts will either be supplied with a light plating or powder coating. It is the responsibility of the contractor to paint and/or touch up the nuts and bolts after erection and these must be maintained by the customer. The 10-year limited warranty will exclude buildings erected at sites where salt air, corrosive environment, high humidity or sprinkler systems come in contact with the shelter. Failure to maintain finish system with annual touch-up and documented maintenance procedures will void the limited warranty. Not covered by this limited warranty are acute angles, end plates, and other accessories that are prone to minor defects on occasions and will require touch-up by owner. Failure of the coating will be defined when at least 8% of the total coated surface has significant loss of performance or appearance characteristics when compared to the original finish. Rust stains from roof trim, screws, and screw holes do not constitute a failure. If a claim is made for paint failure a complete document must be provided by the owner. If a site visit is required by Porter Corp the travel expenses will be covered by the customer prior to travel taking place. However, should the failure be determined to be under the limited warranty the customer will be reimbursed for these expenses. In the case of a failed paint system, Porter Corp will repaint the structure with its best in-house system providing that the owner dismantles the structure and returns it to Porter Corp. Porter Corp will refinish the structure and ship it back to job site at their expense. The refinishing will not extend the original warranty of the paint system. The owner is responsible for erecting the building at their expense. As an alternative, Porter Corp will pay customer up to the cost of the original paint system on a pro-rated basis for time left of the 10 year limited warranty. 7.2fm19 8/14/18 Poli-5000 Finish System Performance and Specifications Figure 1 Test Description Test Method Poli-5000 Results Salt Spray Resistance ASTM B 117/ ASTM D 1654 Method 2 (scraping) 10,000 hours, no creep from scribe line, rating of 10 Humidity ASTM D2247-02 5,000 hours with no loss of adhesion or blistering Light UV/ Resistance ASTM G154-04 2000 hours exposure. Alternate cycles (4 hours UVC and 4 hours condensation) a) No chalking b) 75% color retention c) Color variation- maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure) Stain Resistance ASTM D1308-02e1 24 hours exposure with 10% concentration No stain from following: Mustard, Tannic Acid, Catsup, Citric Acid, Coffee, Tartaric Acid, Pepsi Cola, Beer, Oleic Acid, Lactic Acid, Orange Juice Scratch Resistance Hoffman Scratch Hardness Tester No substrate appearance with 1,000 gram load Adhesion ASTM D3359-02 ASTM Class 4B rating or better Resistance Impact ASTM D2794-93 10 in-lbs. w/o cracking Hardness ASTM D3363-92a 2H min-no indentation Flexibility ASTM D522-93a 1/8" no cracking/loss of adhesion at bend Abrasion Taber abraser CS10 Wheel (1,000 mg load) 14 mg. max weight loss per cycle Solvent Resistance 50+ MEK rubs Minimal to no dulling or color removal DuMor, Inc. Standard Warranty ALL PRODUCTS MANUFACTURED BY DuMOR, INC., ARE WARRANTIED AGAINST DEFECT IN MATERIALS AND/OR WORKMANSHIP AND IN ACCORDANCE WITH OUR PUBLISHED SPECIFICATIONS. DuMOR, INC. FURTHER WARRANTS OUR PRODUCTS AS FOLLOWS: • LIMITED TWENTY-YEAR WARRANTY AGAINST STRUCTURAL FAILURE OF ALL STEEL BENCH FRAMES OR COMPLETE STEEL BENCH ASSEMBLIES, TABLE FRAMES, LITTER RECEPTACLE FRAMES, STEEL PLANTERS AND ALL CAST IRON AND ALUMINUM BENCH SUPPORTS. • LIMITED FIVE-YEAR WARRANTY AGAINST STRUCTURAL FAILURE OF DOUGLAS FIR, REDWOOD AND IPE PRODUCTS. • LIMITED TEN-YEAR WARRANTY AGAINST STRUCTURAL FAILURE OF RECYCLED PLASTIC—IT IS FURTHER WARRANTIED NOT TO DEGRADE, SPLIT, CRACK, OR SPLINTER DURING THIS PERIOD. • LIMITED 3 YEAR WARRANTY ON STRUCTURAL FAILURE OF ALL BIKE RACKS. • LIMITED ONE-YEAR WARRANTY ON ANY ITEM NOT SPECIFICALLY DISCUSSED ABOVE. THE ABOVE WARRANTIES COMMENCE ON THE DATE OF INVOICE ISSUED FROM DuMOR, INC. SHOULD ANY FAILURE OCCUR WITHIN THE WARRANTY PERIOD, DuMOR, INC. SHALL, UPON WRITTEN NOTIFICATION FROM CUSTOMER, CORRECT THE PART(S) EITHER BY REPAIRING THE DEFECTIVE PART(S) OR BY SUPPLYING A NEW PART(S) WITHIN 60 DAYS OF RECEIPT OF THE WRITTEN NOTIFICATION. DuMOR, INC., SHALL, AT ITS EXPENSE, DELIVER THE REPAIRED OR NEW PART(S) TO THE JOB SITE. HOWEVER, DuMOR, INC., SHALL NOT BE RESPONSIBLE FOR PROVIDING LABOR OR INCURRING THE COST OF LABOR TO REMOVE THE DEFECTIVE PART(S) AND INSTALL THE REPAIRED OR NEW PART(S). ALL REPLACEMENT PARTS SHALL BE GUARANTEED FOR THE BALANCE OF THE ORIGINAL WARRANTY PERIOD. THE WARRANTY IS VALID ONLY IF THE PRODUCTS HAVE BEEN ASSEMBLED AND INSTALLED PER DuMOR, INC., STANDARD INSTALLATION AND ASSEMBLY INSTRUCTIONS PROVIDED WITH EACH SHIPMENT AND IF THE PRODUCTS HAVE BEEN PROPERLY MAINTAINED AND INSPECTED ANNUALLY. THIS WARRANTY DOES NOT COVER CLAIMS FOR ITEMS HAVING BEEN SUBJECTED TO MISUSE, NEGLECT, ACCIDENT, VANDALISM OR THAT HAVE BEEN MODIFIED, ALTERED OR REPAIRED BY ANYONE OTHER THAN DuMOR, INC.; ITS AUTHORIZED REPRESENTATIVE; OR OTHERS DESIGNATED BY DuMOR,INC., TO MODIFY, ALTER, OR REPAIR THE PRODUCT. THIS WARRANTY DOES NOT COVER COSMETIC ITEMS, NOR DOES IT COVER CLAIMS DUE TO CHECKING, SPLITTING AND WARPING, WHICH ARE NATURAL TENDENCIES OF WOOD PRODUCTS. THIS WARRANTY IS EXCLUSIVE AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, ANY WARRANTY OF MERCHANTABILITY OR FITNESS. IN ADDITION, NO OTHER WARRANTY, ORAL, WRITTEN OR IMPLIED, MAY BE SUBSTITUTED FOR THE WARRANTY STATED ABOVE. TO THE EXTENT PERMITTED BY LAW, DuMOR, INC., SHALL NOT BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES. ALL CLAIMS MADE UNDER THE TERMS OF THIS WARRANTY MUST BE RECEIVED IN WRITING ALONG WITH A COPY OF THE ORIGINAL INVOICE. CLAIMS MUST BE SENT TO DuMOR, INC., ATTENTION CUSTOMER SERVICE, P. O. BOX 142, MIFFLINTOWN, PA 17059- 0142. GEG/WARR-STD 4/16 P.O BOX 142 Mifflintown, PA 17059-0142 • 717-436-2106 • 800-598-4018 • Fax:717-436-9839 E-mail: sales@dumor.com • www.dumor.com For warranty questions or claims, contact us at 800-231-1327 or info@anovafurnishings.com. Finish Warranties FUSION ADVANTAGE FINISH: Seven-year warranty against rusting, peeling, chipping, cracking, mold, mildew, fading and defects in materials and/or workmanship. POWDER COATED FINISH: Three-year warranty against rusting, peeling, chipping, cracking, mold, mildew, and defects in materials and/or workmanship; Seven-year warranty against fading. GALVANIZED FINISH: Seven-year warranty against rusting, peeling, chipping, cracking, mold, mildew, fading and defects in materials and/or workmanship. Structural Warranties METAL COMPONENTS: Limited twenty-year structural warranty. GALVANIZED COMPONENTS: Limited twenty-year structural warranty; compliant with ASTM A123. RECYCLED PLASTIC COMPONENTS: Limited twenty-year structural warranty that also covers splitting, fungal decay, and insect damage. THERMORY COMPONENTS: Limited ten-year structural warranty. NATURAL STONE AND ROTOMOLDED PLASTIC COMPONENTS: Limited five-year structural warranty. Product Warranties Banners installed on Anova banner brackets: Three-year warranty. Banners otherwise installed: One-year warranty. Styrene signs: Three-year warranty. Limitations All warranties commence on the date the product is shipped. Structural warranties are only valid if the product has been assembled and installed per the instruction provided with each shipment and item. These warranties do not cover acts of misuse, abuse, accidents, lack of maintenance, vandalism or natural disasters. Any alterations to the product after delivery will void these warranties. Should any failure occur within these periods, Anova will correct the part or parts by repairing or replacing the defective parts. Warranties Sample Warranty Project Name: Main Street USA Playground Owner: Location: City and State: Anytown, USA Date Installation Completed: Contractor: Vitriturf warrants to the owner of the project name described above, subject to the conditions, and limitations stated herein, as follows: That the Vitriturf System will not lose its bond from approved substrates and that the system will be fade-resistant so long as surface integrity is maintained; and that the system will not crack as a result of normal weather conditions and normal traffic pattern use. This warranty does not cover defects or damage caused by failure of the substrate, vandalism or misuse of the system. This system was developed to provide a resilient monolithic cushioned surface. Any other use of this system not explicitly authorized in writing by the company will not be warranted in any manner whatsoever. The foregoing warranty shall continue for a period of (based on specification) year(s) commencing with the date of completion of the above stated system. In order to mitigate any warranty defects the owner, within the warranty period, must provide Vitriturf with written notice of any such defects within thirty (30) days of discovery. The foregoing warranty does not cover defects of damage caused by: (1) structural or design defects; (2) misuse,vandalism, civil disobedience, acts of war; (3) acts of God, including lightning, hurricanes, tornados, earthquakes, fumes, flood, chemical fumes or foreign substances in the atmosphere or by other unusual natural occurrences. The obligations contained hereindo not cover any material used on the system which was not supplied by Vitriturf unless specifically identified above. Any claim of defect in material in the system must be made in writing to Vitriturf as set forth above within the warranty period. This warranty will not cover damage resulting from the application, repair or subsequent work on the surface without written notice from Vitriturf of the methods and materials to be used and the party who will apply those materials. During the term of the warranty, Vitriturf, its agents, employees, and assigns shall have the right to inspect the system during business hours. If Vitriturf or its agents have not been paid by the contractor or owner for this project, the warranty will be null and void due to lack of consideration; however should payment be made in full with all associated late fees and collection fees and costs, the warranty will remain as previously stated from the date of completion. NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: Page 1 of 2 No Fault Sport Group,LLC ("NFSG")warrants to the original purchaser (established as “Customer”above)that the NoFaultSafetySurface("NFSS"),installed under the above referenced Project,will conform to the NFSS specificationsandremainfreefromdefectsinmaterialsandworkmanshipforaperiodoffive(5)years,per the terms and conditionsprovidedherein.This limited warranty is expressly made in lieu of any other warranties and is exclusive to the originalCustomer. This limited warranty shall provide for repairs or replacement of any defective materials or workmanship in the surface area(s)that fail during the warranty period.This warranty shall commence on the date of substantial completion (as established above)and shall provide for one hundred (100%)of the cost to repair or replace the failed area(s)for a period of one year.Thereafter,the warranty covers eighty percent (80%)of the cost to repair the affected areas from the first anniversary of substantial completion until the second anniversary of substantial completion.Thereafter,the warranty covers sixty percent (60%)of the cost to repair the affected areas from the second anniversary of substantial completion until the third anniversary of substantial completion.Thereafter,the warranty covers forty percent (40%)of the cost to repair the affected areas from the third anniversary of substantial completion until the fourth anniversary of substantial completion.Thereafter,the warranty covers twenty percent (20%)of the cost to repair the affected areas from the fourth anniversary of substantial completion until the fifth anniversary of substantial completion,at which date NFSG's obligations under this warranty are terminated. All warranty claims shall be made in writing to NFSG within thirty (30)days of the Customer’s knowledge thereof.The written notification from the Customer shall include the following:the date of the first notice of the failure,details of thefailure,photos of the failed area and a request for a warranty claim meeting with NFSG at the installation site (ifapplicable).NFSG shall determine the validity of all claims after sufficient evidence has been gathered.NFSG shallthenreplace,repair,or make a refund for any claims validated by it.Any refund,credit or allowance provided to theCustomeronawarrantyclaimisexercisableonlyifsaidallowanceisusedtoaccommodatereplacementwithNFSG'sthencurrentsurfacingsystem.NFSG's liability for warranty claims shall in no event exceed the cost of repair orreplacementofsucharea(s)that have failed.Customer agrees that in no event shall NFSG have any liability toCustomer for loss of use or loss of profits or any form of consequential damages. Any dispute as to whether and to what extent there is a NFSS failure and subsequent valid warranty claim within themeaningofthiswarrantyshallbeinitiallydealtwithbyjointinvestigationanddiscussionbetweenNFSGandCustomerinordertoachieveamutuallyagreeablesolution.If a solution cannot be reached within thirty (30)days,then either theCustomerorNFSGmaysubmitthemattertoanaccreditedarbitratorwhoisamemberoftheAmericanArbitrationAssociationandwhoshallmakeadeterminationinaccordancewiththerulesandregulationoftheAmericanArbitration Association. The decision of the Arbitrator shall be binding on both parties. This warranty does not include normal wear and tear,discoloration or fading as a result of ultraviolet rays,shrinkage (which is an inherent characteristic of elastic rubber),any damages to the surface during the curing period,or improper sub-base design or construction,including but not limited to surface cracking along expansion joints or separating from an adjacent border,curb,walkway,or existing surface.If the underlying sub-base materials fail for any reason whatsoever (including hydrostatic pressure,cracking,shifting,heaving),then NFSG's warranty shall be rendered invalid. NFSG is under no obligation or responsibility to repair and/or replace the NFSS product if damaged by lawn and landscaping equipment;vehicular traffic;vandalism (including burns,cuts,gouges,etc.);product misuse,abuse or alteration;improper drainage;improper or lack of maintenance;any foreign residue that may be deposited on thesurface;any foreign matter from surrounding areas (i.e.any substance other than those indicated on NFSG's MSDSsheets)that may be siphoned through,migrated in,lodged in and/or harden the surface;sharp objects (high heels,spikes, etc.); use of unapproved cleaning materials; or acts of God. NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC: Jay Ratelle, Vice President of Operations Warranty issue date: Page 2 of 2 Specifically regarding Underwater,Water Play,and Pool-deck applications,foreign or excessive chemicals in the watercancausepotentialdamagetotheNFSSproductresultinginfading,chalking,bleeding,and/or degradation.Poolchemicalsandwatertreatmentssuchas"Ozone"and chlorine levels with a ppm of greater than 3 will harm anddegradetheNFSS.NFSG will not warrant the NFSS product when foreign or excessive chemicals are used in oraroundthesurfaceinstallation.NFSG will not warrant against mold or mildew caused by improper drainage and/orimproperslopingaroundthepoolarea,sauna area,steam area or shower area.Recommended minimum slope forpositive drainage is 2% for areas over 2000 SF. Customer acknowledges that the limited warranty will be voided if the Customer fails to follow the NFSS Maintenance Guidelines (attached hereto);keep maintenance and impact attenuation testing records;or fails to make payment in a timely manner as per the terms and conditions of the agreed contract.Customer also acknowledges and agrees that it will not,under any circumstance,make alterations to the NFSS product without the written authorization of NFSG.Any unauthorized alteration by the Customer could result in the termination of any existing warranty for the NFSS and shall also give rise to the duty of the Customer to hold harmless,defend and indemnify NFSG from any claim,suit or cause of action, personal injury, death, or property damage arising out of or related to said alteration. WARNING:Surface areas can become extremely hot due to exposure of direct sunlight.Shoes and/or socks must be worn at all times.Customer is responsible for proper supervision of children when in contact with the surface.In addition,warning signs are recommended to be posted in all areas to prevent small children from touching or crawling on to surface areas that may be hot due to extended sun exposure in excessive temperatures.During winter and/orseasonswhentemperaturesfallbelow32°F,the impact attenuation performance of the NFSS system can becompromised.In this case,it is recommended to discontinue use until surface is no longer frozen.No Fault SportGroupassumesnoliabilitytosuchexposureofsurfacingtemperatureasthisshouldbemonitoredpriortouseofsurfacing.No Fault Sport Group also assumes no liability to the expansion and contraction of the surfacing duringfreeze/thaw events. NO REPRESENTATIVE OF THE SELLER HAS AUTHORITY TO MAKE ANY REPRESENTATION OR PROMISESEXCEPTASSTATEDHEREIN.THERE ARE NO WARRANTIES EITHER EXPRESSED OR IMPLIED,INCLUDINGTHEIMPLIEDWARRANTIESOFMERCHANTABILITYANDFITNESSFORAPARTICULARPURPOSETHATEXTENDBEYONDTHEWARRANTIESCONTAINEDINTHISDOCUMENT.NFSG SHALL NOT BE LIABLE FORANYINCIDENTAL,CONSEQUENTIAL OR OTHER DAMAGES TO THE STRUCTURE OR ITS CONTENTS ARISINGUNDER ANY THEORY OF LAW WHATSOEVER. NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: Page 1 of 2 No Fault Sport Group,LLC ("NFSG")warrants to the original purchaser (established as “Customer”above)that the NoFaultSafetySurface("NFSS"),installed under the above referenced Project,will conform to the NFSS specificationsandremainfreefromdefectsinmaterialsandworkmanshipforaperiodoffive(5)years,per the terms and conditionsprovidedherein.This limited warranty is expressly made in lieu of any other warranties and is exclusive to the originalCustomer. This limited warranty shall provide for repairs or replacement of any defective materials or workmanship in the surface area(s)that fail during the warranty period.This warranty shall commence on the date of substantial completion (as established above)and shall provide for one hundred (100%)of the cost to repair or replace the failed area(s)for a period of one year.Thereafter,the warranty covers eighty percent (80%)of the cost to repair the affected areas from the first anniversary of substantial completion until the second anniversary of substantial completion.Thereafter,the warranty covers sixty percent (60%)of the cost to repair the affected areas from the second anniversary of substantial completion until the third anniversary of substantial completion.Thereafter,the warranty covers forty percent (40%)of the cost to repair the affected areas from the third anniversary of substantial completion until the fourth anniversary of substantial completion.Thereafter,the warranty covers twenty percent (20%)of the cost to repair the affected areas from the fourth anniversary of substantial completion until the fifth anniversary of substantial completion,at which date NFSG's obligations under this warranty are terminated. All warranty claims shall be made in writing to NFSG within thirty (30)days of the Customer’s knowledge thereof.The written notification from the Customer shall include the following:the date of the first notice of the failure,details of thefailure,photos of the failed area and a request for a warranty claim meeting with NFSG at the installation site (ifapplicable).NFSG shall determine the validity of all claims after sufficient evidence has been gathered.NFSG shallthenreplace,repair,or make a refund for any claims validated by it.Any refund,credit or allowance provided to theCustomeronawarrantyclaimisexercisableonlyifsaidallowanceisusedtoaccommodatereplacementwithNFSG'sthencurrentsurfacingsystem.NFSG's liability for warranty claims shall in no event exceed the cost of repair orreplacementofsucharea(s)that have failed.Customer agrees that in no event shall NFSG have any liability toCustomer for loss of use or loss of profits or any form of consequential damages. Any dispute as to whether and to what extent there is a NFSS failure and subsequent valid warranty claim within themeaningofthiswarrantyshallbeinitiallydealtwithbyjointinvestigationanddiscussionbetweenNFSGandCustomerinordertoachieveamutuallyagreeablesolution.If a solution cannot be reached within thirty (30)days,then either theCustomerorNFSGmaysubmitthemattertoanaccreditedarbitratorwhoisamemberoftheAmericanArbitrationAssociationandwhoshallmakeadeterminationinaccordancewiththerulesandregulationoftheAmericanArbitration Association. The decision of the Arbitrator shall be binding on both parties. This warranty does not include normal wear and tear,discoloration or fading as a result of ultraviolet rays,shrinkage (which is an inherent characteristic of elastic rubber),any damages to the surface during the curing period,or improper sub-base design or construction,including but not limited to surface cracking along expansion joints or separating from an adjacent border,curb,walkway,or existing surface.If the underlying sub-base materials fail for any reason whatsoever (including hydrostatic pressure,cracking,shifting,heaving),then NFSG's warranty shall be rendered invalid. NFSG is under no obligation or responsibility to repair and/or replace the NFSS product if damaged by lawn and landscaping equipment;vehicular traffic;vandalism (including burns,cuts,gouges,etc.);product misuse,abuse or alteration;improper drainage;improper or lack of maintenance;any foreign residue that may be deposited on thesurface;any foreign matter from surrounding areas (i.e.any substance other than those indicated on NFSG's MSDSsheets)that may be siphoned through,migrated in,lodged in and/or harden the surface;sharp objects (high heels,spikes, etc.); use of unapproved cleaning materials; or acts of God. NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC: Jay Ratelle, Vice President of Operations Warranty issue date: Page 2 of 2 Specifically regarding Underwater,Water Play,and Pool-deck applications,foreign or excessive chemicals in the watercancausepotentialdamagetotheNFSSproductresultinginfading,chalking,bleeding,and/or degradation.Poolchemicalsandwatertreatmentssuchas"Ozone"and chlorine levels with a ppm of greater than 3 will harm anddegradetheNFSS.NFSG will not warrant the NFSS product when foreign or excessive chemicals are used in oraroundthesurfaceinstallation.NFSG will not warrant against mold or mildew caused by improper drainage and/orimproperslopingaroundthepoolarea,sauna area,steam area or shower area.Recommended minimum slope forpositive drainage is 2% for areas over 2000 SF. Customer acknowledges that the limited warranty will be voided if the Customer fails to follow the NFSS Maintenance Guidelines (attached hereto);keep maintenance and impact attenuation testing records;or fails to make payment in a timely manner as per the terms and conditions of the agreed contract.Customer also acknowledges and agrees that it will not,under any circumstance,make alterations to the NFSS product without the written authorization of NFSG.Any unauthorized alteration by the Customer could result in the termination of any existing warranty for the NFSS and shall also give rise to the duty of the Customer to hold harmless,defend and indemnify NFSG from any claim,suit or cause of action, personal injury, death, or property damage arising out of or related to said alteration. WARNING:Surface areas can become extremely hot due to exposure of direct sunlight.Shoes and/or socks must be worn at all times.Customer is responsible for proper supervision of children when in contact with the surface.In addition,warning signs are recommended to be posted in all areas to prevent small children from touching or crawling on to surface areas that may be hot due to extended sun exposure in excessive temperatures.During winter and/orseasonswhentemperaturesfallbelow32°F,the impact attenuation performance of the NFSS system can becompromised.In this case,it is recommended to discontinue use until surface is no longer frozen.No Fault SportGroupassumesnoliabilitytosuchexposureofsurfacingtemperatureasthisshouldbemonitoredpriortouseofsurfacing.No Fault Sport Group also assumes no liability to the expansion and contraction of the surfacing duringfreeze/thaw events. NO REPRESENTATIVE OF THE SELLER HAS AUTHORITY TO MAKE ANY REPRESENTATION OR PROMISESEXCEPTASSTATEDHEREIN.THERE ARE NO WARRANTIES EITHER EXPRESSED OR IMPLIED,INCLUDINGTHEIMPLIEDWARRANTIESOFMERCHANTABILITYANDFITNESSFORAPARTICULARPURPOSETHATEXTENDBEYONDTHEWARRANTIESCONTAINEDINTHISDOCUMENT.NFSG SHALL NOT BE LIABLE FORANYINCIDENTAL,CONSEQUENTIAL OR OTHER DAMAGES TO THE STRUCTURE OR ITS CONTENTS ARISINGUNDER ANY THEORY OF LAW WHATSOEVER. A warranty is only as good as the company behind it. That is why the ForeverLawn warranty is the best in the industry. With over ten years and tens of thousands of successful projects, ForeverLawn is proud to offer another ground-breaking industry first: the ForeverLawn Closed Loop Warranty System (CLWS). What makes our warranty superior? • Ultimate satisfaction • True peace of mind • Online warranty registration • Superior tracking • Full transferability • Closes the loop between customer, installer and manufacturer • From a company older than the warranty being offered The ForeverLawn CLWS isn’t just a collection of words on paper, it is a thorough warranty system backing up a superior synthetic grass product. What else would you expect from a company built on integrity, quality, and innovation? “Because integrity is a core value of ForeverLawn, we stand behind every promise we make.” M0920 Rev. 03/17 Closed Loop Warranty System - A warranty you can trust Our commitment goes beyond the paper. Playground Turf by Irvine Wood Recovery Limited Warranty This limited warranty applies to Irvine Wood Recovery’s Engineered Wood Fiber product Playground Turf. Playground Turf is warranted to meet the following specifications: IPEMA Certified to ASTM F1292-04 Head Impact Attenuation Testing IPEMA Certified to ASTM F 2075-04 Sieve Analysis Testing Tramp Metal Testing, ASTM 2075/4.6 ADA WHEELCHAIR ACCESSIBILITY ASTM F1951-99 Tested to 12” of thickness from a 12’ fall height 100% Pre-Consumer Recycled Virgin Material 3,000,000 Liability Insurance Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0202 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Approve a purchase order increase to the Superlative Group Inc. for sales services for the Imagine Clearwater project in the amount of $45,000.00, bringing the total to $204,000.00, and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 3, 2022, Council approved the issuance of a purchase order to The Superlative Group, Inc., pursuant to RFP 50-21, Asset Inventory, Valuation and Naming Rights Services for Phase I of professional services to identify sponsorship opportunities following completion of the Imagine Clearwater Project. The Superlative Group (Superlative) completed Phase I of the project and identified sponsorship opportunities of assets located at Coachman Park, as well as surrounding amenities comparable to entertainment venues nationwide. On February 2, 2023, Council approved entering Phase II with Superlative for sponsorship sales services for the Imagine Clearwater Project increasing purchase order 22000925 to $159,000.00 for these services. Phase II of the agreement with Superlative is for a period of eighteen months; however, the previously approved agenda item authorized payments for only twelve of the eighteen months. Staff is requesting an additional $45,000.00 to cover the additional six months increasing the purchase order from $159,000.00 to $204,000.00 to correct this oversight. APPROPRIATION CODE AND AMOUNT: Funds are available in General Fund Non-Departmental cost code 0107010-530100, Professional Services, to fund the cost of this contract. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: In approving this adjustment to the existing purchase order for Superlative as noted, above, the City will support following City of Clearwater Strategic Plan Objectives: ·2.1: strengthening public-private initiatives; ·2.2: cultivating a business climate; ·2.3: promoting Clearwater as a premier destination for cultural experiences and tourism; and ·3.3: promoting marketing and outreach strategies that encourage stakeholder engagement, enhance community education, and build public trust. Downtown Clearwater and specifically Coachman Park has been and will continue to serve as a premiere destination for residents and tourists alike and host to a variety of shows and cultural- and community-reinforcing events and celebrations. The efforts made by Superlative will aid in enhancing the Downtown and Coachman Park specifically and are supported by the noted Strategic Plan Objectives. Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0203 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Approve a Naming Rights Agreement between the City of Clearwater and BayCare Health System, Inc., a Florida not-for-profit corporation located at 2985 Drew Street, Clearwater for naming rights of the amphitheater at Coachman Park to be called The BayCare Sound and that the appropriate officials be authorized to execute same. (consent) SUMMARY: On March 3, 2022, Council approved the issuance of a purchase order to The Superlative Group, Inc., pursuant to RFP 50-21, Asset Inventory, Valuation and Naming Rights Services for Phase I of professional services to identify sponsorship opportunities following completion of the Imagine Clearwater Project. On October 2, 2022, Council approved entering Phase II with The Superlative Group, Inc. to develop a strategic sales campaign for the sponsorship and naming rights of approved assets for potential sale to national and regional corporate partners located at within Coachman Park. Since this approval, Superlative has been working diligently on all naming opportunities within Coachman Park, but focusing mainly on getting a quality naming sponsor for The Sound. They have been successful in completing an agreement with BayCare Health Systems for naming rights of The Sound. In this process, Superlative has worked with Ruth Eckerd Hall (REH), BayCare and the City to arrive at an agreement of which we all can be proud. Superlative recommends that the City approve this agreement. The term of the agreement is for ten years. BayCare will compensate the City in the amount of $475,000 during the first year of the sponsorship. This amount will escalate 3% every year until the end of the ten-year term. By the conclusion of the ten-year term, the City will have received approximately $5,445,339 due to this sponsorship. The agreement will expire at the conclusion of the ten-year term, requiring the City to identify a new Venue sponsor in the calendar year 2034. However, the agreement allows BayCare to request a ten-year extension of the current contract instead of allowing the agreement to expire in 2034. If BayCare makes this request, and if acceptable to the City at that time, BayCare will remain as the Venue sponsor beyond 2034. The parties anticipate that the 3% escalators will continue from year 11 through year 20 in the event that BayCare requests the extension. If the extension is requested, and if the 3% escalator remains acceptable to both parties at that time, the extended term will provide an additional $7,318,081 altogether during the extended term. This same process can, if requested by BayCare and if acceptable to the City, repeat itself in years 21 through 24. This second extension will, if it occurs, provide the City with $9,834,895 in total revenue during the second extension. If approved by Council “The BayCare Sound” name and logo will become a mainstay of the City of Clearwater and used throughout the park as well as on directional signs, websites, social media, and Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0203 public media both locally and nationally and known by all who visit Clearwater. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Adopting BayCare Health Systems as a naming rights partner for the Sound Amphitheater aligns with the following City of Clearwater Strategic Plan Objectives: ·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors; ·2.2: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth; ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and ·2.5: Facilitate partnerships with educational and research institutions to strengthen workforce development opportunities. Page 2 City of Clearwater Printed on 3/5/2024 1 NAMING RIGHTS AGREEMENT This NAMING RIGHTS AGREEMENT (the “Agreement”), made and entered into this __________ __, 2024 (the “Effective Date”) by and between The City of Clearwater, Florida, a municipal corporation of the State of Florida with an office address 100 South Myrtle Avenue, Clearwater, FL 33756 (“Entity”) and BayCare Health System, Inc., a Florida not-for- profit corporation, and its hospitals, facilities, affiliates, and/or subsidiary companies with an office address at 2985 Drew Street, Clearwater, Florida 32759 (“Sponsor” or “BayCare”). Entity and Sponsor are sometimes together referred to herein as the “Parties” and individually as a “Party”. WITNESSETH: WHEREAS the Entity owns The Sound music venue (further described in Section 2) located inside Coachman Park (defined below) referred to as “The Sound” (the "Facility"); and WHEREAS, Entity has the right to sell Naming Rights and other sponsorship and associated rights to the Facility and Coachman Park; and WHEREAS, Sponsor desires to purchase Naming Rights to the Facility and certain associated rights with respect to the Facility and Coachman Park, all as more fully set forth herein; and WHEREAS, Entity desires to sell Naming Rights to the Facility and certain associated rights to the Facility and Coachman Park to the Sponsor, in consideration for the covenants and agreements set forth in this Agreement; and NOW, THEREFORE, in consideration of the foregoing and the mutual representations, warranties, covenants and agreements set forth herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby mutually acknowledged, the Parties, intending to be legally bound, hereby agree as follows: 1. Definitions. As used in this Agreement, the following terms have the following meanings. “Affiliate” means a Person that, directly or indirectly, through one or more intermediaries, controls, or is controlled by, or is under common control with, a Person whether by ownership, contract, or otherwise. As used in this definition, the term "controls" or "controlled by" means the possession of the power to direct the management and policies of the Person, whether through ownership of voting securities, by contract or otherwise. “Agreement” has the meaning set forth in the Preamble. “Base Term” has the meaning set forth in Section 3(a). “Coachman Park” means the 19-acre park located in Downtown Clearwater next to the Clearwater Main Library and Clearwater Harbor Marina, with an address of 301 Drew Street, Clearwater, Florida 33755. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD February 12.00 2 “Contract Year” means each twelve (12) month period beginning on the Effective Date and each anniversary thereof. “Contract Year of Termination” has the meaning set forth in Section 25(d)(iii). “Direct Competitor” means any Healthcare System (as defined below). “Effective Date” means ________ __, 2024. “Entitlements” means the entitlements set forth in Exhibit B. “Entity” has the meaning set forth in the Preamble. “Entity Default” has the meaning set forth in Section 25(c). “Entity Trademarks” means Entity’s name or other logos or trademarks, as set forth in Section 16(a). “Exclusive Category” means, with respect to the Facility and Coachman Park, the Healthcare System category. The Parties acknowledge and agree that Entity may not enter into another exclusive sponsorship agreement with a Person who offers products or services set forth in the Exclusive Category. “Extended Term 1” has the meaning set forth in Section 3(b). “Extended Term 2” has the meaning set foth in Section 3(b). “Facility” has the meaning set forth in the Recitals. “Facility Developments” means any facility, or any portion thereof, that is planned, developed, and/or constructed at, or in association with, the Facility after the Effective Date. “Facility Domain Name” has the meaning set forth in Section 15(a). “Facility Logos” has the meaning set forth in Section 10(a). The Facility Logo shall also include any future changes to the Facility Logo, in accordance with this Agreement. “Facility Manager” means any Person, other than Entity, that operates or manages the Facility or any portion thereof. “Facility Manager Event” means any ticketed event open to the public during the Term of this Agreement that is scheduled, organized, promoted, and produced by the Facility Manager. “Facility Social Media Accounts” has the meaning set forth in Section 15(b). “Facility Trademarks” has the meaning set forth in Section 14(a). “Force Majeure Event” has the meaning set forth in Section 30. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 3 “Healthcare System” means a facility or network of facilities with an organized medical staff, with permanent facilities that include inpatient beds with medical services, including physician services and continuous nursing services under the supervision of registered nurses, to provide diagnosis and medical or surgical treatment primarily for, but not limited to, acutely ill patients and accident victims, to provide treatment for patients with mental illness, or to provide treatment in special inpatient care facilities. For the purpose of this Agreement, Healthcare System shall explicitly include insurance companies that offer Medicare Advantage plans, and facilities engaged in pharmaceutical and psychiatric services. Healthcare System shall not include independent healthcare facilities engaged in, without limitation, the practice of dentistry or ophthalmology, or chiropractic services. “Independent Marks” has the meaning set forth in Section 14(c). "Insolvency Event" means, with respect to Sponsor, the occurrence of any of the following: (a) Sponsor shall commence a voluntary case concerning itself under any Insolvency Law; (b) an involuntary case is commenced against Sponsor and the petition is not controverted within fifteen (15) days, or is not dismissed within sixty (60) days, after commencement of the case; (c) a custodian is appointed for, or takes charge of, all or substantially all of the property of Sponsor or commences any other proceedings under any Insolvency Law relating to Sponsor or there is commenced against Sponsor any such proceeding which remains undismissed for a period of sixty (60) days; (d) any order of relief or other order approving any such case or proceeding is entered; (e) Sponsor is adjudicated insolvent or bankrupt; (f) Sponsor suffers any appointment of any custodian, receiver or the like for it or any substantial part of its property to continue undischarged or unstayed for a period of sixty (60) days; or (g) Sponsor makes a general assignment for the benefit of creditors. "Insolvency Law" means any bankruptcy, reorganization, arrangement, adjustment of debt, relief of debtors, dissolution, insolvency or liquidation or similar Law of any jurisdiction, whether federal, state or foreign, and whether now existing or hereafter in effect. “Knowledge” means with respect to Sponsor, that the executive officers and directors of Sponsor are aware or reasonably should have been aware of a particular fact or matter after conducting reasonable due diligence and inquiry. “Laws” means any relevant federal, state, local, or foreign constitution, treaty, law, statute, ordinance, resolution, rule, code, regulation, order, writ, decree, injunctions, judgment, stay, or restraining order, provisions and conditions of permits, licenses, registrations, and other operating authorizations, and any judgment, opinion, or ruling of, any governmental authority, in each case, whether currently in effect or which may hereinafter be enacted as existing or amended. “Name” has the meaning set forth in Section 4(a). The Name shall also include any future name changes. “Naming Rights” means the right, subject to prior written mutual agreement between the Parties, to name the Facility. “Old Facility Logo” has the meaning set forth in Section 10(c). DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 4 “Parks Developments” means any facility, or any portion thereof, that is planned, developed, and/or constructed at, or in association with, Coachman Park after the Effective Date. “Party” has the meaning set forth in the Preamble. “Person” means any natural person, corporation, partnership, limited partnership, limited liability company, estate, trust, joint venture, association, government (and any branch, agency or instrumentality thereof), governmental entity or other form of entity or business organization. “Primary Logo” has the meaning set forth in Section 10(a). “Public Statements” has the meaning set forth in Section 35. “Rights Fee” has the meaning set forth in Section 8. “Secondary Logos” has the meaning set forth in Section 10(a). “Signage” has the meaning set forth in Section 11(a). “Sponsor” has the meaning set forth in the Preamble. “Sponsor Default” has the meaning set forth in Section 25(a). “Sponsor Trademarks” means Sponsor’s name or other logos or trademarks, as set forth in Section 17(a). “Style Guide” has the meaning set forth in Section 10(b). “Subordinate Rights” has the meaning set forth in Section 4(c). “Term” has the meaning set forth in Section 3(c). “Third Party Intellectual Property” has the meaning set forth in Section 18(a). “Third Party Signs” has the meaning set forth in Section 11(f). “Transfer” has the meaning set forth in Section 28. “Uncontrolled Portions” has the meaning set forth in Section 6(a). 2. The Sound. The Entity hereby represents that the Entity owns the Facility and Coachman Park and that the Facility Manager operates the Facility. Facility is a waterfront music venue located within Coachman Park that, as of the Effective Date, consists of 4,000 covered seats, additional lawn seating for approximately 5,000 guests, a stage, backstage, dressing rooms, a VIP area, restrooms, and vendor areas, and is located at 255 Drew Street, Clearwater, FL 33755; a map of the Facility and Coachman Park is included as Exhibit A. Nothing herein contained shall obligate Entity or Facility Manager to operate the Facility, or any of its facilities on any particular day or for any particular number of hours per day. The Entity and the Facility Manager reserve the right to alter the operating schedule of days and hours of the Facility at any time and without notice DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 5 to Sponsor. In addition, nothing herein contained shall obligate Entity to operate Coachman Park, or any of its facilities on any particular day or for any particular number of hours per day. The Entity reserves the right to alter the operating schedule of days and hours of Coachman Park at any time and without notice to Sponsor. Notwithstanding the foregoing, Entity represents that beginning in the 2024 calendar year, the Facility will host a minimum of thirty-five (35) Facility Manager Events per year. For the sake of this Agreement, each day a performance takes place at the Facility shall be considered one “event”. 3. Term. a. The term of this Agreement shall commence on the Effective Date and continue for ten (10) Contract Years, unless extended or sooner terminated in accordance with the terms hereof (the “Base Term”). b. Extended Terms. Notwithstanding the foregoing, the Parties shall have the right to extend the Term of this Agreement, upon the terms and conditions set forth herein, including the payment chart set forth in Exhibit C, for two (2), ten (10) Contract Year periods, as further set forth in Sections 3(b)(i)-(ii) immediately below. i. Extended Term 1. If, at any time before the last day of Contact Year 8, the Parties execute a written extension memorializing their intent to extend the Term, then the Term shall extend for ten (10) Contract Years (unless sooner terminated in accordance with the terms hereof), effective after Contract Year 10. (“Extended Term 1”). ii. Extended Term 2. If, at any time before the last day of Contract Year 18, the Parties execute a written extension memorializinng their intent to extend the Term, then the Term shall extend for ten (10) Contract Years (unless sooner terminated in accordance with the terms hereof ), effective after Contract Year 20 (“Extended Term 2”). c. The Base Term and any and all Extended Terms, individually or collectively, shall together be referred to herein as the “Term.” 4. Grant of Rights. a. Grant of Naming Rights. Entity hereby grants to Sponsor during the Term the exclusive Naming Rights to Facility pursuant to the terms and conditions of this Agreement. As of the Effective Date, the official name of Facility shall be “The BayCare Sound” (the “Name”), unless amended or changed in accordance with this Agreement. The Facility shall be referred to as the Name in all marketing and promotional materials (materials including print and electronic publications, print and electronic program guides, brochures, visitor guides, flyers, programs, and the like, on websites, social media, press releases, electronic or static billboards, merchandise, uniforms, badges, letterhead, event credentials and tickets, and similar materials, and other related areas) and Signage. Both Parties agree that the Name should not be abbreviated and to use good faith efforts, contractually or otherwise, to require that third parties (including those third parties that enter into an agreement to rent or use Facility) include the Name in all advertising or other dissemination of information regarding Facility. Entity shall use good faith efforts to require the DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 6 use of the Name as an obligation in any contract negotiated with a Facility Manager in the future in all instances in which business is conducted or information is released, and a reference is made to Facility. b. Name Change. In no event shall the Name be changed or altered by Sponsor without the prior written approval of Entity. In no event shall the Name be changed or altered by Entity without the prior written approval of Sponsor. c. Subordinate Rights. Notwithstanding the grant of Naming Rights, Entity shall have the unlimited right to offer, grant, sell or otherwise convey naming rights, presenting sponsor, official sponsor, sponsorship rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, to any subordinate portion of the Facility or Coachman Park (the “Subordinate Rights”) to any third party; provided however, that Entity shall not grant any Subordinate Rights to a Direct Competitor within the Exclusive Category. d. Limitation of Rights. The Parties hereby understand and agree that the Entitlements and branding rights set forth in this Agreement shall only apply to the Facility and Coachman Park as they currently exist as of the Effective Date, which is set forth in Exhibit A; they shall not apply to any Facility or Park Developments. Any and all branding opportunities to Facility and Park Developments shall be negotiated and memorialized in a separate written agreement. Entity hereby agrees that it shall not grant to any Direct Competitor any right or license to market or promote any products or services within the Exclusive Category in conjunction with any Facility or Park Developments. 5. Exclusivity. From the Effective Date through the end of the Term, subject to Section 6 below, and as long as no Sponsor Default exists, Entity hereby agrees that it shall not grant to any Direct Competitor any right or license to market or promote any products or services within the Exclusive Category anywhere at the Facility or within Coachman Park. 6. Exceptions to Exclusivity. Notwithstanding anything to the contrary herein, any right of exclusivity granted to Sponsor in this Agreement shall be limited based on the following: a. Sponsor acknowledges and agrees that Entity cannot control the Facility, Coachman Park, and components thereof, when promoters, tenants, and other third parties use the Facility or any of the facilities therein, Coachman Park or any of the facilities therein, or when the Facility or Coachman Park are open to the public (“Uncontrolled Portions”). Therefore, competing brand logos, products, signage, and other promotion or recognition, including those of Direct Competitors, may be promoted and otherwise visible, throughout the Term, in the Uncontrolled Portions and will not constitute a breach of this Agreement so long as Entity contacts Sponsor as soon as such promotion occurs and there is a mutual agreement regarding how the competing brand logos, products, signage, and or recognition of the Direct Competitors will be discontinued. b. Entity and any Facility Manager may, without breaching this Agreement, enter into rental, lease, or use agreements for use of the Facility or its facilities therein or Coachman Park or its facilities therein, with entities who may compete, have DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 7 sponsors that compete, or host events or other functions that have sponsors that compete with Sponsor, including Direct Competitors. 7. Entitlements. Commencing on the Effective Date and throughout the Term of this Agreement, Entity shall provide to Sponsor and Sponsor shall be entitled to the Entitlements set forth in Exhibit B. 8. Compensation to Entity. In consideration of the rights, privileges, and benefits granted under this Agreement, Sponsor shall pay to Entity compensation during the Term as set forth in Exhibit C (“Rights Fee”). The Rights Fee shall be due and payable in one (1) installment per Contract Year. In the first Contract Year, the Rights Fee shall be due and payable within sixty (60) days of the Effective Date. In all subsequent Contract Years, the Rights Fee shall be due and payable within thirty (30) days of the commencement of each Contract Year. 9. Payments. a. All payments shall be paid by way of check made payable to “The City of Clearwater, Florida” and mailed to Entity at its address set forth in Section 19, or such other address as is designated by Entity in writing and in advance. b. Any payment required to be made by Sponsor that is not paid within ten (10) days from the date such payment becomes due and owing shall bear interest at an annual rate of twelve percent (12%) per annum or, if lower, the maximum allowed by law, from the due date to the date payment is actually made. The right of Entity to receive interest under this Section shall be in addition to all other rights it may have as a result of Sponsor’s failure to make payments when due. 10. Facility Logos. a. Facility Logos. During the Term, Entity, Sponsor, and the Facility Manager shall develop, at Sponsor’s sole cost and expense, a logo or other similar design or device incorporating “BayCare,” “The Sound,” and such additional appropriate words or designs that relate to or identify Sponsor and Entity (the “Primary Logo”). Sponsor may develop, at Sponsor’s sole cost and expense, derivative graphic designs and devices related to the Primary Logo to be used periodically for ancillary marketing and promotional purposes pursuant to this Agreement, subject to the prior written approval of Entity (the “Secondary Logos”; collectively with the Primary Logo, the “Facility Logos”). In all events, the Facility Logos shall be included in all marketing and promotional materials produced by Sponsor related to the Facility. In all events, the Facility Logos shall be mutually agreed upon by Entity and Sponsor. Approval of Facility Logos shall not be unreasonably withheld, conditioned, or delayed by either Party. In no event shall any of the Facility Logos be changed or altered by either Party without the prior written approval of the other Party. b. Use of the Facility Logos & Name. As soon as reasonably practical after the Effective Date, Entity, Sponsor, and the Facility Manager shall develop a style guide that sets forth approved uses of the Facility Trademarks and the Independent Marks (“Style Guide”). Any use of the Facility Trademarks and Independent Marks by either Party shall comply with the Style Guide in all material respects. Any use of the Facility Name, Facility Logo, or Independent Marks by either Party that departs in any material respect from the agreed upon Style Guide shall, in each DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 8 case, be submitted to the other Party for its prior written approval, in accordance with the approval rights set forth in Sections 16 and 17, respectively. c. Use of Old Facility Logo & Name. Entity and/or Facility Manager shall have the right to deplete any inventory (e.g., brochures, flyers, letterhead, etc.) of produced materials using the Facility name and logo that was used prior to this Agreement (“Old Facility Logo”), not to exceed sixty (60) days past the Effective Date. Prior to sixty (60) days past the Effective Date, Entity and/or the Facility Manager (at the direction of Entity) shall provide Sponsor with the opportunity to purchase Old Facility Logo inventory, without markup, for destruction. Entity shall use good faith efforts to require the Facility Manager to order any and all new inventory after the Effective Date with the Name and Facility Logo (as appropriate, depending on the nature of the item) and shall use good faith efforts to make such requirement an obligation in any contract negotiated with a Facility Manager in the future. 11. Signage. a. Facility Signage. In connection with the Entitlements granted to Sponsor hereunder, Sponsor shall be entitled to have certain signage or other forms of exposure of the Name and Facility Logos placed conspicuously in, on and around the Facility and Coachman Park as specified in Exhibit B (the “Signage”). The content, appearance, location, material, quantity and size of all Signage shall be mutually agreed upon by Sponsor and Entity. The appearance, location, and size of any and all Signage shall be consistent with local regulations and applicable Laws, including building codes. The Parties acknowledge and agree that for certain Facility Manager Events, certain stage-adjacent Signage may be obstructed, covered, or not be illuminated for reasons not within the control of Entity, including, but not limited to, performer preference and stage configuration. Entity will request that Facility Manager use its best efforts to have promoters, artists, and performers minimize obstruction of stage-adjacent Signage. Notwithstanding the foregoing, in the event certain stage-adjacent Signage is obstructed, covered, or not illuminated due to a reason beyond Entity’s control, it shall not constitute a breach of this Agreement. b. Production and Installation. Sponsor shall be responsible for paying all costs and expenses associated with the design, permitting, preparation, production, delivery, mounting and installation of all Signage, which amounts shall be in addition to, and not a part of, the Rights Fee (as defined in Section 8). Entity shall hire one or more contractors to mount and install the Signage, the costs of which shall be the responsibility of Sponsor. In the event that any currently existing signage is in need of removal and replacement in order to install the Signage, Entity shall be solely responsible for the costs and expenses of such removal and replacement. Any and all currently existing signage that is removed pursuant to this Section shall be the sole and exclusive property of Entity and shall be returned to it at the sole cost and expense of Entity, if applicable. c. Maintenance. Following the design, preparation, production, mounting and installation of the Signage, Entity shall be responsible for paying costs related to the illumination of any external Signage and paying the costs and expenses associated with the routine maintenance (but not replacement) of all Signage located outside of the Facility, but within Coachman Park. Sponsor shall be responsible for paying the costs and expenses associated with the routine maintenance of all Signage located inside of the Facility. Entity shall be responsible for the routine DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 9 maintenance of all Signage located inside of the Facility and shall be responsible for the routine maintenance of all Signage located outside of the Facility, but within Coachman Park. d. Removal and Replacement of Signage. As stated in Section 11(b), Entity shall be responsible for all costs and expenses associated with the removal, destruction, discarding, or replacement of any signage existing as of the Effective Date. In the event that the Signage is in need of removal, destruction, discarding, and replacement due to a substitution, modification or change of the Name or Facility Logos during the Term, Sponsor shall be responsible for all costs and expenses associated with such removal, destruction, discarding, or replacement. Removal and replacement of the Signage during the Term for any reason beyond a substitution, modification or change of the Name or Facility Logos, shall be at the sole discretion of the Entity, shall be at no cost or penalty to the Entity, and shall not reduce any Rights Fee to be paid to the Entity under this Agreement. In the event the Signage is in need of removal, destruction, discarding, and replacement due to a reason other than a substitution, modification or change of the Name or Facility Logo during the Term, Entity may, if it so elects, remove, destroy, discard, and replace the Signage using its desired contractors and Sponsor shall be responsible for all costs and expenses associated with such removal, destruction, discarding, or replacement. Upon termination of this Agreement due to Entity Default or the natural expiration of this Agreement, Entity shall be responsible for costs and expenses associated with (i) the removal, destruction, discarding, or replacement of all Signage; and (ii) the reinstallation of the signage that existed prior to the execution of this Agreement. Upon termination of this Agreement due to Sponsor Default, Sponsor shall be responsible for costs and expenses associated with (i) the removal, destruction, discarding, or replacement of all Signage; and (ii) the reinstallation of the signage that existed prior to the execution of this Agreement. Any and all Signage that is removed pursuant to this Section shall be the sole and exclusive property of Entity and shall be returned to it at the sole cost and expense of Sponsor (unless removal is due to Entity Default or the natural expiration of this Agreement where the cost and expense of return shall be borne by Entity). e. Third Party Signs. Sponsor and Entity shall use reasonable commercial efforts to cause any existing and future third-party roadway, wayfinding or other signs referencing Facility to identify Facility by the Name and/or Facility Logos; provided however, that, for the avoidance of any doubt, the Parties shall not be deemed in breach of this Agreement in the event any such third party fails to identify such signage. f. Third Party Signs as of the Effective Date. Notwithstanding anything herein to the contrary, Entity and Sponsor understand and acknowledge that, prior to the Effective Date, references to Facility as “The Sound” have been physically incorporated in various signs, sidewalks, kiosks, and/or building structures that cannot be modified or changed except at considerable cost and expense (the “Third Party Signs”), and the Parties agree that the failure to modify such signs will not constitute a breach of this Agreement. To the extent Sponsor desires that any Third Party Signs in existence as of the Effective Date be replaced or modified to include the Name and/or the Facility Logo, and the cost to replace and/or modify any such Third Party Sign is not borne by the controlling body that owns or controls such Third Party Sign, then the cost and expense of designing, purchasing, constructing, and installing any replacement or modified Third Party Signs shall be paid for by Sponsor. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 10 12. Subsequent Name Change. If Sponsor or its successor or assignee changes or causes the change of the Name or Facility Logos in accordance with the terms of this Agreement, including receiving Entity’s prior written approval in accordance with this Agreement, Sponsor shall pay, or cause its successor or assignee to pay, all costs and expenses associated therewith, including, without limitation, the cost and expense of: (a) removing, destroying and/or discarding Signage reflecting the prior Name and/or Facility Logos, (b) preparing, producing, replacing, mounting and installing new or altered Signage to reflect the changed Name and/or Facility Logos, (c) removing, destroying or discarding merchandise, equipment and other collateral materials (including, but not limited to, printed, electronic, and video materials, publications, staff uniforms, supplies, and all other equipment or materials regardless of format that need to be changed to effect the renaming or rebranding of the Facility with the new Name) related to the Facility branding, promotion and publicity displaying the prior Name and/or Facility Logos, and (d) preparing, producing, replacing and distributing merchandise, equipment or other collateral materials (including, but not limited to, printed, electronic, and video materials, publications, staff uniforms, supplies, and all other equipment or materials regardless of format that need to be changed to effect the renaming or rebranding of the Facility with the new Name) related to the Facility branding, promotion and publicity reflecting the changed Name and/or Facility Logos; and (e) attorneys’ fees, other professionals’ fees, and the cost of obtaining any required consents and approvals associated with such change as well as all other out of pocket costs and expenses relating to Signage, promotions, branding, advertising and marketing. 13. Third Party Marketing and Promotional Materials. Entity and Sponsor agree that each shall use commercially reasonable efforts during the Term to cause the media, advertisers, promoters, sponsors, service providers, parties holding events at the Facility, and other third parties to identify Facility by the Name and to incorporate the Name and/or Facility Logos into all advertising and promotional materials that identify the Facility published or distributed by such party; provided however, that any failure of such parties to refer to Facility by the Name and/or incorporate the Facility Logos shall not be considered a breach of this Agreement. 14. Trademarks. a. Ownership of Facility Trademarks. Entity and Sponsor agree that Sponsor shall own all right, title and interest in the Name, Facility Logos, and/or any stylized form or combination thereof, as may be modified throughout the Term, including the trademarks and copyrights associated therewith (“Facility Trademarks”). Sponsor shall license or acquire from the creator(s) of the Facility Logos “artist’s design” sufficient rights, including rights in any copyright, to permit unrestricted use of the trademarks associated with the Facility Trademarks. For the avoidance of doubt, each Party shall retain all right, title, and interest in its respective Independent Marks that are incorporated into the Name and Facility Trademarks. For purposes of clarity, for (i) Entity, this includes, but is not limited to, the Old Facility Logo, the name “The Sound”, and the Entity Trademarks; and (ii) Sponsor, this includes, but is not limited to, Sponsor Trademarks. b. License to Use Facility Trademarks. During the Term, Sponsor hereby grants to Entity an unlimited, nonexclusive, irrevocable, royalty-free license (with right to sublicense to the extent permitted by this Agreement) to use the Facility Trademarks, as hereafter changed, amended, or created hereunder so long as such use is in accordance with the Style Guide and the approvals set forth in this Agreement. In addition, Sponsor agrees to take the necessary steps to DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 11 grant Facility Manager, for as long as the Facility Manager operates the Facility, an unlimited, nonexclusive, irrevocable, royalty-free license to use the Facility Trademarks, as hereafter changed, amended, or created hereunder so long as such use is in accordance with the Style Guide and the approvals set forth in this Agreement. c. Independent Trademarks. Except as to the Facility Trademarks or as expressly provided in this Agreement, Entity and Sponsor shall retain all ownership, right and title in their respective trademarks, service marks, trade names, insignia, symbols, logos, decorative designs or the like (“Independent Marks”), and neither Party shall use any Independent Mark that is owned by, or licensed or sublicensed to, the other Party without the other Party’s prior written consent, subject to the Style Guide and the approval process set forth in Sections 16 and 17 of this Agreement. Each Party agrees that any use of the other Party’s Independent Marks under this Agreement will inure to the benefit of and be on behalf of the owning Party and will terminate upon the expiration or prior termination of this Agreement. Except as expressly provided herein, the Parties will not have any rights or interests in the other Party’s Independent Marks. d. Unauthorized Use of Independent Trademarks. Notwithstanding anything herein to the contrary, the use of the Independent Marks shall be subject at all times to the reasonable approval of the owning Party. If Entity or Sponsor becomes aware of any unauthorized use of the Independent Marks, then such Party shall promptly notify the other Party of such unauthorized use of the Independent Marks of which the notifying Party has actual knowledge. Both Entity and Sponsor shall use commercially reasonable efforts to prevent and/or correct any unauthorized use of the Independent Marks. 15. Facility Websites and Social Media. a. Facility Website. Entity shall create a Facility website with the domain name “www.Name.com” (the “Facility Domain Name”). Entity shall manage, during the Term, the day- to-day operation of any web sites using such Facility Domain Name (subject to mutual agreement on reasonable style guidelines) and ensure maintenance of web site uptime. In the event the Facility Manager manages the website using the Facility Domain Name, Entity shall use good faith efforts to require that the Facility Manager ensures maintenance of web site uptime. b. Facility Social Media Accounts. Entity shall (and shall cause any third party, if applicable) change the social media accounts for Facility (including, but not limited to, accounts with Facebook, Instagram, Twitter (aka “X”), LinkedIn, Snapchat, and TikTok) to reflect Sponsor and the Name (the “Facility Social Media Accounts”). The Facility Manager shall manage, during the Term, the day-to-day operation of the Facility Social Media Accounts. The Agreement shall include all social media accounts created over the course of the Term. 16. Entity Approval Rights. a. Sponsor acknowledges and agrees that Entity has an interest in maintaining and protecting the image and reputation of the Facility, Coachman Park, and Entity, and that in order to accomplish this purpose, Sponsor must in all cases assure itself that the (i) Name, (ii) the Facility Logo, and (iii) the Entity’s name or other logos or trademarks (“Entity Trademarks”) are at all times used in a manner consistent with the Style Guide. Sponsor agrees that Entity shall have the DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 12 right to examine and to approve or disapprove in advance of use the contents, appearance and presentation of any and all advertising, promotional or other similar materials proposed to be used by Sponsor that incorporate the Name or Facility Logo, Entity Trademarks, or that make reference in any way to Entity and that depart in any material respect from the Style Guide. Sponsor shall not produce, publish or in any manner use or distribute any such advertising, promotional or other materials that have not been submitted to and approved in writing in advance by Entity. b. Sponsor shall submit to Entity, at the address set forth in Section 19, for Entity’s examination and approval or disapproval, at least fourteen (14) days in advance of any use, a sample of the proposed advertising, promotional or other similar materials that incorporate the Name or Facility Logo, Entity Trademarks, or that refer to Entity together with the script, text, coloring, storyboards and a copy of any photograph proposed to be used. Entity shall promptly examine and either approve or disapprove such submissions and shall promptly notify Sponsor in writing of its approval or disapproval. Entity shall not unreasonably disapprove any such submission and, if disapproved, Entity shall advise Sponsor of the specific reasons for disapproval in each case. Entity’s approval must be given explicitly in writing; delay in approval for a specific period of time shall not constitute approval for purposes of this Agreement. 17. Sponsor Approval Rights. a. Entity acknowledges and agrees that Sponsor has an interest in maintaining and protecting the image and reputation of the Facility, Coachman Park, and Sponsor, and that in order to accomplish this purpose, Entity must in all cases assure itself that the (i) Name, (ii) the Facility Logo, and (iii) Sponsor name, logo and trademarks (“Sponsor Trademarks”) are all times used in a manner consistent with the Style Guide. Entity agrees that Sponsor shall have the right to examine and to approve or disapprove in writing and in advance of use of the contents, appearance and presentation of any and all materials proposed to be used by Entity that use or incorporate the Name or Facility Logo, Sponsor Trademarks, or that make reference in any way to Sponsor and that depart in any material respect from the Style Guide. Entity therefore agrees that it will not produce, publish or in any manner use or distribute any such materials that have not been approved in writing in advance by Sponsor and shall use good faith efforts to make such requirement an obligation in any contract negotiated with a Facility Manager in the future. b. Entity shall submit, and shall use good faith efforts to require a Facility Manager to submit, to Sponsor, at the address set forth in Section 19, for Sponsor’s examination and approval or disapproval, at least fourteen (14) days in advance of any use, a sample of the proposed advertising, promotional or other similar materials that incorporate the Name or Facility Logo, Sponsor Trademarks, or that refer to Sponsor, together with the script, text, coloring, storyboards and a copy of any photograph proposed to be used. Sponsor shall promptly examine and either approve or disapprove such submissions, and Sponsor shall promptly notify Entity in writing of its approval or disapproval. Sponsor shall not unreasonably disapprove any such submission and, if disapproved, Sponsor shall advise Entity of the specific reasons for disapproval in each case. Sponsor’s approval must be given explicitly in writing; delay in approval for a specific period of time shall not constitute approval for purposes of this Agreement. Entity shall not be responsible for any expenses, damages, claims, suits, actions, judgments, and costs whatsoever resulting from a Facility Manager’s failure to obtain approval from Sponsor for any advertising, promotional or DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 13 other similar materials that incorporate Name or Facility Logo, Sponsor Trademarks, or that refer to Sponsor. 18. Third Party Intellectual Property Rights. a. Sponsor acknowledges and agrees that no rights have been granted to Sponsor to use the names, logos, copyrights, designs, trademarks, or other identifications (other than the Name or Facility Logo) used at the Facility and Coachman Park by any third party that may be granted Subordinate Rights or that may schedule or conduct any event at the Facility or Coachman Park (“Third Party Intellectual Property”). Sponsor shall not use any such Third Party Intellectual Property unless and until Sponsor shall have obtained, at its sole expense, from the owner of such proprietary rights whatever approval, license, waiver or release may be required to permit Sponsor to use such Third Party Intellectual Property. b. Indemnification. Sponsor shall protect, indemnify, defend and save harmless Entity, its authorized agents, officers, board members, and representatives from and against any and all expenses, damages, claims, suits, actions, judgments and costs whatsoever, including reasonable attorneys’ fees, arising out of, or in any way connected with, any claim or action relating to the contents of any materials produced or distributed by Sponsor in accordance with this Agreement, or alleging infringement by Sponsor of the Third Party Intellectual Property. 19. Submissions and Notices. Any notices required or permitted hereunder shall be considered as duly made if delivered by personal delivery in writing or by certified mail, postage- prepaid, return receipt requested to the Party for which it is intended. Notice delivered personally shall be deemed received upon actual receipt; notice sent by certified mail shall be deemed received on the date the return receipt is either signed or refused. Mailed notices shall be addressed to the Parties at the following address: To Entity 600 Cleveland Street Clearwater, FL 33755 Attn: Mayor’s Office and Clearwater City Council With a Copy to: 600 Cleveland Street Clearwater, FL 33755 Attn: Clearwater City Attorney’s Office With a Copy to: 600 Cleveland Street Clearwater, FL 33755 Attn: Clearwater Parks and Recreation Department DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 14 To Sponsor BayCare Health System, Inc. Attention: Director, Marketing 2985 Drew Street Clearwater, Florida 33759 With a Copy to: BayCare Health System, Inc. Attention: Legal Services Department 2985 Drew Street Clearwater, Florida 33759 20. Insurance. The Sponsor shall, at its own costs and expense, acquire and maintain sufficient insurance to adequately protect the respective interest of the Parties. Specifically, the Sponsor 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, bodily injury, personal injury, death, property damage, advertising liability, premises operations, products/completed operations, severability of interest, and contractual liability in the minimum amount of $1,000,000 (one million dollars) per claim and $2,000,000 (two million dollars) general aggregate. b. Unless waived by the State of Florida and proof of waiver is provided to the Entity, Worker's Compensation (WC) & Employer's Liability Insurance coverage for all employees engaged under the Agreement, Worker’s Compensation as required by Florida law and Employer’s Liability with minimum limits of (a) $500,000 bodily injury each employee and each accident, $500,000 bodily injury by disease each employee, and $500,000 bodily injury by disease policy limit for quotes or agreements valued at $50,000 and under or (b) $1Million bodily injury each employee and each accident, $1Million bodily injury by disease each employee, and $1Million bodily injury by disease policy limit for formal solicitation and agreements exceeding $50,000. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Sponsor hereby grants Entity a waiver of any right to subrogation which any insurer of Sponsor may acquire against the Entity by virtue of the payment of any loss under such insurance. Sponsor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 15 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 Sponsor will furnish the Entity with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, evidencing all of the coverage set forth above and naming the Entity as an “Additional Insured” with respect to General Liability coverage only. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Risk Management Department P.O. Box 4748 Clearwater, FL 33758-4748 b. Sponsor shall provide thirty (30) days written notice of any cancellation, non-renewal, or termination. c. Sponsor’s insurance as outlined above shall be primary and non-contributory coverage for Sponsor’s negligence. d. Sponsor reserves the right to appoint legal counsel to provide for the Sponsor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Sponsor’s equipment, or service. Sponsor agrees that the Entity shall not be liable to reimburse Sponsor for any legal fees or costs as a result of Sponsor 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 Entity, and failure to request evidence of this insurance shall not be construed as a waiver of Sponsor’s obligation to provide the insurance coverage specified. Notwithstanding the requirements of this section, Sponsor may elect to satisfy any or all of the above insurance requirements and / or deductibles by use of self-insurance, and/or a captive insurance company owned by Sponsor. The responsibility to fund any financial obligation for self-insurance and/or a captive insurance company owned by Sponsor shall be assumed by, for the account of, and at the sole risk of Sponsor. 21. Indemnity. Reserved. 22. Limitation of Liability. Other than as set forth in Section 18(b), under no circumstances shall Entity or Sponsor be liable to the other Party or any other Person for special, incidental, consequential or indirect damages, loss of good will or business profits, or exemplary or punitive damages. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 16 23. Reservation of Rights. All rights not herein specifically granted to Sponsor by Entity shall be and remain the property of Entity to be used in any manner as it may deem appropriate. 24. Representations and Warranties. a. Representations and Warranties of Sponsor. Sponsor represents and warrants to Entity that: it is a corporation in good standing under the laws of the state of Florida and is duly authorized to transact business in the state of Florida; it has the full corporate power and legal authority to enter into and perform this Agreement in accordance with its terms; all necessary corporate approvals for the execution, delivery, and performance by Sponsor of this Agreement have been obtained, and no consent or approval of any other Person is required for execution of and performance by Sponsor of this Agreement; this Agreement has been duly executed and delivered by Sponsor and constitutes a legal, valid and binding obligation of Sponsor enforceable in accordance with its terms; the execution, delivery and performance of this Agreement by Sponsor will not conflict with its articles of incorporation, by-laws or other charter and governing documents and will not conflict with or result in the breach or termination of, or constitute a default under, any lease, agreement, commitment or other instrument, or any order, judgment or decree, to which Sponsor is a party or by which Sponsor is bound; it owns sufficient right, title and interest in and to the Sponsor Trademarks and to grant to Entity the right and license to use the Sponsor Trademarks as contemplated by this Agreement; and there is no litigation pending or, to the Knowledge of Sponsor threatened against Sponsor which would prevent or hinder the consummation of the transactions contemplated by this Agreement or its obligations hereunder. b. Representations and Warranties of Entity. Entity represents and warrants to Sponsor that: it has the full power and legal authority to enter into and perform this Agreement in accordance with its terms; the execution and delivery of this Agreement on behalf of Entity has been duly authorized; all necessary approvals for the execution, delivery, and performance by Entity of this Agreement have been obtained; this Agreement has been duly executed and delivered by Entity and constitutes a legal and binding obligation of Entity enforceable in accordance with its terms; all votes, approvals and proceedings required to be taken by or on behalf of Entity to authorize Entity to execute and deliver this Agreement and to perform its covenants, obligations and agreements hereunder have been duly taken; it owns sufficient right, title and interest in and to the Entity Trademarks and to grant to the Sponsor the right and license to use the Entity Trademarks as contemplated by this Agreement; and Entity is authorized to enter into this Agreement and to grant to Sponsor all of the rights, benefits, privileges and Entitlements contemplated to be granted to Sponsor hereunder. 25. Termination and Effect. a. Default Event by Sponsor. The occurrence of any one or more of the following events or actions will constitute a default of this Agreement by the Sponsor (“Sponsor Default”): i. Failure to Make Payment. Sponsor fails to pay the Rights Fee or any other amount required under this Agreement when due, if such failure continues for a period of ten (10) days after Entity gives Sponsor written notice of such failure; DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 17 ii. Other Material Breach. Sponsor breaches any other material term or condition, covenant, agreement, representation or warranty made under this Agreement and (A) such breach is not cured by Sponsor within sixty (60) days following receipt of written notice specifying the nature of such breach, or (B) if such breach cannot be cured within the sixty (60) day period, Sponsor fails to (i) submit a cure plan reasonably acceptable to Entity and engage in best efforts to remedy such breach within such sixty (60) day period and (ii) cure the breach within one hundred twenty (120) days following receipt of written notice specifying the nature of such breach; iii. Corporate Cessation. Cessation of Sponsor to conduct business, or if Sponsor is subject to any attachment, execution or other judicial seizure or sale of any substantial portion of its assets, which is not discharged or revoked within ten (10) days thereof; iv. Insolvency. an Insolvency Event occurs with respect to Sponsor; v. Wrongful Assignment. Sponsor’s assignment of this Agreement in violation of Section 28; and vi. Violation of Core Values. Sponsor (inclusive of its senior executives and members of its board of directors) does or omits to do something that, in the reasonable and good faith opinion of Entity, defies Sponsor’s core values of Trust, Respect, Dignity, Responsibility, and Excellence. In the event Sponsor (inclusive of its senior executives and members of its board of directors) does or omits to do something that would otherwise constitute a Sponsor Default under this Section 25(a)(vi), Entity shall provide Sponsor with written notice setting forth, in detail, the alleged default, and Sponsor shall have sixty (60) days following receipt of written notice to cure the alleged default, or if such alleged default cannot be cured within the sixty (60) day period, Sponsor shall (i) submit a cure plan reasonably acceptable to Entity and engage in best efforts to remedy such alleged default within the sixty (60) day period and (ii) cure the alleged default within one hundred twenty (120) days following receipt of written notice specifying the nature of the alleged default. In the event Sponsor fails to cure the alleged default as set forth herein, Entity may terminate this Agreement. b. Termination Rights and Remedies of Entity. In the event of a Sponsor Default, Entity shall have the right to exercise any one or more of the following remedies: i. immediately terminate this Agreement upon written notice to the Sponsor; ii. to retain any and all amounts, including, but not limited to the Rights Fee, that have already been paid as of the date of termination; iii. Because the nature of entering into and granting the rights and benefits under this Agreement involves a complex and time-consuming legal and DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 18 corporate process and, in the event of a Sponsor Default resulting in the early termination of this Agreement, the Entity will incur considerable cost and expense in effectuating a change of the Name and Facility Logo and soliciting and entering into a subsequent naming rights agreement with a third party; Entity shall have the right to receive from Sponsor liquidated damages equal to the amount of the Rights Fee for the two (2) subsequent Contract Years following the date of termination; iv. Remove and destroy all Signage or materials displaying or containing Sponsor Trademarks at the sole cost and expense of Sponsor, as set forth in Section 11; v. To enforce any other rights provided for herein with respect to such Sponsor Default; vi. To seek to recover all damages and other sums available at law or in equity to which it is entitled with respect to such Sponsor Default; and vii. To exercise any other right or remedy at law or in equity with respect to such Sponsor Default. c. Default Event by Entity. The occurrence of any one or more of the following events or actions will constitute a default of this Agreement by Entity (“Entity Default”): i. Material Breach. Entity breaches any material term or condition, covenant, agreement, representation or warranty made under this Agreement and (A) such breach is not cured by Entity within sixty (60) days following receipt of written notice specifying the nature of such breach, or (B) if such breach cannot be cured within the sixty (60) day period, Entity fails to (i) submit a cure plan reasonably acceptable to Sponsor and engage in best efforts to remedy such breach within such sixty (60) day period and (ii) cure the breach within one hundred twenty (120) days following receipt of written notice specifying the nature of such breach; ii. Wrongful Assignment. Entity’s assignment of this Agreement in violation of Section 28; and iii. Violation of Core Values. Entity, solely as it relates to its operation of the Facility, does or omits to do something that, in the reasonable and good faith opinion of Sponsor, defies Sponsor’s core values of Trust, Respect, Dignity, Responsibility, and Excellence. In the event Entity does or omits to do something that would otherwise constitute an Entity Default under this Section 25(c)(iii), Sponsor shall provide Entity with written notice setting forth, in detail, the alleged default, and Entity shall have sixty (60) days following receipt of written notice to cure the alleged default, or if such alleged default cannot be cured within the sixty (60) day period, Entity shall (i) submit a cure plan reasonably acceptable to Sponsor and engage in best efforts to remedy such alleged default within the sixty (60) day period and DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 19 (ii) cure the alleged default within one hundred twenty (120) days following receipt of written notice specifying the nature of the alleged default. In the event Entity fails to cure the alleged default as set forth herein, Sponsor may terminate this Agreement without financial penalty. d. Termination Rights and Remedies of Sponsor. In the event of an Entity Default, Sponsor shall have the right to exercise any one or more of the following remedies: i. Immediately terminate this Agreement upon written notice to the Entity; ii. To enforce any other rights provided for herein with respect to such Entity Default; iii. To receive a refund of any prepaid, unrealized portion of the Rights Fee for the Contract Year in which the Agreement is terminated (“Contract Year of Termination”), which shall be calculated by (i) dividing the remaining days of the Contract Year of Termination by 365 or 366, as applicable; and (ii) multiplying such number by the Rights Fee for the Contract Year of Termination. For purposes of example only, if Sponsor validly terminates this Agreement on the 181st day of Contract Year 3 (after paying the Rights Fee for Contract Year 3), then it shall be entitled to a refund of $254,034.69 (equal to 184 [remaining days in the Contract Year of Termination]/365 [number of days in Contract Year 3] * $503,927.50 [Rights Fee for Contract Year 3]); iv. Remove and return all Signage or materials displaying or containing Sponsor Trademarks at the sole cost and expense of Entity; v. Seek to recover all damages and other sums available at law or in equity to which it is entitled with respect to such Entity Default; and vi. Exercise any other right or remedy at law or inequity with respect to such Entity Default. e. Failure to Terminate. Failure to terminate this Agreement pursuant to this Section shall not constitute a waiver of any remedies the non-Defaulting Party would have been entitled to demand in the absence of this Section, whether by way of damages, termination or otherwise. f. Announcement upon Termination. In the event of any termination of this Agreement, Entity shall have the right to announce in press releases and otherwise that this Agreement is terminated. 26. Waiver. The failure of either Party at any time to demand strict performance by the other Party of any of the terms, covenants or conditions set forth herein shall not be construed as a continuing waiver or relinquishment thereof and each Party may at any time demand strict and complete performance by the other Party of such terms, covenants and conditions. 27. Rights after Expiration or Termination. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 20 a. Upon the expiration or termination of this Agreement, unless stated otherwise in this Agreement, the rights and obligations of the Parties under this Agreement shall cease immediately, including but not limited to, all of the rights of each Party to the use of the Name, the other Party’s Trademarks, and Facility Trademarks. Sponsor shall not thereafter make any use whatsoever of the Name, Facility Trademarks, or Entity Trademarks or make any other reference in advertising to the Facility, Coachman Park, or Entity. Notwithstanding the foregoing, however, the Parties may continue to distribute any existing printed materials if such materials were produced and printed only in reasonable anticipation of the requirements of the respective Parties for the Term, however the materials shall not be distributed for longer than forty-five (45) days after the expiration or termination of the Term. b. For the avoidance of doubt, each Party shall retain all right, title, and interest in, and shall have the right to continued use after termination or expiration of this Agreement to, its respective Independent Marks, including, but not limited to, those that are incorporated into the Name and Facility Trademarks. For purposes of clarity, for (i) Entity, this includes, but is not limited to, the Old Facility Logo and Entity Trademark; and (ii) Sponsor, this includes, but is not limited to, Sponsor Trademarks. 28. Assignment. a. This Agreement and all rights and Entitlements granted under this Agreement by Entity are personal to Sponsor and shall not be sold, assigned, sublicensed, pledged, encumbered or otherwise transferred (each, a “Transfer”), directly or indirectly, to any Person (including, without limitation, to any Affiliate of Sponsor) without the prior written consent of Entity. In the event Entity provides prior written consent of a Sponsor Transfer, then, as a condition of Transfer, the transferee shall assume in writing for the benefit of Entity all obligations in respect of the rights assigned or transferred to such acquirer or successor under this Agreement pursuant to an instrument reasonably satisfactory to Entity. Sponsor shall not Transfer this Agreement to an Affiliate of Sponsor, without Entity’s prior written consent. Sponsor shall remain ultimately responsible for all obligations of Sponsor under this Agreement, and such Transfer shall not relieve Sponsor of any of its obligations under this Agreement. Any Transfer of this Agreement without prior written consent is in violation of this Section and shall be void and shall entitle Entity to terminate this Agreement upon written notice of termination. b. Entity shall not have the right to Transfer this Agreement without the prior written consent of Sponsor. Any Transfer of this Agreement without prior written consent is in violation of this Section and shall be void and shall entitle Sponsor to terminate this Agreement upon written notice of termination. c. Any change to the Name as the result of this Section, shall be governed by Sections 4 and 12. 29. Parties Bound and Benefited. This Agreement shall bind and benefit the Parties hereto and, as applicable, their respective owners, members, directors, officers, representatives, successors, and assigns. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 21 30. Force Majeure. If either Party is delayed, prevented, prohibited, or materially impaired from performing any of its obligations under this Agreement (other than a payment obligation hereunder) as a result of a force majeure event, including, but not limited to, (a) war (including civil war or revolution), invasion, armed conflict, violent act of a foreign enemy, military or armed blockade, or military or armed takeover; (b) riot, insurrection, civil commotion, civil disturbance, or act of terror or sabotage; (c) nuclear explosion or meltdown, or radioactive, chemical or biological contamination; (d) fire, explosion or other serious casualty; (e) severe weather or other natural disasters (including, but not limited to, hurricane force winds, tornadoes, floods, earthquakes, tsunami, named windstorms, or snow or ice storms); (f) events resulting in the declaration of a state of emergency; (g) governmental restrictions; (h) pandemics, epidemics, public health crisis or emergency; (i) strike, lock-out, or labor dispute; (j) acts of God; or (k) other cause beyond the parties’ reasonable control (“Force Majeure Event”), then such Party’s failure to perform such obligation shall not constitute a breach of this Agreement and such Party shall be excused from performance of such obligation for a period of time equal to the period during which the Force Majeure Event delays, prevents, prohibits, or materially impairs such performance so long as such Party gives the other Party prompt written notice of the cause of the delay. In such event, the Parties will make reasonable efforts to determine sufficient “make good” rights which shall constitute a substitute for the obligations that the restricted Party was delayed, prevented, prohibited, or materially impaired from providing to the other Party as the result of a Force Majeure Event. 31. Significance of Headings. Section headings and numbering contained herein are solely for the purpose of aiding in speedy location of subject matter and are not in any sense to be given weight in the construction of this Agreement. Accordingly, in case of any question with respect to the construction of this Agreement, it is to be construed as though such Section headings had been omitted. 32. Contract Interpretation and Construction. Each Party recognizes that this is a legally binding contract and acknowledges and agrees that they have had the opportunity to consult with legal counsel of their choice. In the event an ambiguity or question of intent or interpretation arises, this Agreement shall be construed as though drafted by both Parties, and no presumption or burden of proof shall arise favoring or disfavoring one Party by virtue of the authorship of any of the provisions of this Agreement. 33. No Joint Venture. This Agreement does not constitute and shall not be construed as constituting a partnership, joint venture or landlord/tenant relationship between Entity or Sponsor. No Party shall have any right to obligate or bind any other Party in any manner whatsoever, and nothing herein contained shall give, or is intended to give, any rights of any kind to any third persons. This Agreement does not and will not be construed to entitle either Party or any of their respective employees to any benefit, privilege, or other amenities of employment by the other. 34. Governing Law and Jurisdiction. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida, without giving effect to the principles of conflict of laws. Any dispute regarding this Agreement shall only be brought in either state court in Pinellas County, Florida, or in federal court in the Middle District of Florida. Each Party hereby irrevocably submits to the exclusive jurisdiction of either such court for purposes of any action DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 22 arising out of this Agreement. Both Parties agree not to challenge this Section, and not to attempt to remove or transfer any legal action outside of Florida for any reason. 35. Public Statements. Neither Party shall directly or indirectly make or encourage the making of any defamatory or disparaging statements about the other Party, or any statements that could reasonably be expected to impact negatively on the name, business or reputation of the other Party. The Parties agree to consult and cooperate with each other with respect to the timing, content, and form of any media statements, press releases or other public disclosures (the “Public Statements”) made by either Party related to performance under this Agreement. Each Party further agrees that any such Public Statement will be made in furtherance of the good faith performance of this Agreement and the contractual relationship of the Parties. Notwithstanding anything herein to the contrary, Sponsor understands and agrees that this Section 35 shall not apply to any defamatory or disparaging statements that may be made by the Entity’s elected officials and in the event an Entity elected official makes a defamatory or disparagaing statement in violation of this Section 35, it shall not constitute a breach of this Agreement or an Entity Default under this Agreement. 36. Public Records. All Parties hereto acknowledge that Entity is a political entity in the State of Florida and as such is subject to the Florida Statutes and other Laws related to the keeping and access to public records. 37. Subservience. Notwithstanding anything to the contrary contained in this Agreement, this Agreement (as clarification, including, without limitation, all rights, benefits and any exclusivities) is subject in all respects to all applicable Laws, including, but not limited to, the Clearwater Code of Ordinances and all present and future contracts entered into by, all other entities, governing bodies or organizations having jurisdiction over the rights and benefits granted to Sponsor herein. 38. No Third Party Beneficiaries. This Agreement shall not confer any rights or remedies upon any Person other than the Parties hereto and their respective successors and permitted assigns. 39. Severability. If any provision of this Agreement is held to be illegal, invalid, or unenforceable under any present or future Law: (a) the Parties shall substitute for the affected provision a legal, valid, and enforceable provision which approximates the intent and economic effect of the affected provision as nearly as possible; (b) such provision shall be fully severable; (c) if the Parties cannot substitute a replacement provision as described in (a) above, this Agreement shall be construed and enforced as if such illegal, invalid or unenforceable provision had never comprised a part hereof; and (d) the remaining provisions of this Agreement shall remain in full force and effect and shall not be affected by the illegal, invalid or unenforceable provision or by its severance from this Agreement. 40. Entire Agreement; Amendment. This Agreement, including all exhibits hereto, constitutes the entire agreement between the Parties with respect to the subject matter hereof and supersedes all prior agreements and understandings. All representations and negotiations relative to the matters contemplated by this Agreement are merged herein, and there are no contemporaneous understandings or agreements relating to the matters set forth herein other than DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 23 those incorporated herein. Additionally, this Agreement may not be amended, changed, or modified except by a writing signed by both Parties, or their respective successors or assigns. 41. Survival. The provisions of this Agreement, which by their nature should apply beyond their terms, will remain in force after any termination or expiration of this Agreement. In addition, any payment obligation of either Party that (a) accrues or arises prior to or at the time of expiration or earlier termination of this Agreement and (b) that is contemplated under the terms of this Agreement to be paid after such expiration or earlier termination shall survive such expiration or earlier termination until paid. 42. Counterparts and Facsimile/Electronic Execution. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be an original, and all of which, taken together, shall constitute one and the same instrument. The execution of counterparts shall not be deemed to constitute delivery of this Agreement by any Party until each of the Parties has executed and delivered its respective counterpart. Delivery of an executed counterpart of a signature page of this Agreement (and each amendment, modification and waiver in respect of it) by facsimile or other electronic transmission, including email, shall be as effective as delivery of a manually executed original counterpart of each such instrument. [Signatures Page Follows] DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 24 IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed by their duly authorized officers and/or officials and agree to be bound by its terms. SPONSOR By: _______________________________ By: ________________________________ Name: ____________________________ Name: ____________________________ Title: _____________________________ Title: _____________________________ Date: Date: ENTITY Legal Approval: SVP Chief Strategy & Marketing: DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD Approved cEO 2/14/2024 Stephanie Conners 25 Exhibit A Facility and Coachman Park Map DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 26 Exhibit B Entitlements Category Exclusivity • Exclusivity with Coachman Park and the Facility, subject to the terms of this Agreement, in the Healthcare System category. Facility Naming Rights • Exclusive name of the Facility to be known as the “The BayCare Sound” Launch Campaign • Entity will organize a Facility naming rights public relations and marketing campaign regarding the partnership between the Parties o Contents of marketing materials and events (including, for example, press releases, ribbon cutting events, announcements, and the like) to be mutually agreed upon by the Parties. o Sponsor representatives shall be included in all public-facing campaign pieces (including, for example, quotes in press releases and involvement in ribbon cutting) Signage • Facility Logo or Name on off-premise directional signage leading up to the Facility (for example, vehicular and pedestrian signage), subject to Sections 11(e)-(f) of this Agreement. • Facility Logo or Name on Coachman Park entrance sign • Facility Logo on Facility main entrance identity signage • Facility Logo on Facility exterior identity signage facing Coachman Park and the causeway • Facility Logo on Facility main identity interior signage, to be located near the stage in a mutually agreeable position and subject to Section 11(a) of this Agreement. • Facility Logo placement on or near box office/customer support area • Facility Name on on-premise wayfinding signs • Facility Logo placement on light pole banners within Coachman Park and downtown Clearwater near Coachman Park • Facility Logo or Name included on upcoming show promotional messages on five (5) Coachman Park digital kiosks • Facility Logo on Facility staff uniforms. Sponsor to pay all costs and expenses related to the initial design, creation, and purchase of staff uniforms bearing the Facility Logo. Sponsor understands and agrees that the Facility Manager reserves the right to set dress and uniform standards for its employees. Digital Assets • Sponsor recognition on Entity, Facility, and “My Clearwater” websites, with the contents, form, and location of the recognition to be agreed upon by the Parties. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 27 • Sponsor recognition on Imagine Clearwater emails, with the contents, form, frequency, and location of the recognition to be agreed upon by the Parties. • Sponsor inclusion in twelve (12) Entity social media posts per Contract Year. The contents, form, and frequency of the social media posts to be agreed upon by the Parties. Sponsor shall use the Name in all social media posts that refer to the Facility. • Facility Logo or Name on digital tickets, with the size and location of the Facility Logo or Name to be as agreed upon by the Parties. • Facility Logo or Name inclusion on media buys. City will, and will use commercially reasonable efforts to ensure third parties (including the Facility Manager) will, include Facility Logos or the Name on all media buys. On-Site Opportunities • Opportunity for Sponsor to activate on-site at the Facility; dates and activation content and form to be mutually agreed upon by the Parties. • Sponsor, Entity, and Facility Manager to collaborate on ways to activate the brand partnership in the local marketplace. • Contingent on the mutual agreement of the Parties, Sponsor shall have the opportunity to place mutually agreed upon activation items throughout Coachman Park and/or the Facility (e.g., sunscreen dispensers, AEDs, and/or other activation items mutually agreed upon by the Parties). Sponsor to pay all costs and expenses associated with the design, permitting, preparation, production, delivery, mounting and installation of the activation items. The location, size, and design of any activation items shall be as mutually agreed upon by the Parties. Tickets and Hospitality • Sponsor to receive ten (10) tickets to each Facility Manager Event for Sponsor’s sole use. The tickets are to be located in the front section or highest price section of Facility seating. The tickets shall include access to the VIP area located adjacent to the stage, unless the Facility Manager has rented the VIP area for the exclusive use by one party or one legal entity. Sponsor to receive notification each time Facility Manager rents the VIP area for the exclusive use by one party or one legal entity for a particular event. Entity shall purchase, at its sole cost and expense and for Sponsor’s sole use, the ten (10) tickets (including VIP area access) contemplated in this paragraph. o Depending on availability, Sponsor may purchase, at its sole cost and expense, up to two (2) additional tickets at face value located in the front section or highest price section of Facility seating. The timing of this opportunity shall coincide with the pre-sale period determined solely by the Facility Manager. • Opportunity for Sponsor to reserve the VIP area located adjacent to the stage for two (2) Facility Manager Events per Contract Year, with dates and events to be mutually agreed upon by Sponsor, Entity, and Facility Manager. o In the event Sponsor’s rights to reserve the VIP area are not exhausted in any Contract Year, such rights shall expire at the end of such Contract Year and shall not rollover into any subsequent Contract Year. o In the event Sponsor elects to reserve the VIP area consistent with the terms of this Agreement, Sponsor shall bear all costs and expenses related to reserving the DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 28 VIP area, including, but not limited to, the face value cost of tickets beyond the ten (10) tickets contemplated above, hospitality, food, and beverage. • As made available by the Facility Manager, artist/performer meet and greets shall be afforded to Sponsor and its ticketed guests. Sponsor understands and agrees that artist/performer meet and greets cannot be guaranteed for any Facility Manager Event. Facility Use • Use of Facility up to two (2) times per Contract Year o Dates, times, and specific space shall be based on availability and mutually agreed upon by the Parties. ▪ For any event Sponsor wishes to host at the Facility occurring on or before July 1, 2024, Sponsor shall provide at least one hundred twenty (120) days’ notice to Entity and the Facility Manager of the desired date of the event, at which time Entity and Facility Manager will notify Sponsor as to the Facility’s availability on that desired date. For any event Sponsor wishes to host at the Facility occurring after July 1, 2024, Sponsor shall provide at least three hundred and sixty-five (365) days’ notice to Entity and the Facility Manager of the desired date of the event, at which time Entity and Facility Manager will notify Sponsor as to the Facility’s availability on that desired date. o The rental fee shall be waived for the above uses, but Sponsor shall be responsible for all other costs, including, without limitation, staffing, tech, food, and beverage. Sponsor shall utilize the Facility Manager to provide staffing, tech, food, beverage, and other operational services. o If the use rights included in this section are not exhausted in any Contract Year, such rights shall expire at the end of such Contract Year and shall not rollover into any subsequent Contract Year. DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 29 Exhibit C Payment Chart Contract Year Rights Fee Contract Year 1 $475,000 Contract Year 2 $489,250 Contract Year 3 $503,927.50 Contract Year 4 $519,045.33 Contract Year 5 $534,616.68 Contract Year 6 $550,655.19 Contract Year 7 $567,174.84 Contract Year 8 $584,190.09 Contract Year 9 $601,715.79 Contract Year 10 $619,767.26 EXTENDED TERM 1 Contract Year 11 $638,360.28 Contract Year 12 $657,511.09 Contract Year 13 $677,236.42 Contract Year 14 $697,553.51 Contract Year 15 $718,480.12 Contract Year 16 $740,034.52 Contract Year 17 $762,235.56 Contract Year 18 $785,102.63 Contract Year 19 $808,655.70 Contract Year 20 $832,915.38 DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD 30 EXTENDED TERM 2 Contract Year 21 $857,902.84 Contract Year 22 $883,639.92 Contract Year 23 $910,149.12 Contract Year 24 $937,453.59 Contract Year 25 $965,577.20 Contract Year 26 $994,544.51 Contract Year 27 $1,024,380.85 Contract Year 28 $1,055,112.27 Contract Year 29 $1,086,765.64 Contract Year 30 $1,119,368.61 DocuSign Envelope ID: BE739BB1-A72A-41E3-8A5C-984CFEFB53CD Certificate Of Completion Envelope Id: BE739BB1A72A41E38A5C984CFEFB53CD Status: Completed Subject: Complete with DocuSign: BCHS_City of Clearwater_The Sound Naming Agreement - Execution Version ... Source Envelope: Document Pages: 30 Signatures: 1 Envelope Originator: Certificate Pages: 5 Initials: 1 Elizabeth Snyder AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-05:00) Eastern Time (US & Canada) 2985 Drew Street Clearwater, FL 33759 Elizabeth.Snyder@baycare.org IP Address: 204.76.135.22 Record Tracking Status: Original 2/12/2024 12:30:30 PM Holder: Elizabeth Snyder Elizabeth.Snyder@baycare.org Location: DocuSign Signer Events Signature Timestamp Joy Demas Joy.Demas@baycare.org ASSOCIATE COUNSEL - LEGAL SVCS BAYCARE HEALTH SYSTEM Security Level: Email, Account Authentication (None) Completed Using IP Address: 204.76.135.22 Sent: 2/12/2024 12:35:15 PM Viewed: 2/12/2024 1:36:25 PM Signed: 2/12/2024 1:40:56 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Edward Rafalski edward.rafalski@baycare.org Chief Strategy and Marketing Officer Edward Rafalski Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 204.76.135.22 Sent: 2/12/2024 1:40:58 PM Viewed: 2/12/2024 3:24:27 PM Signed: 2/12/2024 3:24:33 PM Electronic Record and Signature Disclosure: Accepted: 2/24/2021 1:59:31 PM ID: d6fda4ab-5636-4d4a-ab26-0b0e445db803 Stephanie Conners stephanie.conners@baycare.org cEO Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 204.76.135.22 Sent: 2/12/2024 3:24:35 PM Viewed: 2/14/2024 4:15:53 PM Signed: 2/14/2024 4:16:00 PM Electronic Record and Signature Disclosure: Accepted: 2/14/2024 4:15:53 PM ID: bcd27fb0-50b6-4a47-8b4b-2b80160b0b49 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Carbon Copy Events Status Timestamp Patricia Matincheck Patricia.Matincheck@baycare.org BayCare Systems Security Level: Email, Account Authentication (None) Sent: 2/14/2024 4:16:01 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/12/2024 12:35:15 PM Envelope Updated Security Checked 2/12/2024 1:29:39 PM Envelope Updated Security Checked 2/12/2024 1:29:39 PM Envelope Updated Security Checked 2/12/2024 1:31:12 PM Envelope Updated Security Checked 2/12/2024 1:31:12 PM Certified Delivered Security Checked 2/14/2024 4:15:53 PM Signing Complete Security Checked 2/14/2024 4:16:00 PM Completed Security Checked 2/14/2024 4:16:01 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, BayCare Health System, Inc. (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 8/21/2015 1:26:17 PM Parties agreed to: Edward Rafalski, Stephanie Conners How to contact BayCare Health System, Inc.: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: mike.carson@baycare.org To advise BayCare Health System, Inc. of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at mike.carson@baycare.org and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from BayCare Health System, Inc. To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to mike.carson@baycare.org and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with BayCare Health System, Inc. To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to mike.carson@baycare.org and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify BayCare Health System, Inc. as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by BayCare Health System, Inc. during the course of my relationship with you. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0032 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Approve construction contracts to Inliner Solutions, LLC, of Sanford, FL, for Stormwater Pipe Cleaning (Section B), Stormwater Pipe Lining (Section C) and Barnacle Removal (Section D), in the annual amount not-to-exceed $1,050,000.00 for an initial one-year term with an option for three additional one-year renewal terms on a unit price basis pursuant to Invitation to Bid (ITB) 23-0036-EN and authorize the appropriate officials to execute same. (consent) SUMMARY: Stormwater infrastructure requires annual maintenance to keep the system flowing according to design flows. Over time, a stormwater system degrades, and a full replacement of the system is expensive and requires excavating roads and replacing stormwater piping. This type of replacement is very disruptive to residents and is more expensive than some of the newer technologies that allow the system life to be extended. Performing maintenance repairs increases life span and prevents structural failure of the stormwater conveyance system components. Installing liners (essentially a pipe inside a pipe) can be done without excavating making it far less disruptive and more cost effective. This type of repair is often preferred, as long as pipe sizes do not require enlarging or the pipes have not degraded too much that the liners cannot be properly installed. The City maintains a comprehensive annual maintenance program to clean, inspect, rehabilitate, and repair existing stormwater infrastructure throughout the City of Clearwater. The goal is to maintain the integrity of the stormwater system. This project establishes an annual contract for stormwater maintenance and repairs to include pipe inspection/cleaning and pipelining. Bids for the multi-section Stormwater Maintenance contract (ITB 23-0036-EN) were reviewed by city staff based on unit prices. Inliner Solutions submitted the lowest responsible bid received in accordance with plans and specifications. This contract is based on unit rates where the contractor will be directed to areas where maintenance or repairs are needed. The City utilized anticipated quantities for each type of maintenance and repair; however, actual quantities may vary based on what is needed during the year. Section (A), Underdrain, will be rebid at later date due to having a single bidder. This allows more time for the Public Works maintenance teams to assess where new underdrain is needed and locations that require replacing. Inspection and camera services are used to allow more detailed inspections to be performed to review the condition of existing stormwater piping systems and identify whether cleaning, maintenance, repairs (including lining) or replacement is required. With approximately 157 miles of stormwater piping in the City, recurring inspections are on a 3-to-5-year window, this contract allows for more spot inspections to be performed when areas of concern are identified. Inspections are required prior to a pipe-liner being installed allowing the vendor to verify that the new liner can be pulled through the pipe. The Public Works Department will direct the contractor to high priority pipe systems as established by review of inspection reports and maintenance records. Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0032 This is a unit price contract not to exceed a total of $1,050,000 annually with an estimated start date of March 2024. The City reserves the option to approve annual extensions of the contract up to three additional one-year renewal terms, through end of February 2028. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-CNSTRC $1,050,000.00 Funds are available in Fiscal Year 2024 Capital Improvement Project ENST180001, Storm System Improvements, to fund these contracts and will be included in Fiscal Years 2025 through 2028 Capital Improvement Program for future renewals in the amount of $1,050,000.00 per year. STRATEGIC PRIORITY: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Support proactive climate resiliency strategies based in science to protect natural and built environments from impacts associated with sea level rise. Generate organizational success through collaborative engagement and inclusive decision-making to create shared value outcomes. Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 3/5/2024 SECTION V -Contract Documents CONTRACT (1) This CONTRACT made and entered into this_ day of _____ , 20_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions. LLC , of the City of Sanford County of Seminole . and State of Florida, hereinafter designated as the "Contractor". � ·-. -- - -[Or,_if out of state:] This-CONTRACT made and -e�t�redinto ti1is .. �-day_o_f ... . -·- - -- --� 20-----by a�d betwee�"the Cit)'! bf· Clearwater, Florida, a municipal corporation, · hereinafter· designated as the "City", and j ; • '. • I 1 • , a/an· ____ �_(State) Corporation authorized to d9 business in the State of Florida, of the. City of _________ County of l. and State of_� ____ ,_hereinafter designated as the_"Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: Stormwater Cleaning, Lining, Underdrains and Barnacle Removal PROJECT NO.: 23-0036-EN Section B in the amount of: Section B-Pipe Cleaning $200,000.00 Section C-Pipe Lining $500,000.00 Section D-Barnacle Removal $200,000.00 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 4 of 26 Updated: 1/10/2023 Bid Opening - 12/20/23 Section A: BID ITEMS - UNDERDRAIN UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization LS 1 -$ -$ 55,001.74$ 55,001.74$ 2 Maintenance of Traffic LS 1 -$ -$ 6,111.30$ 6,111.30$ 3 Sediment & Erosion Control LS 1 -$ -$ 6,111.30$ 6,111.30$ 4 Portable Project Sign EA 2 -$ -$ 1,222.26$ 2,444.52$ 5 Root Pruning LF 500 -$ -$ 14.67$ 7,335.00$ 6 Tree Barricades LF 500 -$ -$ 6.11$ 3,055.00$ 7 Unsuitable Material (Haul Offsite) CY 200 -$ -$ 26.89$ 5,378.00$ 8 Import Clean Fill CY 200 -$ -$ 42.78$ 8,556.00$ 9 Remove & Replace Ex 4” Concrete S/W SF 2470 -$ -$ 14.67$ 36,234.90$ 10 Remove & Replace ADA Ramp w/Mat EA 3 -$ -$ 1,833.40$ 5,500.20$ 11 Remove & Replace Ex 6” Conc. Driveway SF 2100 -$ -$ 18.33$ 38,493.00$ 12 R & R Ex 1-1/2” Asphalt Driveway SY 260 -$ -$ 67.22$ 17,477.20$ 13 10" Thick Crushed Concrete Road Base SY 280 -$ -$ 42.78$ 11,978.40$ 14 Core Existing Storm Inlet EA 24 -$ -$ 1,588.94$ 38,134.56$ 15 Pinellas County UD Insp. Box, Type 1 EA 2 -$ -$ 4,277.92$ 8,555.84$ 16 6" Underdrain (SDR35, Contech A2000) LF 4300 -$ -$ 91.66$ 394,138.00$ 17 6" Cleanout EA 24 -$ -$ 916.69$ 22,000.56$ 18 6” Cleanout (Inline Double Sweep) EA 2 -$ -$ 1,344.49$ 2,688.98$ 19 6" Solid UD Pipe LF 200 -$ -$ 40.33$ 8,066.00$ 20 Type I Curb (Remove and Replace) LF 100 -$ -$ 55.00$ 5,500.00$ 21 Modified Curb (Remove and Replace) LF 100 -$ -$ 55.00$ 5,500.00$ 22 Valley Gutter Curb (Remove and Replace) LF 100 -$ -$ 55.00$ 5,500.00$ 23 Sod Replacement (Bahia) SF 12000 -$ -$ 1.83$ 21,960.00$ 24 Sod Replacement (St. Augustine) SF 12000 -$ -$ 2.44$ 29,280.00$ 25 Grout Fill Existing Pipe CY 20 -$ -$ 580.57$ 11,611.40$ City of Clearwater 2024 Annual Stormwater Maintenance (23-0036-EN) INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 Grand Total Section A -$ -$ 756,611.90$ Section B: BID ITEMS - Pipe Cleaning UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT General 1 Project Sign LS 1 800.00$ 800.00$ -$ 1,833.40$ 1,833.40$ 2 Easement Set-up EA 10 1,500.00$ 15,000.00$ -$ 305.57$ 3,055.70$ 3 Root Cutting LF 500 14.00$ 7,000.00$ -$ 6.11$ 3,055.00$ 4 Cleaning Video Recording LF 20000 2.00$ 40,000.00$ -$ 1.22$ 24,400.00$ 5 Headwall/Upstream Structure Restoration (Grout/Seal) CY 5 2,208.00$ 11,040.00$ -$ 1,222.26$ 6,111.30$ 6 Outfall Concrete Restoration CY 50 2,208.00$ 110,400.00$ -$ 488.90$ 24,445.00$ 7 Clean and Paint Tideflex Valve EA 20 1,940.00$ 38,800.00$ -$ 886.14$ 17,722.80$ Light Cleaning (0-9% accumulated debris vs. pipe volume) 8 ≤12" Diameter Pipe LF 500 2.00$ 1,000.00$ -$ 2.44$ 1,220.00$ 9 15" Diameter Pipe LF 1000 2.00$ 2,000.00$ -$ 6.11$ 6,110.00$ 10 18" Diameter Pipe LF 1000 3.00$ 3,000.00$ -$ 7.33$ 7,330.00$ 11 24" Diameter Pipe LF 1000 3.00$ 3,000.00$ -$ 9.78$ 9,780.00$ 12 30" Diameter Pipe LF 1000 4.00$ 4,000.00$ -$ 12.22$ 12,220.00$ 13 36" Diameter Pipe LF 1000 5.00$ 5,000.00$ -$ 17.11$ 17,110.00$ 14 42" Diameter Pipe LF 1000 6.00$ 6,000.00$ -$ 18.33$ 18,330.00$ 15 48" Diameter Pipe LF 1000 9.00$ 9,000.00$ -$ 22.00$ 22,000.00$ 16 54" Diameter Pipe LF 1000 12.00$ 12,000.00$ -$ 26.89$ 26,890.00$ 17 60" Diameter Pipe LF 1000 18.00$ 18,000.00$ -$ 30.55$ 30,550.00$ Medium Cleaning (10-29% accumulated debris vs. pipe volume) 18 ≤12" Diameter Pipe LF 250 2.00$ 500.00$ -$ 4.89$ 1,222.50$ 19 15" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 7.33$ 3,665.00$ 20 18" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 8.56$ 4,280.00$ 21 24" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 11.00$ 5,500.00$ 22 30" Diameter Pipe LF 500 4.00$ 2,000.00$ -$ 14.67$ 7,335.00$ 23 36" Diameter Pipe LF 500 5.00$ 2,500.00$ -$ 19.55$ 9,775.00$ 24 42" Diameter Pipe LF 500 7.00$ 3,500.00$ -$ 20.78$ 10,390.00$ 25 48" Diameter Pipe LF 500 12.00$ 6,000.00$ -$ 26.89$ 13,445.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 26 54" Diameter Pipe LF 500 18.00$ 9,000.00$ -$ 31.78$ 15,890.00$ 27 60" Diameter Pipe LF 500 36.00$ 18,000.00$ -$ 39.11$ 19,555.00$ Heavy Cleaning (30% and greater accumulated debris vs. pipe volume) 28 ≤12" Diameter Pipe LF 200 3.00$ 600.00$ -$ 6.11$ 1,222.00$ 29 15" Diameter Pipe LF 500 3.00$ 1,500.00$ -$ 9.78$ 4,890.00$ 30 18" Diameter Pipe LF 500 4.00$ 2,000.00$ -$ 12.22$ 6,110.00$ 31 24" Diameter Pipe LF 750 4.00$ 3,000.00$ -$ 14.67$ 11,002.50$ 32 30" Diameter Pipe LF 500 5.00$ 2,500.00$ -$ 18.33$ 9,165.00$ 33 36" Diameter Pipe LF 750 5.00$ 3,750.00$ -$ 24.44$ 18,330.00$ 34 42" Diameter Pipe LF 500 9.00$ 4,500.00$ -$ 30.55$ 15,275.00$ 35 48" Diameter Pipe LF 750 18.00$ 13,500.00$ -$ 34.22$ 25,665.00$ 36 54" Diameter Pipe LF 500 36.00$ 18,000.00$ -$ 40.33$ 20,165.00$ 37 60" Diameter Pipe LF 500 72.00$ 36,000.00$ -$ 48.89$ 24,445.00$ Grand Total Section B 417,390.00$ -$ 459,490.20$ Section C: BID ITEMS - Pipe Lining UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT General 1 Mobilization LS 1 1541 1,541.00$ -$ 81422.59 81,422.59$ 2 Maintenance of Traffic LS 1 1466 1,466.00$ -$ 84683.98 84,683.98$ 3 Sediment & Erosion Control LS 1 1569 1,569.00$ -$ 6111.3 6,111.30$ 4 Portable Project Sign EA 1 733 733.00$ -$ 1833.4 1,833.40$ Clean & Inspect 1 Light Cleaning – less than 15"LF 500 2.00$ 1,000.00$ -$ 4.89$ 2,445.00$ 2 Medium Cleaning - less than 15"LF 100 3.00$ 300.00$ -$ 5.50$ 550.00$ 3 Heavy Cleaning - less than 15"LF 100 3.00$ 300.00$ -$ 6.11$ 611.00$ 4 Light Cleaning - 15" thru 18"LF 1500 3.00$ 4,500.00$ -$ 7.33$ 10,995.00$ 5 Medium Cleaning - 15" thru 18"LF 100 3.00$ 300.00$ -$ 7.94$ 794.00$ 6 Heavy Cleaning - 15" thru18"LF 100 4.00$ 400.00$ -$ 9.78$ 978.00$ 7 Light Cleaning - 21" thru 42"LF 1500 5.00$ 7,500.00$ -$ 12.22$ 18,330.00$ 8 Medium Cleaning - 21" thru 42"LF 100 7.00$ 700.00$ -$ 18.33$ 1,833.00$ 9 Heavy Cleaning - 21" thru 42"LF 100 9.00$ 900.00$ -$ 24.44$ 2,444.00$ 10 Light Cleaning - 48" and larger LF 1200 12.00$ 14,400.00$ -$ 22.00$ 26,400.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 11 Medium Cleaning - 48" and larger LF 100 18.00$ 1,800.00$ -$ 30.55$ 3,055.00$ 12 Heavy Cleaning - 48" and larger LF 100 36.00$ 3,600.00$ -$ 42.78$ 4,278.00$ 13 Specialty Cleaning - Root Removal LF 100 14.00$ 1,400.00$ -$ 6.11$ 611.00$ 14 Specialty Cleaning - Barnacle Removal LF 100 72.00$ 7,200.00$ -$ 36.66$ 3,666.00$ 15 Video Cleaning LF 5000 2.00$ 10,000.00$ -$ 1.22$ 6,100.00$ 16 Video RICIPP Installation LF 5000 2.00$ 10,000.00$ -$ 1.22$ 6,100.00$ Furnish and Install RICIPP Lining 17 Furnish and Install 12" RICIPP Lining (less than 100 LF) (7.5mm) LF 75 98.00$ 7,350.00$ -$ 109.23$ 8,192.25$ 18 Furnish and Install 12" RICIPP Lining (100 LF to 400 LF) (7.5mm) LF 500 50.00$ 25,000.00$ -$ 88.87$ 44,435.00$ 19 12-inch RICIPP Thickness Variance 1.5 mm LF 100 2.00$ 200.00$ -$ 3.67$ 367.00$ 20 Furnish and Install 15" RICIPP Lining (less than 100 LF) (7.5mm) LF 75 106.00$ 7,950.00$ -$ 119.35$ 8,951.25$ 21 Furnish and Install 15" RICIPP Lining (100 LF to 400 LF) (7.5mm) LF 500 58.00$ 29,000.00$ -$ 98.07$ 49,035.00$ 22 15-inch RICIPP Thickness Variance 1.5 mm LF 100 3.00$ 300.00$ -$ 4.89$ 489.00$ 23 Furnish and Install 18" RICIPP Lining (less than 100 LF) (9mm) LF 75 123.00$ 9,225.00$ -$ 141.44$ 10,608.00$ 24 Furnish and Install 18" RICIPP Lining (100 LF to 400 LF) (9mm) LF 500 71.00$ 35,500.00$ -$ 118.06$ 59,030.00$ 25 18-inch RICIPP Thickness Variance 1.5 mm LF 100 4.00$ 400.00$ -$ 5.50$ 550.00$ 26 Furnish and Install 21" RICIPP Lining (less than 100 LF) (10.5mm) LF 75 147.00$ 11,025.00$ -$ 162.97$ 12,222.75$ 27 Furnish and Install 21" RICIPP Lining (100 LF to 400 LF) (10.5mm) LF 500 93.00$ 46,500.00$ -$ 138.63$ 69,315.00$ 28 21-inch RICIPP Thickness Variance 1.5 mm LF 100 5.00$ 500.00$ -$ 6.11$ 611.00$ 29 Furnish and Install 24" RICIPP Lining (less than 100 LF) (10.5mm) LF 75 154.00$ 11,550.00$ -$ 241.32$ 18,099.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 30 Furnish and Install 24" RICIPP Lining (100 LF to 400 LF) (10.5mm) LF 500 101.00$ 50,500.00$ -$ 199.44$ 99,720.00$ 31 24-inch RICIPP Thickness Variance 1.5 mm LF 100 6.00$ 600.00$ -$ 6.72$ 672.00$ 32 Furnish and Install 30" RICIPP Lining (less than 100 LF) (12mm) LF 75 185.00$ 13,875.00$ -$ 274.23$ 20,567.25$ 33 Furnish and Install 30" RICIPP Lining (100 LF to 400 LF) (12mm) LF 500 129.00$ 64,500.00$ -$ 231.00$ 115,500.00$ 34 30-inch RICIPP Thickness Variance 1.5 mm LF 100 6.00$ 600.00$ -$ 7.33$ 733.00$ 35 Furnish and Install 36" RICIPP Lining (less than 100 LF) (15mm) LF 75 235.00$ 17,625.00$ -$ 337.41$ 25,305.75$ 36 Furnish and Install 36" RICIPP Lining (100 LF to 400 LF) (15mm) LF 500 175.00$ 87,500.00$ -$ 289.60$ 144,800.00$ 37 36-inch RICIPP Thickness Variance 1.5 mm LF 100 7.00$ 700.00$ -$ 8.56$ 856.00$ 38 Furnish and Install 42" RICIPP Lining (less than 100 LF) (16.5mm) LF 75 286.00$ 21,450.00$ -$ 388.90$ 29,167.50$ 39 Furnish and Install 42" RICIPP Lining (100 LF to 400 LF) (16.5mm) LF 500 218.00$ 109,000.00$ -$ 338.55$ 169,275.00$ 40 42-inch RICIPP Thickness Variance 1.5 mm LF 100 10.00$ 1,000.00$ -$ 9.78$ 978.00$ 41 Furnish and Install 48" RICIPP Lining (less than 100 LF) (19.5mm) LF 75 361.00$ 27,075.00$ -$ 461.00$ 34,575.00$ 42 Furnish and Install 48" RICIPP Lining (100 LF to 400 LF) (19.5mm) LF 400 290.00$ 116,000.00$ -$ 407.65$ 163,060.00$ 43 Furnish and Install 48" RICIPP Lining (greater than 400 LF) (19.5mm) LF 500 268.00$ 134,000.00$ -$ 279.60$ 139,800.00$ 44 48-inch RICIPP Thickness Variance 1.5 mm LF 100 12.00$ 1,200.00$ -$ 12.22$ 1,222.00$ 45 Chemical Grout Crack/Leak Seal LF 100 400.00$ 40,000.00$ -$ 22.00$ 2,200.00$ 46 Furnish and Install 60" RICIPP Lining (less than 100 LF) (28.5mm) LF 100 554.00$ 55,400.00$ -$ 816.76$ 81,676.00$ INNOVATIVE PIPELINE SYSTEMS 1100 Locust St Dept 2006 Des Moines, IA 50391 - Not prequalified INLINER Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 INSITUFORM Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 47 Furnish and Install 60" RICIPP Lining (100 LF to 400 LF) (28.5mm) LF 100 531.00$ 53,100.00$ -$ 630.69$ 63,069.00$ 48 60-inch RICIPP Thickness Variance 1.5 mm LF 100 16.00$ 1,600.00$ -$ 15.28$ 1,528.00$ 49 Setup Fee for Installing RICIPP in Easements EA 5 3,000.00$ 15,000.00$ -$ 4,277.92$ 21,389.60$ Grand Total Section C 1,064,834.00$ -$ 1,661,240.62$ Section D: BID ITEMS - Barnacle Removal UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT General 1 Project Sign LS 1 733.00$ 733.00$ -$ -$ 2 Easement Set-up EA 10 1,500.00$ 15,000.00$ -$ -$ 3 Root Cutting LF 500 14.00$ 7,000.00$ -$ -$ 4 Cleaning Video Recording LF 5000 2.00$ 10,000.00$ -$ -$ 5 Headwall/Upstream Structure Restoration (Grout/Seal) CY 5 2,208.00$ 11,040.00$ -$ -$ 6 Outfall Concrete Restoration CY 50 2,208.00$ 110,400.00$ -$ -$ 7 Clean and Paint Tideflex Valve EA 20 1,940.00$ 38,800.00$ -$ -$ 8 Mobilization LS 1 900.00$ 900.00$ -$ -$ 9 Maintenance of Traffic LS 1 1,500.00$ 1,500.00$ -$ -$ Barnacle Removal 10 Barnacle Removal Pipe Diamemter 0"-24"LF 1000 101 101,000.00$ 150 150,000.00$ -$ 11 Barnacle Removal Pipe Diamemter 25"-36"LF 1000 112 112,000.00$ 175 175,000.00$ -$ 12 Barnacle Removal Pipe Diamemter 37"-48"LF 1000 126 126,000.00$ 200 200,000.00$ -$ 13 Barnacle Removal Pipe Diamemter 49"-60"LF 1000 144 144,000.00$ 225 225,000.00$ -$ Grand Total Section D 678,373.00$ 750,000.00$ -$ incomplete bid, did not complete items 1-9 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0050 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Approve an increase to purchase orders with Tip Top Tree Experts LLC, of Weirsdale, FL, and TreesForYou.com, Inc. of Belleair Beach, FL, for palm tree pruning in the cumulative amount of $42,000.00, increasing the annual not to exceed amount from $216,000.00 to $258,000.00 with two, one-year renewal options, pursuant to Invitation to Bid (ITB) 42-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater has approximately 2,000 Palm Trees of different species located throughout our tourist destinations, sports complexes, and critical corridors. To ensure residents have a sustainable city through green measures focusing on the economy, environment, and community, these palms require annual trimming and others may require bi-annual trimming. October 18, 2023, City Council approved purchase orders to Tip Top Tree Experts LLC and TreesForYou.com for palm tree pruning on a unit price basis pursuant to ITB 42-23 in the annual amount of $216,000.00. The initial ITB did not include pruning of Sabal Palms; this increase provides for the pruning of Sabal Palms. City Council’s authorization to increase the current purchase orders up to $258,000.00 annually will cover the cost for servicing areas on a unit price basis for the initial term with two, one-year renewal options. APPROPRIATION CODE AND AMOUNT: 0101312-530300 $42,000 Funds are available in cost code 0101312, Urban Forestry, 530300, Contractual Services, in the amount of $42,000 to fund the first-year increase of this contract. Funding for future years will be requested in the annual budget process. STRATEGIC PRIORITY: Palm pruning is in alignment with Strategic Priorities:1.2 Maintain natural lands, environmental resources, and historic features through systematic management efforts. 4.3 Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. Page 1 City of Clearwater Printed on 3/5/2024 CITY OF CLEARWATER ITB # 42-23, PALM PRUNING AND MAINTENANCE SERVICES DUE DATE: August 24, 2023 at 10:00 AM BID TABULATION SUMMARY SERVICE AREA A: CLEARWATER BEACH VENDOR TOTAL BID Tip Top Tree Experts LLC 60,535.00$ TreesForYou.com $ 52,615.00 SERVICE AREA B: MEMORIAL CAUSEWAY AND DOWNTOWN CLEARWATER VENDOR TOTAL BID Tip Top Tree Experts LLC 93,870.00$ TreesForYou.com 59,635.00$ SERVICE AREA C: ATHLETIC SPORTS FIELDS AND CLEARWATER, EAST OF HIGHLAND AVE. VENDOR TOTAL BID Tip Top Tree Experts LLC 65,410.00$ TreesForYou.com 49,640.00$ Items with a star ( ) indicates intent to award. POINSETTIA AVEPOINSETTIA AVEBAYWAYBLVD BAYWAYBLVDMANDALAYAVEMANDALAYAVE LARBOARDWAYLARBOARDWAYFIFTHSTFIFTHST I SLANDWAYI SLANDWAYDEVONDR DEVONDR BAYESPLANADEBAYESPLANADE S GULFVIEW BLVD SGULFVIEWBLVD EAST SHORE DREAST SHORE DRROYAL WAYROYAL WAY SOMERSET STSOMERSET ST BAYMONT STBAYMONT ST DORY PSGEDORY PSGE PAPAYA STPAPAYA ST CORONADO DRCORONADO DRHAMDENDRHAMDENDRBAY ESPLANADEBAY ESPLANADECAUSEWAY BLVDCAUSEWAY BLVD ACACIASTACACIAST THIRD STTHIRD ST GULFBLVDGULFBLVDHARBOR ISHARBOR IS BRIGHTWATERDRBRIGHTWATERDR SKIFF PTSKIFF PTSNUGISSNUGISKENDALLSTKENDALLST AVALON STAVALON ST HEILWOOD STHEILWOOD ST SECOND STSECOND ST IDLEWILD STIDLEWILD ST CAMBRIA STCAMBRIA ST WINDWARD PSGEWINDWARD PSGE PALMIS NWPALMISNW HARBOR PS G E HARBOR P S G E PALMIS SWPALMISSWCYPRUS AVECYPRUS AVELEEWARDISLEEWARDISDOLP H I N P T DOLPH I N P T MI DWAYISMI DWAYI SPOINSETTIA AVEPOINSETTIA AVEPALM IS N E PALM IS N E PALM IS S E PALM IS S E ME M O R I A L C S W Y ME M O R I A L C S W Y BAYSIDEDR BAYSIDEDR Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Palm Pruning Maps\Palm Pruning Maps.aprx ² N.T.S.Scale:Page: 1 of 31/17/2024Date:AIReviewed By:KFMap Gen By: Palm Tree Pruning Clearwater BeachPrepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Legend Clearwater Service Area Area not in Clearwater Jurisdiction Palm Tree Pruning Locations LOCATION MAP BOHENI A C IR SBOHEN IA CIR SBRUCE AVEBRUCE AVEBOHENIACIR N BOHENIACIR N MANGO STMANGO ST POINSETTIA AVEPOINSETTIA AVEMANDALAY AVEMANDALAY AVEBAY ESPLANADEBAY ESPLANADELARBOARDWAYLARBOARDWAYNARCISSUSAVENARCISSUSAVEELDORADOAVEELDORADOAVEISLAND WAY ISLAND WAY DEVONDR DEVONDR LANTANAAVELANTANAAVEEAST SHORE DREAST SHORE DRVERBENA STVERBENA ST GARDENIA STGARDENIA ST KIPLING PLZKIPLING PLZ ROYAL WAYROYAL WAY SOMERSET STSOMERSET ST IRISSTIRISST ASTERSTASTERST BAYMONT STBAYMONT ST DORY PSGEDORY PSGE PAPAYA STPAPAYA ST CORONADODRCORONADODRHAMDEN DRHAMDEN DRCAUSEWAY BLVDCAUSEWAY BLVD BAY ESPLANADEBAY ESPLANADEACACIASTACACIAST THIRD STTHIRD ST HARBOR ISHARBOR IS SKIFF PTSKIFF PT JEWELST JEWELST SNUG ISSNUG ISKENDALLSTKENDALLST AVALON STAVALON ST HEILWOOD STHEILWOOD ST SECOND STSECOND ST IDLEWILD STIDLEWILD ST CAMBRIA STCAMBRIA ST WINDWARD PSGEWINDWARD PSGE PALMIS NWPALMISNW HARBOR P S G E HARBOR P S G E PALMIS SWPALMISSW SGULFVIEWBLVDSGULFVIEWBLVDCYPRUS AVECYPRUS AVELEEWARDI SLEEWARDISDOLPHIN PTDOLPHIN PT POINSETTIA AVEPOINSETTIA AVEME M O R I A L C S W Y ME M O R I A L C S W Y MI DWAYI SMIDWAYISWINDWARDISWINDWARDISPALM IS N E PALM IS N E PALM IS S E PALM IS S E Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Palm Pruning Maps\Palm Pruning Maps.aprx ² N.T.S.Scale:Page: 2 of 31/17/2024Date:AIReviewed By:KFMap Gen By: Palm Tree Pruning Island EstatesPrepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Legend Clearwater Service Area Area not in Clearwater Jurisdiction Palm Tree Pruning Locations LOCATION MAP N BETTY LNN BETTY LNPENNSYLVANIA AVEPENNSYLVANIA AVEELDRIDGE STELDRIDGE STAPACHE TRLAPACHE TRLNMYRTLEAVENMYRTLEAVESEMINOLE STSEMINOLE ST PALMETTO STPALMETTO STNMARTINLUTHERKING,JR.AVENMARTINLUTHERKING,JR.AVEPLAZA STPLAZA STNFORTHARRISONAVENFORTHARRISONAVEMARSHALL STMARSHALL ST SUNBURST C T SUNBURST C T PALM BLUFF S T PALM BLUFF S T NMADISONAVENMADISONAVESUNSETDRSUNSETDRVINE AVEVINE AVEENGMAN ST ENGMAN S T PINELAND DRPINELAND DRHART STHART STNGARDENAVENGARDENAVECARLTON STCARLTON ST OV E R B R O O K A V E OV E R B R O O K A V EHAR BORD R H ARB ORD RHART STHART ST CEDAR STCEDAR ST BLANCHEBLITTLEJOHNTRLBLANCHEBLITTLEJOHNTRLDOUGLAS AVEDOUGLAS AVEMAPLE STMAPLE ST NICHOLSON STNICHOLSON ST NJEFFERSONAVENJEFFERSONAVEFAIRMONTSTFAIRMONTST PRINCESS STPRINCESS ST PLEASANT STPLEASANT ST MAPLE STMAPLE ST BECKETT STBECKETT ST NICHOLSON STNICHOLSON ST S T EVENSON S DRSTEVEN SON S D R S T O C KTONDRS T O C KTONDRPALM BLUFF STPALM BLUFF ST JURGENS STJURGENS ST METTO STMETTO ST JADE AVEJADE AVERUSSELL STRUSSELL ST NOSCEOLAAVENOSCEOLAAVEGRANT STGRANT ST FAIRMONT S T FAIRMONT S T ENGMAN STENGMAN ST CLAIRE DRCLAIRE DR PENNSYLVANIA AVEPENNSYLVANIA AVEFAIRBURN AVEFAIRBURN AVESUNSETDRSUNSETDRNPRESCOTTAVENPRESCOTTAVENLINCOLNAVENLINCOLNAVEHOLT AVEHOLT AVENMISSOURIAVENMISSOURIAVEROOSEVELT AVEROOSEVELT AVENMADISONAVENMADISONAVEENGMAN STENGMAN ST NWASHINGTONAVENWASHINGTONAVECEDAR STCEDAR ST BIDWELL S T BIDWELL S T JACKSON RDJACKSON RDTAFTAVETAFTAVEALDEN AVEALDEN AVESPRUCE AVESPRUCE AVEBLANCHE B LITTLEJOHN TRLBLANCHE B LITTLEJOHN TRLC A R OL DRCAROLDR LASALLESTLASALLEST LEE STLEE ST NWASHINGTONAVENWASHINGTONAVEMOHAWK STMOHAWK ST TANGERINE STTANGERINE ST OSAGE STOSAGE ST MINNESOTA DRMINNESOTA DRWEST AVEWEST AVENMISSOURIAVENMISSOURIAVENMADISONAVENMADISONAVEFULTON AVEFULTON AVECARLTON STCARLTON ST ELDRIDGE STELDRIDGE ST NICHOLSON STNICHOLSON STDOUGLASAVEDOUGLASAVEENGMAN STENGMAN ST LASALLESTLASALLEST Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Palm Pruning Maps\Palm Pruning Maps.aprx ² N.T.S.Scale:Page: 3 of 31/17/2024Date:AIReviewed By:KFMap Gen By: Palm Tree Pruning N Martin Luther King Jr. AvePrepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Legend Clearwater Service Area Area not in Clearwater Jurisdiction Palm Tree Pruning Locations LOCATION MAP Please note all customers receiving stump grinding services. We are not responsible for any damages under ground.We will call locates on all stumps to be ground .Any damages resulting from stump grinding is at owners expense and is responsible for their own repairs for damages . Thank you MGMT. Tip Top Tree Experts, llc Mailing Address - P.O. 891 WEIRSDALE, FL 32195 US 352-750-9056 tiptoptrees@gmail.com http://www.tiptoptreeexpertsllc.com ADDRESS Ali Ismailoski City Of Clearwater 100 South Myrtle Ave, 3rd Fl Clearwater, Fl 33756 Estimate 7172 DATE 01/10/2024 SALES REP.JOB LOCATION J.Guenther As Requested (City Wide) ACTIVITY QTY RATE AMOUNT SERVICES(As Added to Scope of work w existing contract 42-23) Pruning Sabal Palms (Per Palm- City Wide- as requested) 0-35' 0 85.00 0.00 SERVICES(As Added to Scope of work w existing contract 42-23 ) Pruning Sabal Palms (Per Palm- City Wide- as requested) Over 35' 0 110.00 0.00 TOTAL $0.00 Accepted By Accepted Date Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0171 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve an increase to Wannemacher Jensen Architects (WJA) Inc., of St. Petersburg, FL for supplemental work order 1 in the amount of $614,965.00 for a new total of $818,916.00 pursuant to Request for Qualifications (RFQ) 08-23; Approve a Construction Manager at Risk (CMAR) agreement and preconstruction proposal from Creative Contractors of Clearwater, FL for Long Center Renovations in the amount of $86,375.00 pursuant to RFQ 07-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: The Long Center was issued a certificate of occupancy in 1990 and was operated by the Long Center Foundation until the city took ownership and the responsibility for its operation in 2003. The Long Center is unique in that it is one of the few indoor climate controlled competitive Olympic sized pool and therapy pool in Florida. The natatorium’s original heating ventilation and air conditioning (HVAC) system was unable to adequately handle the latent and sensible heat load caused by the indoor pool environment and the natatorium’s hollow structural steel (HSS) and non-insulated glass wall building envelope resulting in corrosion of the structural framing members. August 3,2023, City Council approved Wannemacher Jensen for Design Services “Clearwater Long Center Renovations” pursuant to RFQ 08-23 and approved a work order in the amount of $203,951 for development of two schematic level design options. The first option maintains a similar amount of glass windows surrounding the structure while the second option modifies the structure reducing the glass area thus decreasing construction and operating costs. The Parks and Recreation Department recommends City Council approve the less expensive design option and for WJA to move forward with the next step, development of 100% design and construction documents. Supplemental 1 work order from WJA is to design and develop construction documents increasing the work order value to $818,916.00. Estimated cost for the entire renovation project is $14.6 million with construction starting about January 2025 and completion within 14 months. APPROPRIATION CODE AND AMOUNT: 3157572-530100-C2202 $614,965.00 3157572-565100-C2202 $ 86,375.00 Funding is available in Capital Improvement project C2202, Long Center Major Renovation. STRATEGIC PRIORITY: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. The Long Center’s natatorium is in need of structrual repairs and replacement of the building envelope and airconditioning system to prevent further deterioration of the structure. Adopt remewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations. Lower the carbon footprint of the facility by incorporating a solar photovoltaic array on top of a new energy efficient natatorium building envelope. Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0171 Enhance employee health and productivity througha holistic approach to workplace wellness and benefit resources. Improve the indoor air quality of the natatorium by providing appropriate air conditioning and fresh air quantities. Page 2 City of Clearwater Printed on 3/5/2024 Wannemacher Jensen Architects, Inc. City of Clearwater Consultant Work Order Page 1 of 5 Revised: 11/28/2022 CONSULTANT SUPPLEMENTAL WORK ORDER #1 Date: 1/23/2024 1. PROJECT INFORMATION: Project Title: Design Services – Clearwater Long Center Renovations SD - CD City Project Number: 21-0026-PR City Plan Set Number: 2022008 Consultant Project Number: 2317 2. SCOPE OF SERVICES: WJ architects will take the city selected design option from the previous work order # 21-0026-PR and develop construction documents for the renovation of the Long Center that include; the repair of the structure as identified by the NDE testing and evaluation, the demolition and replacement of the mechanical system and associated work, a complete roof replacement, roof photovoltaic panels over the natatorium, a new envelope design reflecting the selected design option, a new insulated glass curtain wall and fenestration system, miscellaneous structural reinforcing, pool equipment upgrades and a new pool edge drain covers. The construction documents will also include as design alternates; the addition of a new sun deck to the west side of the natatorium and a holistic replacement of the pool equipment that services both pools. “The design plans shall be compiled using the City of Clearwater CAD standards, as attached” I. DESIGN DEVELOPMENT PHASE: Task 1.1: 60% Construction Documents & Cost Estimating This phase includes the design of all major building systems up to 60% completion, and construction cost estimates by WJ Create and an independent estimator. Work described in this phase includes HVAC replacement, roof system, building envelope improvements, and structural system modifications for the natatorium. This phase will also include the design for the sundeck addition and pool equipment replacement up to 60% completion. CONSULTANT WORK ORDER Design Services – Clearwater Long Center Renovations Wannemacher Jensen Architects 21-0026-PR City of Clearwater Consultant Work Order Page 2 of 5 Revised: 11/28/2022 II. CONSTRUCTION DOCUMENT PHASE: Task 2.1: Construction Documents & Cost Estimating This phase includes completion of the following task: 1. Detailing of major building system and components including: a. Building envelope b. Roof System c. HVAC System d. Structural repairs e. PV system f. Alternates 1. Sun deck addition 2. Pool equipment 2. Project manual 3. 90% Document submittal 4. 90% Cost estimate from WJ Create and independent cost estimator. 5. Budget revisions as required. 6. Coordinate and attend up to 2 progress meetings on site and up to six online meetings. 7. Submit to owner for approval. III. BIDDING & PERMITTING PHASE: Task 3.1 Bidding & Permitting Phase This phase includes working with the CM and responding to any bidder questions and/or providing clarifications for subcontractors on the work required for the renovation. This phase also includes getting the construction documents through the building & fire department permitting review . If required, we will revise our drawings to address any concerns revealed by the permitting departments. 3. PROJECT GOALS: The goals for this project are as follows: 1. To identify and communicate the work associated with the selected design. 2. To provide construction documents a contractor can use to price and perform the work required. 3. To permit the construction for the project. 4. To update and improve the performance of the building envelope. 5. To upgrade the pool filtration system 6. To improve the interior experience of the Long Center Natatorium. 4. FEES: See Attachment “A” CONSULTANT WORK ORDER Design Services – Clearwater Long Center Renovations Wannemacher Jensen Architects 21-0026-PR City of Clearwater Consultant Work Order Page 3 of 5 Revised: 11/28/2022 This price includes all labor and expenses anticipated to be incurred by Wannemacher Jensen Architects for the completion of these task in accordance with the Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not to exceed six hundred fourteen thousand nine hundred and sixty-five dollars ($614,965). Permit costs are not part of this work order. 5. SCHEDULE: The project is to be completed in 6 months (180 days) from issuance of notice-to- proceed. The project deliverables are to be phased as follows: Design Development: [60] calendar days Owner Review [15] calendar days 90% Construction Documents: [60] calendar days Owner Review [15] calendar days 100% Construction Documents: [15] calendar days 6. STAFF ASSIGNMENT: Wannemacher Jensen Architects Arturo Lopez, AIA, – Studio Director Chris Dunn, RA – Project Manager Jonah Samuel Cummins-Mikkalson, AAIA – Architectural Associate 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Wannemacher Jensen Architects Chris Dunn, RA – Project manager Arturo Lopez, AIA - Project Architect All City project correspondence shall be directed to: Dept. of Public Works Jeff Walker, P.E., CBO, LEED AP, PMP – Sr. Professional Engineer Mike Lockwood, Assistant Director, Parks and Recreation Dept. Art Kader, Interim Director, Parks and Recreation Dept. 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3157572-561300-C2202 CONSULTANT WORK ORDER Design Services – Clearwater Long Center Renovations Wannemacher Jensen Architects 21-0026-PR City of Clearwater Consultant Work Order Page 4 of 5 Revised: 11/28/2022 For work performed, invoices shall be submitted monthly to: ATTENTION: JAMIE GAUBATZ, SR ACCOUNTANT CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING PO BOX 4748 CLEARWATER, FLORIDA 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: CONSULTANT WORK ORDER Design Services – Clearwater Long Center Renovations Wannemacher Jensen Architects 21-0026-PR City of Clearwater Consultant Work Order Page 5 of 5 Revised: 11/28/2022 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. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 12. SPECIAL CONSIDERATIONS: The City will need to provide access to Architect and its consultants as needed. Specifically, the natatorium will need to be accessible and clear of all people for the NDE testing and equipment. 13. SIGNATURES: PREPARED BY: APPROVED BY: Jason Jensen Tara Kivett, P.E. President City Engineer Wannemacher Jensen Architects City of Clearwater Date Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Design Services – Clearwater Long Center Renovations Wannemacher Jensen Architects 21-0026-PR City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 1.0 Design Development 1.1 60% Construction Documents & Cost Estimating $119,000 $118,679 $237,679 Design Development Total: $237,679 2.0 Construction Documents 2.1 Construction Documents & Cost Estimating $186,500 $172,172 $358,672 Construction Documents Total: $358,672 3.0 Bidding & Permitting Bidding & Permitting $17,000 $1,614 $18,614 Bidding & Permitting Total: $18,614 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $ 6.0 Permit Fees N/A 7.0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) N/A GRAND TOTAL: $614,965 ATTACHMENT “B” (Include if applicable) CONSULTANT WORK ORDER – CITY DELIVERABLES Design Services – Clearwater Long Center Renovations Wannemacher Jensen Architects 21-0026-PR City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. __________________________________________________________________________________________________ 101 Creative Way Clearwater, Florida 33759 Tel 727 461 5522 CGC060364 Date: January 23, 2024 TO: Jeff Walker, P.E., CBO, LEED AP, PMP City of Clearwater – Public Works Department 100 S. Myrtle Ave., Suite 200 Clearwater, FL 33756 RE: CITY OF CLEARWATER PUBLIC WORKS DEPARTMENT/ENGINEERING LONG CENTER RENOVATIONS, 21-0026-PR Per your request, Creative Contractors, Inc. proposes to provide preconstruction services for the renovations to the Long Center Natatorium. We appreciate this opportunity to work with the City of Clearwater on this project enhancing the Natatorium portion of the Long Center. Scope of Work: This proposal includes all related preconstruction work as follows and is based on total duration of ten (10) months, March through December, 2024. Total cost of these services is $86,375 (Eighty - six thousand three hundred and seventy - five dollars.) 1. Estimating: a. Schematic Design, 30% Construction Documents (DD’s) and 60% Construction Documents Estimates b. Estimates and GMP’s for Early Release Package (Long Lead Procurement Items) c. Overall GMP Estimate 2. If required, obtaining proposals for Design Assist partners for Curtainwall System. a. Interview, recommend and award preconstruction packages, if applicable. 3. Subcontractor pre-qualification 4. Pre-bid conferences 5. Visual Site Investigation 6. Design and Construction Schedule and updates at each design phase 7. Presentations to the City of Clearwater 8. Attendance at Design and User Group meetings 9. Meetings and interaction with Vendors and Subcontractors 10. Value Enhancement cost options and recommendations 11. Optional building system analysis and recommendations 12. Mobilization / staging plans 13. Recommendations of project constructability 14. Printing costs for construction drawings and specifications during preconstruction, except final GMP process. 15. Sales tax savings analysis 16. Permitting assistance __________________________________________________________________________________________________ 101 Creative Way Clearwater, Florida 33759 Tel 727 461 5522 CGC060364 Exclusions: - Reimbursable cost items, final GMP Construction Document printing and copies. - Permit or Impact Fees - Surveys, Soil Borings and Geotechnical study. - Project management for purchasing and submittal review of the Early Release packages to be included in the Early Release Proposals. - Travel expenses to visit manufacturers and subcontractors that are located outside the Tampa Bay region. Travel expenses to be a reimbursable. - Professional Liability Insurance, if required will be a reimbursable. - Payment and Performance Bond for Preconstuction, if required will be a reimbursable. Total Preconstruction Services Fee will be $ 86,375, plus the reimbursable costs for printing of plans and specifications for the GMP. Cost Detail: Description Amount Cost of Work $86,375 Subtotal $86,375 General Conditions (or General Conditions/Supervision/Insurance/Bond) N/A Construction Management Fee N/A Contingency __0_% N/A Guaranteed Maximum Price $86,375 Project Duration shall be _288__ calendar days from the date of the Notice to Proceed. Code: 3157572-561300-C2202 For work performed, invoices shall be submitted to the City of Clearwater, Public Works Department, Engineering Attention: Jamie Gaubatz, Sr Accountant P.O. Box 4748, Clearwater, Florida, 33758-4748. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. CREATIVE CONTRACTORS INC. CITY OF CLEARWATER, FLORIDA By: _________________________________ By: ______________________________ Joshua Bomstein Jennifer Poirrier President City Manager ____________________________________ _______________________________ Date Date 1 CMAR Contract Construction Manager at Risk RFQ 07-24 This CONTRACT made and entered into on this _____ day of _______________, 20__, by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the “City” or “Owner”, and Creative Contractors Inc., authorized to do business in Pinellas County and State of Florida, hereinafter designated as the “Construction Manager”. The contracting entities shall collectively be known as the “Parties.” WITNESSETH: WHEREAS, the Clearwater City Council has approved using the Construction Manager at Risk approach on appropriate projects as determined by the City’s Engineering Department; and WHEREAS, the City desires to engage the services of the Construction Manager to provide management of the necessary construction, design, and preconstruction services (collectively referred to as the “Services”) subject to the terms and conditions set forth in this Contract and any agreement incorporated into this Contract by reference; and WHEREAS, the City selected the Construction Manager in accordance with the competitive selection process based on information and representations given by the Construction Manager in a response to Request for Qualifications 07-24. NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES THAT THE ABOVE RECITALS AND REPRESENTATIONS ARE TRUE AND ACCURATE AND ARE INCORPORATED HEREIN BY REFERENCE AND THE PARTIES FURTHER AGREE AS FOLLOW: ARTICLE 1: SCOPE OF WORK, CONTRACT DOCUMENTS, AND TERM 1.1 The Construction Manager and its successors, assigns, executors or administrators, in consideration of the sums of money, as herein after set forth to be paid by the City to the Construction Manager, shall and will at its own cost and expense perform all labor, furnish all materials, tools and equipment for all individual projects assigned as a result of this Contract. 1.2 For each individual project assigned, in accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings, if any, which may be herein referred to, are hereby made a part of this Contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. 1.3 Unless otherwise specified in this Contract, all work shall be completed in accordance with Section III and Section IV of the City of Clearwater Contract Specifications (the “Specifications”). For the purposes of this Contract, the term Contractor in Section III shall include the Construction Manager. The Specifications, as may be supplemented and changed, along with this Contract constitute the “Contract Documents.” All terms and 2 conditions set forth in RFQ 07-24, Standard Terms and Conditions are incorporated by reference and attached hereto. Any inconsistency in documents relating to this Contract shall be resolved by giving precedence in the following order: (i) Proposals(s); (ii) this Contract and any amendments; (iii) Specifications; (iv) RFQ 07-24, Standard Terms and Conditions. 1.4 The term of this Contract shall commence upon execution of this Contract by the Parties and shall terminate after completion and acceptance of the Projects as provided herein and upon final payment in accordance with the Contract Documents. ARTICLE 2: CONSTRUCTION MANAGER’S DUTIES AND STATUS 2.1 The Construction Manager recognizes the relationship of trust and confidence established between it and the City by this Contract, and agrees with the City to furnish its best skill and judgment and the overall supervision of its executives; to furnish efficient business administration and superintendence; and to use every effort to keep upon the project site at all times an adequate supply of workforce and materials to secure its execution and completion in the most expeditious and economical manner. 2.2 The Construction Manager represents that it has made a thorough examination of the premises and is thoroughly familiar with the conditions under which it is to work. 2.3 The Construction Manager agrees to perform and complete the Services in accordance with laws, rules, and regulations of all governmental authorities and departments thereof. 2.4 The Construction Manager agrees to cooperate with the City, Architect-Engineer, or any other Design Professional in all respects, including, but not limited to, providing necessary preconstruction services, such as evaluation of methods, availability and costs of the various components of the Services while under design consideration; supervising the Services and the progress thereof; the coordination of the Services and suggesting changes in the Services; and supplying information as to costs and availability of materials and methods of construction in order, amongst other things, to reduce costs wherever the same may be practicably consistent with the quality of the Services presented in the Contract Documents. 2.5 The Construction Manager agrees to the following: a) In connection with the performance of work under this Contract, the Construction Manager agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, national origin, or any other protected class under federal or state law. The aforesaid provision shall include, but not be limited to, the following employment: - upgrading - demotion or transfer - recruitment or recruitment advertising - lay-off or termination - rates of pay or other forms of compensation; and 3 - selection for training, including apprenticeship b) The Construction Manager agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. c) The Construction Manager further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker’s representatives, except sub-contractors for standard commercial supplies or raw materials. ARTICLE 3: SCOPE OF THE SERVICES 3.1 The services that the Construction Manager shall provide include but are not limited to those described in the following sections. 3.2 Reporting. Written reports shall be provided with the monthly pay requests as follows: a) Monthly Executive Summary which provides an overview of current issues and pending decisions, future developments and expected achievements, and any problems or delays, including code violations found by any permitting agency. b) A Monthly Construction Progress Report that includes a cost narrative, a scheduling narrative and that summarizes the work of the various subcontractors. This report shall include information from the weekly job site meetings as applicable such as: - general conditions - long lead supplies - current deliveries - safety and labor relations programs permits - construction problems and recommendations; and - plans for the succeeding month 3.3 Scheduling a) Upon award of this Contract, the Construction Manager shall submit a master project schedule covering the planning and design approvals, construction, and Owner occupancy of the project. This schedule will serve as the framework for the subsequent development of all detailed schedules. The master project schedule shall be produced and updated monthly throughout the project. b) Within thirty (30) days after the date of the Owner’s issuance of a Notice to Proceed, the Construction Manager shall prepare and submit to the Owner two copies of a Critical Path Method (CPM) construction schedule graphically depicting the activities contemplated to occur as a necessary incident to performance of the work required to complete the project, showing the sequence in which the Construction Manager proposes for each such activity to occur and duration (dates of commencement and completion, respectively) of each activity. 4 c) Following development and submittal of the construction schedule, the Construction Manager shall, at the end of each calendar month during the project, or at such earlier intervals as circumstances may require, update and/or revise the construction schedule to show the actual progress of the work performed and the occurrences of all events which have affected the progress of performance of work already performed or will affect the progress of the performance of the work yet to be performed in contrast with the planned progress of performance of such work, as depicted on the original construction schedule and all updates and/or revisions thereto as reflected in the updated and/or revised construction schedule last submitted prior to submittal of each such monthly update and revision. Each such update and/or revision to the construction schedule shall be submitted to the Owner in duplicate. d) The Construction Manager shall provide current scheduling information and provide direction and coordination regarding milestones, beginning and finishing dates, responsibilities for performance and the relationships of the Construction Manager’s work to the work of his subcontractors and suppliers to enable them to perform their respective tasks so that the development of construction progresses in a smooth and efficient manner in conformance with the overall project schedule. The schedule shall include all phases of the construction work, material supplies, long lease procurement, approval of shop drawings, change orders in progress, schedules for change orders, and performance testing requirements. The Construction Manager shall advise the Owner, its representatives and the Architect-Engineer of their required participation in any meeting or inspection giving each at least one-week notice unless such notice is made impossible by conditions beyond his control. The Construction Manager shall hold job-site meetings at least once each month with the Construction Team and at least once each week with the subcontractors and the Architect-Engineer’s Field Representative, or more frequently as required by work progress, to review progress, discuss problems and their solutions and coordinate future work with all subcontractors. e) Twice per month corresponding as closely as possible with progress review meetings, a “two week” look ahead report shall be prepared and submitted to Owner and Architect / Engineer. 3.4 Design Review and Recommendations a) The Construction Manager shall familiarize himself thoroughly with the evolving architectural, civil, mechanical, plumbing, electrical and structural plans and specifications and shall follow the development of design through Contract Documents. The Construction Manager shall make recommendations with respect to the selection of systems and materials, and cost reducing alternatives including assistance to the Architect-Engineer and Owner in evaluating alternative comparisons versus long term cost effect. The evaluation shall speak to the benefits of the speed of erection and early completion of the project. The Construction Manager shall furnish pertinent information as to the availability of materials and labor that will be required. The Construction Manager shall submit to the Owner and Architect-Engineer such comments as may be appropriate concerning construction, feasibility, and practicality. The Construction Manager shall bring to the Owner and the Architect-Engineer’s attention any apparent 5 defects in the design, drawing and specifications, or other documents. The Construction Manager shall prepare an estimate of the construction cost at appropriate milestones during the design and shall evaluate such estimate with the project budget. The Construction Manager shall recommend cost saving alternatives, as appropriate, at each design milestone. At each design milestone the Owner, Architect Engineer and Construction Manager shall conduct a value engineering review. b) After receiving the Construction Documents for each phase of the project, the Construction Manager shall perform a specific review thereof. Promptly after completion of the review, the Construction Manager shall submit to the Owner, with a duplicate to the Architect-Engineer, a written report covering suggestions or recommendations previously submitted, additional suggestions or recommendations as the Construction Manager may deem appropriate, and all actions taken by the Architect-Engineer with respect to same, any comments he may deem to be appropriate with respect to separating the work into separate contracts and/or alternative materials. c) At completion of the Construction Manager’s review of the plans and specifications, except only as to specific matters as may be identified by appropriate comments pursuant to this section, the Construction Manager shall warrant, without assuming any architectural or engineering responsibility, that the plans and specifications are consistent, practical, feasible and constructible. The Construction Manager shall warrant that the work described in the plans and specifications for the various bidding packages is constructible within the scheduled construction time. d) The Construction Manager shall review the design for the purpose of identifying long lead procurement items (i.e. machinery, equipment, materials, and supplies). When each item is identified, the Construction Manager shall notify the subcontractors, the Owner, and the Architect-Engineer of the required procurement and schedule. Such information shall be included in the bid documents and made a part of all affected sub-contracts. As soon as the Architect-Engineer has completed drawings and technical specifications and the Construction Manager has obtained permitting approval, the Construction Manager shall prepare invitations for bids. The Construction Manager shall keep informed of the progress of the respective subcontractors or suppliers, manufacturing or fabricating such items and advise Project Director, Owner and Architect-Engineer of any problems or prospective delay in delivery. 3.5 Staffing. Key personnel assigned to City projects by the Construction Manager shall not be removed from the project until alternate personnel acceptable to the City are approved in writing by the City. 3.6 Soliciting Bids a) Without assuming responsibilities of the Architect-Engineer, and unless waived in writing by the Owner, the Construction Manager shall prepare invitations for bids, or requests for proposal when applicable, for all procurements of long lead items, materials and services, and for Subcontractor contracts. Such invitations for bids shall be prepared in accordance with the following guidelines: 6 i) Contracts totaling $1,000 but not exceeding $10,000 may be entered into by the Construction Manager with the firm which is qualified and submits the lowest verbal quotation. The Construction Manager shall obtain a minimum of two (2) verbal quotations. These quotations shall be entered on a bid tabulation sheet and a copy of such tabulation sent to the Owner, Architect-Engineer and to each firm. The successful quotation shall be confirmed by written contract or purchase order to the low bid firm defining the scope and quality of work to be provided. ii) Contracts totaling $10,000 but not exceeding $200,000 may be entered into by the Construction Manager with the firm who is qualified and submits the lowest responsive proposal. The Construction Manager shall request at least three (3) firms to submit sealed written proposals based on written drawings and/or specifications. The written proposals shall all be opened publicly at the location, date and time named by the Construction Manager in his request for proposal. A tabulation of the results shall be furnished to the Owner, Architect-Engineer and to each firm. iii) Contracts totaling $200,000 but not exceeding $500,000 may be entered into by the Construction Manager with the firm who is pre-qualified and submits the lowest responsive proposal. The Construction Manager shall advertise these projects at least once with the last advertisement appearing at least 21 calendar days prior to the established bid opening date. These proposals shall be based on approved plans and specifications. Bids shall be received and opened publicly at the location, date and time established in the bid advertisement. iv) Contracts totaling $500,000 or greater shall be treated the same as described under iii above except that the advertisement shall be run for at least 30 days prior to the established bid opening and at least 5 days prior to any scheduled pre-bid conference. v) Individual purchases of materials or rentals or leases of equipment of up to $999.99 each may be made without bids or quotes when reasonably necessary to expedite work on the project; however, the Construction Manager shall not divide or separate a procurement in order to avoid the requirements set forth above. vi) Site utilities may be acquired at market rates from the entity(ies) providing such in the franchise area. b) For each separate construction contract exceeding $35,000, the Construction Manager shall, unless waived by Owner, conduct a pre-bid conference with prospective bidders, the Architect-Engineer, and the Owner. In the event questions are raised which require an interpretation of the bidding documents or otherwise indicate a need for clarification or correction of the invitation, the Construction Manager shall transmit these to the Architect-Engineer and upon receiving clarification or correction in writing shall prepare an addendum to the bidding document, and issue same to all of the prospective bidders. 3.7 Quality Control. The Construction Manager shall develop and maintain a program, 7 acceptable to the Owner and Architect-Engineer that assures quality control of the construction. The Construction Manager shall supervise the work of all subcontractors providing instruction to each when their work does not conform to the requirements of the plans and specifications and shall continue to assert influence and control over each subcontractor to ensure that corrections are made in a timely manner so as to not affect the efficient progress of the work. Should disagreement occur between the Construction Manager, the Owner or the Architect-Engineer over acceptability of work and conformance with the requirements of the specifications and plans, the Owner shall be the final judge of performance and acceptability. 3.8 Subcontractor Interfacing. The Construction Manager shall be the single point of interface with all subcontractors for any work done under this Contract. The Construction Manager shall negotiate all change orders, field orders and request for proposals, with all affected subcontractors and shall review the costs of those proposals and advise the Owner and Architect-Engineer of their validity and reasonableness, acting in the Owner’s best interest prior to requesting approval of each change order from the Owner. Before any work is begun on any change order, a written authorization from the Owner must be issued. When health and safety are threatened, however, the Construction Manager shall act immediately to remove such threat to health and safety. The Construction Manager shall also carefully review all shop drawings and then forward the same to the Architect-Engineer for review and actions. The Architect-Engineer will transmit them back to the Construction Manager who will then issue the shop drawings to the affected subcontractor for fabrication or revision. The Construction Manager shall maintain a record to promote expeditious handling. The Construction Manager shall request the Architect-Engineer to make interpretations of the drawings or specifications requested of him by the subcontractors and shall maintain a record to promote timely response. The Construction Manager shall advise the Owner and Architect-Engineer when timely response is not occurring on any of the above. The Construction Manager shall collect, review, and submit to the Owner, all project closeout documentation including operation, maintenance, and training manuals. ARTICLE 4: MAXIMUM PROJECT COST AND FEES FOR SERVICES 4.1 Guaranteed Maximum Price for Construction a) When the Construction Documents are sufficiently complete to establish the scope of work for the project or any portion thereof, the Construction Manager will establish and submit in writing to the Owner for his approval a Guaranteed Maximum Price (GMP) guaranteeing the maximum price to the Owner, for the construction cost of the project or designated part thereof. Such Guaranteed Maximum Price will be subject to modification for changes in the project as provided in article 4.1(e) below. Actual price paid for the work by the Owner, however, shall be the actual cost of all work subcontracts, supply contracts, direct labor costs, direct supervision costs and direct job costs, plus the Construction Manager’s fees or the GMP, whichever is less when the work is complete. Invoicing shall occur monthly for completed work with 5% retainage withheld until final completion and acceptance of all work covered in the contract documents in accordance with the City’s General Conditions. GMP Proposals will be incorporated by reference 8 and attached hereto as exhibits. b) At the time of submission of a Guaranteed Maximum Price, the Construction Manager will verify the time schedule for activities and work which were adopted and used to determine the Construction Manager’s cost of work. In addition to the cost of work, a GMP will include an agreed upon sum as the construction contingency which is included for the purpose of defraying the expenses due to unforeseen circumstances relating to construction. The Construction Manager will be required to furnish documentation evidencing expenditures charged to the contingency prior to the release of funds by the Owner. If bids are received below the applicable line items in the GMP, the surplus will be added to the contingency. c) If bids are received above the applicable line item in the GMP, the deficiency will be taken from the contingency; however, such occurrence shall not be cause to increase the GMP. d) If bids are not received for a portion of the work at or below the applicable line item amount in the GMP, the Construction Manager reserves the right to perform that portion of the work as acknowledged by the Owner or negotiate for its performance for the specified line item lump sum amount or less. e) The increase or decrease in the Guaranteed Maximum Price resulting from a change in the project shall be determined in one or more of the following ways: i. By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation by the Architect-Engineer and Owner; ii. By unit prices stated in the agreement or subsequently agreed upon; iii. If none of the methods is agreed upon, the Construction Manager, provided it has received a signed written order by the Owner, shall promptly proceed with the work involved. The cost of such work shall then be determined on the basis of the reasonable expenditures and savings of those performing the work attributed to the change. In the event a change order is issued under these conditions, however, the Architect-Engineer will establish an estimated cost of the work and the Construction Manager shall not perform any work whose cost exceeds that estimate without prior written approval by the Owner. In such case, the Construction Manager shall keep and present, in such form as the Owner may prescribe, an itemized accounting together with appropriate supporting data of the increase in the cost of the project. The amount of decrease in the Guaranteed Maximum Price to be allowed by the Construction Manager to the Owner for any deletion or change which results in a net decrease in cost will be the amount of the actual net decrease; iv. The Architect-Engineer will have authority to order minor changes in the project not involving an adjustment in the Guaranteed Maximum Price or an extension of the Construction Completion Date and not inconsistent with the intent of the 9 Drawings and Specifications. Such changes shall be affected by written order. Documentation of changes shall be determined by the Architect-Engineer. Changes shall be approved by the Architect-Engineer. 4.2 Construction Manager’s Fee. In consideration of the performance of the contract, the Owner agrees to pay the Construction Manager as compensation for his services, fees as set forth below: Preconstruction Phase Fee. This fee shall be based on design costs if applicable, constructability review, value engineering and fee determination of Guaranteed Maximum Price. The fee for this phase in the amount of $86,375 shall be paid at the negotiated price upon receipt of the Guaranteed Maximum Price. Preconstruction Service Proposals will be incorporated by reference and attached hereto as exhibits. Construction Phase Fee. Prior to commencement of the Construction Phase, the Owner will direct the Construction Manager in writing to proceed into the Construction Phase. The Construction Manager’s compensation for work or service performed during the Construction Phase shall be a fee of $ TBD. The Construction Phase Fee shall be invoiced and paid in TBD months. Payments will be remitted monthly at the cost of $ TBD each and one final monthly payment of $ TBD. The first monthly payment shall become due thirty days following the issuance of the first Construction Authorization and the final monthly payment shall be paid only when construction of the project is completed and occupancy of the project accepted by the Owner. If construction is authorized only for a part of the project, the fee paid shall be proportionate to the amount of work authorized by the Owner. ARTICLE 5: TERMINATION AND TIME OF THE ESSENCE 5.1 If the Construction Manager is adjudged bankrupt or makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of its insolvency, or if refuses or fails, except in cases for which an extension of time is provided, to supply enough properly skilled workmen or proper materials for the Services, or otherwise be guilty of a substantial violation of any provision of this Contract as determined by the certificate of the Architect, the Owner may, without prejudice and reserving any other right or remedy the Owner may have, after giving the Construction Manager seven (7) days’ written notice, terminate this Contract with the Construction Manager and take possession of the premises and all materials, tools, and appliances thereon and finish the project in whatever manner the Owner may deem expedient. The City may also terminate this Contract pursuant to Article 15, Section III of the Contract Specifications. 5.2 It is mutually agreed between the Parties hereby that time is of the essence of this Contract, and in the event that the Substantial Completion Date is not achieved within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Construction Manager, the sum of $1,000.00 per day for each day that the work to be performed by the Construction Manager remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of 10 the Construction Manager to complete the work within the time stipulated, it being further agreed that the sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Construction Manager to complete and perform all work within the time period as specified in this Contract. ARTICLE 6: INDEMNIFICATION 6.1 To the fullest extent permitted by law, Construction Manager 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 the Construction Manager, its contractors, subcontractors, agents, employees, or personnel under this Contract; (ii) any negligent acts, errors, mistakes or omissions by Construction Manager, its contractors, subcontractors, agents, employees, or, personnel; and (iii) Construction Manager, its contractors, subcontractors, agents, employees, or personnel failure to comply with or fulfill the obligations established by this Contract. 6.2 The Construction Manager 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. 6.3 The City assumes no liability for actions of Construction Manager and will not indemnify or hold Construction Manager or any third party harmless for claims based on this Contract or use of Construction Manager provided supplies or services. 6.4 Nothing contained herein shall be construed as a waiver of any immunity from or limitation of liability the City (Owner) may be entitled to under the doctrine of sovereign immunity or section 768.28, Florida Statutes. 6.5 This article shall survive the termination of this Contract. ARTICLE 7: TITLE TO THE PROJECT 7.1 The title of all work, completed portions of the project and in the course of construction, and of all materials on account of which payment has been made shall be in the Owner. ARTICLE 8: ASSIGNMENT 8.1 This Contract shall be binding upon and inure to the benefit of the Parties hereto and their respective successors and assigns, except that this Contract may not be assigned by either party without the prior written consent of the other party. Any assignment made without such prior written consent shall not vest rights in the assignee. ARTICLE 9: ADDITIONAL PROVISIONS 11 9.1 This Contract shall be governed by and construed in accordance with the laws of the State of Florida, and the venue for any dispute under this Contract shall be an appropriate court of competent jurisdiction in Pinellas County, Florida. 9.2 Any notice required to be given by the terms and provisions of this Contract or by any law or governmental regulation, either by the Owner or Construction Manager, shall be in writing unless otherwise required by such law or regulation and shall be deemed to have been served and given when deposited in either Registered or Certified Mail in United States Branch Post Office, addressed to the party hereto to whom directed, at the address specified in the Specifications. 9.3 The language in this Contract shall be construed according to its customary meaning within the Florida building industry. Whenever used, the singular shall include the plural, the plural the singular, and the use of any gender shall be applicable to all genders. 9.4 If any provision of the Contract Documents is invalid or unenforceable as against any person or party, the remainder of the Contract Documents and the applicability of such provision to other persons or parties shall not be affected thereby. 9.5 The Parties are acting herein solely as independent contractors. Nothing herein contained will create or be construed as creating a partnership, joint venture, or agency relationship between the Parties. Each Party acknowledges and agrees that it neither has nor will give the appearance or impression of having any legal authority to bind or commit the other Party in any way. Each Party will be solely responsible for all wages, income taxes, worker’s compensation, and any other requirements for all personnel it supplies in connection with this Contract. 9.6 The City’s performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Clearwater City Council. 12 IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the date and year first above written. (Corporate Seal) FIRM NAME By: ______________________________ Print Name: ____________________ Title: __________________________ WITNESS: By: ______________________________ Print Name: ____________________ Countersigned: CITY OF CLEARWATER ____________________________ ___________________________________ Brian J Aungst Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ ___________________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33578-4748 727-562-4630 Tel REQUEST FOR QUALIFICATIONS #07-24 Construction Manager at Risk – Long Center Renovations November 29, 2023 NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of Clearwater (City) until 10:00 AM, Local Time, January 4, 2024 to provide Construction Management Services for Long Center Renovations. Brief Description: The City of Clearwater is seeking a Construction Manager at Risk firm to join the project team for the renovation of the Clearwater Long Center located at 1501 N. Belcher Road, Clearwater, Florida. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. This Request for Qualifications, any attachments and addenda are available for download at https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the response in accordance with the instructions. This document (less this invitation and the instructions) and any required documents, attachments, and submissions will constitute the response. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement Manager. This Request for Qualifications is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS CMAR – Long Center Renovations 2 RFQ #07-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Contact listed on Page One (1). Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their response. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a response. i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: January 4, 2024 Time: 10:00 AM (Local Time) The City will open all responses properly and timely submitted and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, responses are available for inspection by contacting the Procurement Division. i.4 SUBMIT RESPONSES TO: It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Respondents may mail or hand-deliver responses to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Responses will be received at this address. Respondents may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a response that is not properly addressed and identified. i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City’s Procurement Division as the official time. i.6 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. INSTRUCTIONS CMAR – Long Center Renovations 3 RFQ #07-24 Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.7 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page One (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses shall be submitted on the forms provided. An original and the designated number of copies of each response are required. Responses, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the response is not properly signed or if any changes are not initialed, it may be considered non-responsive. The City may require that an electronic copy of the response be submitted. The response must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the response. i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a (sub)contractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be INSTRUCTIONS CMAR – Long Center Renovations 4 RFQ #07-24 the official solicitation document. i.12 ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the procurement process, including respondents and contractors. To achieve the purpose of this Article, it is essential that respondents and contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. i.14 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION CMAR – Long Center Renovations 5 RFQ #07-24 i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents shall not initiate discussions with any City employee or official. 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.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. The criteria that will be evaluated and their relative weights are: Evaluation Criteria (pgs. 11-12) Points Qualifications, Experience, and References (Tab 2) 35 Project Approach (Tab 3) 30 Project Staff and Availability (Tab 4) 30 Safety Record (Tab 5) 5 i.17 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on a preliminary evaluation against the evaluation criteria. Only those short-listed proposers would be invited to give presentations and/or interviews. The City will finalize ranking of the firms upon conclusion of presentations/interviews. i.18 PRESENTATIONS/INTERVIEWS. If requested, the respondent must provide a formal presentation and/or interview. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City to accept the response as submitted. If respondent fails to sign all documents necessary to INSTRUCTIONS – EVALUATION CMAR – Long Center Renovations 6 RFQ #07-24 successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s Purchasing website at https://www.myclearwater.com/business/rfp to view the Procurement Division’s Intent to Award postings. i.21 RFQ TIMELINE. All dates are tentative and subject to change. Release RFQ: 11/29/2023 Advertise Tampa Bay Times: 12/06/2023 Responses due: 01/04/2024 Review responses/presentations: 01/04/2024-01/26/2024 Award recommendation: 01/26/2024 Council authorization: February 2024 Contract begins: February 2024 DETAILED SPECIFICATIONS CMAR – Long Center Renovations 7 RFQ #07-24 1. PROJECT MISSION. The City of Clearwater (City) is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses, and visitors. The City is looking for consultants, contractors and vendors who share that dedication and will help the City meet that goal. 2. INTRODUCTION. The City of Clearwater is seeking a Construction Manager at Risk (CMAR) firm to renovate the Clearwater Long Center natatorium, located at 1501 N. Belcher Road, Clearwater, Florida. The CMAR will provide management of the preconstruction and construction phase services (collectively referred to as the Services) as described herein. 3. BACKGROUND. The Long Center was issued a certificate of occupancy in 1990. The natatorium’s heating ventilation and air conditioning (HVAC) system is unable to adequately handle the latent and sensible heat load caused by the indoor pool environment and the natatorium’s hollow structural steel (HSS) and non-insulated glass wall building envelope. In 2009, the pool’s HVAC system was revised to include a new central Dectron dehumidifier with the hope of better controlling the natatorium’s humidity levels. In 2018, the City commissioned an independent study of the operation and condition of the natatorium. The report identified several issues that the City wants addressed by a renovated natatorium. To this day, the natatorium continues to have high humidity which has resulted in areas of isolated corrosion of the natatorium’s HSS frame. In addition to the humidity problem, the natatorium is a pre-Florida Building Code design and thus does not meet current energy conservation goals or the fenestration large missile impact resistance requirement. 4. SCOPE OF SERVICES. The primary goal of the renovation is to resolve the natatorium’s high humidity and resulting frame corrosion. In conjunction with meeting these goals, it is expected that a new or renovated natatorium will produce a more energy efficient, sustainable (reference Clearwater Greenprint 2.0), and storm-resistant building. Scope of Services will include major renovation/replacement of natatorium building envelope including a reroof, roof top solar PV array, new natatorium HVAC system including ductwork, pool mechanical room equipment replacement and new lap pool perimeter gutter drains and deck coating. The CMAR is expected to join the project team shortly after the 30% design phase to provide preconstruction phase services to the City via a negotiated agreement. The renovation shall be constructed in single or multiple phases, depending on pool operational requirements. Construction is targeted to begin in the Spring of 2025 with an expected construction duration of approximately one (1) year. When the project value engineering is sufficiently complete to establish the scope of work for the project or any portion thereof, the CMAR will establish and submit in writing to the City for approval a Guaranteed Maximum Price (GMP) for the project. Once the GMP for construction of the project is agreed upon, the City staff may recommend to City Council to award the CMAR firm the Construction Manager at Risk contract. A CMAR Services Contract SAMPLE (Exhibit B) has been included with this solicitation. If a GMP cannot be agreed upon, the City may negotiate with the next highest ranked CMAR firm. The following documents are included with this RFQ: Exhibit A_Long Center Natatorium Renovation Map Exhibit B_SAMPLE CMAR Contract. Standard Construction Manager at Risk Services contract to be entered into upon successful negotiation. Applicable terms for City construction contracts referenced in Exhibit B are available at https://www.myclearwater.com/government/city-departments/engineering/documents-publications/contract-specifications Exhibit C_Forms. Truth in Negotiation, E-Verify and Scrutinized Companies forms required per Florida Statute. DETAILED SPECIFICATIONS CMAR – Long Center Renovations 8 RFQ #07-24 Exhibit D_Standard Terms and Conditions. Standard Terms and Conditions applicable to the Purchase Order for pre-construction and construction phase services. 5. INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If the Contractor is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then Contractor’s Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. f. Contractor shall maintain Pollution Liability Insurance to respond to bodily injury, property damage, and environmental damaged caused by a pollution incident. The minimum limits of liability shall be $1,000,000 (one million dollars) per Occurrence/$2,000,000 (two million dollars) Aggregate for the Project. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. DETAILED SPECIFICATIONS CMAR – Long Center Renovations 9 RFQ #07-24 OTHER INSURANCE PROVISIONS. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured.” In addition, when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFQ #07-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for Contractor’s negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Contractor’s obligation to provide the insurance coverage specified. MILESTONES CMAR – Long Center Renovations 10 RFQ #07-24 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. February 2024 – December 2025. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. RESPONSE FORMAT CMAR – Long Center Renovations 11 RFQ #07-24 1. RESPONSE SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. If submitting electronically, hard copies are not required. 2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x 11" paper. A single 8½" x 11" sheet printed on both sides is two (2) pages. All information must be assembled and indexed in the order indicated below. The page count shall not exceed twenty-two (22) total pages, including typed text, graphics, charts and photographs. The total page count does not include documents submitted for Tabs 6 and 7, the tabbed separator pages, cover page, and back page. TAB 1 – LETTER OF INTEREST (two [2] pages). The cover letter must include the full legal name of the firm, the following information, and must be signed by an authorized representative of the company, preferably the president. Offeror must attach proof to the letter of signing authority for any representative who signs the cover letter other than the president. a. A brief summary of the proposing firm’s interest in providing the requested services. b. A statement of the Offeror’s understanding of the Construction Manager at Risk (CMAR) services with Guaranteed Maximum Price (GMP) to be provided. c. The address of the office conducting the CMAR services d. The address of the office that would administer the agreement. e. List Corporate officers, partners, or owners of your organization with titles and addresses. If the Offeror is a publicly held company list chairman of the board, chief executive officer (CEO), and president. f. The names(s) of the person(s) that will be authorized to make representations for the Offeror, including their titles, addresses, telephone numbers, and e-mail addresses. TAB 2 – QUALIFICATIONS, EXPERIENCE, AND REFERENCES (eight [8] pages). Explain related CMAR services experience for building renovation, include examples of similar completed projects. Provide list of construction projects with construction value of $10 million or more, both active and completed in the last five (5) years. Include the project name, location, owner, Architect/Engineer, description, dates services were performed for the project including original and final completion dates; color images of projects; initial and final construction cost (explain deviations from GMP), including change orders; initial and final contract duration (explain deviations); type of contract and the stage of design or construction that the construction contract amount (GMP) was agreed upon. Provide a minimum of three (3) references from similar projects using a CMAR with the GMP process with a value of $10 million or more within the past five (5) years. Reference projects must include: a. Offeror’s project management team assigned to respective project who will be designated for this RFQ’s project team. b. Client project manager name, title, email address, and telephone numbers. c. Reference letters from the project owner(s) must be specific to the referenced project (not included in page count). TAB 3 – PROJECT APPROACH (six [6] pages). Demonstrate the ability to provide the Concept Review and Cost Analysis, Pre-construction and Construction Phase services. Expand on items such as reporting systems, scheduling, construction phasing, cost estimating and value engineering (VE). Include examples of similar multi-phase projects where these processes have been used. RESPONSE FORMAT CMAR – Long Center Renovations 12 RFQ #07-24 a. Explain how the Offeror will provide the: (1) leadership; (2) management; and (3) administration required to be successful in the renovation of this project. b. Explain generally how Offeror will provide the Concept Review and Cost Analysis Services. c. Provide a summary of cost control methods for the (1) Pre-construction Phase; and (2) Construction Phase of the Project. d. Explain how the Offeror will manage construction activities and ensure public safety. e. Provide estimated duration of proposed construction phases. f. Describe how firm will maintain quality control methods for the (1) Pre-construction Phase; and (2) Construction Phase of the project. g. Describe how firm will maintain schedule control methods for the (1) Pre-construction Phase; and (2) Construction Phase of the project. h. Explain firm’s team approach to resolve potential conflicts with the (1) trade contractors and (2) City. i. Provide a brief narrative outlining why your firm is the best qualified to perform the CMAR services with GMP outlined in this RFQ. j. Provide key considerations for a project with a high humidity environment. TAB 4 – PROJECT STAFF AND AVAILABILITY (four [4] pages). Provide a list of key personnel the Offeror will commit to the project for its duration. Identify specific roles for each listed staff (such as project executive, project manager, on-site senior staff, superintendent etc.). Confirm that no key staff changes will take place without written authorization of the City. Identify prior similar projects the key personnel listed have worked on together as a team on behalf of the Offeror. Demonstrate staff’s knowledge of local work force, permitting processes, potential challenges on this project and solutions. Explain how expert sub-contractors in their field will be selected in a cost compatible process. Provide a list of key sub-contractors, their references, and a MOU for their commitment to join your team. Identify prior projects the key sub-contractors have worked on with your team. MOUs will not count towards page limitation. TAB 5 –SAFETY RECORD (two [2] pages). Provide data on the Offeror’s safety record of the past three (3) years as a percentage of employees’ direct hire fixed work hours, rounded to the nearest 1,000. Data should include the number of injuries and illnesses; number of lost time accidents; number of recordable cases; number of fatalities. Provide a number of direct hire fixed hours worked. List your organization’s Workers’ Compensation Experience Modification Rate (EMR) for the last seven (7) years as obtained from your insurance agent. Provide logistics and safety overview of working over pool and protecting existing decking and pool area. TAB 6 – Litigation. NOTE: this is not considered Confidential or Proprietary information – any response indicating such may be deemed non-responsive to the RFQ. 1. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. 2. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. 3. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a RESPONSE FORMAT CMAR – Long Center Renovations 13 RFQ #07-24 governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement; or (iii) any other matter before an administrative body.) 4. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. TAB 7 - Other Forms. The following forms should be completed and signed: 1. Exceptions, Additional Materials, Addenda form 2. Company Information form 3. Response Certification form 4. Exhibit C_Forms 5. Copy of the firm’s current Florida Department of Business and Professional Regulation’s License and Contractor License 6. If the firm is a corporation, a copy of the current Florida Corporation Registration 7. W-9 Form. All responses should include a fully completed, most current W-9 form. Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA CMAR – Long Center Renovations 14 RFQ #07-24 Respondents shall indicate any and all exceptions taken to the provisions or requirements in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Response non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this response Additional Materials attached (describe--attach additional pages if needed) Addenda Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website at https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any addenda issued may render a Bid Non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name__________________________________________________ Date__________________ COMPANY INFORMATION CMAR – Long Center Renovations 15 RFQ #07-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this response: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. RESPONSE CERTIFICATION CMAR – Long Center Renovations 16 RFQ #07-24 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: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER CMAR – Long Center Renovations 17 RFQ #07-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #07-24, CMAR – Long Center Renovations Due Date: January 4, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #07-24, CMAR – Long Center Renovations Due Date: January 4, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ 1) Biltmore Construction Co., Inc.2) Creative Contractors, Inc 1055 Ponce de Leon Blvd 101 Creative Way Belleair, FL 33756 Clearwater, FL 33759 727.585.2084 727.461.5522 3) J.O. DeLotto & Sons, Inc 4) The A.D. Morgan Corporation 924 E Busch Blvd 716 N Renellie Dr.Tampa, FL 33612 Tampa, FL 33609 813.935.2191 813.832.3033 Certified: WBE ADVERTISED: TAMPA BAY TIMES 12/6/2023 POSTED:myclearwater.com 11/29/23-01/04/24 Due/Opening: January 4, 2024; 10:00 a.m. REQUEST FOR QUALIFICATIONS No. 07-24 Construction Manager at Risk - Long Center Renovations Solicitation Response Listing FOR THE CITY OF CLEARWATER |1CITY OF CLEARWATER LONG CENTER NATATORIUM RENOVATION (21-0026-PR) |2CITY OF CLEARWATER City Field Trip to FAST (Florida Aquatics Swimming & Training) Ocala, FL |3CITY OF CLEARWATER Option 1 (N&W Elevations) |4CITY OF CLEARWATER Option 1 (East Elevation) |5CITY OF CLEARWATER Option 1 (Interior & North Elevation) |6CITY OF CLEARWATER Design Option 2 (Reduced Fenestration, N&W Elevations) |7CITY OF CLEARWATER Option 2 with Enclosed Sun-Deck (N&W Elevations) |8CITY OF CLEARWATER Option 2 Interior with Enclosed Sun-Deck |9CITY OF CLEARWATER Option 2 (East Elevation) |10CITY OF CLEARWATER Option 2 (Interior & North Elevation) |11CITY OF CLEARWATER Option 2 Roof Plan (Solar PV & HVAC) |12CITY OF CLEARWATER SUMMARY Staff’s Recommendation: Option 2 -Architect’s Estimate of Construction Cost Saving: $1.1 Million -Architect’s Estimate of Annual Energy Savings: $20,000/yr. -Reduced Solar Heat Gain (green house effect) -Optimum Natural Lighting Without Excessive Glare and Heat -Reduced Building Maintenance 132 Mirror Lake Drive N. Unit 301/Wannemacher Jensen Arch itects, Inc./ 727.822.5566/www.wjarc.com/ AR94244 December 27, 2023 Jeff Walker, P.E. CBO, LEED AP, PMP Sr. Professional Engineer City of Clearwater Dept. of Public Works 1501 N. Belcher Rd. Clearwater, FL RE: The Long Center Natatorium Life Cycle Analysis Mr. Walker WJ Architectecs has completed the Life Cycle Analysis associated with The Long Center Natatorium. Our process and findings are described in the following pages and documents. Should there be any question regarding this study please don’t hesitate to contact Arturo Lopez via email at Arturo.lopez@wjarc.com or by phone at 727.308.2432. We look forward to working with you again in the future on this project or other projects. Respectfully Submitted, WJ Architects Arturo D. Lopez AIA Studio Director / Project Manager Table of Contents Project Summary & Findings 3 Appendix 4 1. Design Options 2. Cost Estimates a. Construction Consultants & Associates Cost Estimate b. WJ Create Cost Estimate 3. Non Destructive Evaluation testing 4. Energy Model Analysis 5. 30 Yr. HVAC Cost Comparison Project Information & Intent The Long Center Natatorium is in the City of Clearwater at 1501 N Belcher Rd. it houses two swimming pools that are used for community events and swim competitions. The building is a single-story structure, composed of an exposed steel and single pane window system envelope along the north, b. Name Date Page 5 Appendix Wannemacher JensenArchitects, Inc.132 Mirror Lake Drive N. Unit 301, St. Petersburg, Florida 33701-3214AA0002277No. DescriptionDatePREPARED FOR:TYPE CLIENT NAMEX CLIENT SIGNATURE AUTHORIZING PRODUCTION DOCUMENTS TO PROCEED INTO NEXT PHASE_ DATE11/28/2023 5:02:54 PMLONG CENTER NATATORIUM1501 N BELCHER RD. CLEARWATER FL, 33765McKim & Creed1365 Hamlet Ave. Clearwater, FL. 33756STRUCTURAL ENGINEEREmerald Engineering9942 Currie Davis Dr. Ste H. Tampa, FL. 33619MEP & FP ENGINEERCouncilman Hunsaker3636 Geyer Rd, Suite 100, St. Louis, MO. 63127SWIMMING POOL ENGINEERMILESTONE HERESCHEMATIC BID SET10.23.23OPTION 1City of Clearwater GENERAL NOTES 1. EXISTING ITEMS AND CONDITIONS ARE DEPICTED AND DESCRIBED ON THESE DRAWINGS ACCORDING TO THE BEST AVAILABLE INFORMATION AND SURVEYS. THE ARCHITECT PROVIDES NO ASSURANCE AS TO, AND ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THESE DEPICTIONS AND DESCRIPTIONS. FIELD VERIFY AND DETERMINE, BY ANY MEANS NECESSARY, THE ACTUAL LOCATION, CONFIGURATION AND CONDITION OF ALL PERTINENT ITEMS, INCLUDING THOSE THAT MAY BE IN CONCEALED LOCATIONS. IF INVESTIGATION DISCOVERS THAT ACTUAL CONDITIONS DIFFER FROM WHAT IS DEPICTED OR DESCRIBED ON THESE DRAWINGS OR IF THE ITEMS AND CONDITIONS THAT ARE TO REMAIN AS PART OF THE FINISHED WORK ARE UNSUITABLE TO SUPPORT OR ACCOMMODATE THE WORK REQUIRED FOR THIS PROJECT, OR DO NOT COMPLY WITH BUILDING CODE REQUIREMENTS OR MEET CONSTRUCTION INDUSTRY STANDARDS, IMMEDIATELY NOTIFY THE ARCHITECT BY RFI AND DO NOT PROCEED WITH THE WORK UNTIL RECEIPT OF SUPPLEMENTAL INSTRUCTIONS FROM THE ARCHITECT. 2. ESTABLISH AREAS AND LIMITS OF CONSTRUCTION ACTIVITY ACCEPTABLE TO THE OWNER AND PROVIDE THE TEMPORARY FACILITIES REQUIRED TO ACCOMPLISH THE WORK INCLUDING; FIELD OFFICE, TOILETS, ELECTRIC SERVICE, SITE ACCESS, PARKING, STORAGE AND CONSTRUCTION STAGING AREAS. PROVIDE TEMPORARY WALKWAYS, DRIVEWAYS, BARRIERS, SIGNS AND ILLUMINATION TO SEPARATE AND PROTECT THE GENERAL PUBLIC FROM THE WORK RELATED ACTIVITIES. PROVIDE ACCESS ROUTES TO AND FROM AREAS OF CONSTRUCTION ACTIVITY FOR CONSTRUCTION PERSONNEL THAT COMPLY WITH ALL OSHA AND OTHER GOVERNMENT SAFETY AND ACCESSIBILITY REQUIREMENTS. ASSUME FULL LIABILITY FOR ANY DAMAGE TO ADJACENT PROPERTIES, DAMAGE TO PERSONAL PROPERTY, INJURY TO PERSONS, ETC. CAUSED BY WORK RELATED ACTIVITIES OR NEGLIGENCE.3. PROVIDE TEMPORARY SHORING AS REQUIRED TO ADEQUATELY SUPPORT AND RETAIN EXISTING MATERIALS AND CONSTRUCTION AFFECTED BY THE WORK. PROTECT THOSE ITEMS, MATERIALS & FINISHES TO REMAIN. REMOVE ONLY THOSE ITEMS AND MATERIALS NECESSARY TO ACCOMMODATE THE WORK WITH CLEAN, UNIFORM CUTS. FILL AND PATCH REMAINING CONSTRUCTION AS REQUIRED WITH MATERIALS MATCHING THE ADJACENT MATERIALS IN KIND, STRENGTH, AND APPEARANCE SO AS TO FINISH UNIFORMLY WITHOUT TELEGRAPHING DIFFERENCES BETWEEN THE PATCHES AND THE ADJACENT CONSTRUCTION. REPAIR OR REPLACE ANY ITEMS, MATERIALS OR FINISHES DAMAGED BY THE WORK AT NO COST TO THE OWNER.4. PROVIDE THE ITEMS, PRODUCTS AND FEATURES AS DEPICTED, DESCRIBED AND SPECIFIED ON THE DRAWINGS. IF DISCREPANCIES ARE DISCOVERED ON THE DRAWINGS, NOTIFY THE ARCHITECT BY RFI AND DO NOT PROCEED WITH WORK RELATED TO ITEMS IN QUESTION UNTIL RECEIPT OF SUPPLEMENTAL INSTRUCTIONS FROM THE ARCHITECT. REQUESTS FOR SUBSTITUTIONS MAY BE SUBMITTED TO THE ARCHITECT FOR CONSIDERATION. DO NOT MAKE SUBSTITUTIONS WITHOUT THE APPROVAL OF THE ARCHITECT. WHERE A "BASIS-OF-DESIGN" PRODUCT IS SPECIFIED, A COMPARABLE PRODUCT MAY BE PROVIDED, SUBJECT TO COMPLIANCE WITH THE REQUIREMENTS OF THE CONTRACT DOCUMENTS.5. SUBMIT SHOP DRAWINGS, PRODUCT DATA AND SAMPLES TO THE ARCHITECT AND BCA FOR REVIEW AS REQUIRED BY THE CONTRACT DOCUMENTS. DO NOT PROCEED WITH WORK RELATED TO SUBMITTALS MARKED "REJECTED" OR "REVISE AND RESUBMIT" BY THE ARCHITECT OR THE ARCHITECT'S CONSULTANTS. SUBMITTALS MARKED "APPROVED", "NO EXCEPTION TAKEN" OR "MAKE CORRECTIONS NOTED" DO NOT SUPERSEDE THE NEED TO COMPLY WITH THE REQUIREMENTS OF THE CONTRACT DOCUMENTS. 6. DO NOT SCALE DRAWINGS. THE DIMENSIONS ON THE DRAWINGS GOVERN. WRITTEN NOTES REFERENCING AN ITEM OR FEATURE WITH THE WORD "TYPICAL" (TYP) APPLY TO ALL IDENTICAL ITEMS OR FEATURES INDICATED ELSEWHERE ON THESE DRAWINGS.7. PROVIDE A FLORIDA PRODUCT APPROVAL ISSUED BY THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION OR A MIAMI-DADE NOTICE OF ACCEPTANCE (NOA) ISSUED BY THE MIAMI-DADE COUNTY GOVERNMENT FOR EACH EXTERIOR COMPONENT AND CLADDING ASSEMBLY CERTIFYING THAT APPROVED TESTING HAS SUFFICIENTLY DEMONSTRATED THAT THE ASSEMBLY AND IT'S COMPONENTS, AS DESIGNED AND MANUFACTURED, WILL WITHSTAND THE WIND LOADS AND WIND-BORNE MISSILE IMPACTS IN COMPLIANCE WITH ALL CODE AND JURISDICTIONAL REQUIREMENTS FOR THE PROJECT LOCATION WHEN INSTALLED ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS INCLUDING INSTRUCTIONS THAT MAY BE PROVIDED WITH THE FLORIDA PRODUCT APPROVAL OR NOA DOCUMENTS. PROVIDE THESE DOCUMENTS AS PART OF THE SUBMITTAL FOR EACH OF THESE ITEMS AND ASSEMBLIES FOR BCA APPROVAL.8. PROVIDE ALL ITEMS AND FEATURES DEPICTED AND DESCRIBED ON THESE DRAWINGS AND OTHER CONTRACT DOCUMENTS SO THEY ARE PROPERLY PLACED, ALIGNED, PLUMB, SECURED, FINISHED AND FUNCTIONING AS INTENDED. PROVIDE FINISHED WORK THAT MEETS OR EXCEEDS CURRENT INDUSTRY STANDARDS FOR QUALITY AND PERFORMANCE. ARRANGE AND CONDUCT INSPECTIONS OF THE FINISHED WORK WITH THE OWNER, THE ARCHITECT, AND THE AUTHORITY HAVING JURISDICTION. APPROVAL OF THE WORK BY THESE OR ANY OTHER PARTY OR AGENCY DOES NOT SUPERSEDE THE NEED TO COMPLY WITH THE REQUIREMENTS OF THE CONTRACT DOCUMENTS.9. REMOVE CONSTRUCTION DEBRIS, INCLUDING DEMOLISHED MATERIALS, FROM THE SITE AS REQUIRED TO PREVENT ACCUMULATION. TRANSPORT THESE MATERIALS OFF THE SITE IN A MANNER THAT WILL PREVENT SPILLAGE AND LEGALLY DISPOSE OF THESE MATERIALS AT AN EPA APPROVED DISPOSAL OR RECYCLING FACILITY.10. KEEP COMPLETE AND LEGIBLE SETS OF CONSTRUCTION DOCUMENTS, ADDENDA, SUPPLEMENTAL INSTRUCTIONS, SUPPLEMENTAL DRAWINGS, MEETING NOTES, ETC. TOGETHER AND READILY AVAILABLE IN AN APPROPRIATE LOCATION ON SITE.11. CONCEAL CONDUIT, PIPING, ETC. WITHOUT EXCEPTION. PROVIDE ACCESSIBLE JUNCTION BOXES, VALVES, CLEANOUTS, ETC., AS REQUIRED BY CODE.12. WHERE POSSIBLE AND BEST PRACTICE, ALIGN THE SEAMS AND EDGES OF BREAK METAL AND FLASHING WITH ADJACENT REVEALS, EDGES OF MATERIAL TRANSITIONS, OR WITH BUILDING DESIGN FEATURES. CONSULT WITH ARCHITECT AS REQUIRED.13. PER OWNER - CONTRACTOR AGREEMENT, PROJECT TO FOLLOW ALL OSHA STANDARDS AND REQUIREMENTS. INCLUDE OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) EXCAVATION SAFETY STANDARD 29 C.P.R., SECTION 1926 630 SUBPART P, WHICH ARE INCORPORATED AS THE STATE STANDARD14. ALL CONTRACTORS SHALL INCLUDE IN THEIR BID REFERENCE TO THE TRENCH SAFETY STANDARD, WHERE RELEVANT, AND WRITTEN ASSURANCE THAT THE CONTRACTOR WILL COMPLY WITH CHAPTER 553, PART V TRENCH SAFETY ACT, SECTIONS 553.60 THROUGH 553.64, FLORIDA STATUTES. ALL TRENCH SAFETY SYSTEMS SHALL BE DESIGNED BY THE CONTRACTOR. 15. NEW HOLES IN FLOOR SLAB DUE TO REMOVAL OF FLOOR OUTLETS, CONDUIT OR PIPE SHALL BE FILLED FLUSH WITH FLOOR WITH 3000 PSI CONCRETE AND KEYED TO SLAB WITH STEEL DOWELS. BONDING AGENT SHALL BE APPLIED TO SIDES OF HOLE BEFORE PLACEMENT OF CONCRETE.16. AT STOREFRONT GLASS OR ANY GLASS WALL, FURNISH AND INSTALL DIAGONAL BRACING ABOVE IN CONCEALED LOCATION (IF EXPOSED, CONFIRM LOCATION SIDE WITH ARCHITECT).17. REQUESTS FOR SUBSTITUTIONS OF SPECIFIED ITEMS SHALL BE SUBMITTED IN WRITING WITHIN BID PROPOSAL FOR CONSTRUCTION TO THE ARCHITECT, AND WILL BE CONSIDERED ONLY IF THEY PROVIDE BETTER SERVICES, HAVE A MORE ADVANTAGEOUS DELIVERY DATE, OR HAVE A LOWER PRICE PROVIDING A CREDIT TO THE TENANT AND WILL NOT SACRIFICE QUALITY, APPEARANCE OR FUNCTION. UNDER NO CIRCUMSTANCES WILL THE ARCHITECT BE REQUIRED TO PROVE THAT A PRODUCT PROPOSED FOR SUBSTITUTION IS OR IS NOT OF EQUAL QUALITY TO THE SPECIFIED PRODUCT.18. SHOP DRAWINGS/SUBMITTALS ARE REQUIRED FOR BUT NOT LIMITED TO THE FOLLOWING: MILLWORK, STRUCTURAL/MISCELLANEOUS STEEL, HARDWARE, WOOD AND METAL DOORS, AND EQUIPMENT. SHOP DRAWINGS SHOULD INCLUDE DETAILED FABRICATION AND ERECTION DRAWINGS, SETTING DRAWINGS, AND MATERIAL SCHEDULES. FABRICATION SHALL BEGIN ONLY AFTER ARCHITECT'S REVIEW AND APPROVAL OF SHOP DRAWINGS.FLORIDA APPROVED EXTERIOR COMPONENTS & CLADDING PRODUCTS* LISTINGROOFINGCATEGORYAPPROVAL NUMBERAPPLICANTJOHNS MANVILLEDESCRIPTION* BASIS-OF-DESIGN PRODUCTS: COMPARABLE PRODUCTS BY OTHER MANUFACTURERS MAY BE PROVIDED. SUB CATEGORYTPO ROFF SYSTEMSMATERIALSBSPANEL WALLSYKKFL14218-R2AP YHS 50 FSSTOREFRONT ALUMINUMEXTERIOR DOORSINGERSOLL-RANDFL12400-R2IR SERIES FLUSH OUTSWINGSWINGING EXTERIOR DOOR ASSEMBLIES STEELROOFINGBILCOFL15110SERIES NBROOF HATCH STEELDOORSYKKFL13321-R535HSTOREFRONT ALUMINUMEXTERIOR DOORSOVERHEAD DOOR CO.FL11734.1MODEL 416SECTIONAL EXTERIOR DOOR ASSEMBLIES STEELABBREVIATIONS A/C AIR CONDITIONINGACOUS ACOUSTICALAD AREA DRAINADA AMERICANS WITH DISABILITIES ACTADD ADDITIONALADJ ADJUSTABLEAFF ABOVE FINISH FLOORALT ALTERNATEALUM ALUMINUMAPPD APPROVEDAPPROX APPROXIMATEARCH ARCHITECTURALAUTO AUTOMATICA/V AUDIO VISUALB/WBETWEENBCABUILDING CONSTRUCTION AUTHORITYBLDGBUILDINGCBU CEMENTITIOUS BACKER UNITCFMFCOLD FORM METAL FRAMINGCJ CONTROL JOINT / CONSTRUCTION JOINTCL CENTER LINECLG CEILINGCLR CLEARCMU CONCRETE MASONRY UNITCNTR COUNTERCO CLEANOUTCOL COLUMNCONC CONCRETECOND CONDITIONCONN CONNECTIONCONT CONTINUOUSCOORD COORDINATECORRCORRIDORCTR CENTERDBL DOUBLEDEMODEMOLITIONDEPT DEPARTMENTDET DETAILDF DRINKING FOUNTAINDIA DIAMETERDIFF DIFFUSERDIMDIMENSIONDN DOWNDPDIMENSION POINTDR DOORDRN DRAINDWG DRAWINGEA EACHEJ EXPANSION JOINTELEV ELEVATIONELECELECTRICALENCL ENCLOSUREEQEQUALEQUIPEQUIPMENTEWEACH WAYEWC ELECTRICAL WATER COOLEREXIST EXISTINGEXPEXPANSIONEXT EXTERIORF/ FACE OF (SEE OTHER WORD)FAFIRE ALARMFACPFIRE ALARM CONTROL PANELFDFLOOR DRAINFDC FIRE DEPARTMENT CONNECTIONFEC FIRE EXTINGUISHER CABINETFEXFIRE EXTINGUISHERFF FINISH FLOORFF&EFURNITURE, FINISHES & EQUIPMENTFHC FIRE HOSE CABINETFIN FINISHFIXT FIXTUREFL FLOORFR FRAMEFT FEETFURN FURNITURE/ FURNISHEDFURR FURRINGGA GAUGE / GAGEGALV GALVANIZEDGC GENERAL CONTRACT/ORGL-xx,GLASSGWB GYPSUM WALLBOARDHB HOSE BIBBHCP HANDICAPPEDHDW HARDWAREHM HOLLOW METALHORIZ HORIZONTALHCHANDICAPPEDHR HOURHSS HOLLOW STRUCTURAL SECTIONHTHEIGHTHVAC HEATING, VENTILATING, AIR CONDITIONINGHW HOT WATERIN INCHINCL INCLUDED / INCLUDINGINFO INFORMATIONINT INTERIORINTERM INTERMEDIATEISAINTNL SYMBOL OF ACCESSIBILITYLAV LAVATORYLVR LOUVERMAINT MAINTENANCEMAXMAXIMUMMECH MECHANICALMEP MECHANICAL, ELECTRICAL, PLUMBINGMFR MANUFACTURERMIN MINIMUMMISC MISCELLANEOUSMMMILLIMETERMTDMOUNTEDMTL METALMULL MULLIONN/A NOT APPLICABLENC NOISE CRITERIANIC NOT IN CONTRACTNO NUMBERNOM NOMINALNRC NOISE REDUCTION COEFFICIENTNTS NOT TO SCALEOC ON CENTEROH OVER HEADOPNG OPENINGOPP OPPOSITEOPP HD OPPOSITE HANDPAV PAVERPERF PERFORATEDPERIM PERIMETERPERP PERPENDICULARPLAMPLASTIC LAMINATEPLBG PLUMBINGPR PAIRPREFAB PREFABRICATEDPTPRESSURE TREATEDPTD PAINTEDPTN PARTITIONPTxx PAINTQC QUALITY CONTROLQTY QUANTITYR RADIUSRCP REFLECTED CEILING PLANRD ROOF DRAINREC RECESSEDREF REFERENCEREQ REQUIRE / REQUIREDREV REVISION / REVISEDRM ROOMSCHED SCHEDULESD STORM DRAINSECT SECTIONSF SQUARE FEET/FOOTSHT SHEETSIM SIMILARSPECSPECIFICATIONSPKRSPEAKERSPRSPRINKLERSQ SQUARESSSTAINLESS STEELSSK SERVICE SINKSTD STANDARDSTL STEELSTOR STORAGESTRL STRUCTURALSUSP SUSPENDEDSYMM SYMMETRICALTELTELEPHONE OR TELECOMTHKTHICKNESSTHRUTHROUGHTVTELEVISIONTYPTYPICALUL UNDERWRITERS LABORATORYUNFIN UNFINISHEDU.N.O.UNLESS NOTED OTHERWISEUON UNLESS OTHERWISE NOTEDUR URINALVCTVINYL COMPOSITION TILEVERTVERTICALVEST VESTIBULEVIF VERIFY IN FIELDW WIDE, WIDTHW/ WITHW/O WITHOUTWC WATER CLOSETWD WOODWDW WINDOWWWF WELDED WIRE FABRICXTREXISTING TO REMAINALIGN1'-0"A.F.F1001XA101A1011Ref1Ref1Ref1Ref1Ref1Ref1Ref1Ref1tNameElevation1A101SIMXXXX 6X6ROOM TAGDOOR TAGSTOREFRONT TAGWALL TAGSPECIALTY EQUIPMENTTAGFLOOR TAGELEMENT TAGSEXTERIOR ELEVATIONINTERIOR ELEVATIONSECTION MARKVIEW CALLOUTLEVEL HEADSPOT ELEVATION MARKVIEW TAGSA1011SIMANNOTATION TAGSALIGNMENT TAGTAG LEGEND ST-XRoom name101XXXSPECIFIC NOTE TAGTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONG-101DRAWING LEGENDAND BUILDING DATA0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376500110.23.23SCHEMATIC BID SETSITE LOCATION MAPPROJECTLEGAL DESCRIPTIONParcel Number: 07-29-16-00000-220-0100. PART OF NW 1/4 OF SEC 7-29-16 DESD FROM NW SEC COR TH S89D35'50"E 55FT TO E R/W OF BELCHER RD TH S00D04'51"E 480.50FT FOR POB TH S89D35'50"E 662.69 FT TO C/L OF CREEK TH SE'LY ALG C/L S33D42'24"E 10.60FT TH S20D46'23"E 139.50FT TH S01D02'42"E 100.92FT TH S26D41'04"E 42.96FT TH N83D42'51"E 33.70FT TH S65D53'11"E 50.08FT TH S54D52'27"E 146.40FT TH S47D12'36"E 199.78FT TH S79D43'47"E 93.99FT TH LEAVING SD CREEK C/L S89D36'10"E 95FT TO E LINE OF NW 1/4 OF NW 1/4 OF SEC TH S00D23'50"W 324.98FT TO SE COR OF NW 1/4 OF NW 1/4 OF SD SEC TH N89D44'07"W 232.83FT TO NE'LY LINE OF SCL RR TH N72D45'16"W 1085.20FT TO E R/W OF BELCHER RD TH N00D04'51"W 539.23FT TO POB CONT 15.78ACFEMA FLOOD MAPWIND LOADSRISK CATEGORY (FBC TABLE 1604.5): IIULTIMATE DESIGN WIND SPEED: 144 MPHFLOOD ZONE FEMA FLOOD ZONE: FLOOD ZONE X BASE FLOOD ELEVATION (BFE): 36.10' NA FOR ZONE XLOWEST FFE IN PROPOSED PROJECT: 43.00' EXISTING NAVDMILESTONE DATEPROJECT THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONG-103SHEET INDEX_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONE DATEDRAWING INDEXSHEET # SHEET NAMESD BID PACKAGE01 GENERALG-100 COVER_OPT 1●G-101 DRAWING LEGEND AND BUILDING DATA ●G-103 SHEET INDEX_OPT 106 DEMOAD-301 DEMO FLOOR PLAN●AD-302 DEMO ROOF PLAN●AD-303 DEMO EXTERIOR ELEVATIONS●AD-304 DEMO EXTERIOR ELEVATIONS●07 ARCHITECTURALA-002 3D VIEWS_OPT 1●A-003 RENDERINGS OPT_1●A-101 LEVEL 1 - FLOOR PLAN_OPT 1●A-102 ROOF PLAN_OPT 1●A-201 REFLECTED CEILING PLAN●A-303 EXTERIOR ELEVATIONS_OPT 1●A-304 EXTERIOR ELEVATIONS_OPT 1●A-410 EXTERIOR TRUSS PLANS, ELEVATIONS & SECTION_OPT 1 ●A-412 VENTILATION TOWERS_OPT 1●A-413 WALL SECTIONS_OPT 1●A-501 COVER_OPT 2●A-502 3D VIEWS_OPT 2●A-503 RENDERINGS OPT_2●A-504 LEVEL 1 - FLOOR PLAN_OPT 2●A-505 ROOF PLAN_OPT 2●A-506 EXTERIOR ELEVATIONS_OPT 2●A-507 EXTERIOR ELEVATIONS_OPT 2●A-508 EXTERIOR TRUSS PLANS, ELEVATIONS & SECTION_OPT 2 ●A-509 VENTILATION TOWERS_OPT 2●A-510 WALL SECTIONS_OPT 2● UPUPAD-3032AD-3031AD-3041D011D011D011D011D011D011D011D011D011D002D011D011D011D011D011D011D011D011D011D011D002D011D011D011D011D011D011D011COMPETITION POOLTRAINING POOLSUN DECKD012D017D012D012D0125' - 8 3/8"20' - 5 3/4"D021D011D021NOT IN SCOPEGENERAL NOTES -DEMOLITION 1. ALL DIMENSIONS AND CONDITIONS TO BE FIELD VERIFIED BY CONTRACTOR PRIOR TO WORK, NOTIFY ARCHITECT IF CONFLICTS ARE FOUND2. PROTECT ALL AREAS TO REMAIN. G.C. TO REPAIR OR REPLACE ANY ITEM TO REMAIN OR TO BE RELOCATED THAT IS DAMAGED DURING THE WORK. PROVIDE A SEAMLESS, UNDAMAGED APPEARANCE WHEN JOINING NEW TO EXISTING3. REMOVE DASHED PORTION OF EXISTING WALLS, DOORS, WINDOWS, SIDELIGHTS, TRANSOMS, AND FRAMES. PREPARE AREA TO RECEIVE NEW CONSTRUCTION AS SCHEDULED. 4. FINISHES - ALL EXISTING FINISHES SHALL REMAIN, UNLESS SCHEDULED FOR NEW. CONTINUE EXISTING FINISHES TO REMAIN INTO NEW EXTENDED AREAS THAT ARE ADJACENT. PATCH & REPAIR EXISTING TO MATCH NEW. PREPARE SUBSTRATES TO RECEIVE NEW FINISHES WHERE SCHEDULED. FINISH ALL PATCHED OR EXTENDED WALLS TO NEAREST CHANGE OF DIRECTION, WALL TERMINATION, OR INTERSECTION. PHASING - COORDINATE EQUIPMENT DELIVERIES AND INSTALLATION WITH THE PHASING PLAN FOR APPROPRIATE SCHEDULING.5. CONFLICTS - ANY CONFLICT FOUND WITH EXISTING CONDITIONS AND REQUIREMENTS FOR NEW CONSTRUCTION SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ARCHITECT. IF THE CONFLICT AFFECTS THE PROGRESS OF THE WORK, VERIFY WITH ARCHITECT SOLUTION NECESSARY PRIOR TO PROCEEDING WITH THAT PORTION OF THE WORK AND IN A TIMELY FASHION SO AS NOT TO DELAY THE WORK. COORDINATE ALL TRADES TO ASCERTAIN NO FURTHER WORK WILL BE IMPACTED BY THE CONFLICT, OR ITS SOLUTION.ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONAD-301DEMO FLOOR PLAN0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET3/32" = 1'-0"DEMOLITION FLOOR PLAN1MILESTONE DATEDEMOLITION KEY NOTESTAG NOTED002 DEMOLISH EXISTING DOOR & FRAME ENTIRELY.D011 DEMOLISH GLAZYNG SYSTEM ENTIRELY, STEEL STRUCTURE TO REMAIN.D012 DEMOLISH TRENCH DRAIN AND POOL EDGE TO ACCOMODATE FOR NEW DRAINASSEMBLY AROUND COMPETITION POOLD017 CAREFULLY REMOVE POOL ACCESSORIES AS REQUIRED TO DEMOLISH POOL EDGE.D021 DEMOLISH CONCRETE SLAB IN PREPARATION FOR NEW FOUNDATION SYSTEM. 121' - 3 3/4" ± V.I.F.1/4" / 12"1/4" / 12"D003D003D004D004D004D004D004D004D003D005D004D004225' - 7 1/2"7' - 7"10' - 4"D018D018D018D018ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONAD-302DEMO ROOF PLAN0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONE DATE3/32" = 1'-0"DEMOLITION ROOF PLAN1DEMOLITION KEY NOTESTAG NOTED003 DEMOLISH ROOF SYSTEM DOWN TO DECK.D004 DEMOLISH EXISTING ROOF CURB ENTIRELY.D005 REFER TO MECHANICAL ENGINEERS' DWGS. FOR DEMOLITION OFMECHANICAL EQUIPMENT & COMPONENTS.D018 EXISTING METAL DECK TO BE CUT OUT TO PROVIDE ACCESS FORDUCTWORK. LEVEL 10"GRADE -ENTRY-2' -0"ABB2B3B5B7B9B11OPT 1 -ROOF PLANNAVD 38' -1 3/4"MEZZANINE LEVELNAVD 17' -3 3/4"D011D011D011D011D011D011LEVEL 10"11.322.333.344.355.366.377.388.399.31010.3OPT 1 -ROOF PLANNAVD 38' -1 3/4"MEZZANINE LEVELNAVD 17' -3 3/4"D011D011D011D011D011D011D011D011D011D011D011ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONAD-303DEMO EXTERIORELEVATIONS0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"DEMOLITION ELEVATION - EAST11/8" = 1'-0"DEMOLITION ELEVATION - NORTH2MILESTONE DATEDEMOLITION KEY NOTESTAG NOTED011 DEMOLISH GLAZYNG SYSTEM ENTIRELY, STEEL STRUCTURE TOREMAIN. LEVEL 10"OPT 1 -ROOF PLANNAVD 38' -1 3/4"D011D011D011D011D011D011D011ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONAD-304DEMO EXTERIORELEVATIONS0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"DEMOLITION ELEVATION - WEST1MILESTONE DATE DESIGN CRITERIA ROOF:60 MIL TPO SINGLE PLY MEMBRANEINSULATION:ROOF IS R-20 MIN POLYISO RIGID INSULATIONCURTAIN WALL: YKK - YHC 300 OG IMPACT RESISTANT SYSTEMGLAZING: 1-1/4" INSULATED LOW E GLAZING, IMPACT RESISTANT OPAQUE WALLS: METAL STUD WALLS FIBERGLASS BATT INSULATION R-19 + 1" RIGID INSULATION 5/8" MOISTURE RESISTANT GYPSUM BOARDEXISTING STRUCTURE: REPAIRED AS NEEDED, PER STRUCTURAL. SAND AND PAINT PAINT, COLOR BY ARCHITECT.POOL TRENCH DRAIN: NATURE CORPORATION GMP GRATINGPOOL DECK COATING: ARMORTRAK FLEXIBLE MILITARY GRADE URETHANE COATINGTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-0023D VIEWS_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONE DATEOPT - 1 3D VIEW -22OPT - 1 3D VIEW -1121 THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-003RENDERINGS OPT_10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONE DATEEXTERIOR RENDER - NORTHINTERIOR RENDER - VIEW 1INTERIOR RENDER - VIEW 2EXTERIOR RENDER - WEST - NORTHEXTERIOR RENDER - EAST E 9 - 3 1 0 1 E 9- 3 1 6 1 A S - 3 1 7 8 E 9- 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S- 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 172 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 101 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 161 A S - 3 1 7 8 E 9 - 3 1 0 1 A S- 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S- 3 1 7 2 E 9- 3 1 6 1 E 9 - 3 101 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 101E 9- 3 161A S- 3 178E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 178 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9- 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 UPUPA-3033A-303211.322.333.344.355.366.377.388.399.31010.3ABB2B3B5B7B9B11A-3041223' - 4"113' - 8"1A-4132A-4122A-41020' - 11 1/2" V.I.F.20' - 1"39' - 11"20' - 1"POOL DECK DRAINSCW-02CW-03CW-04CW-05CW-06CW-07CW-08CW-09CW-10CW-11CW-12CW-13CW-14CW-01A-4101CW-15A-5091PN06PN06PN10PN07COMPETITION POOLTRAINING POOLSUN DECKPN14PN12PN16PN16PN16PN16NOT IN SCOPEGENERAL NOTES 1. HATCHED AREA NOT INCLUDED IN SCOPE OF WORK UNLESS OTHERWISE NOTED.2. PROVIDE SUPPORT FOR WALL MOUNTED CABINETS AND PLUMBING FIXTURES. STEEL STUDS SUPPORTING WALL MOUNTED FIXTURES TO BE DOUBLED AT 16 O.C. OR NOT LESS THAN 20 GAUGE PER FBC 2517.5.1.1.3. COMBUSTIBLE MATERIALS IN TYPES I & II CONSTRUCTION TO COMPLY WITH FBC 603.1 (FIRE RETARDANT - TREATED WOOD ) AND 805.1 & 806.14. PROVIDE CEMENTITIOUS BACKER BOARD IN PLACE OF GWB AT ALL LOCATIONS SHOWING CERAMIC OR PORCELAIN TILE FINISH.5. SEE SHEET ID100 - ID10X FOR FINISH PLANS.6. SEE SHEET AX.X FOR PLAN DETAIL CALLOUTS.7. SEE SHEET AX.X FOR PARTITION TYPE DETAILS. PROVIDE ACOUSTICAL BATT INSULATION WHERE INDICATED.8. SEE SHEET AX.X FOR DIMENSION PLANS.9. SEE SHEET AX.X FOR DOOR SCHEDULE.10. SEE ENLARGED PLANS FOR ADDITIONAL WALL TAG INFORMATION.ALIGN1'-0"A.F.F1001XA101A1011Ref1Ref1Ref1Ref1Ref1Ref1Ref1Ref1tNameElevation1A101SIMXXXX 6X6ROOM TAGDOOR TAGSTOREFRONT TAGWALL TAGSPECIALTY EQUIPMENTTAGFLOOR TAGELEMENT TAGSEXTERIOR ELEVATIONINTERIOR ELEVATIONSECTION MARKVIEW CALLOUTLEVEL HEADSPOT ELEVATION MARKVIEW TAGSA1011SIMANNOTATION TAGSALIGNMENT TAGTAG LEGEND ST-XRoom name101XXXSPECIFIC NOTE TAGABDC5/8" WATER RESISTANT GWB, (1) LAYER ON FINISH SIDEPLANC03METAL STUD FRAMING @ 16" O.C.THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-101LEVEL 1 - FLOORPLAN_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET3/32" = 1'-0"OPT 1 - LEVEL 1 - FLOOR PLAN1MILESTONE DATESPECIFIC NOTESTAG NOTEPN06 SIDEKICK BIG ASS FAN, PLUG-IN TYPE, PROPELLER STYLE ONWHEELS.PN07 PROVIDE NEW POOL EDGE AND TRENCH DRAIN ASSEMBLY TOMATCH TRAINING POOL.PN10 EXISTING BEAM ABOVE.PN12 REMOVE AND REPLACE POOL ACCESSORIES TO REPLACE POOLEDGE.PN14 CROWN SST-II HYDRAULIC BI-FOLD DOOR SYSTEM.PN16 EPOXY DECK COATING THROUGHOUT POOL DECK. GENERAL NOTES 1. ROOFING PRODUCT BASIS-OF-DESIGN: 60 MIL TPO SINGLE PLY MEMBRANE ROOF OR APPROVED EQUAL (COLOR WHITE) RIGID INSULATION BOARD MECHANICALLY FASTENED TO STEEL ROOF DECK. INSULATION TO HAVE AN AVERAGE R-20 @ ALL ROOFS OVER CONDITIONED SPACES. PROVIDE ROOFING COMPONENTS AND MATERIALS APPROVED BY THE ROOFING PRODUCT MANUFACTURER. ASSEMBLE ROOFING COMPONENTS INCLUDING FLASHING, ROOF DRAINS, ETC. PER THE ROOFING PRODUCT MANUFACTURER'S DETAILS AND INSTRUCTIONS SO AS TO QUALIFY FOR, AND RECEIVE A SPECIAL 20-YEAR WEATHER-TIGHTNESS WARRANTY FROM THE MANUFACTURER AS WELL AS A SPECIAL 2-YEAR PROJECT WARRANTY FROM THE ROOFING INSTALLER COVERING ALL COMPONENTS OF THE ROOFING SYSTEM SUCH AS ROOFING, BASE FLASHING, ROOF INSULATION, FASTENERS, COVER BOARDS, ETC. PROVIDE ROOFING FROM A QUALIFIED MANUFACTURER THAT IS FM GLOBAL APPROVED FOR ROOFING SYSTEM IDENTICAL TO THAT USED FOR THIS PROJECT.2. PROVIDE METAL ROOF COPINGS AND PARAPET FASCIAS FABRICATED OF ASTM B209 0.050-INCH ALUMINUM SHEET. COMPLY WITH "THE NRCA ROOFING MANUAL" AND THE SMACNA "ARCHITECTURAL SHEET METAL MANUAL REQUIREMENTS FOR DIMENSIONS AND PROFILES SHOWN UNLESS MORE STRINGENT REQUIREMENTS ARE INDICATED. PROVIDE MANUFACTURER'S 20-YEAR FINISH WARRANTY. SECURE COPINGS TO PARAPETS WITH CONT ALUMINUM CLEATS.3. PROVIDE GALVANIZED STEEL INTERNALLY REINFORCED ROOF-CURB UNITS CAPABLE OF SUPPORTING SUPERIMPOSED LIVE AND DEAD LOADS, INCLUDING EQUIPMENT LOADS, WITH WELDED OR MECHANICALLY FASTENED, NON-SAG SEALED JOINTS AND INTEGRALLY FORMED DECK-MOUNTING FLANGE AT PERIMETER BOTTOM. COORDINATE DIMENSIONS WITH ROUGHING-IN INFORMATION ON SHOP DRAWINGS OF EQUIPMENT TO BE SUPPORTED.4. ROOF DRAIN BASIS-OF-DESIGN: Z125 8 3/8" DIAMETER ROOF DRAIN WITH LOW SILHOUETTE DOME MANUFACTURED BY ZURN INDUSTRIES.5. GENERAL - IT IS THE INTENT OF THE CONTRACT DOCUMENTS TO PROVIDE FOR A COMPLETE AND WEATHERTIGHT INSTALLATION OF ALL ROOF ITEMS, PENETRATIONS, ETC. THE CONTRACTOR SHALL PROVIDE ALL ROOF ACCESSORIES, FLASHING, SEALANT, SCUPPERS, DRAINS, LABOR, MATERIALS, EQUIPMENT, ETC. REQUIRED FOR COMPLETION OF A WEATHERTIGHT ROOF INSTALLATION. FOLLOW ALL RECOMMENDATIONS OF THE NRCA REGARDING INSTALLATION PROCEDURES, UNLESS MORE STRINGENT REQUIREMENTS ARE INDICATED6. SLOPE - ROOF SURFACE SHALL HAVE A MINIMUM SLOPE OF 1/4" PER FOOT IN A PERPENDICULAR DIRECTION FROM THE ROOF EDGE DOWN TOWARD THE ROOF DRAINS AS INDICATED BY THE ARROWS DRAWN ON THE ROOF PLAN. WHERE REQUIRED TO FACILITATE DRAINAGE, PROVIDE VALLEYS, CRICKETS, RIDGES, ETC. OF REQUIRED SLOPE TO PROPERLY DRAIN ALL ROOF SURFACES.7. ROOF DRAINS - COORDINATE LOCATION OF ALL ROOF DRAINS TO AVOID RATED WALLS, BEAMS, COLUMNS, JOISTS, ETC. BELOW.8. PENETRATIONS - PROPERLY FLASH, WATERPROOF, SECURE AND SEAL ALL ITEMS THAT PENETRATE THE ROOF MEMBRANE. DO NOT INSTALL ANY PITCH POCKETS. FOLLOW GUIDELINES OF NRCA CONCERNING FLASHING AND WATERPROOFING ALL ROOF PENETRATIONS. SEE ROOF DETAILS9. ROOF EQUIPMENT - MOUNT ALL ROOF EQUIPMENT ON PREFABRICATED EQUIPMENT SUPPORT CURBS WITH INTEGRAL INSULATION. WHERE EQUIPMENT IS RAISED ABOVE ROOF SURFACE, ALIGN SUPPORTS PARALLEL TO DIRECTION OF WATERFLOW TO FACILITATE DRAINAGE. VERIFY ALL REQUIREMENTS WITH EQUIPMENT AND CURB MANUFACTURERS. WHERE ROOF MEMBRANE EXTENDS BENEATH EQUIPMENT, MOUNT EQUIPMENT ABOVE THE ROOF SURFACE IN ACCORDANCE WITH BUILDING CODE AND NRCA REQUIREMENTS TO ALLOW FOR INSTALLATION OF ALL REQUIRED ROOFING COMPONENTS AND TO ALLOW FOR FUTURE OWNER MAINTENANCE.10. LIGHTNING PROTECTION - REFER TO ELECTRICAL DRAWINGS PROTECTION FOR ALL LIGHTNING PROTECTION. GROUNDING RODS, CABLES, CONNECTIONS, ETC. SHALL BE INSTALLED IN SUCH A MANNER TO PREVENT ANY DAMAGE TO INSTALLED ROOF MEMBRANE. GROUNDING RODS SHALL BE FASTENED TO THE SUBSTRATE ON WHICH THEY ARE MOUNTED. PROVIDE ALL REQUIRED FLASHING, SEALANT, WATERPROOFING, NON-CORROSIVE FASTENERS, ETC. AT EACH LOCATION AND AT MEMBRANE PENETRATION POINTS.1' - 0"121' - 3 3/4"1A-4132A-4122A-4101/4" / 12"1/4" / 12"1/4" / 12"1/4" / 12"RN01RN02RN03HVACEQUIPMENTHVACEQUIPMENTHVACEQUIPMENTHVACEQUIPMENT10' - 8 3/8"RN05RN05225' - 8 1/4"20' - 3 3/4"6' - 3"20' - 5 3/4"RN06ABDCRN08EL12RN0760 MIL TPO MEMBRANE FULLY ADHEREDHEAT WELD1/2" HIGH DENSITY COVER BOARDPOLYISO RIGID INSULATION (R-20 MIN)EXISTING METAL DECK TO REMAINMEMBRANE LAP PER MANUFACTURER STANDARDSSINGLE PLY ROOF MEMBRANE SYSTEMSOLID BLOCKINGPRE-FINISHED TWO PIECE METAL FASCIA3/8" STEEL BENT PLATESTEEL DECK EXTENSION 12 ±SEALANT1' - 0 1/8"THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-102ROOF PLAN_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONE DATE3/32" = 1'-0"OPT 1 - ROOF PLAN1SPECIFIC NOTESTAG NOTEEL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.RN01 60 MIL SINGLE PLY TPO ROOF MEMBRANE.RN02 12" ROOF EXTENSION, REFER TO SECTION DETAIL.RN03 TOP OF TRUSS BELOW.RN05 PHOTOVOLTAIC ARRAY.RN06 ALUMINUM SUNSHADES BY CURTAIN WALL MANUFACTURER.RN07 PROVIDE STEEL SUPPORT FRAMES FOR DUCT WORK @ 48" O.C.RN08 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.1 1/2" = 1'-0"OPT 1 - DETAIL - TYPICAL TPO ROOF ASSEMBLY21" = 1'-0"OPT 1 - TYP. NORTH ROOF EDGE3 E 9 - 3 1 0 1 E 9 - 3 1 6 1A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161E 9- 3 101A S- 3 172E 9- 3 161E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161E 9- 3 101A S- 3 172E 9- 3 161 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101 A S- 3 172E 9- 3 161 E 9- 3 101A S- 3 172E 9- 3 161E 9- 3 101A S- 3 172E 9- 3 161 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9- 3 101 E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178 E 9 - 3 1 0 1 E 9- 3 1 6 1 A S- 3 1 7 8 E 9- 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9- 3 1 6 1 A S - 3 1 7 8E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 161 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1E 9 - 3 1 6 1 A S - 3 1 7 8E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S- 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 178 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9- 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 178 E 9 - 3 1 0 1 A S - 3 1 7 2E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9- 3 1 6 1 A S - 3 1 7 8 E 9 - 3 101 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S- 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 101E 9- 3 161 A S- 3 178E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 161E 9- 3 101A S- 3 172E 9- 3 161E 9- 3 101A S- 3 172E 9- 3 161 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S- 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 A201A201A201A201A201A201A205A206DUCT SOXABDCCEILING FIXTURE LEGENDCEILING MATERIAL LEGENDEXPOSED DECK TO BE REPAINTED, STRUCTURAL STEEL TO BE REPAIRED, SAND BLASTED AND PAINTED. SEE STRUCTURAL FOR REPAIRSGENERAL NOTES: 1. EXISTING STEEL STRUCTURE TO BE REPAIRED PER STRUCTURAL DRAWINGS. 2. EXISTING STEEL STRUCTURE TO BE SANDED AND PAINTED ENTIRELY.3. EXISTING INTERIOR LIGHTING TO REMAIN. 4. LIGHTING SCOPE LIMITED TO EXTERIOR LIGHT FIXTURES MOUNTED TO FACE OF TRUSS FRAMES. 5. VERIFY LOCATIONS OF ALL LIGHT FIXTURES, AIR SLOTS, AIR SUPPLY AND RETURN GRILLES WITH PLANS AND COORDINATE INSTALLATION WITH MECHANICAL AND ELECTRICAL CONTRACTORS. NOTIFY ARCHITECT OF ANY CONFLICTS PRIOR TO INSTALLATION.6. PAINT ALL MECHANICAL SLOTS, GRILLES, OR ACCESS PANELS TO MATCH SURFACE ON WHICH THEY OCCUR, UNLESS OTHERWISE NOTED.7. CONTRACTOR IS TO PROVIDE ALL MISCELLANEOUS MTL STUD FRAMING REQUIRED FOR SOFFITS AND BULKHEADS AS GRAPHICALLY DEPICTED ON THE REFLECTED CEILING PLAN, SECTIONS AND ELEVATIONS.8. PAINT ALL EXPOSED STEEL STRUCTURE AND ALL OTHER EXPOSED SURFACES THAT ARE NOT PREFINISHED OR INTEGRALLY COLORED EXCEPT IN CONCEALED SPACES INCLUDING MECHANICAL ROOMS, JANITOR CLOSETS, AND ELECTRICAL ROOMS.9. PROVIDE CARE AND COORDINATION TO CONCEAL ALL CONDUIT, FIRE PROTECTION PIPING, AND PLUMBING10. ALL LIGHTING IS DEPICTED TO INDICATE LOCATION ONLY, SEE ELECTRICAL FOR FIXTURE SPECIFICATIONS, NOTIFY ARCHITECT OF ANY DISCREPANCIES.11. AT ALL EXPOSED METAL DECK LOCATIONS UTILIZE WEDGE BOLT/NET SYSTEM TO HANG ALL SYSTEMS.THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-201REFLECTED CEILINGPLAN0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET3/32" = 1'-0"LEVEL 1 - REFLECTED CEILING PLAN1MILESTONE DATESPECIFIC NOTESTAG NOTEA201 SIDEWALL MOUNTED BIG ASS FAN, ADJUSTABLE PIVOT FAN"A205 SAND AND PAINT ALL EXISTING STEEL"A206 EXISTING CEILING LIGHTING AND FIXTURES TO REMAIN. COVERAND PROTECT WHILE PERFORMING NEW WORK. LEVEL 10"GRADE -ENTRY-2' -0"ABB2B3B5B7B9B11OPT 1 -ROOF PLANNAVD 38' -1 3/4"MEZZANINE LEVELNAVD 17' -3 3/4"2A-412CW-13CW-14CW-12EL06EL02EL04EL04EL01EL12LEVEL 10"11.322.333.344.355.366.377.388.399.31010.3OPT 1 -ROOF PLANNAVD 38' -1 3/4"MEZZANINE LEVELNAVD 17' -3 3/4"2A-410CW-11CW-10CW-09CW-08CW-06CW-05CW-04CW-03CW-07EL02EL07EL01EL02EL06ABDCEL06EL06EL06EL06EL06EL06EL06EL06EL06EL12THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-303EXTERIORELEVATIONS_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"OPT 1 - EAST ELEVATION21/8" = 1'-0"OPT 1 - NORTH ELEVATION3MILESTONE DATESPECIFIC NOTESTAG NOTEEL01 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFINGEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL04 TWO PIECE ROOF EDGE FASCIA, PRE-FINISHED.EL06 EXTERIOR LIGHT FIXTUREEL07 ALUMINUM SUNSHADES BY CURTAIN WALL MANUFACTUREREL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED. LEVEL 10"ABB2B3B5B7B9B11OPT 1 -ROOF PLANNAVD 38' -1 3/4"1A-413CW-02EL07EL08EL06EL02EL10EL12EL12CW-023"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"33' - 10"120' - 3"3"6' - 5"3"13' - 5 1/2"13' - 1"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"7' - 8 3/4"6' - 9 1/2"3' - 9 5/8"1' - 0 3/4"G01G01CW-11CW-10CW-09CW-08CW-06CW-05CW-04CW-03CW-0715' - 0"33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"3"3"3"3"4' - 6 3/8"4' - 11 3/8"4' - 6 3/8"3"3' - 0 5/8"3"3' - 0 5/8"33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"3"4' - 6 3/8"3"4' - 11 3/8"3"4' - 6 3/8"3"15' - 0"TYP. DIMS FOR CW-03 - CW-10G01G01G01G01G01G01G01G01G017' - 10 3/4"6' - 9 1/2"CW-13CW-14CW-1233' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"19' - 10 3/8"3"6' - 5"3"6' - 5"3"6' - 0 3/8"3"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"33' - 10"3"6' - 0 3/8"3"6' - 5"3"6' - 5"3"19' - 10 3/8"33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"39' - 5 5/8"3"6' - 0 3/8"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 0 3/8"3"G01G01G01ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-304EXTERIORELEVATIONS_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETSPECIFIC KEYNOTES - ELEVATIONSNUMBERTEXTMILESTONE DATE1/8" = 1'-0"OPT 1 - WEST ELEVATION1SPECIFIC NOTESTAG NOTEEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL06 EXTERIOR LIGHT FIXTUREEL07 ALUMINUM SUNSHADES BY CURTAIN WALL MANUFACTUREREL08 CROWN SST-II HYDRAULIC BI-FOLD DOOR SYSTEM.EL10 VENTS FOR NATURAL VENTILATION.EL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.G01 1-1/4" INSULATED, IMPACT RESISTANT SAFETY GLAZING.1/8" = 1'-0"OPT 1 - CURTAIN WALL ELEVATION - WEST21/8" = 1'-0"OPT 1 - CURTAIN WALL ELEVATIONS - NORTH41/8" = 1'-0"OPT 1 - CURTAIN WALL ELEVATIONS - EAST3 E9- 3 1 0 1E9- 3 1 6 1 AS- 3 1 78 E9- 3 10 1E9- 3 1 6 1 AS- 3 1 7 8 E9- 3 10 1AS- 3 1 7 2 E9- 3 1 6 1 2A-410A-4104A-4103C03C038' - 6 1/4"1' - 5 1/2"CW-06CW-07PN10WS26WS06A-1023C03WS04WS07WS24WS31WS05WS01WS04LEVEL 10"2A-410CW-06CW-07EL02EL06EL10EL01EL11EL06EL10EL10THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-410EXTERIOR TRUSSPLANS, ELEVATIONS &SECTION_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETSPECIFIC NOTESTAG NOTEEL01 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFINGEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL06 EXTERIOR LIGHT FIXTUREEL10 VENTS FOR NATURAL VENTILATION.EL11 EXISTING MASONRY BASE TO BE CLEANED AND REPOINTED ASNEEDED.PN10 EXISTING BEAM ABOVE.WS01 3 5/8" METAL STUDS FASTENED TO EXISTING TRUSS FRAME @ 16"O.C..WS04 FRAMING CLIP @ EVERY HORIZONTAL HSS MEMEBER OR 24" O.C.VERTICALLY.WS05 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFING,SAND FINISH - PTD.WS06 EXISTING MASONRY WALL BASE TO REMAIN.WS07 FILL CAVITY WITH R-19 INSULATION, TYP.WS24 VENTS FOR NATURAL VENTILATION.WS26 STEEL FRAME TRUSS TO BE SANDBLASTED & REPAINTED, TYP.WS31 5/8" THK WATER RESISTANT GYPSUM BOARD.MILESTONE DATE1/2" = 1'-0"OPT 1 - SECTION @ TRUSS FRAME21/4" = 1'-0"OPT 1 - ENLARGED PLAN @ TRUSS11/2" = 1'-0"OPT 1 - TRUSS NORTH ELEVATION31/2" = 1'-0"OPT 1 - TRUSS SIDE ELEVATION4 E9- 3101 E9- 3161AS- 3178 E9- 3101 E9- 3161 AS- 3178B7B92A-412C0820' - 0"5' - 6"A-4123A-4124PN01CW-14CW-13PN03PN04LEVEL 10"2A-412CW-13CW-14EL0343' - 4 1/8"EL07EL04EL091' - 6"1' - 0"8' - 4 7/8"13' - 3 7/8"EL03EL02EL09WS08WS12WS10WS07WS13WS06WS14WS09C08WS09WS03WS15WS16WS32METAL STUD CHANNELWS28WS27WS35THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-412VENTILATIONTOWERS_OPT 10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETSPECIFIC NOTESTAG NOTEEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL03 FIBER CEMENT SIDING, PTD.EL04 TWO PIECE ROOF EDGE FASCIA, PRE-FINISHED.EL07 ALUMINUM SUNSHADES BY CURTAIN WALL MANUFACTUREREL09 CNC CUT ALUMINUM STANDOFF BUILDING SIGNAGE, BACKLIT.PN01 FACE OF WALL BELOW.PN03 HVAC LOUVERPN04 EXISTING STEEL TO BE REPAIRED AS NEEDED, SAND & REPAINTWS03 EXISTING STEEL TRUSS TO REMAIN, SEE STRUCTURAL FORSPECIFIED REPAIRS.WS06 EXISTING MASONRY WALL BASE TO REMAIN.WS07 FILL CAVITY WITH R-19 INSULATION, TYP.WS08 CONCRETE FDN BY STRUCTURAL.WS09 HVAC LOUVER BY HVAC.WS10 METAL STUD FRAMING, REFER TO STRUCTURAL.WS12 COMPACTED FILL.WS13 VAPOR BARRIER.WS14 EXISTING STEEL TO BE REPAIRED AS NEEDED, REFER TOSTRUCTURAL, SANDED & PAINTEDWS15 ROOF CRICKET.WS16 REFER TO ROOF PLAN FOR TYPICAL ROOF ASSEMBLY.WS27 8" TUBE STEEL BOX FRAME.WS28 FILL CAVITY WITH BATT INSULATION R-19.WS32 CNC CUT ALUMINUM STANDOFF BUILDING SIGNAGE, BACKLIT.WS35 1/2" SHEATHING, 1" RIGID INSULATION, STUCCO FINISH.MILESTONEDATE1/4" = 1'-0"OPT 1 - ENLARGED PLAN @ MECHANICAL CHASE TOWER13/8" = 1'-0"OPT 1 - HVAC CHASE EAST ELEVATION33/8" = 1'-0"OPT 1 - HVAC CHASE SOUTH ELEVATION43/8" = 1'-0"OPT 1 - WALL SECTION @ HVAC CHASE28" SQUARE STEEL COLUMN @ EACH CORNER E9-3161AS-3172 E9-3162E9-310 4 E9-3161AS-3172 E9-3162E9-310 4 E9-3161AS-3172 E9-316 2 E9-310 4 E9-3161AS-3172 E9-316 2 E9-3104E9-316 2 E9-316 2 AS-3178 E9-3161 E9-3104WS20WS22WS21WS22WS23THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-413WALL SECTIONS_OPT10000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONEDATE1/2" = 1'-0"OPT 1 - TYPICAL CURTAIN WALL SECTION1SPECIFIC NOTESTAG NOTEWS20 IMPACT RATED, INSULATED GLAZING CURTAIN WALL SYSTEM.WS21 ALUMINUM SUNSHADES BY CURTAIN WALL MANUFACTURER.WS22 EXISTING STEEL TO BE REPAIRED AS NEEDED. REFER TOSTRUCTURAL, SAND AND PAINT.WS23 CURTAIN WALL FASTENED TO EXISTING HSS BEAMS, PER CURTAINWALL MANUFACTURER. 11/28/2023 5:04:48 PMLONG CENTER NATATORIUM1501 N BELCHER RD. CLEARWATER FL, 33765OPTION 2 DESIGN CRITERIA ROOF:60 MIL TPO SINGLE PLY MEMBRANEINSULATION:ROOF IS R-20 MIN POLYISO RIGID INSULATIONCURTAIN WALL: YKK - YHC 300 OG IMPACT RESISTANT SYSTEMGLAZING: 1-1/4" INSULATED LOW E GLAZING, IMPACT RESISTANT OPAQUE WALLS: METAL STUD WALLS FIBERGLASS BATT INSULATION R-19 + 1" RIGID INSULATION 5/8" MOISTURE RESISTANT GYPSUM BOARDEXISTING STRUCTURE: REPAIRED AS NEEDED, PER STRUCTURAL. SAND AND PAINT PAINT, COLOR BY ARCHITECT.POOL TRENCH DRAIN: NATURE CORPORATION GMP GRATINGPOOL DECK COATING: ARMORTRAK FLEXIBLE MILITARY GRADE URETHANE COATINGTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-5023D VIEWS_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETOPT - 2 3D VIEW -22OPT - 2 3D VIEW -1121MILESTONEDATE THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-503RENDERINGS OPT_20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONE DATEEXTERIOR RENDER - NORTHINTERIOR RENDER - VIEW 1INTERIOR RENDER - VIEW 2EXTERIOR RENDER - WEST - NORTHEXTERIOR RENDER - EAST E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101A S- 3 172 E 9- 3 161 E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101A S- 3 172 E 9- 3 161 E 9- 3 101E 9- 3 161A S- 3 178E 9- 3 101E 9- 3 161A S- 3 178 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 161 A S - 3 1 7 8 E 9- 3 101E 9- 3 161A S- 3 178 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9- 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S- 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9- 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 E 9- 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178E 9- 3 101E 9- 3 161 A S- 3 178 E 9- 3 101E 9- 3 161A S- 3 178 UPUPE 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 3 101E 9- 3 161A S- 3 178 E 9- 3 101A S- 3 172E 9- 3 16111.322.333.344.355.366.377.388.399.31010.3ABB2B3B5B7B9B11A-5062A-5061A-50712A-508A-50812A-509A-50912A-5101A-510223' - 4"113' - 8"20' - 11 1/2" V.I.F.20' - 1"39' - 11"20' - 1"COMPETITION POOLTRAINING POOLCW-01CW-15PN06PN06PN10PN10POOL DECK DRAINSSUN DECKPN07PN11PN12PN14PN16PN16PN16PN16NOT IN SCOPECW-02CW-03CW-04CW-06CW-07CW-08CW-09CW-10CW-11CW-12CW-13CW-14CW-15CW-16CW-17CW-18CW-05GENERAL NOTES 1. HATCHED AREA NOT INCLUDED IN SCOPE OF WORK UNLESS OTHERWISE NOTED.2. PROVIDE SUPPORT FOR WALL MOUNTED CABINETS AND PLUMBING FIXTURES. STEEL STUDS SUPPORTING WALL MOUNTED FIXTURES TO BE DOUBLED AT 16 O.C. OR NOT LESS THAN 20 GAUGE PER FBC 2517.5.1.1.3. COMBUSTIBLE MATERIALS IN TYPES I & II CONSTRUCTION TO COMPLY WITH FBC 603.1 (FIRE RETARDANT - TREATED WOOD ) AND 805.1 & 806.14. PROVIDE CEMENTITIOUS BACKER BOARD IN PLACE OF GWB AT ALL LOCATIONS SHOWING CERAMIC OR PORCELAIN TILE FINISH.5. SEE SHEET ID100 - ID10X FOR FINISH PLANS.6. SEE SHEET AX.X FOR PLAN DETAIL CALLOUTS.7. SEE SHEET AX.X FOR PARTITION TYPE DETAILS. PROVIDE ACOUSTICAL BATT INSULATION WHERE INDICATED.8. SEE SHEET AX.X FOR DIMENSION PLANS.9. SEE SHEET AX.X FOR DOOR SCHEDULE.10. SEE ENLARGED PLANS FOR ADDITIONAL WALL TAG INFORMATION.ALIGN1'-0"A.F.F1001XA101A1011Ref1Ref1Ref1Ref1Ref1Ref1Ref1Ref1tNameElevation1A101SIMXXXX 6X6ROOM TAGDOOR TAGSTOREFRONT TAGWALL TAGSPECIALTY EQUIPMENTTAGFLOOR TAGELEMENT TAGSEXTERIOR ELEVATIONINTERIOR ELEVATIONSECTION MARKVIEW CALLOUTLEVEL HEADSPOT ELEVATION MARKVIEW TAGSA1011SIMANNOTATION TAGSALIGNMENT TAGTAG LEGEND ST-XRoom name101XXXSPECIFIC NOTE TAGABDCPLANC04METAL STUD FRAMING @ 16" O.C.1/2" SHEATHING1" RIGID INSULATION5/8" STUCCO FINISH 5/8" WATER RESISTANT GWB, (1) LAYER ON FINISH SIDEPLANC03METAL STUD FRAMING @ 16" O.C.THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-504LEVEL 1 - FLOORPLAN_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET3/32" = 1'-0"OPT 2 - LEVEL 1 - FLOOR PLAN1SPECIFIC NOTESTAG NOTEPN06 SIDEKICK BIG ASS FAN, PLUG-IN TYPE, PROPELLER STYLE ONWHEELS.PN07 PROVIDE NEW POOL EDGE AND TRENCH DRAIN ASSEMBLY TOMATCH TRAINING POOL.PN10 EXISTING BEAM ABOVE.PN11 SAND AND PAINT DOOR FRAMES.PN12 REMOVE AND REPLACE POOL ACCESSORIES TO REPLACE POOLEDGE.PN14 CROWN SST-II HYDRAULIC BI-FOLD DOOR SYSTEM.PN16 EPOXY DECK COATING THROUGHOUT POOL DECK.MILESTONE DATE GENERAL NOTES 1. ROOFING PRODUCT BASIS-OF-DESIGN: 60 MIL TPO SINGLE PLY MEMBRANE ROOF OR APPROVED EQUAL (COLOR WHITE) RIGID INSULATION BOARD MECHANICALLY FASTENED TO STEEL ROOF DECK. INSULATION TO HAVE AN AVERAGE R-20 @ ALL ROOFS OVER CONDITIONED SPACES. PROVIDE ROOFING COMPONENTS AND MATERIALS APPROVED BY THE ROOFING PRODUCT MANUFACTURER. ASSEMBLE ROOFING COMPONENTS INCLUDING FLASHING, ROOF DRAINS, ETC. PER THE ROOFING PRODUCT MANUFACTURER'S DETAILS AND INSTRUCTIONS SO AS TO QUALIFY FOR, AND RECEIVE A SPECIAL 20-YEAR WEATHER-TIGHTNESS WARRANTY FROM THE MANUFACTURER AS WELL AS A SPECIAL 2-YEAR PROJECT WARRANTY FROM THE ROOFING INSTALLER COVERING ALL COMPONENTS OF THE ROOFING SYSTEM SUCH AS ROOFING, BASE FLASHING, ROOF INSULATION, FASTENERS, COVER BOARDS, ETC. PROVIDE ROOFING FROM A QUALIFIED MANUFACTURER THAT IS FM GLOBAL APPROVED FOR ROOFING SYSTEM IDENTICAL TO THAT USED FOR THIS PROJECT.2. PROVIDE METAL ROOF COPINGS AND PARAPET FASCIAS FABRICATED OF ASTM B209 0.050-INCH ALUMINUM SHEET. COMPLY WITH "THE NRCA ROOFING MANUAL" AND THE SMACNA "ARCHITECTURAL SHEET METAL MANUAL REQUIREMENTS FOR DIMENSIONS AND PROFILES SHOWN UNLESS MORE STRINGENT REQUIREMENTS ARE INDICATED. PROVIDE MANUFACTURER'S 20-YEAR FINISH WARRANTY. SECURE COPINGS TO PARAPETS WITH CONT ALUMINUM CLEATS.3. PROVIDE GALVANIZED STEEL INTERNALLY REINFORCED ROOF-CURB UNITS CAPABLE OF SUPPORTING SUPERIMPOSED LIVE AND DEAD LOADS, INCLUDING EQUIPMENT LOADS, WITH WELDED OR MECHANICALLY FASTENED, NON-SAG SEALED JOINTS AND INTEGRALLY FORMED DECK-MOUNTING FLANGE AT PERIMETER BOTTOM. COORDINATE DIMENSIONS WITH ROUGHING-IN INFORMATION ON SHOP DRAWINGS OF EQUIPMENT TO BE SUPPORTED.4. ROOF DRAIN BASIS-OF-DESIGN: Z125 8 3/8" DIAMETER ROOF DRAIN WITH LOW SILHOUETTE DOME MANUFACTURED BY ZURN INDUSTRIES.5. GENERAL - IT IS THE INTENT OF THE CONTRACT DOCUMENTS TO PROVIDE FOR A COMPLETE AND WEATHERTIGHT INSTALLATION OF ALL ROOF ITEMS, PENETRATIONS, ETC. THE CONTRACTOR SHALL PROVIDE ALL ROOF ACCESSORIES, FLASHING, SEALANT, SCUPPERS, DRAINS, LABOR, MATERIALS, EQUIPMENT, ETC. REQUIRED FOR COMPLETION OF A WEATHERTIGHT ROOF INSTALLATION. FOLLOW ALL RECOMMENDATIONS OF THE NRCA REGARDING INSTALLATION PROCEDURES, UNLESS MORE STRINGENT REQUIREMENTS ARE INDICATED6. SLOPE - ROOF SURFACE SHALL HAVE A MINIMUM SLOPE OF 1/4" PER FOOT IN A PERPENDICULAR DIRECTION FROM THE ROOF EDGE DOWN TOWARD THE ROOF DRAINS AS INDICATED BY THE ARROWS DRAWN ON THE ROOF PLAN. WHERE REQUIRED TO FACILITATE DRAINAGE, PROVIDE VALLEYS, CRICKETS, RIDGES, ETC. OF REQUIRED SLOPE TO PROPERLY DRAIN ALL ROOF SURFACES.7. ROOF DRAINS - COORDINATE LOCATION OF ALL ROOF DRAINS TO AVOID RATED WALLS, BEAMS, COLUMNS, JOISTS, ETC. BELOW.8. PENETRATIONS - PROPERLY FLASH, WATERPROOF, SECURE AND SEAL ALL ITEMS THAT PENETRATE THE ROOF MEMBRANE. DO NOT INSTALL ANY PITCH POCKETS. FOLLOW GUIDELINES OF NRCA CONCERNING FLASHING AND WATERPROOFING ALL ROOF PENETRATIONS. SEE ROOF DETAILS9. ROOF EQUIPMENT - MOUNT ALL ROOF EQUIPMENT ON PREFABRICATED EQUIPMENT SUPPORT CURBS WITH INTEGRAL INSULATION. WHERE EQUIPMENT IS RAISED ABOVE ROOF SURFACE, ALIGN SUPPORTS PARALLEL TO DIRECTION OF WATERFLOW TO FACILITATE DRAINAGE. VERIFY ALL REQUIREMENTS WITH EQUIPMENT AND CURB MANUFACTURERS. WHERE ROOF MEMBRANE EXTENDS BENEATH EQUIPMENT, MOUNT EQUIPMENT ABOVE THE ROOF SURFACE IN ACCORDANCE WITH BUILDING CODE AND NRCA REQUIREMENTS TO ALLOW FOR INSTALLATION OF ALL REQUIRED ROOFING COMPONENTS AND TO ALLOW FOR FUTURE OWNER MAINTENANCE.10. LIGHTNING PROTECTION - REFER TO ELECTRICAL DRAWINGS PROTECTION FOR ALL LIGHTNING PROTECTION. GROUNDING RODS, CABLES, CONNECTIONS, ETC. SHALL BE INSTALLED IN SUCH A MANNER TO PREVENT ANY DAMAGE TO INSTALLED ROOF MEMBRANE. GROUNDING RODS SHALL BE FASTENED TO THE SUBSTRATE ON WHICH THEY ARE MOUNTED. PROVIDE ALL REQUIRED FLASHING, SEALANT, WATERPROOFING, NON-CORROSIVE FASTENERS, ETC. AT EACH LOCATION AND AT MEMBRANE PENETRATION POINTS.2A-4102A-5092A-5101' - 0"121' - 3 3/4"1/4" / 12"1/4" / 12"1/4" / 12"1/4" / 12"RN01RN02RN03HVACEQUIPMENTHVACEQUIPMENTHVACEQUIPMENTHVACEQUIPMENT10' - 8 3/8"RN05RN05225' - 8 1/4"1A-510RN07ABDCRN08EL1220' - 5 3/4"20' - 5 3/4"6' - 3"6' - 3"60 MIL TPO MEMBRANE FULLY ADHEREDHEAT WELD1/2" HIGH DENSITY COVER BOARDPOLYISO RIGID INSULATION (R-20 MIN)EXISTING METAL DECK TO REMAINMEMBRANE LAP PER MANUFACTURER STANDARDSSINGLE PLY ROOF MEMBRANE SYSTEMSOLID BLOCKINGPRE-FINISHED TWO PIECE METAL FASCIA3/8" STEEL BENT PLATESEALANTSTEEL DECK EXTENSION 12 ±1' - 0 1/8"THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-505ROOF PLAN_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET3/32" = 1'-0"OPT 2 - ROOF PLAN1SPECIFIC NOTESTAG NOTEEL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.RN01 60 MIL SINGLE PLY TPO ROOF MEMBRANE.RN02 12" ROOF EXTENSION, REFER TO SECTION DETAIL.RN03 TOP OF TRUSS BELOW.RN05 PHOTOVOLTAIC ARRAY.RN07 PROVIDE STEEL SUPPORT FRAMES FOR DUCT WORK @ 48" O.C.RN08 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.1 1/2" = 1'-0"DETAIL - TYPICAL TPO ROOF ASSEMBLY2MILESTONE DATE1" = 1'-0"TYP. NORTH ROOF EDGE3 LEVEL 10"GRADE -ENTRY-2' -0"ABB2B3B5B7B9B11OPT 1 -ROOF PLANNAVD 38' -1 3/4"MEZZANINE LEVELNAVD 17' -3 3/4"CW-15CW-17CW-182A-509EL06EL02EL04EL04EL01EL12LEVEL 10"11.322.333.344.355.366.377.388.399.31010.3OPT 1 -ROOF PLANNAVD 38' -1 3/4"MEZZANINE LEVELNAVD 17' -3 3/4"CW-06CW-07CW-08CW-09CW-10CW-11CW-12CW-13CW-142A-5081A-510EL02EL01ABDCEL12EL06EL06EL06EL06EL06EL06EL06EL06EL06EL06THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-506EXTERIORELEVATIONS_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"OPT 2 - EAST ELEVATION11/8" = 1'-0"OPT - 2 NORTH ELEVATION2MILESTONE DATESPECIFIC NOTESTAG NOTEEL01 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFINGEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL04 TWO PIECE ROOF EDGE FASCIA, PRE-FINISHED.EL06 EXTERIOR LIGHT FIXTUREEL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED. LEVEL 10"ABB2B3B5B7B9B11OPT 1 -ROOF PLANNAVD 38' -1 3/4"CW-02CW-03CW-04CW-052A-510EL06EL02EL09E103EL10EL12EL12CW-02CW-03CW-04CW-056' - 2"3"3"6' - 5"3"6' - 5"3"20' - 4 1/2"33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"3"6' - 5"3"TYP. DIMS FOR CW-03 - CW-04 &CW-16 - CW-173"6' - 5"3"6' - 5"3"6' - 11"13' - 7"3"6' - 6 1/2"3"G01G01G013"6' - 6 1/2"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 9 1/2"5' - 1 1/4"7' - 8 3/4"6' - 9 1/2"3"6' - 5"3"CW-06CW-07CW-08CW-09CW-10CW-11CW-12CW-13CW-1433' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"3"4' - 7 3/8"3"4' - 7 3/8"TYP. DIMS FOR CW-07, CW-09, CW-11, CW-13, TYP. DIMS FOR CW-06, CW-08, CW-10, CW-12, 33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"9' - 11 5/8"3"4' - 7 3/8"3"4' - 7 3/8"3"3"1' - 4"G01G01G01G01G01G01G01G01G016' - 9 1/2"7' - 10 3/4"4' - 11 1/4"33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"3"4' - 5 1/4"3"CW-15CW-18CW-17TYP. DIMS FOR CW-15 & CW-18 33' - 10"3"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"3"6' - 5"3"6' - 4 1/2"3"13' - 6 1/2"G01G01G01G01ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-507EXTERIORELEVATIONS_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"OPT 2 - WEST ELEVATION1SPECIFIC NOTESTAG NOTEEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL06 EXTERIOR LIGHT FIXTUREEL09 CNC CUT ALUMINUM STANDOFF BUILDING SIGNAGE, BACKLIT.EL10 VENTS FOR NATURAL VENTILATION.EL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.G01 1-1/4" INSULATED, IMPACT RESISTANT SAFETY GLAZING.1/8" = 1'-0"OPT 2 - CURTAIN WALL ELEVATION - WEST21/8" = 1'-0"OPT 2 - CURTAIN WALL ELEVATIONS - NORTH41/8" = 1'-0"OPT 2 - CURTAIN WALL ELEVATIONS - EAST3MILESTONE DATE E9- 3 1 0 1 E9- 3 16 1 AS- 31 7 8 E9- 3 1 0 1 E9- 3 16 1 AS- 3 1 78 2A-508A-5084A-50838' - 6 1/4"1' - 5 1/2"C03C03CW-09CW-101A-510C04C04PN10WS26WS06C03WS04WS07A-5053WS24WS31WS05WS01WS04LEVEL 10"2A-508EL02EL06CW-10CW-091A-510EL10EL11EL01EL06EL11EL10THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-508EXTERIOR TRUSSPLANS, ELEVATIONS &SECTION_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETSPECIFIC NOTESTAG NOTEEL01 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFINGEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL06 EXTERIOR LIGHT FIXTUREEL10 VENTS FOR NATURAL VENTILATION.EL11 EXISTING MASONRY BASE TO BE CLEANED AND REPOINTED ASNEEDED.PN10 EXISTING BEAM ABOVE.WS01 3 5/8" METAL STUDS FASTENED TO EXISTING TRUSS FRAME @ 16"O.C..WS04 FRAMING CLIP @ EVERY HORIZONTAL HSS MEMEBER OR 24" O.C.VERTICALLY.WS05 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFING,SAND FINISH - PTD.WS06 EXISTING MASONRY WALL BASE TO REMAIN.WS07 FILL CAVITY WITH R-19 INSULATION, TYP.WS24 VENTS FOR NATURAL VENTILATION.WS26 STEEL FRAME TRUSS TO BE SANDBLASTED & REPAINTED, TYP.WS31 5/8" THK WATER RESISTANT GYPSUM BOARD.1/2" = 1'-0"OPT 2 - SECTION @ TRUSS FRAME21/4" = 1'-0"OPT 2 - ENLARGED PLAN @ TRUSS11/2" = 1'-0"OPT 2 - TRUSS NORTH ELEVATION31/2" = 1'-0"OPT 2 - TRUSS SIDE ELEVATION4MILESTONE DATE B7B92A-509C0820' - 0"5' - 6"PN01PN03PN04A-5093A-5094LEVEL 10"2A-509EL01EL0443' - 4 1/8"CW-18CW-17EL091' - 6"1' - 0"1' - 6"1' - 0"8' - 4 7/8"13' - 3 7/8"EL01EL02EL09WS08WS12WS10WS07WS13WS06WS14WS09C08WS09WS03WS15WS16WS32METAL STUD CHANNELWS28WS27WS35THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-509VENTILATIONTOWERS_OPT 20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETSPECIFIC NOTESTAG NOTEEL01 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFINGEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL04 TWO PIECE ROOF EDGE FASCIA, PRE-FINISHED.EL09 CNC CUT ALUMINUM STANDOFF BUILDING SIGNAGE, BACKLIT.PN01 FACE OF WALL BELOW.PN03 HVAC LOUVERPN04 EXISTING STEEL TO BE REPAIRED AS NEEDED, SAND & REPAINTWS03 EXISTING STEEL TRUSS TO REMAIN, SEE STRUCTURAL FORSPECIFIED REPAIRS.WS06 EXISTING MASONRY WALL BASE TO REMAIN.WS07 FILL CAVITY WITH R-19 INSULATION, TYP.WS08 CONCRETE FDN BY STRUCTURAL.WS09 HVAC LOUVER BY HVAC.WS10 METAL STUD FRAMING, REFER TO STRUCTURAL.WS12 COMPACTED FILL.WS13 VAPOR BARRIER.WS14 EXISTING STEEL TO BE REPAIRED AS NEEDED, REFER TOSTRUCTURAL, SANDED & PAINTEDWS15 ROOF CRICKET.WS16 REFER TO ROOF PLAN FOR TYPICAL ROOF ASSEMBLY.WS27 8" TUBE STEEL BOX FRAME.WS28 FILL CAVITY WITH BATT INSULATION R-19.WS32 CNC CUT ALUMINUM STANDOFF BUILDING SIGNAGE, BACKLIT.WS35 1/2" SHEATHING, 1" RIGID INSULATION, STUCCO FINISH.1/4" = 1'-0"OPT 2 - ENLARGED PLAN @ MECHANICAL CHASE TOWER13/8" = 1'-0"OPT 2 - HVAC CHASE EAST ELEVATION33/8" = 1'-0"OPT 2 - HVAC CHASE SOUTH ELEVATION43/8" = 1'-0"OPT 2 - WALL SECTION @ HVAC CHASE2MILESTONE DATE8" SQUARE STEEL COLUMN @ EACH CORNER WS22WS223' - 10 1/8"WALL BEYONDNEW CONCRETE SLAB W/ THICKENED EDGEWS32WS29WS29WS31WS28C04C05WS29WS30WS34WS35WS22C03C04WS29WS29WS29WS28WS35THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-510WALL SECTIONS_OPT20000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/2" = 1'-0"OPT 2 - TYPICAL WEST WALL SECTION2SPECIFIC NOTESTAG NOTEWS22 EXISTING STEEL TO BE REPAIRED AS NEEDED. REFER TOSTRUCTURAL, SAND AND PAINT.WS28 FILL CAVITY WITH BATT INSULATION R-19.WS29 METAL STUD BRACING.WS30 METAL STUD FRAMING @ 16" O.C.WS31 5/8" THK WATER RESISTANT GYPSUM BOARD.WS32 CNC CUT ALUMINUM STANDOFF BUILDING SIGNAGE, BACKLIT.WS34 REFER TO FLOOR PLAN FOR POOL DECK COATING.WS35 1/2" SHEATHING, 1" RIGID INSULATION, STUCCO FINISH.MILESTONE DATE1/2" = 1'-0"OPT 2 - TYP NORTH WALL SECTION1 11/29/2023 11:34:32 AMLONG CENTER NATATORIUM1501 N BELCHER RD. CLEARWATER FL, 33765ENCLOSED SUN-DECK THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONG-106SHEETINDEX_ENCLOSEDSUN-DECK_2B0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONEDATEDRAWING INDEX ENCLOSED SUN-DECKSHEET #SHEET NAMESD BID PACKAGE01 GENERALG-105COVER_ENCLOSED SUN-DECK_2B●G-106SHEET INDEX_ENCLOSED SUN-DECK_2B06 DEMOAD-101DEMO FLOOR PLAN_ENCLOSED SUN-DECK●07 ARCHITECTURALA-515ENCLOSED SUN-DECK WEST ELEVATION_2B●A-516RENDERINGS ENCLOSED SUN-DECK_2B●A-517LEVEL 1 - FLOOR PLAN_ENCLOSED SUN-DECK_2B●A-518ENCLOSED SUN-DECK ENLARGED PLAN & SECTION_2B● D011D011D011D002D014D014D015D015D013D013D016SUN DECKD020D019GENERAL NOTES -DEMOLITION 1. ALL DIMENSIONS AND CONDITIONS TO BE FIELD VERIFIED BY CONTRACTOR PRIOR TOWORK, NOTIFY ARCHITECT IF CONFLICTS ARE FOUND2. PROTECT ALL AREAS TO REMAIN. G.C. TO REPAIR OR REPLACE ANY ITEM TO REMAIN ORTO BE RELOCATED THAT IS DAMAGED DURING THE WORK. PROVIDE A SEAMLESS,UNDAMAGED APPEARANCE WHEN JOINING NEW TO EXISTING3. REMOVE DASHED PORTION OF EXISTING WALLS, DOORS, WINDOWS, SIDELIGHTS,TRANSOMS, AND FRAMES. PREPARE AREA TO RECEIVE NEW CONSTRUCTION ASSCHEDULED.4. FINISHES - ALL EXISTING FINISHES SHALL REMAIN, UNLESS SCHEDULED FOR NEW.CONTINUE EXISTING FINISHES TO REMAIN INTO NEW EXTENDED AREAS THAT AREADJACENT. PATCH & REPAIR EXISTING TO MATCH NEW. PREPARE SUBSTRATES TORECEIVE NEW FINISHES WHERE SCHEDULED. FINISH ALL PATCHED OR EXTENDEDWALLS TO NEAREST CHANGE OF DIRECTION, WALL TERMINATION, OR INTERSECTION.PHASING - COORDINATE EQUIPMENT DELIVERIES AND INSTALLATION WITH THEPHASING PLAN FOR APPROPRIATE SCHEDULING.5. CONFLICTS - ANY CONFLICT FOUND WITH EXISTING CONDITIONS AND REQUIREMENTSFOR NEW CONSTRUCTION SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OFTHE ARCHITECT. IF THE CONFLICT AFFECTS THE PROGRESS OF THE WORK, VERIFYWITH ARCHITECT SOLUTION NECESSARY PRIOR TO PROCEEDING WITH THAT PORTIONOF THE WORK AND IN A TIMELY FASHION SO AS NOT TO DELAY THE WORK.COORDINATE ALL TRADES TO ASCERTAIN NO FURTHER WORK WILL BE IMPACTED BYTHE CONFLICT, OR ITS SOLUTION.ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONAD-101DEMO FLOORPLAN_ENCLOSEDSUN-DECK0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"DEMOLITION FLOOR PLAN - ENCLOSED SUN DECK1DEMOLITION KEY NOTESTAG NOTED002 DEMOLISH EXISTING DOOR & FRAME ENTIRELY.D011 DEMOLISH GLAZYNG SYSTEM ENTIRELY, STEEL STRUCTURE TO REMAIN.D013 DEMOLISH SUN DECK WALL & ASSOCIATED FOUNDATIONS.D014 DEMOLISH SUN DECK GATE.D015 DEMOLISH SUN DECK FENCE.D016 DEMOLISH KNEE WALL 1' BELOW GRADE.D019 DEMOLISH STRUCTURAL STEEL.D020 DEMOLISH EXISTING SLAB.MILESTONEDATE ABB2B3B5B7B9B111A-518EL07EL12EL10EL01EL02EL12EL08CW-02CW-03CW-04CW-05CW-06WINDOWS TO BE OPERABLEEL07ABDCCW-03CW-04CW-05CW-068' - 0"TYP. DIMS FOR CW-03 - CW-063"3' - 7 1/2"3"3' - 7 1/2"3"18' - 8"3"5' - 7 1/2"3"6' - 5"3"5' - 7 1/2"3"CW-023"6' - 6 1/2"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 6 1/2"3"33' - 10"119' - 1 1/2"3"6' - 0 1/2"3"5' - 8"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"6' - 5"3"12' - 4"3"1' - 0 3/4"3"6' - 5"3"7' - 8 5/8"6' - 9 1/2"THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-515ENCLOSED SUN-DECKWEST ELEVATION_2B0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONEDATE1/8" = 1'-0"WEST ELEVATION - ENCLOSED SUN-DECK11/8" = 1'-0"NORTH ELEVATION - ENCLOSED SUN-DECK2SPECIFIC NOTESTAG NOTEEL01 THREE PART STUCCO SYSTEM OVER LATH & WEATHERPROOFINGEL02 TWO PIECE PRE FINISHED ALUMINUM ROOF FASCIA.EL07 ALUMINUM SUNSHADES BY CURTAIN WALL MANUFACTUREREL08 CROWN SST-II HYDRAULIC BI-FOLD DOOR SYSTEM.EL10 VENTS FOR NATURAL VENTILATION.EL12 LOUVERED ROOF EQUIPMENT SCREEN WALL, HEIGHT TO BEDETERMINED.1/8" = 1'-0"CURTAIN WALL ELEVATIONS - WEST31/8" = 1'-0"CURTAIN WALL ELEVATIONS - WEST CW-024 THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-516RENDERINGSENCLOSEDSUN-DECK_2B0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETMILESTONEDATEINTERIOR RENDER -VIEW 1EXTERIOR RENDER - WEST - NORTH E 9- 31 01E9- 31 61A S- 31 78 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01E 9- 31 61A S- 31 78 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01E 9- 31 61A S- 31 78E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01A S- 31 72E 9- 31 61 E 9 - 3 1 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 31 0 1 E 9 - 3 1 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 E 9 - 31 6 1 A S - 3 1 7 8 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9 - 3 1 0 1 A S - 3 1 7 2 E 9 - 3 1 6 1 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01A S- 31 72E 9- 31 61 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01 E 9- 31 61A S- 31 78 E 9- 31 01 E 9- 31 61A S- 31 78 CW-01PN06PN061A-518A-5151ENCLOSED SUN-DECK1624 SFA-5152PN1481' - 8"PN15PN15PN1519' - 6"20' - 4 1/2"CW-02CW-03CW-04CW-05CW-06CW-02A-5153A-5154GENERAL NOTES 1. HATCHED AREA NOT INCLUDED IN SCOPE OF WORK UNLESS OTHERWISE NOTED.2. PROVIDE SUPPORT FOR WALL MOUNTED CABINETS AND PLUMBING FIXTURES. STEELSTUDS SUPPORTING WALL MOUNTED FIXTURES TO BE DOUBLED AT 16 O.C. OR NOT LESSTHAN 20 GAUGE PER FBC 2517.5.1.1.3. COMBUSTIBLE MATERIALS IN TYPES I & II CONSTRUCTION TO COMPLY WITH FBC 603.1(FIRE RETARDANT - TREATED WOOD ) AND 805.1 & 806.14. PROVIDE CEMENTITIOUS BACKER BOARD IN PLACE OF GWB AT ALL LOCATIONS SHOWINGCERAMIC OR PORCELAIN TILE FINISH.5. SEE SHEET ID100 - ID10X FOR FINISH PLANS.6. SEE SHEET AX.X FOR PLAN DETAIL CALLOUTS.7. SEE SHEET AX.X FOR PARTITION TYPE DETAILS. PROVIDE ACOUSTICAL BATT INSULATIONWHERE INDICATED.8. SEE SHEET AX.X FOR DIMENSION PLANS.9. SEE SHEET AX.X FOR DOOR SCHEDULE.10. SEE ENLARGED PLANS FOR ADDITIONAL WALL TAG INFORMATION.ALIGN1'-0"A.F.F1001XA101A1011Ref1Ref1Ref1Ref1Ref1Ref1Ref1Ref1tNameElevation1A101SIMXXXX 6X6ROOM TAGDOOR TAGSTOREFRONT TAGWALL TAGSPECIALTY EQUIPMENTTAGFLOOR TAGELEMENT TAGSEXTERIOR ELEVATIONINTERIOR ELEVATIONSECTION MARKVIEW CALLOUTLEVEL HEADSPOT ELEVATION MARKVIEW TAGSA1011SIMANNOTATION TAGSALIGNMENT TAGTAG LEGEND ST-XRoom name101XXXSPECIFIC NOTE TAG1A-518A-5151A-5152RN09RN091/4" / 12"RN05RN0581' - 8"ABDCTHE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-517LEVEL 1 - FLOORPLAN_ENCLOSEDSUN-DECK_2B0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SET1/8" = 1'-0"ENCLOSED SUN-DECK - FLOOR PLAN1SPECIFIC NOTESTAG NOTEPN06 SIDEKICK BIG ASS FAN, PLUG-IN TYPE, PROPELLER STYLE ONWHEELS.PN14 CROWN SST-II HYDRAULIC BI-FOLD DOOR SYSTEM.PN15 6" SQ STEEL COLUMNS ADJACENT TO THE EXISTING STRUCTURE,ADDITION WOULD BE ITS OWN STRUCTURE.RN05 PHOTOVOLTAIC ARRAY.RN09 ROOF SCUPPER & DOWN SPOUT.MILESTONEDATE1/8" = 1'-0"ENCLOSED SUN-DECK - ROOF PLAN2 E9-3161AS-3172E9-3162E9-3104 AS-317 8 E9-3161 E9-3162E9-31 0 4 E9-3162 AS-3178 E9-3161E9-3104AS-3178 E9-3161 E9-3162E9-310 4 E9-3162 AS-3178 E9-3161E9-3104E9-3161AS-3172E9-3162E9-3104WS20WS23WS22WS25WS22 12' - 0"COLUMN BEYOND3-5/8" METAL STUDS @ 16 O.C.6" SQ STEEL COLUMNWS35WS282' - 0"1' - 4"12"x24" CONCRETE FOUNDATION4" CONCRETE SLAB OVER 15 MIL VAPOR BARRIER10' - 0"8" CMU WALL5/8" CEMENTITIOUS FINISH - PTD12"x24" CONCRETE FOUNDATION PADCEILING SYSTEMTRUSS GIRDER16' - 0"1/4" PER FT SLOPEROOF SCUPPERSINGLE PLY MEMBRANE ROOF, OVER TAPERED INSULATION R-20 MIN, AND 3" METAL DECK2" EXPANSION JOINTSTEEL FRAME (BEYOND)MASONRY WALL BASE (BEYOND)11 7/8"THE ARCHITECT'S COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS ARE HEREBY RESERVED IN THE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS PRODUCED BY THE ARCHITECT. THESE IDEAS, DESIGNS, PLANS, DRAWINGS, AND SPECIFICATIONS SHALL NOT BE REPRODUCED OR CONVEYED IN ANY MANNER NOR ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION OF THE ARCHITECT. CONSENT IS HEREBY GRANTED TO GOVERNMENTAL AGENCIES TO REPRODUCE THE CONSTRUCTION DRAWINGS IN COMPLIANCE WITH THE STATE STATUTES. TO THE BEST OF THE ARCHITECT'S OF ENGINEER'S KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE APPLICABLE MINIMUM BUILDING CODES AND THE APPLICABLE FIRE SAFETY STANDARDS AS DETERMINED BY THE LOCAL AUTHORITY IN ACCORDANCE WITH CHAPTERS 553 AND 633 OF THE FLORIDA STATUTES.132 Mirror Lake Drive N. Unit 301St. Petersburg, Florida 33701-3214(727) 822-5566www.wjarc.comAR94244©Wannemacher Jensen Architects, Inc.Wannemacher Jensen Architects, Inc.Project numberDISTRIBUTIONPRELIMINARY NOT FOR CONSTRUCTIONA-518ENCLOSED SUN-DECKENLARGED PLAN &SECTION_2B0000LONG CENTER NATATORIUMCITY OF CLEARWATER1501 N BELCHER RD. CLEARWATER FL, 3376510.23.23SCHEMATIC BID SETSPECIFIC NOTESTAG NOTEWS20 IMPACT RATED, INSULATED GLAZING CURTAIN WALL SYSTEM.WS22 EXISTING STEEL TO BE REPAIRED AS NEEDED. REFER TOSTRUCTURAL, SAND AND PAINT.WS23 CURTAIN WALL FASTENED TO EXISTING HSS BEAMS, PER CURTAINWALL MANUFACTURER.WS25 SIDEWALL MOUNTED BIG ASS FAN, ADJUSTABLE PIVOT FAN.WS28 FILL CAVITY WITH BATT INSULATION R-19.WS35 1/2" SHEATHING, 1" RIGID INSULATION, STUCCO FINISH.MILESTONEDATE1/2" = 1'-0"ENCLOSED SUN DECK SECTION1 Project:Long Center Renovations Location:Clearwater, Fl Date:12/19/2023 File Name:Long Center Budget Project #:2023.116 Work Description Qty Unit Lab unit $ Lab Tot Mat unit $ Mat Tot Sub unit $ Sub Tot Total Area Sub Total BUILDING CONSTRUCTION - SCHEMATIC DESIGN BUDGET 01 General Requirements 4,384,486 Contractor General Conditions 1 ls 15.0%0 1324208.4 1324208 1,324,209 Contractor General Liability Insurance 1 ls 2.0%0 203045.3 203045 203,045 Builder's Risk Insurance - By Owner 0 Sub-Contractor Bonds 1 ls 2.5%0 258882.7 258883 258,883 Public Art Allowance - N.I.C. Estimate Contingency 1 ls 5.0%0 1072033.5 1072033 1,072,034 Escalation 1 ls 5.0%0 589618.4 589618 589,618 Permits Allowance 1 ls 1.0%0 123819.9 123820 123,820 Contractor General OH&P 1 ls 6.5%0 812877.4 812877 812,877 02 Existing Conditions 425,369 Asbestos Remediation - N.I.C. Selective Building Demolition Demo storefront 3070dr/hdw 2 ea 0 0 750.0 1500 1,500 Demo storefront 6070dr/hdw 3 ea 0 0 1000.0 3000 3,000 Demo glazing sys 16,071 sf 0 0 15.0 241062 241,062 Demo pool trench drain 500 lf 0 0 100.0 50000 50,000 Pool protection during demo 500 lf 0 0 25.0 12500 12,500 Rem pool accessories 8 ea 0 0 1000.0 8000 8,000 Demo SOG 240 sf 0 0 10.0 2400 2,400 Demo CMU wall 120 sf 0 0 7.5 900 900 Demo roof sys 27,383 sf 0 0 2.5 68457 68,457 Demo roof curb 13 ea 0 0 250.0 3250 3,250 Demo Mech equip 1 ls 0 0 25000.0 25000 25,000 Demo Mech piping 300 lf 0 0 15.0 4500 4,500 Cut-out metal deck 320 sf 0 0 15.0 4800 4,800 03 Concrete 175,000 New pool gutter drain 500 lf 0 0 300.0 150000 150,000 Slab on Grade with mesh - HVAC Chase 10 cy 0 0 2500.0 25000 25,000 04 Masonry 10,000 Patch cmu walls 1 ls 0 0 10000.0 10000 10,000 05 Metals 1,173,053 Page 1 of 4 Project:Long Center Renovations Location:Clearwater, Fl Date:12/19/2023 File Name:Long Center Budget Project #:2023.116 Work Description Qty Unit Lab unit $ Lab Tot Mat unit $ Mat Tot Sub unit $ Sub Tot Total Area Sub Total Sandblast steel structure 37,914 sf 0 0 5.5 208527 208,527 Pool int floor area prot. during sandblasting 26,760 sf 0 0 2.5 66900 66,900 Pool int clg area prot. during sandblasting 26,760 sf 0 0 3.5 93660 93,660 Bldg ext area protection during sandblasting 15,279 sf 0 0 4.5 68756 68,756 Roof extension stl plate/deck 446 lf 0 0 125.0 55750 55,750 Tube steel framing - stl boxes 12 tn 0 0 6500.0 78000 78,000 Tube steel framing - deck openings 5 tn 0 0 6500.0 32500 32,500 Tube steel framing - mech equip 9 tn 0 0 6500.0 60938 60,938 Tube steel posts - roof screen 7 tn 0 0 6500.0 42656 42,656 Tube steel framing - OH door fr 0.67 tn 0 0 6500.0 4367 4,367 Curtainwall attachment to stl fr 1.00 ls 0 0 25000.0 25000 25,000 Structural steel repairs 1 ls 0 0 436000.0 436000 436,000 06 Wood / Plastic / Composites 27,808 Rough Carpentry Work Roof Edge 2x Blocking 3,476 lf 0 0 8.0 27808 27,808 07 Thermal & Moisture Protection 776,850 Insulation walls - Fiberglass 6" R19 10,030 sf 0 0 1.5 15045 15,045 Roof Deck Insulation - Polyiso R20 min 31,050 sf 0 0 6.0 186300 186,300 Gypsum cover bd 1/2"31,050 sf 0 0 2.5 77625 77,625 Tapered insulation bd 31,050 sf 0 0 2.5 77625 77,625 Roofing - Single-ply TPO 31,050 sf 0 0 12.0 372600 372,600 Walkway Pads 600 sf 0 0 5.0 3000 3,000 Metal Flashings Pre-fin 2 piece metal fascia 983 lf 0 0 25.0 24585 24,585 Sealants 26,760 sf 0 0 0.75 20070 20,070 08 Openings 1,701,942 Entrances/Storefronts Alum Storefront doors - 6070 2 ea 0 0 7000.0 14000 14,000 Alum Storefront doors - 3070 2 ea 0 0 5000.0 10000 10,000 Al/Gl Curtainwall - impact rated 11,365 sf 0 0 145.0 1647942 1,647,942 Special Doors Overhead Doors Hydraulic Bi-Fold Door 1 ea 0 0 25000.0 25000 25,000 Access Doors/Panels Louver vents 20 ea 0 0 250.0 5000 5,000 09 Finishes 1,010,808 Page 2 of 4 Project:Long Center Renovations Location:Clearwater, Fl Date:12/19/2023 File Name:Long Center Budget Project #:2023.116 Work Description Qty Unit Lab unit $ Lab Tot Mat unit $ Mat Tot Sub unit $ Sub Tot Total Area Sub Total Exterior Wall Finishes Stucco on framing, Painted 11,372 sf 0 0 18.0 204692 204,692 Ext MS framing at stucco walls 11,372 sf 0 0 15.0 170577 170,577 Interior Finishes Walls Ms 3 5/8"/MR gyp bd 1s 6,452 sf 0 0 12.0 77418 77,418 Floors Porcelain Tile at pool edge 16"771 sf 0 0 15.0 11558 11,558 Epoxy Floor Coating - Pool Deck 11,615 sf 0 0 17.5 203263 203,263 Wall Finishes Porcelain Tile at pool edge 8"369 sf 0 0 15.0 5528 5,528 Paint gyp bd, epoxy 6,452 sf 0 0 2.0 12903 12,903 Ceiling Finishes Epxoy Paint steel framing/metal deck 64,974 sf 0 0 5.0 324870 324,870 10 Specialties 457,650 Exterior Signs Letters - 12" Alum 10 ea 0 0 175.0 1750 1,750 Letters - 18" Alum 10 ea 0 0 250.0 2500 2,500 Misc. Bigass Fans - side mtd.6 ea 0 0 12000.0 72000 72,000 Sun Shades - Alum 1,000 lf 0 0 150.0 150000 150,000 Equip. Screen wall 3,560 sf 0 0 65.0 231400 231,400 11 Equipment 298,000 Pool Equip. - Replace UV system 1 ls 0 0 286000.0 286000 286,000 Pool Equip. - Reinstall accessories 8 ea 0 0 1500.0 12000 12,000 12 Furnishings - By Owner 13 Special Construction 479,375 Enclosed Sundeck Addition 1,625 sf 0 0 295.0 479375 479,375 14 Conveying Systems - None 21 Fire Suppression System - None Page 3 of 4 Project:Long Center Renovations Location:Clearwater, Fl Date:12/19/2023 File Name:Long Center Budget Project #:2023.116 Work Description Qty Unit Lab unit $ Lab Tot Mat unit $ Mat Tot Sub unit $ Sub Tot Total Area Sub Total 22 Plumbing 9,000 Replace roof drains - same location 3 ea 0 0 3000.0 9000 9,000 23 HVAC 1,942,200 Pool Dehumidifier & Fan 2 ea 258600 517,200.0 646500 1,293,000 25000 50,000 1,860,200 Ductwork & support frames 1 ls 2000 2,000.0 5000 5,000 25000 25,000 32,000 Test & Balance 1 ls 0 0 15000 15,000 15,000 Controls 1 ls 0 0 25000 25,000 25,000 HVAC Commissioning 1 ls 0 0 10000 10,000 10,000 26 Electrical 341,000 Photovotaic System - Allowance 1 ls 0 0 300000 300,000 300,000 HVAC power 1 ls 0 0 10000 10,000 10,000 Building sigange power 1 ls 0 0 5000 5,000 5,000 Ext wall lighting 10 ea 0 0 1850 18,500 18,500 Tie into ex panel 1 ls 0 0 7500 7,500 7,500 TOTAL BUILDING CONSTRUCTION PROBABLE COST - Option #1 13,212,542 13,212,542 The above budget does not include the following; Site Work, Civil Work, Utilities Pool Equipment Equipment not specifically listed in the budget Impact Fees Testing & 3rd Party Inspections Design Fees Owner Contingency Builder's Risk Insurance Public Art ALTERNATES Option #2 - (less Al/Gl more soild wall) DEDUCT (330,184) Pool Equipment - New High Rate Sand Filter sys ADD 998,140 Pool Equipment - New Defender Filter sys ADD 1,092,520 Page 4 of 4 CONSTRUCTION COST ESTIMATE Long Center Renovations Schematic Bid Set Estimate Prepared: 12/15/2023 PREPARED BY: 132 MIRROR LAKE DR N, # 301 SAINT PETERSBURG, FL 33701 727.767.9509 WWW.WJCREATE.COM Clearwater Long Center Renovation CONSTRUCTION COST ESTIMATE WJCreate LLC // 132 Mirror Lake Dr N, #301, St. Petersburg, FL 33701 // (727) 767-9512 // info@wjcreate.com Page 2 of 7 CONTENTS 01 BASIS 02 DOCUMENTS 03 NARRATIVE 04 ESTIMATE Clearwater Long Center Renovation CONSTRUCTION COST ESTIMATE WJCreate LLC // 132 Mirror Lake Dr N, #301, St. Petersburg, FL 33701 // (727) 767-9512 // info@wjcreate.com Page 3 of 7 01 BASIS ESTIMATORS APPROACH PRELIMINARY ESTIMATE: When approaching the task of developing a construction cost estimate WJCreate utilizes a variety of industry leading methods, tools, and technologies. We employ a combination of parametric data, assembly and systems costs, along with unit price and square foot calculations to develop a realistic probable cost model for the project’s construction. Due to the limited detail of design documentation, which is typical of a project at this stage, numerous assumptions were made to develop an estimation that would reflect a complete project in line with what is understood to be the design intent. For this estimate our estimating team collaborated with the project design team to provide technical input and fill in gaps where details were lacking or yet to be incorporated into the design documents. In parts of the estimate scopes were fairly well defined and measured to specific details in drawings while others may have been conceptualized by our estimating team. Costs assigned to items are estimated utilizing a combination of our experience with similar work and figures from our internal libraries of historical cost data, and values provided by industry leading resources like R.S. Means and BNI. Supplemental information was obtained by consultants hired by the Architect and their information is included in part of this estimate. ESTIMATOR’S CONTINGENCY While our estimating team takes numerous steps to fill in the gaps in the design documents it is not always possible to foresee every detail. The “Estimators Contingency” included within this estimate is intended to provide safeguard from costs associated with design-related uncertainties that exist at the time the estimate is being provided. The Estimator’s Contingency is based on the level of detail provided by the design documents and the number of assumptions taken by the estimating team. QUALIFICATION: This opinion of probable costs of construction is provided based on company staff experience, qualifications, and best judgment. WJCreate has prepared this estimate in accordance with generally accepted cost estimating practices and standards. WJCreate reserves the right to amend our opinions based upon new and/or differing information discovered. Clearwater Long Center Renovation CONSTRUCTION COST ESTIMATE WJCreate LLC // 132 Mirror Lake Dr N, #301, St. Petersburg, FL 33701 // (727) 767-9512 // info@wjcreate.com Page 4 of 7 02 DOCUMENTS The listed documents below were utilized in the development of the cost estimate provided herein. SHEET # SHEET NAME SD BID PACKAGE 01 GENERAL G-100 COVER_OPT 1 ● G-101 DRAWING LEGEND AND BUILDING DATA ● G-103 SHEET INDEX_OPT 1 06 DEMO AD-301 DEMO FLOOR PLAN ● AD-302 DEMO ROOF PLAN ● AD-303 DEMO EXTERIOR ELEVATIONS ● AD-304 DEMO EXTERIOR ELEVATIONS ● 07 ARCHITECTURAL A-002 3D VIEWS_OPT 1 ● A-003 RENDERINGS OPT_1 ● A-101 LEVEL 1 - FLOOR PLAN_OPT 1 ● A-102 ROOF PLAN_OPT 1 ● A-201 REFLECTED CEILING PLAN ● A-303 EXTERIOR ELEVATIONS_OPT 1 ● A-304 EXTERIOR ELEVATIONS_OPT 1 ● A-410 EXTERIOR TRUSS PLANS, ELEVATIONS & SECTION_OPT 1 ● A-412 VENTILATION TOWERS_OPT 1 ● A-413 WALL SECTIONS_OPT 1 ● A-501 COVER_OPT 2 ● A-502 3D VIEWS_OPT 2 ● A-503 RENDERINGS OPT_2 ● A-504 LEVEL 1 - FLOOR PLAN_OPT 2 ● A-505 ROOF PLAN_OPT 2 ● A-506 EXTERIOR ELEVATIONS_OPT 2 ● A-507 EXTERIOR ELEVATIONS_OPT 2 ● A-508 EXTERIOR TRUSS PLANS, ELEVATIONS & SECTION_OPT 2 ● A-509 VENTILATION TOWERS_OPT 2 ● A-510 WALL SECTIONS_OPT 2 ● Clearwater Long Center Renovation CONSTRUCTION COST ESTIMATE WJCreate LLC // 132 Mirror Lake Dr N, #301, St. Petersburg, FL 33701 // (727) 767-9512 // info@wjcreate.com Page 5 of 7 SUNDECK SHEET # SHEET NAME SD BID PACKAGE 01 GENERAL G-105 COVER_ENCLOSED SUN-DECK_2B ● G-106 SHEET INDEX_ENCLOSED SUN- DECK_2B 06 DEMO AD-101 DEMO FLOOR PLAN_ENCLOSED SUN-DECK ● 07 ARCHITECTURAL A-515 ENCLOSED SUN-DECK WEST ELEVATION_2B ● A-516 RENDERINGS ENCLOSED SUN- DECK_2B ● A-517 LEVEL 1 - FLOOR PLAN_ENCLOSED SUN-DECK_2B ● A-518 ENCLOSED SUN-DECK ENLARGED PLAN & SECTION_2B ● Clearwater Long Center Renovation CONSTRUCTION COST ESTIMATE WJCreate LLC // 132 Mirror Lake Dr N, #301, St. Petersburg, FL 33701 // (727) 767-9512 // info@wjcreate.com Page 6 of 7 03 NARRATIVE The following narrative is intended to provide additional information and clarification for the line items listed within the estimate. GENERAL ITEMS 1. The estimate includes two potential renovations schemes. 2. Cost Model is based upon design documents listed herein. 3. No Structural, Mechanical, Electrical or Plumbing drawings provided. All costs are conceptualized figures based on assembly systems typical of the scope of work. 4. The estimate is based on current market costs at the time the estimate was prepared and work being performed during normal business hours at a typical pace. 5. Estimate does not include amounts associated with the replacement of Pool Equipment. GENERAL EXCLUSIONS The items below are not included in this estimate unless specifically called out as included: 1. Permitting costs or any other municipal fees. 2. Professional design services and engineering service fees. OPTION ONE 01 – GENERAL CONDITIONS: • All general conditions assume an overall 8-month construction timeline. • Project Management assumes (1) Full-time Superintendent and (1) Part-time Project Manager. • All other items typical of a project of this nature. 02 – EXISTING CONDITIONS • Estimate includes all demolition as noted on drawings. • Amount allocated for protection for Pool • Conceptualized demolition items include: o Landscape Demolition. o Demolition of slab for Duct Chase. o Pool Edge demolition for Drain Replacement. o Demolition and removal of existing HVAC equipment. o Demolition and removal of pool equipment. 03 – CONCRETE • Includes cost for foundation of the duct chase and an allowance for misc. concrete and masonry repair. 05 – METALS • No Structural Drawings provided. All amounts provided are conceptualized amounts. • Estimate for Structural Steel Modification components provided by Architect’s Structural Consultant. 07 – THERMAL AND MOISTURE PROTECTIONS • Roof system to be replaced from deck up per drawing specifications. • Insulation and weather barrier systems included is wall assembly costs. • A misc. caulking/waterproofing line item included. 08 – OPENINGS • New Curtain wall system priced as specified by Architect. o Includes YKK (YHC 300 OG) system and 1-5/16" VNE1-53 Insulating Laminated Glazing. o Therma Shade System Included where indicated. Clearwater Long Center Renovation CONSTRUCTION COST ESTIMATE WJCreate LLC // 132 Mirror Lake Dr N, #301, St. Petersburg, FL 33701 // (727) 767-9512 // info@wjcreate.com Page 7 of 7 09 – FINISHES • Metal Truss framing system assembly priced as specified in the drawings. • Allowance included for preparation of existing floors • Sandblasting of existing ceilings included. 22 – PLUMBING • No plumbing drawings provided. All amounts provided are conceptualized amounts. 23 – HVAC • No HVAC drawings provided. All amounts provided are conceptualized amounts. • HVAC Systems costs included per Engineer’s quote. • An Additional line item included for installation of equipment and other necessities. 26 – ELECTRICAL • No Electrical drawings provided. All amounts provided are conceptualized amounts. 35 – WATERWAY & MARINE • Estimate includes pool equipment per Counsilman – Hunsaker Estimate. • An allowance included for miscellaneous pool repair. 48 – ELECTRICAL POWER GENERATION • A conceptualized amount is provided for a photovoltaic array system. These systems vary drastically in cost depending on the system specified. The amount assigned is based on a 171 kW System to occupy the areas indicated on the roof drawings. LONG CENTER RENOVATIONS ESTIMATE OF PROBABLE CONSTRUCTION COST SCHEMATIC BID SET (10/23/23) ESTIMATE PREPARED: 12/15/2023 DIVISION / DESCRIPTION $ % OF TOTAL $/SF $ % OF TOTAL $/SF $ % OF TOTAL $/SF 01 GENERAL REQUIREMENTS 789,527 8%$31 751,546 9%$30 143,138 20%$84 02 EXISTING CONDITIONS 271,997 3%$11 271,997 3%$11 20,825 3%$12 03 CONCRETE 25,400 0%$1 25,400 0%$1 45,048 6%$26 04 MASONRY - 0%$0 - 0%$0 47,824 7%$28 05 METALS 1,015,846 10%$40 1,015,846 12%$40 66,671 9%$39 07 THERMAL AND MOISTURE PROTECTIONS 550,122 5%$22 550,122 6%$22 53,488 8%$31 08 OPENINGS 3,408,110 33%$134 1,507,750 18%$60 114,432 16%$67 09 FINISHES 769,192 7%$30 1,053,363 12%$42 89,147 13%$52 10 SPECIALTIES 32,000 0%$1 32,000 0%$1 - 0%$0 22 PLUMBING 55,179 1%$2 55,179 1%$2 - 0%$0 23 HVAC 1,603,415 16%$63 1,603,415 19%$63 - 0%$0 26 ELECTRICAL 156,100 2%$6 156,100 2%$6 35,100 5%$21 31 EARTHWORK - 0%$0 - 0%$0 11,260 2%$7 32 EXTERIOR IMPROVEMENTS 20,000 0%$1 20,000 0%$1 8,000 1%$5 35 WATERWAY & MARINE 370,852 4%$15 370,852 4%$15 - 0%$0 48 ELECTRICAL POWER GENERATION 468,000 5%$18 468,000 5%$18 - 0%$0 00 PROCUREMENT & CONTRACTING 808,506 8%$32 676,172 8%$27 68,714 10%$40 SUBTOTAL $408 $338 $414 Estimator's Contingency 827,540 8%$33 684,619 8%$27 56,292 8%$33 GRAND TOTAL:$441 $365 $447 Pool Equipment Alternatives UV System Replacements Included in Base Estimate Recirculation Systems Replacement - High Rate Sand Filters (Add)+714,820 Recirculation Systems Replacement - Defeinder Filter System (Add)+829,330 OPTION ONE OPTION TWO 8,557,743$ 9,242,362$ SUN DECK 703,647$ 759,939$ 10,344,246$ 11,171,785$ Page 1 of 9 OPTION 1 LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL 02. EXISTING CONDITIONS Selective Demolition Doors & Openings D002 3 EA x $198.00 =$594 Glazing Systems D011 15,458 SF x $4.75 =$73,426 Pool Edge Trench Drain D012 494 LF x $22.45 =$11,090 Pool Equipment 1 LSUM x $6,250.00 =$6,250 Pool Specialties D017 1 LSUM x $1,250.00 =$1,250 Roofing Systems Demolition To Deck, Including Curbs & Edge 27,250 SF x $1.48 =$40,194 Minor Site Demolition Exterior Hardscape Selective Demolition D021 1 SF x $2,650.00 =$2,650 Landscaping Demolition 1 LSUM x $4,800.00 =$4,800 Service System Demolition HVAC Systems & Components Demolition All Existing Mechanical Equipment 1 LSUM x $28,250.00 =$28,250 Protection & Controls Scaffolding False Deck in Pool to Ceiling 1 LSUM x $80,000.00 =$80,000 Temporary Protection Misc. Protection for Existing to Remain and WIP 1 LSUM x $8,750.00 =$8,750 Pool Cover Temporary Pool Cover - Poly Tarp 12,820 SF x $1.15 =$14,743 02 SUBTOTAL - EXISTING CONDITIONS $271,997 03. CONCRETE Foundation Systems Concrete Foundations Foundations @ Duct Chase 320 SF x $32.50 =$10,400 Concrete Patching Concrete & Masonry Patching Allowance - Misc. repair of existing walls as needed 1 LSUM x $15,000.00 =$15,000 03 SUBTOTAL - CONCRETE $25,400 05. METALS Structural Steel Systems Existing Systems Modifications Metal Truss Modifciations Estimate Provided by Structural Consultants 1 LSUM x $453,440.00 =$453,440 HVAC RTU Equipment Supports Estimate Provided by Structural Consultants 1 LSUM x $241,620.00 =$241,620 Roofing Modifications Estimate Provided by Structural Consultants 1 LSUM x $51,510.00 =$51,510 HVAC Chase(s)Estimate Provided by Structural Consultants 1 LSUM x $87,326.00 =$87,326 Other Metals Roof Screen Louvered metal screens @ Mech 3,600 SF x $42.50 =$153,000 Metal Louvers Ventilation louvers on truss walls 30 EA x $965.00 =$28,950 05 SUBTOTAL - METALS $1,015,846 07. THERMAL AND MOISTURE PROTECTIONS Roofing Systems Rigid Insulation Polyiso Rigid Insulation 27,690 SF x $8.15 =$225,674 Coverboard 1/2"27,690 SF x $1.45 =$40,151 Membrane 60 Mil Single Ply TPO 27,690 SF x $7.36 =$203,798 Roof Edge Blocking & Metal Flashing 720 LF x $81.25 =$58,500 Waterproofing & Caulking Misc. Waterproofing & Caulking 1 LSUM x $22,000.00 =$22,000 07 SUBTOTAL - WOODS & PLASTICS $550,122 08. OPENINGS Doors Storefront Door System 2 EA x $9,250.00 =$18,500 Bi-Fold Door System 1 EA x $19,250.00 =$19,250 Exterior Glazing Systems Curtain Wall system YKK Curtain Wall System YKK System 11,018 SF x $300.00 =$3,305,400 Awning Systems Therma Shade System @ Curtain Wall 580 LF x $112.00 =$64,960 08 SUBTOTAL - OPENINGS $3,408,110 Page 2 of 9 OPTION 1 LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL 09. FINISHES Wall Assembly Systems Framing Metal Studs & Clips 10,935 SF x $8.28 =$90,542 Sheathing Exterior Gyp Board 10,935 SF x $6.74 =$73,702 Insulation Batt & Rigid Insulation 4,830 SF x $3.25 =$15,698 Stucco Systems 3 Coat Stucco only Ply inc. VB 10,935 SF x $9.15 =$100,055 Paint Paint on Stucco & Gyp 15,765 SF x $2.15 =$33,895 Gypsum Board 5/8 Moisture Resistant Gyp 4,830 SF x $3.10 =$14,973 Wall Finishes Paint / Epoxy Painting Existing Structural Steel Systems 1 LSUM x $18,748.75 =$18,749 Floor Finishes Floor Preparation Prepare Pool Deck for Epoxy 11,040 SF x $2.15 =$23,736 Epoxy Flooring Systems Pool Deck 11,040 SF x $12.48 =$137,779 Ceiling Finishes Sand Blasting Interior Ceiling 25,200 SF x $4.32 =$108,864 Paint / Epoxy Painting Structural Beams & Deck 25,200 SF x $6.00 =$151,200 09 SUBTOTAL - FINISHES $769,192 10. SPECIALTIES Signage Backlight Marquee Signage Wall Mounted 1 LSUM x $32,000.00 =$32,000 10 SUBTOTAL - SPECIALTIES $32,000 22. PLUMBING Sanitary Specialties Roof Drain Pipe Replace Existing Systems 480 LF x $108.80 =52,224.00$ Roof Drain 3 EA x $985.00 =2,955.00$ 22 SUBTOTAL - PLUMBING $55,179 23. HVAC HVAC Systems HVAC Equipment Per Engineer's Quote 1 lsum x $1,293,000.00 =$1,293,000 HVAC Installation & Other Materials 1 lsum x $310,415.00 =$310,415 23 SUBTOTAL - HVAC SYSTEMS $1,603,415 26. ELECTRICAL Electrical Service & Distribution Electrical Systems Fixtures & Signage Connection - Wiring, Conduit, Etc.1 LSUM x $124,250.00 =$124,250 Lighting & Fixtures Exterior Light Fixtures 10 EA x $1,850.00 =$18,500 Pivot Fans 6 EA x $2,225.00 =$13,350 26 SUBTOTAL - ELECTRICAL SYSTEMS $156,100 32. EXTERIOR IMPROVEMENTS Landscaping & Irrigation Landscaping Landscaping Allowance 1 LSUM x $20,000.00 =$20,000 32 SUBTOTAL - EXTERIOR IMPROVEMENTS $20,000 35. WATERWAY & MARINE Pool Equipment & Specialties Pool Equipment Cost Provided by Pool Consultant 1 LSUM x $286,000.00 =$286,000 Page 3 of 9 OPTION 1 LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL Pool Edge - Trench Drain Curb Natare Grating 494 LF x $131.28 =$64,852 Pool Repair Pool Repair Allowance 1 LSUM x $20,000.00 =$20,000 35 SUBTOTAL - WATERWAY & MARINE $370,852 48. ELECTRICAL POWER GENERATION Solar Power Generating Systems Photovoltaic Array System 171 kW System 1 LSUM x $468,000.00 =$468,000 48 SUBTOTAL - ELECTRICAL POWER GENERATION $468,000 01. GENERAL REQUIREMENTS Project Management Project Supervision Project Manager(s) Time (1) Project Manager(s)8 MTH x $11,088.00 =$88,704 Assistant Project Manager(s) Time (1) Assistant Project Manager(s)8 MTH x $14,300.00 =$114,400 Project Accountant(s)(1) Project Accountant 8 MTH x $600.00 =$4,800 Software Project Management Software & Cloud Services 8 MTH x $1,850.00 =$14,800 Field Supervision Project Site Superintendent (1) Site Superintendent(s)8 MTH x $16,800.00 =$134,400 Assistant Superintendent (1) Site Assistant Superintendent(s)8 MTH x $14,800.00 =$118,400 Field Office & Supplies Site Office & Equipment Jobsite Trailer & Office Supplies 8 MTH x $2,845.00 =$22,760 Temporary Toilets 8 MTH x $750.00 =$6,000 Field Office Supplies 8 MTH x $215.00 =$1,720 Maintenance & Housekeeping Jobsite Clean-up Temp Labor / Clean-up 8 MTH x $1,750.00 =$14,000 Temporary Controls & Safety Safety Supplies 1 LSUM x $1,200.00 =$1,200 Site Signage 1 LSUM x $2,000.00 =$2,000 Construction Aids, Equipment, & Tools Equipment Rentals 1 LSUM x $10,000.00 =$10,000 Punchlist Allowance 1 LSUM x $3,500.00 $3,500 Trash and Dump Charges Dumpster & Trash Removal Charges 25,340 SF x $0.95 =$24,073 Testing and Quality Control Quality Control Quality Control Manager 1 LSUM x $9,825.00 =$9,825 SUBTOTAL - COST OF WORK $9,316,795 Cascading Costs General Liability Insurance Cost of Work x 1.00%=$93,168 Builder's Risk Insurance Cost of Work x 0.35%=$32,609 Bonds Cost of Work x 1.00%=$93,168 01 SUBTOTAL - GENERAL REQUIREMENTS $789,527 00. PROCUREMENT & CONTRACTING Fees & Overhead Contractor's Fee Cost of Work x 5.00%=$505,316 Construction Contingency Cost of Work x 3.00%=$303,190 00 SUBTOTAL - CONTRACTOR'S FEE & CONTINGENCY $808,506 PROJECT TOTAL $10,344,246 Page 4 of 9 OPTION 2 LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL 02. EXISTING CONDITIONS Selective Demolition Doors & Openings D002 3 EA x $198.00 =$594 Glazing Systems D011 15,458 SF x $4.75 =$73,426 Pool Edge Trench Drain D012 494 LF x $22.45 =$11,090 Pool Equipment 1 LSUM x $6,250.00 =$6,250 Pool Specialties D017 1 LSUM x $1,250.00 =$1,250 Roofing Systems Demolition To Deck, Including Curbs & Edge 27,250 SF x $1.48 =$40,194 Minor Site Demolition Exterior Hardscape Selective Demolition D021 1 SF x $2,650.00 =$2,650 Landscaping Demolition 1 LSUM x $4,800.00 =$4,800 Service System Demolition HVAC Systems & Components Demolition All Existing Mechanical Equipment 1 LSUM x $28,250.00 =$28,250 Protection & Controls Scaffolding False Deck in Pool to Ceiling 1 LSUM x $80,000.00 =$80,000 Temporary Protection Misc. Protection for Existing to Remain and WIP 1 LSUM x $8,750.00 =$8,750 Pool Cover Temporary Pool Cover - Poly Tarp 12,820 SF x $1.15 =$14,743 02 SUBTOTAL - EXISTING CONDITIONS $271,997 03. CONCRETE Foundation Systems Concrete Foundations Foundations @ Duct Chase 320 SF x $32.50 =$10,400 Concrete Patching Concrete & Masonry Patching Misc. repair of existing walls as needed 1 LSUM x $15,000.00 =$15,000 03 SUBTOTAL - CONCRETE $25,400 05. METALS Structural Steel Systems Existing Systems Modifications Metal Truss Modifciations Estimate Provided by Structural Consultants 1 LSUM x $453,440.00 =$453,440 HVAC RTU Equipment Supports Estimate Provided by Structural Consultants 1 LSUM x $241,620.00 =$241,620 Roofing Modifications Estimate Provided by Structural Consultants 1 LSUM x $51,510.00 =$51,510 HVAC Chase(s)Estimate Provided by Structural Consultants 1 LSUM x $87,326.00 =$87,326 Other Metals Roof Screen Louvered metal screens @ Mech 3,600 SF x $42.50 =$153,000 Metal Louvers Ventilation louvers on truss walls 30 EA x $965.00 =$28,950 05 SUBTOTAL - METALS $1,015,846 07. THERMAL AND MOISTURE PROTECTIONS Roofing Systems Rigid Insulation Polyiso Rigid Insulation 27,690 SF x $8.15 =$225,674 Coverboard 1/2"27,690 SF x $1.45 =$40,151 Membrane 60 Mil Single Ply TPO 27,690 SF x $7.36 =$203,798 Roof Edge Blocking & Metal Flashing 720 LF x $81.25 =$58,500 Waterproofing & Caulking Misc. Waterproofing & Caulking 1 LSUM x $22,000.00 =$22,000 07 SUBTOTAL - WOODS & PLASTICS $550,122 08. OPENINGS Doors Storefront Door System 2 EA x $9,250.00 =$18,500 Bi-Fold Door System 1 EA x $19,250.00 =$19,250 Exterior Glazing Systems Curtain Wall system YKK Curtain Wall System YKK System 4,900 SF x $300.00 =$1,470,000 08 SUBTOTAL - OPENINGS $1,507,750 Page 5 of 9 OPTION 2 LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL 09. FINISHES Wall Assembly Systems Framing Metal Studs & Clips 17,595 SF x $8.28 =$145,687 Sheathing Exterior Gyp Board 17,595 SF x $6.74 =$118,590 Insulation Batt & Rigid Insulation 11,710 SF x $3.25 =$38,058 Stucco Systems 3 Coat Stucco only Ply inc. VB 17,595 SF x $9.15 =$160,994 Paint Paint on Stucco & Gyp 29,305 SF x $2.15 =$63,006 Gypsum Board 5/8 Moisture Resistant Gyp 11,710 SF x $3.10 =$36,301 Wall Finishes Paint / Epoxy Painting Existing Structural Steel Systems 1 LSUM x $18,748.75 =$18,749 Floor Finishes Floor Preparation Prepare Pool Deck for Epoxy 11,040 SF x $2.15 =$23,736 Epoxy Flooring Systems Pool Deck 11,040 SF x $12.48 =$137,779 Ceiling Finishes Sand Blasting Interior Ceiling 25,200 SF x $4.32 =$108,864 Paint / Epoxy Painting Structural Beams & Deck 25,200 SF x $8.00 =$201,600 09 SUBTOTAL - FINISHES $1,053,363 10. SPECIALTIES Signage Backlight Marquee Signage Wall Mounted 1 LSUM x $32,000.00 =$32,000 10 SUBTOTAL - SPECIALTIES $32,000 22. PLUMBING Sanitary Specialties Roof Drain Pipe Replace Existing Systems 480 LF x $108.80 =52,224.00$ Roof Drain 3 EA x $985.00 =2,955.00$ 22 SUBTOTAL - PLUMBING $55,179 23. HVAC HVAC Systems HVAC Equipment Per Engineer's Quote 1 lsum x $1,293,000.00 =$1,293,000 HVAC Installation & Other Materials 1 lsum x $310,415.00 =$310,415 23 SUBTOTAL - HVAC SYSTEMS $1,603,415 26. ELECTRICAL Electrical Service & Distribution Electrical Systems Fixtures & Signage Connection - Wiring, Breakers, Etc.1 LSUM x $124,250.00 =$124,250 Lighting & Fixtures Exterior Light Fixtures 10 EA x $1,850.00 =$18,500 Pivot Fans 6 EA x $2,225.00 =$13,350 26 SUBTOTAL - ELECTRICAL SYSTEMS $156,100 32. EXTERIOR IMPROVEMENTS Landscaping & Irrigation Landscaping Landscaping Allowance 1 LSUM x $20,000.00 =$20,000 32 SUBTOTAL - EXTERIOR IMPROVEMENTS $20,000 35. WATERWAY & MARINE Pool Equipment & Specialties Pool Equipment Cost Provided by Pool Consultant 1 LSUM x $286,000.00 =$286,000 Pool Edge - Trench Drain Curb Natare Grating - Includes Install 494 LF x $131.28 =$64,852 Page 6 of 9 OPTION 2 LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL Pool Repair Pool Repair Allowance 1 LSUM x $20,000.00 =$20,000 35 SUBTOTAL - WATERWAY & MARINE $370,852 48. ELECTRICAL POWER GENERATION Solar Power Generating Systems Photovoltaic Array System 171 kW System 1 LSUM x $468,000.00 =$468,000 48 SUBTOTAL - ELECTRICAL POWER GENERATION $468,000 01. GENERAL REQUIREMENTS Project Management Project Supervision Project Manager(s) Time (1) Project Manager(s)8 MTH x $11,088.00 =$88,704 Assistant Project Manager(s) Time (1) Assistant Project Manager(s)8 MTH x $14,300.00 =$114,400 Project Accountant(s)(1) Project Accountant 8 MTH x $600.00 =$4,800 Software Project Management Software & Cloud Services 8 MTH x $1,850.00 =$14,800 Field Supervision Project Site Superintendent (1) Site Superintendent(s)8 MTH x $16,800.00 =$134,400 Assistant Superintendent (1) Site Assistant Superintendent(s)8 MTH x $14,800.00 =$118,400 Field Office & Supplies Site Office & Equipment Jobsite Trailer & Office Supplies 8 MTH x $2,845.00 =$22,760 Temporary Toilets 8 MTH x $750.00 =$6,000 Field Office Supplies 8 MTH x $215.00 =$1,720 Maintenance & Housekeeping Jobsite Clean-up Temp Labor / Clean-up 8 MTH x $1,750.00 =$14,000 Temporary Controls & Safety Safety Supplies 1 LSUM x $1,200.00 =$1,200 Site Signage 1 LSUM x $2,000.00 =$2,000 Construction Aids, Equipment, & Tools Equipment Rentals 1 LSUM x $10,000.00 =$10,000 Punchlist Allowance 1 LSUM x $3,500.00 $3,500 Trash and Dump Charges Dumpster & Trash Removal Charges 25,340 SF x $0.95 =$24,073 Testing and Quality Control Quality Control Quality Control Manager 1 LSUM x $9,825.00 =$9,825 SUBTOTAL - COST OF WORK $7,700,606 Cascading Costs General Liability Insurance Cost of Work x 1.00%=$77,006 Builder's Risk Insurance Cost of Work x 0.35%=$26,952 Bonds Cost of Work x 1.00%=$77,006 01 SUBTOTAL - GENERAL REQUIREMENTS $751,546 00. PROCUREMENT & CONTRACTING Fees & Overhead Contractor's Fee Cost of Work x 5.00%=$422,608 Construction Contingency Cost of Work x 3.00%=$253,565 00 SUBTOTAL - CONTRACTOR'S FEE & CONTINGENCY $676,172 PROJECT TOTAL $8,557,743 Page 7 of 9 SUN DECK LONG CENTER RENOVATIONS MAS ITEM DESCRIPTION UOM COST TOTAL 02. EXISTING CONDITIONS Selective Demolition Foundations 1,700 SF x $6.15 =$10,455 Steel Demolition 1 LSUM x $3,200.00 =$3,200 Fence Demolition 145 LF X $6.00 =$870 Minor Site Demolition Landscaping Demolition 1 LSUM x $1,800.00 =$1,800 Protection & Controls Temporary Protection Misc. Protection for Existing to Remain and WIP 1 LSUM x $4,500.00 =$4,500 02 SUBTOTAL - EXISTING CONDITIONS $20,825 03. CONCRETE Foundation Systems Concrete Foundations Foundations 205 LF x $78.50 =$16,093 Slab on Grade 1,700 SF x $11.15 =$18,955 Concrete Patching Concrete & Masonry Patching Misc. repair of existing walls as needed 1 LSUM x $10,000.00 =$10,000 03 SUBTOTAL - CONCRETE $45,048 04. MASONRY Wall Assembly CMU 1,952 SF x $24.50 =$47,824 04 SUBTOTAL - MASONRY $47,824 05. METALS Structural Steel Systems Steel Joists & Metal Decking 1,700 SF x $21.50 =$36,550 Structural Components Columns & Beams 182 LF x $165.50 =$30,121 05 SUBTOTAL - METALS $66,671 07. THERMAL AND MOISTURE PROTECTIONS Roofing Systems Rigid Insulation Polyiso Rigid Insulation 1,700 SF x $8.15 =$13,855 Coverboard 1/2"1,700 SF x $1.45 =$2,465 Membrane 60 Mil Single Ply TPO 1,700 SF x $7.36 =$12,512 Roof Edge Blocking & Metal Flashing 205 LF x $81.25 =$16,656 Waterproofing & Caulking Misc. Waterproofing & Caulking 1 LSUM x $8,000.00 =$8,000 07 SUBTOTAL - WOODS & PLASTICS $53,488 08. OPENINGS Exterior Glazing Systems Operable Glazing 596 SF x $192.00 =$114,432 08 SUBTOTAL - OPENINGS $114,432 09. FINISHES Wall Assembly Systems Framing Metal Studs & Clips 650 SF x $8.28 =$5,382 Sheathing Exterior Gyp Board 650 SF x $6.74 =$4,381 Insulation Batt & Rigid Insulation 650 SF x $3.25 =$2,113 Stucco Systems 3 Coat Stucco only Ply inc. VB 650 SF x $9.15 =$5,948 Paint Paint on Stucco & Gyp 650 SF x $2.15 =$1,398 Gypsum Board 5/8 Moisture Resistant Gyp 650 SF x $3.10 =$2,015 Page 8 of 9 Wall Finishes Stucco Direct Applied to CMU 2,006 SF x $8.50 =$17,051 Paint 4,012 SF x $2.10 =$8,425 Floor Finishes Epoxy Flooring Systems Continuation of Pool Deck 1,624 SF x $12.48 =$20,268 Ceiling Finishes Acoustical Ceiling System 1,624 SF x $11.50 =$18,676 Paint 1,624 SF x $2.15 =$3,492 09 SUBTOTAL - FINISHES $89,147 26. ELECTRICAL Electrical Service & Distribution Electrical Systems Wiring, Recepticles, Etc.1,624 SF x $12.50 =$20,300 Electrical Fixtures Lighting Fixtures 8 EA x $1,850.00 =$14,800 26 SUBTOTAL - ELECTRICAL SYSTEMS $35,100 31. EARTHWORK Sitework General Building Pad & Grade 1 LSUM x $11,260.00 =$11,260 31 SUBTOTAL - EARTHWORK $11,260 32. EXTERIOR IMPROVEMENTS Landscaping & Irrigation Landscaping Landscaping Allowance 1 LSUM x $8,000.00 =$8,000 32 SUBTOTAL - EXTERIOR IMPROVEMENTS $8,000 01. GENERAL REQUIREMENTS Project Management Project Supervision Project Manager(s) Time (1) Project Manager(s)4 MTH x $8,400.00 =$33,600 Software Project Management Software & Cloud Services 4 MTH x $1,850.00 =$7,400 Field Supervision Project Site Superintendent (1) Site Superintendent(s)4 MTH x $16,800.00 =$67,200 Field Office & Supplies Temporary Toilets 4 MTH x $750.00 =$3,000 Field Office Supplies 4 MTH x $215.00 =$860 Maintenance & Housekeeping Jobsite Clean-up Temp Labor / Clean-up 4 MTH x $1,750.00 =$7,000 Temporary Controls & Safety Safety Supplies 1 LSUM x $1,200.00 =$1,200 Site Signage 1 LSUM x $2,000.00 =$2,000 Construction Aids, Equipment, & Tools Equipment Rentals 1 LSUM x $2,500.00 =$2,500 Punchlist Allowance 1 LSUM x $1,250.00 $1,250 Trash and Dump Charges Dumpster & Trash Removal Charges 3 EA x $850.00 =$2,550 SUBTOTAL - COST OF WORK $620,355 Cascading Costs General Liability Insurance Cost of Work x 1.00%=$6,204 Builder's Risk Insurance Cost of Work x 0.35%=$2,171 Bonds Cost of Work x 1.00%=$6,204 01 SUBTOTAL - GENERAL REQUIREMENTS $143,138 00. PROCUREMENT & CONTRACTING Fees & Overhead Contractor's Fee Cost of Work x 6.00%=$45,810 Construction Contingency Cost of Work x 3.00%=$22,905 00 SUBTOTAL - CONTRACTOR'S FEE & CONTINGENCY $68,714 PROJECT TOTAL $703,647 Page 9 of 9 CITY OF CLEARWATER LONG CENTER NATATORIUM Technical Memorandum Draft Long Center Structure Repairs Phase II Date: December 07, 2023 Prepared for: Wannemacher Jensen Architects, Inc. 1559 Fruitville Road Sarasota, FL 34236 Prepared by: McKim & Creed, Inc. 1365 Hamlet Avenue Clearwater, FL 33756 Firm License No. 29588 McKim & Creed Project No. 09692-0001 City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 06962-0001 ii Contents 1. INTRODUCTION ............................................................................................... 1 1.1 Background .............................................................................................. 1 1.2 Project Goals and Objectives ....................................................................... 3 2. NON-DESTRUCTIVE EVALUATION DATA COLLECTION ............................................ 5 2.1 Testing ..................................................................................................... 5 2.2 Report ..................................................................................................... 5 3. CONCLUSIONS ................................................................................................ 8 APPENDIX A – ULTRASONIC THICKNESS TESTING REPORT ......................................... A City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 06962-0001 iii TABLES Table 2.1– Minimum Measured Thickness and Member Thickness Net Section Loss ....... 6 FIGURES Figure 1.1 - Existing Long Center Site & Complex Layout .......................................... 3 City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 1 1. INTRODUCTION 1.1 Background The City of Clearwater’s Long Center Natatorium (LCN) was originally constructed in 1988 as part of a four building complex providing education, training, and athletic facilities to the local community. The complex consists of an approximate 15.8 acre property located in central Pinellas County on the east side of North Belcher Road, almost midway between NE Coachman Road (Florida state road (SR 590)) and Sunset Point Road (county road 576). The street address is 1501 North Belcher Road in Clearwater, Florida. The record drawings reviewed indicated the LCN as “Building A” for the complex. The four building complex is “L”-shaped with Building A and Building B comprising the north / south oriented leg and Building B, Building C and Building D comprising the east / west oriented leg. Building A is north of Building B. The site and building complex layout is shown below in Figure 1.1. The LCN is primarily a structural steel framed building. Record drawings reviewed indicated the building frames are supported by cast-in-place (c.i.p.) reinforced concrete shallow foundations. The shallow foundations consist of spread footings at the columns and continuous strip footings supporting wall assemblies. The structural steel framing at the LCN consists of roof truss assemblies spanning north / south direction over the approximate 120 foot distance over the Main and Therapeutic pools and their surrounding c.i.p. reinforced concrete pool deck areas. The trusses are comprised of square tube hollow shaped sections (HSS) of various thickness. Steel columns for the LCN consist of wide flange sections at the east and west side walls and vertical truss space frames below the roof trusses, along the north and south walls. These vertical space frame trusses consist of HSS members similar to the roof trusses. The steel framing in the pool area is exposed structural steel with a paint coating system finish. Horizontal beams and girts, in addition to diagonal bracing between the various trusses, consists of HSS square or rectangular members, similar in appearance to the trusses. In November of 2021 McKim & Creed (M&C) contracted with the City of Clearwater to review and recommend specific repairs to interior portions of the existing approximately 33 year old LCN steel structure around the pool area. The city reported to M&C their personnel have observed multiple locations where the existing structural steel and anchor bolts appeared to be exhibiting loss of section due to corrosion. The interior of the pool area is enclosed by the existing roof and glass panels between the steel HSS sections at the north, east and west walls. The interior of this enclosed area of the LCN experiences humidity, thermal differences with the exterior environment and chemical off-gassing from the chlorine in City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 2 the pool. To determine the specific repairs M&C conducted a visual review of the facility to document the existing conditions, utilizing lift equipment to achieve an up-close observation of the steel assemblies, from pool deck elevation to the roof. Upon completion of documenting these existing conditions, M&C provided the city construction drawings detailing recommended repairs. Existing conditions where M&C recommended repairs, in general included the following: 1. Repair areas where the existing coating has peeled, flaked, bubbled, or other and no longer adheres to the surface of the steel. 2. Repair areas where coating exhibited conditions noted in Item No. 1 and surface rust observed. 3. Repair areas where coating exhibited conditions noted in Item No. 1 and rust observed, appeared to extend beyond the surface, into the steel sections and potentially reducing the thickness of the steel. 4. Repair areas where coating exhibited conditions noted in Item No. 1 and rust observed, extended through the surface, leaving a hole in the steel sections. Recommended repairs in general included the following: 1. Remove existing areas of no and /or loose coating system top and base coats. Provide the required surface preparation and install the new repair coating system. 2. Remove existing surface rusted areas observed and provide the required surface preparation cleaning and install the new repair coating system. 3. Remove existing rusted areas observed, weld new plates and / or angles to the existing steel and provide the required surface preparation cleaning and install the new repair coating system. 4. Remove existing surface rust from areas around holes, weld new plates and / or angles to the existing steel and provide the required surface preparation cleaning and install the new repair coating system. After completing the construction drawings M&C worked with the city to prioritize locations requiring immediate repairs and opting to repair remaining areas in a future project. City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 3 Figure 1.1 - Existing Long Center Site & Complex Layout 1.2 Project Goals and Objectives The City of Clearwater has contracted with Wannemacher Jensen Architects (WJA), to provide architectural services to improve the LCN. It is M&C’s understanding WJA’s improvements include, but not limited to the following: 1. Removal of the existing glass panels and installation of a new curtain wall system outside of the existing steel frame. 2. Upgrading the air handling system in the pool area. 3. Implementing Phase II of repairing the LCN interior structural steel locations not addressed in the previous phase. The previous phase by M&C included an onsite up-close visual review of the facility to document the existing conditions reported by the city’s personnel. Documentation from construction administration activities of the initial construction could not be provided by the city. In addition to the site review, M&C’s scope of services included review of existing record drawings from the original construction. However, services excluded from M&C’s site review included the following: 1. Non-destructive testing of existing concrete, steel, or masonry assemblies. 2. Load testing of existing anchor bolt, connection bolt or welded connections to determine capacities. City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 4 3. Testing existing materials for chemical composition or material grades. 4. Load testing to determine existing construction assembly deflections. To assist in implementing the LCN Phase II repairs, in September 2023, M&C subcontracted with WJA to conduct a Non-Destructive Evaluation (NDE), to gather additional data regarding the existing conditions initially reviewed in the previous phase, and potentially document new additional locations recommended for repairs. This Technical Memorandum (TM) is provided to bridge the work conducted for the previous phase repairs project with the new NDE data and develop a summary of updated conclusions and recommendations. This TM will be utilized to help WJA, and M&C achieve the following future project goals: 1. Provide a complete set of Issued For Permit documents addressing the repair locations, the specific repair recommendations, and details for each location, in addition to the finish coating system. 2. Issue full size drawings to the City of Clearwater Building Department. 3. Issue full and half size drawings to the future CMAR to be hired by the City of Clearwater. City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 5 2. NON-DESTRUCTIVE EVALUATION DATA COLLECTION M&C subcontracted with S&ME in September 2023 to material test the existing steel structure. S&ME mobilized to the LCN the second week of October. Testing the structural steel began October 9,2023 and concluded October 13, 2023. 2.1 Testing S&ME utilized the “Long Center Natatorium Structural Frame Repairs” drawings prepared by M&C and dated May 2022, detailing the locations where repairs were recommended, for the City of Clearwater. From these drawings M&C documented approximately 122 steel joints. Focusing on locations where corrosion was visually evident lowered the number of locations testing would occur. Testing the steel involved non-destructive tests (NDT) to determine existing steel thickness at and around the points of corrosion. In general the majority of the locations of corrosion occur at steel connection joints (nodes) between the various, HSS tube to HSS tube, and HSS tube to wide flange column connections. In general testing included the following: 1. The NDT was an ultrasonic thickness test (UTT) procedure. 2. The NDT was performed by personnel certified to conduct Level II UTT. 3. The equipment utilized to conduct the NDT an Olympus, model no. 38DL Plus, ultrasonic thickness gage. facility. 4. The NDT testing procedure included conducting an initial test reading at the joint centerline, followed by additional tests at approximate 4 inch intervals out from the centerline, and concluding at approximately 16 inches maximum from the initial test. 5. Each joint test was documented with an Ultrasonic Examination Thickness Report detailing test information and results. 6. Each joint test location was given the same designation utilized by M&C in the May 2022 drawings. 2.2 Report The Report of UT Thickness Testing of Existing Structural Steel Members Clearwater Long Center Pool by S&ME was November 6, 2023. In general the report includes project information regarding the site, testing services, methods of inspection for the tests, and comments regarding results of data. In addition individual Ultrasonic Examination Thickness Report for each joint tested and pictures from the time onsite City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 6 of the NDT’s are included in the appendices. A summary of the minimum thickness measured at each joint is provided in. Table 2.1 below. Regarding the table below note the following: Node Mk. No. = Building column grid. Elevation Mk. No. = Frame level height from bottom of column (5 framing intersects typical). Table 2.1– Minimum Measured Thickness and Member Thickness Net Section Loss Node Mk. No. Elevation Mk. No. Minimum Measured Thickness (inches) Original Member Thickness (inches) Member Thickness Net Loss (inches) B-1-T2 2 0.103 0.25 0.147 B-1.3-T1 1 0.070 0.3125 0.243 B-2-T1 3 0.201 0.25 0.049 B-2.3-T1 2 0.163 0.3125 0.150 B-3-T1 3 0.113 0.25 0.137 B-4-T1 1 0.113 0.3125 0.200 B-4.3-T1 3 0.198 0.3125 0.115 B-5-T1 1 0.118 0.25 0.132 B-5.3-T1 1 0.097 0.3125 0.215 B-6-T1 1 0.239 0.3125 0.074 B-6.3-T1 1 0.234 0.25 0.016 B-7-T1 2 0.167 0.3125 0.146 B-8-T1 1 0.226 0.25 0.024 B-8.3-T1 2 0.211 0.25 0.039 B-9-T1 2 0.117 0.3125 0.196 B-9.3-T1 1 0.221 0.25 0.029 B-10-T1 2 0.208 0.25 0.042 B-10.3-T2 1 0.215 0.25 0.035 B.2-1-T2 1 0.405 0.50 0.095 B.4-1-T2-N 1 0.457 0.50 0.043 B.4-1-T2-S 1 0.376 0.50 0.124 B.4-10.3-T2-N 3 0.491 0.50 0.009 B.4-10.3-T2-S 2 0.478 0.50 0.022 B.5-1-T2-N 1 0.440 0.50 0.060 B.5-1-T2-S 1 0.440 0.50 0.060 B.5-10.3-T2 1 0.458 0.50 0.042 B.7-1-T2-N 1 0.440 0.50 0.060 B.7-1-T2-S 3 0.440 0.50 0.060 B.7-10.3-T2-N 3 0.467 0.50 0.033 B.7-10.3-T2-S 1 0.455 0.50 0.045 B.9-1-T2-N 3 & 4 0.440 0.50 0.060 B.9-1-T2-S 1 0.433 0.50 0.067 City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 7 B.9-10.3-T2-N 1 0.328 0.50 0.172 B.9-10.3-T2-S 2 0.440 0.50 0.060 D-1-T2 2 0.112 0.25 0.130 D1.3-T1 4 0.185 0.25 0.065 D-10-T1 3 0.217 0.25 0.033 D-10.3-T2 2 0.207 0.25 0.043 Based upon the values shown in Table 2.1 net section loss of the steel members varies from less than 1/16” to 1/4" maximum. For areas where corrosion was initially visually observed the design team has additional data to review the repair recommendations from the previous phase. Regarding the NDT report data provided note the following: 1. There were joints that were not tested due to safety access concerns with positioning the lift to access the steel and regarding the height of the joints, existing conduits, utilities and / or signage preventing hindering the vertical lift space. 2. Although the report provides a summary table indicating minimum member thickness measured for a joint assembly at each column, review of the individual Ultrasonic Examination Thickness Report documents for the various joints, indicates there are conditions where a single column has additional connections where the test results indicate section loss for multiple members. 3. The report includes information indicating locations where the extents of existing corrosion have increased in severity. City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 8 3. CONCLUSIONS The information provided in the NDT and obtained for this NDE memorandum confirms section loss of the steel section wall thickness, for various connections observed to be exhibiting signs of corrosion, in the previous phase of the structural repairs. In addition the report data indicates profiles of the section loss from the center of the joints which can be used to assess the Phase II repair recommendations by the following: 1. Knowing the limits and the depth of the section loss allows the design team to be more efficient with the material lengths and widths of the repair plates and angles. 2. Knowing the depth of the section loss can help ensure the design team is providing an adequate design capable of withstanding the expected stresses the sections could be subjected to. Utilizing the Ultrasonic Examination Thickness Report documents, M&C will use the member thickness data to verify the geometry of the connection repairs recommended in the previous phase. Review of the reports has indicated multiple locations where the plate assemblies may have to be revised, or added, to include diagonal bracing or horizontal beam and / or girt sections that were not accounted for due to the condition of the steel at the time of the previous visual observation. The information provided in the NDT did not appear to indicate new areas of corrosion that have developed since the previous phase repairs. However, the NDT did indicate existing locations that have since continued to corrode. Note the following: 1. The most severe existing area of increased corrosion appears to be Node Mk. No. D-1T-2-3. At this location corrosion has progressed to a hole in the HSS tube wall (ref. photo nos. 8 & 9 pgs. 94 & 95 Appendix A). The improvements WJA is planning and designing for the LCN will assist in the future maintenance of this facility for the City of Clearwater, resulting in a more efficient ventilation and air handling system, in addition to extending the structure’s service life. This NDE is a critical component for the design team to extend the structure’s service life, by providing an updated set of Issue For Permit documents. Provision of these documents will assist the design team in moving toward completion of project goals regarding implementing the second phase of structural repairs to the existing steel structure, and issuing repair documents to the city’s Building department and the future construction managing consultant. City of Clearwater Long Center Natatorium December 2023 Technical Memorandum 09692-0001 1 APPENDIX A – ULTRASONIC THICKNESS TESTING REPORT Report of UT Thickness Testing of Existing Structural Steel Members Clearwater Long Center Pool Clearwater, Florida S&ME Project No. 23050318 PREPARED FOR: McKim & Creed, Inc. 1730 Varsity Drive, #500 Raleigh, North Carolina 27606 PREPARED BY: S&ME, Inc. 3201 Spring Forest Road Raleigh, North Carolina 27616 November 6, 2023 S&ME, Inc. | 3201 Spring Forest Road | Raleigh, NC 27616 | p 919.872.2660 | www.smeinc.com November 6, 2023 McKim & Creed, Inc. 1730 Varsity Drive, #500 Raleigh, North Carolina 27606 Attention: Mr. Aubrey Haudricourt, P.E. Reference: Report of UT Thickness Testing of Existing Structural Steel Members Clearwater Long Center Pool Structural Assessment Clearwater, Florida S&ME Project No. 23050318 Dear Mr. Haudricourt: S&ME, Inc. (S&ME) has completed the ultrasonic (UT) thickness testing services of the existing structural steel at the Clearwater Long Center Pool located at 1501 North Belcher Road, Clearwater, Florida. Our services were performed in general accordance with S&ME Proposal No. 23050318 dated April 5, 2023 as authorized by David Ardman, with McKim & Creed, Inc. on September 21, 2023. As noted in our proposal, our testing was limited to areas of the existing structure which were safe to access at the time of our site visit. PROJECT INFORMATION Our understanding of the project is based on information provided to Mr. Perry Vezina of S&ME by Mr. Aubrey Haudricourt and David Ardman, with McKim & Creed, Inc. through a series of emails and phone conversations between April 4, 2023, and the date of this report. Appended to the emails was the following document: Structural Frame Repairs, Sheets S0.00 through S1.13 dated May 23,2022 as prepared by McKim & Creed, Inc. We understand that McKim & Creed has performed a visual structural assessment of the existing structural steel at the Clearwater Long Center Pool located at 1501 North Belcher Road, Clearwater, Florida. This assessment identified several structural nodes or joints with visually evident corrosion. We also understand that in order to design repairs for the identified corrosion McKim & Creed requested nondestructive testing be performed to determine the material thickness at and around the corroded structural nodes or joints. McKim & Creed requested S&ME Inc. perform ultrasonic thickness testing of the structural steel members at the joints identified in the attached drawings S1.03-S1.13 (Appendix III). We understand that there are approximately 122 joints requiring testing. METHODS OF INSPECTION Ultrasonic thickness testing was performed on safely accessible members using an Olympus, model 38DL Plus, ultrasonic thickness gage. Ultrasonic thickness testing was performed by Mr. Larry Jernigan, a certified ultrasonic thickness testing (UTT) level II. UT thickness measurements are annotated on the UTT reports in Appendix I of this Report of UT Thickness Testing of Existing Structural Steel Members Clearwater, Florida S&ME Project No. 23050318 November 6, 2023 2 report. Ultrasonic thickness testing was performed and interpreted in general conformance to ASTM E 797, and S&ME work instruction WI-TP-NDT-UT-02. Each location was tested from the inside of the structure from a scissor lift provided by McKim & Creed. Measurements were taken starting at the center line of the column and the node and radiating outward along the members at approximately 4-inch intervals at each node identified. Testing was limited to areas which were safe to access at the time of our site visit. A scissor lift was used for access to elevated locations during field examination activities. The lift was not able to safely access the entire structure due to conflict with the HVAC ducting support structure. FINDINGS Ultrasonic thickness measurements were taken at safely accessible steel members identified on Structural Frame Repair sheets supplied by McKim & Creed prior to our testing. Complete thickness information is annotated in Appendix I of this report. The summary table below identifies the minimum thickness measurement recorded of all the members tested at each node. Many of the nodes appear to have been constructed using HSS members of different nominal wall thicknesses. The measurements in red below, and on the thickness data sheets in Appendix I, indicate a measurement > 0.050” below what appears to have been the original nominal thickness of the member based on the other thickness measurements of that particular member. This is for reporting purposes only and assumes the following commercially available HSS member nominal wall thicknesses: • 0.250” • 0.313” • 0.375” • 0.500” Minimum Measured Thickness at Each Node Node Mark Elevation 1 Elevation 2 Elevation 3 Elevation 4 Elevation 5 D-1.3-T1 0.202” NST NST 0.185” NST D-1-T2 0.229” 0.112” 0.205” 0.125” NST B-1-T2 0.137” 0.103” 0.105” NST NSA B-1.3-T1 0.070” 0.123” 0.200” NSA NST B-2-T1 0.218” 0.209” 0.201” NST NST B-2.3-T1 0.254” 0.163” 0.203” NST NST B-3-T1 NST 0.225” 0.113” NSA NSA B-3.3-T1 NST NST NST NSA NSA B-4-T1 0.113” NST 0.213” NSA NST B-4.3-T1 NST 0.222” 0.198” NSA NSA B-5-T1 0.118” 0.123” 0.250” NSA NSA B-5.3-T1 0.097” 0.222” 0.180” NSA NSA B-6-T1 0.114” 0.214” 0.211” NSA NSA B-6.3-T1 0.149” 0.203” 0.222” NSA NSA B-7-T1 0.186” 0.167” 0.201” NSA NSA Report of UT Thickness Testing of Existing Structural Steel Members Clearwater, Florida S&ME Project No. 23050318 November 6, 2023 3 B-7.3-T1 NST NST NST NSA NSA B-8-T1 0.226” NST NST NST NSA B-8.3-T1 0.223” 0.211” 0.223” NSA NSA B-9-T1 0.226” 0.117” 0.121” NSA NSA B-9.3-T1 0.221” 0.222” 0.229” NSA NSA B-10-T1 0.229” 0.208” 0.216” NSA NST B-10.3-T2 0.215” 0.229” 0.227” NSA NSA D-10.3-T2 0.228” 0.207” 0.231” 0.232” NST D-10-T1 0.228” 0.218” 0.217” 0.232” NST B.9-1-T2-S 0.433” 0.451” 0.445” NST NST B.9-1-T2-N 0.450” 0.440” 0.440” NST NST B.7-1-T2-S NST NST 0.440” NST NST B.7-1-T2-N 0.440” 0.452” NST NST NST B.5-1-T2-S 0.440” NST NST NST NST B.5-1-T2-N 0.440” NST NST NST NST B.4-1-T2-S 0.376” NST NST NST NST B.4-1-T2-N 0.457” NST NST NST NST B.2-1-T2-N 0.405” NST 0.440” NST NST B.2-10.3-T2-S NST NST NST NSA NST B.4-10.3-T2-N NST NST 0.491” NST NSA B.4-10.3-T2-S 0.485” 0.478” NST NSA NST B.5-10.3-T2-S 0.458” NST NST NSA NST B.7-10.3-T2-N NST NST 0.467” NST NST B.7-10.3-T2-S 0.455” NST NST NSA NST B.9-10.3-T2-N 0.328” 0.435” NST NST NST B.9-10.3-T2-S 0.443” 0.441” NST 0.229” NST NST = Node not scheduled for testing. NSA = Node could not be safely accessed for testing. SUMMARY Significant material thickness loss due to corrosion appeared to be localized near the junction of the nodes tested. Material thickness readings appeared more consistent with less loss as distance increased from the center of the nodes. Location D-1-T2-3 had complete through wall loss due to corrosion (see images 8 & 9 in Appendix II). Measurements annotated at this node represent readings taken adjacent to the visible through wall loss. Report of UT Thickness Testing of Existing Structural Steel Members Clearwater, Florida S&ME Project No. 23050318 November 6, 2023 4 CLOSING S&ME appreciates the opportunity to be of service to you. If you have any questions regarding the information provided herein, please do not hesitate to contact us. Sincerely, S&ME, Inc. Russell Ogden, ASNT NDT Level III Perry R. Vezina, ASNT NDT Level III NDE Operations Manager NDE/NDT Service Line Leader Report of UT Thickness Testing of Existing Structural Steel Members Clearwater, Florida S&ME Project No. 23050318 November 6, 2023 i Appendices – UT Thickness Data Sheets A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.463"0.464"0.461" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.467"0.471"0.465" 6"8"12"16"20"24" West side view "1N"B.2-1-T2-1N Center:N/A 0.463"0.467"0.467" 0.405" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 4"8" 12" 16" A B C D E Clearwater NDT-UT_B.2-1-T2-1N.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.455"0.456"0.457" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" West side view "3N"B.2-1-T2-3N Center:N/A 0.440" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the D E 4"8" 12" 16" A B C Clearwater NDT-UT_B.2-1-T2-3N.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.460" Location: 28"32"4"8"12"16"20"24" "1S" West side view "1N"B.4-1-T2-1N&1S Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.376" 0.460"0.457"0.462" 0.463"0.460"0.461"D E F E D 4"8" 12" 16" A B C 16"12" 8" 4" Clearwater NDT-UT_B.4-1-T2-1N&1S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.511"0.511"0.508" 0.485" Location: 28"32"4"8"12"16"20"24" East view "1S" B.4-10.3-T2-1S Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.497"0.495"0.492" A B C O N F G H I D E F 4"8" 12" 16" A B C Clearwater NDT-UT_B.4-10.3-T2-1S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.480" Location: 28"32"4"8"12"16"20"24" East view "2S" B.4-10.3-T2-2S Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.482"0.481"0.478"A B C O N F G H I D E F 4"8" 12" 16" A B C Clearwater NDT-UT_B.4-10.3-T2-2S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.491"0.501"0.496" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32" 0.508"0.502"0.504"0.505" 4"8"12"16"20"24" "3N East view B.4-10.3-T2-3N Center:N/A 0.495" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the O N F G H I D E F A B C 16"12" 8" 4" Clearwater NDT-UT_B.4-10.3-T2-3N.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.460"0.460"0.459 0.444"0.454"0.452"0.449" 0.440" Location: 28"32"4"8"12"16"20"24" "1S" West side view "1N"B.5-1-T2-1N&1S Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.454"0.453"0.454" 0.442"0.440"0.440"D E 4"8" 12" 16" A B C F E D 16"12" 8" 4" Clearwater NDT-UT_B.5-1-T2-1N&1S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.493"0.487"0.485" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" East view "1S" B.5-10.3-T2-1S Center:N/A 0.458"0.460"0.460"0.460" 0.489" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the O N F G H I D E F A B C 4"8" 12" 16" Clearwater NDT-UT_B.5-10.3-T2-1S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.473"0.462"0.476" 0.440" Location: 28"32"4"8"12"16"20"24" West side view "1N"B.7-1-T2-1N Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name: Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.449"0.454"0.449" D E 4"8" 12" 16" A B C Clearwater NDT-UT_B.7-1-T2-1N.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.467"0.468"0.468" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" West side view "2N"B.7-1-T2-2N Center:N/A 0.452" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the D E 4"8" 12" 16" A B C Clearwater NDT-UT_B.7-1-T2-2N.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.454"0.456"0.455" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" "3S" West side view B.7-1-T2-3S Center:N/A 0.440" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the D E A B C 16"12" 8" 4" Clearwater NDT-UT_B.7-1-T2-3S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.460"0.460"0.460"0.460" 0.456" Location: 28"32"4"8"12"16"20"24" East view "1S" B.7-10.3-T2-1S Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.459"0.455"0.457" O N F G H I D E F 4"8" 12" 16" A B C Clearwater NDT-UT_B.7-10.3-T2-1S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.467" Location: 28"32"4"8"12"16"20"24" "3N" East view B.7-10.3-T2-3N Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.472"0.470"0.468" O N F G H I D E F A B C 16"12" 8" 4" Clearwater NDT-UT_B.7-10.3-T2-3N.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.494"0.476"0.486" 0.440"0.458"0.455"0.455" 0.450" Location: 28"32"4"8"12"16"20"24" "1S" West side view "1N"B.9-1-T2-1N&S Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.455"0.452"0.452" 0.433"0.438"0.434"D E 4"8" 12" 16" A B C F E D 16"12" 8" 4" Clearwater NDT-UT_B.9-1-T2-1N&S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.442"0.445"0.441" 0.463"0.463"0.469" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.451" Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" "2S" West side view "2N"B.9-1-T2-2N&S Center:N/A 0.440" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the D E 4"8" 12" 16" A B C F E D 16"12" 8" 4" Clearwater NDT-UT_B.9-1-T2-2N&S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.453"0.452"0.453" 0.453"0.453"0.452" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.445" Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" "3S" West side view "3N"B.9-1-T2-3N&S Center:N/A 0.440" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the D E 4"8" 12" 16" A B C F E D 16"12" 8" 4" Clearwater NDT-UT_B.9-1-T2-3N&S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.443"0.452"0.453"0.452" 0.464"0.469"0.463"0.460" 0.463" Location: 28"32"4"8"12"16"20"24" "1N" East view "1S" B.9-10.3-T2-1N&1S Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.328" 0.462"0.464"0.465" 0.454"0.459"0.455" D E O N G H I D E F 4"8" 12" 16" A B C F E D 16"12" 8" 4" Clearwater NDT-UT_B.9-10.3-T2-1N&1S.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.469"0.470"0.468" 0.447" Location: 28"32"4"8"12"16"20"24" "2N" East view "2S" B.9-10.3-T2-2N&2S Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.439" 0.464"0.435"0.455" 0.456"0.449"0.441" 0.440"0.442"0.442" 0.464" D E O N G H I D E F 4"8" 12" 16" A B C F E D 16"12" 8" 4" Clearwater NDT-UT_B.9-10.3-T2-2N&2S.xlsx Page __ of ___ A B C D E F G H I J K L Aa Bb Cc Dd Ee Ff 0.236"0.235"0.236" South view Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.237"0.235" 0.233"0.234"0.234" 0.235"0.235"0.234"0.236" 0.235" 0.234"0.233"0.232"0.233" 0.234"0.229" 0.229" Location: 28"32" 0.232"0.233"0.230"0.229" 4"8"12"16"20"24" East view "4S" B.9-10.3-T2-4S Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.317" 0.230"0.230"0.231" 0.316"0.316"0.316" D E O N F E D G H I D E F Dd Ee Ff 1 6 " 1 2 " 8 " 4 " 16"12" 8" 4" 4"8" 12" 16"4"8" 12" 16"Clearwater NDT-UT_B.9-10.3-T2-4S.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.362"0.357" 0.070" 0.076" 0.352"0.358"0.360" 0.353"0.345"0.344" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.366"0.361" 4"8"12"16"20"24" North view B-1.3-T1-1 Center:0.373" 0.357"0.357"0.358"0.361" 0.353" 0.233"0.234"0.234"0.234" 0.239" 0.228"0.231"0.231"0.231" 0.241"0.241" 0.212" 0.237"0.237"0.237" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date surface area. *Material was observed to be thin along the E and F face corners at connection joint Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.239"0.237"0.235" 0.352"0.351"0.351" 0.356" 0.234"0.234" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-1.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.123" Location: 28"32"4"8"12"16"20"24" South side view B-1.3-T1-2 Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.343"0.344"0.344"0.346" A B C 4"8" 12" 16" Clearwater NDT-UT_B-1.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.200"0.341"0.344"0.338" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" North view B-1.3-T1-3 Center:0.353" 0.225"0.233"0.239"0.231" 0.237"0.236"0.236" 0.235"0.236" 0.232 Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.232"0.225"0.222" 0.352"0.351"0.352"0.352" 0.363"0.363 0.234"0.238" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" Clearwater NDT-UT_B-1.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.237"0.240"0.239" 0.202"0.248"0.242"0.238" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" North view B-1-T2-1 Center:N/A 0.359"0.365"0.359" 0.238"0.244"0.239" 0.202"0.212"0.205"0.228" 0.239"0.250"0.238" 0.360"0.365"0.367"0.362" 0.273" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.463"0.468"0.460" 0.137"0.236"0.239"0.232" West side view 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-1-T2-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.457"0.457"0.461"0.454"0.467" 0.115"0.238"0.239"0.241" 0.358"0.343" West side view Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.366" 0.362"0.368"0.362"0.362" 0.211"0.347 0.348"0.336" 0.355" 0.360" Location: 28"32"4"8"12"16"20"24" North view B-1-T2-2 Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.103" 0.369"0.362"0.365" 0.235"0.237"0.235"4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-1-T2-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.455"0.469"0.455" 0.122"0.229"0.186"0.186"0.235" West side view Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.329" 0.366"0.357"0.365" 0.105"0.223"0.233"0.225"0.224" 0.231"0.232"0.233" 0.365"0.370"0.362" 0.248"0.252"0.239" Location: 28"32"4"8"12"16"20"24" North view B-1-T2-3 Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.156" 0.263"0.244" 0.125" 0.254"0.252"0.232"0.231" 0.228"0.229"0.229" 0.231"0.237" Aa Bb Cc 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-1-T2-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.267"0.269"0.262" 0.391"0.395"0.392" 0.381"0.379"0.379" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.269"0.268" 0.255"0.255" 0.266" 0.278" 0.271"0.261"0.259"0.259" 0.268"0.259"0.256"0.260" 0.256"0.254"0.258" 0.385"0.382"0.390" Location: 28"32"4"8"12"16"20"24" South side view B-2.3-T1-1 Center:0.331" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.389" 0.387"0.376"0.374" 0.382"0.376"0.369" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-2.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.261"0.267"0.273" 0.370"0.389"0.374"0.375" 0.378"0.383" 0.267"0.270" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.273"0.264"0.258" 0.274" 0.266"0.265"0.269"0.257" 0.280"0.274" 0.253"0.261"0.264"0.268" 0.258"0.258"0.263" 0.270" 0.377"0.378" 0.393" Location: 28"32"4"8"12"16"20"24" South side view B-2.3-T1-2 Center:0.399" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.163" 0.379"0.375"0.372" 0.380"0.380"0.379" A B C O N M I H G D E F4" 8" 12" 16" 16"12" 8" 4" A B C I H G 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-2.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.349"0.346"0.366"0.365" 0.348"0.348"0.349" 0.331 0.330"0.331" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" South side view B-2.3-T1-3 Center:0.350" 0.361"0.362"0.347"0.347" 0.350"0.350"0.350" 0.348" 0.213"0.211"0.211"0.220"0.236" 0.232"0.232"0.233"0.223" 0.235"0.235" 0.231"0.237"0.235" 0.203" 0.243"0.242"0.240" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.249"0.249"0.249" 0.348"0.349"0.348"0.350" 0.236"0.223" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-2.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.344"0.343"0.357" 0.218"0.231"0.247"0.247" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.357"0.359" 0.343" 0.349"0.349"0.364"0.364" 0.349"0.349"0.349" 0.237"0.237"0.247"0.247" 0.237"0.235"0.235" 0.219"0.231"0.233"0.233" 0.367" Location: 28"32" 0.356"0.356"0.359"0.359" 4"8"12"16"20"24" North side view B-2-T1-1 Center:0.353" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.368"0.367"0.367" 0.230"0.230"0.233"4"8" 12" 16"16"12" 8" 4" A B C O N M G H I I H G R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-2-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.342"0.342"0.342" 0.227"0.233"0.231"0.233" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.346"0.347"0.348"0.346" 0.355"0.355"0.346" 0.342" 0.348"0.348"0.348"0.349" 0.227"0.234"0.236"0.237" 0.236"0.238"0.240" 0.348"0.347"0.341" 0.240"0.243"0.209"0.246" 0.347" Location: 28"32"4"8"12"16"20"24" North view B-2-T1-2 Center:0.349" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name: Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.225" 0.325"0.349" 0.233"0.249"0.234" I H G4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-2-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.336"0.340"0.340" 0.214"0.207"0.232"0.230" 0.236" 0.236" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.350" 0.324"0.327"0.365"0.364" 0.348"0.353"0.355" 0.201"0.232"0.248"0.232" 0.235"0.235"0.236" 0.203"0.236" 0.347" Location: 28"32"4"8"12"16"20"24" South side view B-2-T1-3 Center:0.331" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.206" 0.349"0.350"0.350" 0.235"0.235"0.235" 0.235"0.238"0.238"I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-2-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.231"0.232"0.233" 0.225" 0.367"0.352"0.352" 0.233"0.233"0.233" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.356"0.337"0.370"0.354" 4"8"12"16"20"24" North view B-3-T1-2 Center:352" 0.238"0.238"0.235" 0.353" 0.237"0.233"0.233"0.233" 0.231"0.232"0.232" 0.352"0.366"0.350"0.351" 0.355"0.355"0.354" 0.353"0.356"0.348" 0.342" 0.349"0.351"0.351" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.351"0.342"0.343" 0.237"0.232"0.232"0.230" 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.236"0.236"0.236" 0.113" 0.368"0.368"0.352" 0.116"0.117"0.234" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-10-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.355"0.355"0.358" 4"8"12"16"20"24" North view B-3-T1-3 Center:0.352" 0.234"0.234"0.234" 0.368" 0.353" 0.230"0.210"0.225"0.230"0.231" 0.215"0.195"0.199"0.207"0.238"0.238" 0.352"0.352"0.352"0.352" 0.351"0.356"0.355" 0.347"0.355"0.335"0.358" 0.331" 0.347"0.348"0.350" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.311"0.340"0.347" 0.232"0.233"0.232"0.232" 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_B-3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.231"0.232"0.232" 0.351"0.351"0.351"0.351" 0.360"0.360"0.357" 0.235"0.234" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.235"0.233"0.233" 0.233"0.233"0.234" 0.228" 0.229"0.245"0.244"0.230" 0.222"0.248"0.249"0.249" 0.355"0.354"0.355"0.346" 0.352" Location: 28"32" 0.309"0.348"0.334" 4"8"12"16"20"24" North view B-4.3-T1-2 Center:0.353" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.322" 0.348"0.348"0.348" 0.352"0.350"0.351" 0.325"0.355"0.337" 0.339"0.365"0.350"0.366" 0.348"4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-4.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.235"0.235"0.235" 0.351"0.350"0.327"0.351" 0.357"0.359"0.359" 0.238"0.236" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.238"0.238"0.232" 0.235"0.231"0.234" 0.228" 0.230"0.230"0.230"0.230" 0.231"0.231" 0.198"0.233"0.233"0.232" 0.236"0.236" 0.238" 0.351"0.351"0.352" 0.345"0.336"0.322"0.349" 0.351" Location: 28"32" 0.360"0.357"0.358" 4"8"12"16"20"24" South side view B-4.3-T1-3 Center:0.354" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.338" 0.357"0.351"0.350" 0.322"0.342"0.357" 0.350"0.352"0.353"4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-4.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.322"0.334"0.345" 0.231"0.232"0.232"0.232" 0.234"0.237" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-10-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.113" 0.352"0.352"0.352"0.352" 0.355"0.355"0.355" 0.230"0.245"0.245"0.245" 0.240"0.238" 0.236" 0.351"0.351"0.351" 0.243"0.242"0.244" 0.351" Location: 28"32"4"8"12"16"20"24" North view B-4-T1-1 Center:0.352" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.228" 0.235"0.235" 0.352 0.352"0.351" 0.235"0.249"0.249" 0.234"0.235"0.234" 0.236" 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 1 6" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-4-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.341"0.342"0.343" 0.232"0.231"0.231"0.231" 0.232"0.233" 0.236"0.236" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.341" 0.330"0.330"0.332"0.333" 0.329"0.338 0.213"0.213"0.233"0.232" 0.231"0.231" 0.229"0.235" 0.351"0.356"0.356" 0.241"0.240"0.241" 0.352" Location: 28"32"4"8"12"16"20"24" North view B-4-T1-3 Center:0.353" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.240" 0.241"0.241" 0.352"0.352"0.351" 0.233"0.235"0.235" 0.237"0.235"0.234" 0.241"4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-4-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.279"0.272"0.264" 0.374"0.389"0.378"0.376" 0.268"0.258" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. *Center and E Face was observed to have a thin wall along the its joint, additional readings along the other sides could not be taken due to window framing covering the surfaces. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.286"0.278"0.276" 0.268"0.264"0.263" 0.275" 0.267"0.268"0.268"0.263" 0.267"0.259"0.254"0.260" 0.275"0.264"0.267"0.263" 0.277" 0.398" 0.395" Location: 28"32" 0.383"0.398" 4"8"12"16"20"24" North view B-5.3-T1-1 Center:0.135" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.097" 0.390"0.386"0.386" 0.377"0.376"0.377" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-5.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.359"0.359"0.360"0.359" 0.320" 0.351"0.348" 0.321"0.359"0.359" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" North view B-5.3-T1-2 Center:0.348" 0.351"0.351" 0.358"0.357" 0.351" 0.239"0.226"0.222"0.242" 0.234"0.235"0.235" 0.235"0.235"0.235"0.236" 0.237"0.239" 0.229" 0.234"0.235"0.233"0.234" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.249"0.247"0.247" 0.354"0.368"0.353" 0.366"0.363"0.362" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-5.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.235"0.235"0.236" 0.338"0.335"0.335"0.335" 0.339"0.337"0.350" 0.236"0.238" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.236"0.237"0.236" 0.239"0.236"0.237" 0.231" 0.250"0.235"0.234" 0.180"0.207"0.225"0.225" 0.231"0.231"0.231" 0.236" 0.360"0.337"0.324"0.346" 0.356" Location: 28"32"4"8"12"16"20"24" North view B-5.3-T1-3 Center:0.353" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.342" 0.353"0.355"0.354" 0.344"0.344"0.344" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-5.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.418"0.372"0.365"0.371"0.373" 0.288"0.260"0.262"0.262" 0.264" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.378"0.374"0.378" 0.405"0.399"0.371"0.376" 0.420" 0.349"0.352"0.351"0.326" 0.253"0.267"0.257"0.267" 0.263" 0.352"0.354"0.356" 0.278"0.288"0.287" 0.349" Location: 28"32" 0.355"0.355"0.435" 4"8"12"16"20"24" North view B-5-T1-1 Center:0.350" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.118" 0.267" 0.348"0.347"0.347" 0.270"0.279"0.269"0.273" 0.274"0.260" 0.269"4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-5-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.263"0.269" 0.254" 0.247" 0.257"0.254" 0.387"0.385"0.376"0.378" 0.253"0.253" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.365"0.385"0.388"0.390" 4"8"12"16"20"24" North view B-5-T1-2 Center:0.123" 0.262"0.266"0.260"0.266" 0.365" 0.155"0.274"0.276"0.268" 0.269"0.278"0.275" 0.381"0.388"0.364"0.346"0.371" 0.395"0.398"0.392"0386" 0.373" 0.395"0.383"0.386" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.373"0.374"0.369" 0.273"0.268"0.261"0.264" 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-5-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.285"0.273" 0.269" 0.393"0.381"0.376"0.380" 0.272"0.267"0.266" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.392"0.404" 4"8"12"16"20"24" North view B-5-T1-3 Center:0.390" 0.404"0.404"0.405" 0.274"0.273" 0.391" 0.389 0.269"0.272"0.265"0.258" 0.280"0.264"0.257" 0.380"0.386"0.365"0.385"0.384" 0.357"0.390"0.371"0.396" 0.389"0.388" 0.377"0.398"0.379"0.379" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.379"0.378"0.379"0.371" 0.277"0.285"0.266"0.273"0.271" 0.260"0.250"0.269" 0.265"0.266" 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-5-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.340"0.341" 0.320"0.350" 0.339" 0.318"0.312" 0.353"0.353"0.353" 0.344"0.345"0.345" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.357"0.357"0.354" 4"8"12"16"20"24" North view B-6.3-T1-1 Center:0.149" 0.354"0.355" 0.355" 0.251"0.235"0.235"0.235" 0.241"0.241"0.239"0.234" 0.234"0.236"0.235"0.235" 0.238"0.237"0.237" 0.243"0.242"0.241" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.236"0.238"0.237"0.232"0.234" 0.354"0.354"0.354"0.354" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-6.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.359"0.358"0.358"0.358" 0.317"0.328"0.322" 0.343" 0.318"0.320"0.319" 0.355"0.354"0.354" 0.346"0.345"0.341" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.358" 4"8"12"16"20"24" North view B-6.3-T1-2 Center:0.356" 0.357"0.360"0.359"0.358" 0.355" 0.230"0.230"0.230"0.231" 0.232"0.231"0.234" 0.231" 0.203"0.246"0.245"0.249" 0.238"0.240"0.242"0.241" 0.242"0.240"0.242"0.241" 0.231"0.235" 0.228" 0.238"0.235"0.236"0.233" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.225"0.233"0.233" 0.355"0.355"0.355"0.354" 0.231"0.233" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-6.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.335"0.327"0.357"0.350" 0.322" 0.355"0.354"0.354" 0.342"0.340"0.341" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.359" 4"8"12"16"20"24" North view B-6.3-T1-3 Center:0.254" 0.357"0.357"0.357" 0.355" 0.222"0.224"0.227"0.226" 0.223"0.234"0.231" 0.234"0.234"0.234"0.234" 0.234"0.234"0.235" 0.229" 0.236"0.234"0.235" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.234"0.234"0.234" 0.355"0.354"0.354"0.354" 0.357"0.357"0.357" 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-6.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.239"0.239" 0.220" 0.354"0.354"0.355" 0.225"0.225"0.227"0.226" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" North view B-6-T1-1 Center:0.114" 0.358"0.353"0.337"0.363" 0.227"0.223"0.233" 0.355" 0.233"0.233"0.234"0.236" 0.236"0.240" 0.237"0.238" 0.353"0.353"0.354"0.354" 0.335"0.320"0.327" 0.354"0.345"0.349"0.348" 0.239" 0.335"0.336"0.334"0.352" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.336"0.346"0.346" 0.235"0.235"0.235"0.235" 0.240"0.238" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-6-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.342"0.342"0.342" 0.231"0.231"0.231"0.231" 0.231"0.231"0.232" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0353"0.355"0.353" 0.340" 0.353"0.352"0.353"0.352" 0.340"0.349"0.349" 0.236"0.234"0.234"0.239" 0.240"0.236"0.239" 0.334" Location: 28"32" 0.353"0.354"0.359"0.358" 4"8"12"16"20"24" North view B-6-T1-2 Center:0.333" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.214" 0.234"0.234" 0.329"0.333"0.335" 0.234"0.234"0.234" 0.237"0.236"0.238" 0.233" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-6-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.343"0.343"0.343" 0.232"0.232"0.233"0.233" 0.232"0.231"0.231" 0.236"0.236" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.359"0.357"0.359" 0.330" 0.353"0.354"0.354"0.354" 0.355"0.357" 0.211"0.234"0.234"0.234" 0.236"0.240"0.239" 0.236" 0.358"0.359"0.357" 0.225"0.227"0.227" 0.353" Location: 28"32"4"8"12"16"20"24" North view B-6-T1-3 Center:0.352" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.232" 0.233" 0.355"0.354"0.354" 0.233"0.233"0.233" 0.239"0.238"0.239"I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-6-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.232"0.233"0.234" 0.242" 0.186" 0.246"0.241" 0.354"0.353"0.353" 0.231"0.233"0.233" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.359"0.359"0.359" 4"8"12"16"20"24" North view B-7-T1-1 Center:0.364" 0.358" 0.347" 0.236"0.235"0.235"0.235" 0.236"0.236" 0.354"0.356"0.353"0.353" 0.357"0.357"0.356" 0.350"0.348"0.333"0.344" 0.336" 0.346" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.322"0.344"0.344" 0.229"0.219"0.222"0.233" 0.232" 0.236"0.236" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-7-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.235"0.234"0.234" 0.239" 0.213" 0.240"0.242" 0.330"0.328"0.353"0.354" 0.234"0.234"0.234" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" North view B-7-T1-2 Center:0.331" 0.357"0.359" 0.243"0.242" 0.329" 0.233"0.237"0.238"0.241" 0.232"0.237"0.236" 0.241"0.240" 0.354"0.353"0.353"0.353" 0.356"0.356"0.356" 0.354"0.358"0.357" 0.167" 0.346" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.344 0.344"0.343" 0.227"0.230"0.230"0.230" 0.231"0.232"0.231" 0.240"0.240" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-7-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.238"0.236" 0.232" 0.201" 0.230" 0.355"0.354"0.354" 0.226"0.226"0.226" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-11-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.360"0.360"0.360" 4"8"12"16"20"24" North view B-7-T1-3 Center:0.331" 0.358"0.358"0.358" 0.229"0.228"0.229" 0.355" 0.226"0.234"0.234"0.234" 0.238"0.237" 0.354"0.354"0.354"0.353" 0.357"0.330"0.329" 0.325"0.327"0.325" 0.334" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-11-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.340"0.341"0.342" 0.230"0.233"0.233"0.233" 0.240"0.240"0.242" 0.237"0.238" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-7-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.341"0.344"0.344" 0.223"0.233"0.233"0.233" 0.244"0.234"0.234" 0.239"0.240" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.358"0.358"0.342"0.342" 0.352"0.347"0.354"0.354" 0.343" 0.353"0.354"0.354"0.354" 0.230"0.231"0.230"0.230" 0.238" 0.363"0.362"0.363"0.363" 0.240"0.247"0.246" 0.353" Location: 28"32"4"8"12"16"20"24" North view B-8.3-T1-1 Center:0.353" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.232" 0.353"0.353"0.355" 0.232"0.233"0.233" R Q P 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-8.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.228"0.229"0.222"0.232"0.232" 0.351"0.352"0.351"0.352" 0.356"0.357"0.357"0.356" 0.234"0.234" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.242"0.242"0.240" 0.238"0.238"0.238" 0.211" 0.234"0.233"0.233"0.233" 0.233"0.232"0.233"0.233" 0.236"0.238"0.238" 0.353"0.352"0.353"0.353" 0.351" Location: 28"32"4"8"12"16"20"24" North view B-8.3-T1-2 Center:0.351" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.300" 0.350"0.350"0.351" 0.341"0.342"0.343" R Q P 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-8.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.231"0.223"0.234"0.232"0.232" 0.351"0.350"0.351"0.352" 0.237"0.234" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.240"0.238" 0.236" 0.232 0.231"0.241"0.242" 0.233"0.241"0.241"0.241" 0.233"0.235"0.236"0.235" 0.237" 0.353"0.355"0.355" 0.325"0.330"0.352"0.355"0.350" 0.351" Location: 28"32"4"8"12"16"20"24" North view B-8.3-T1-3 Center:0.351" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.325" 0.351"0.352"0.352" 0.339"0.325"0.331"0.330" R Q P 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-8.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.236"0.236"0.235" 0.251"0.251"0.250"0.250" 0.254"0.253"0.255" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.238"0.238"0.236" 0.235"0.235" 0.240"0.238"0.236" 0.235" 0.232"0.233"0.233"0.232" 0.226"0.232"0.232"0.232" 0.243"0.242"0.243" 0.355"0.355"0.355" 0.351" Location: 28"32" 0.358"0.357"0.356" 4"8"12"16"20"24" North view B-8-T1-1 Center:0.350" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.336" 0.349"0.346"0.348" 0.351"0.351"0.351" 0.337"0.333"0.327" 0.255"0.258"0.256"0.256" 0.350"I H G4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-8-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.230"0.231"0.231" 0.349"0.349"0.348"0.346" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.237"0.234" 0.231"0.241" 0.225" 0.232"0.233"0.234"0.233" 0.221"0.238"0.237" 0.222"0.230"0.235"0.233" 0.239"0.230"0.230" 0.355"0.355"0.355"0.355" 0.348" Location: 28"32"4"8"12"16"20"24" North view B-9.3-T1-1 Center:0.295" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.334" 0.349"0.329"0.338" 0.348"0.348"0.348" 0.344"0.344"0.344" 0.354"0.355"0.355" 0.349" R Q P 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_B-9.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.357"0.352"0.353" 0.325" 0.345"0.345"0.345" 0.335"0.336"0.334" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" North view B-9.3-T1-2 Center:0.347" 0.353"0.353"0.352"0.352" 0.345" 0.228"0.229"0.222"0.234" 0.231"0.233"0.230" 0.233"0.232"0.233"0.233" 0.237"0.239" 0.237" 0.233" 0.240"0.241" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.232"0.233"0.232" 0.345"0.345"0.346"0.346" R Q P 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-9.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.349"0.351"0.351"0.351" 0.344" 0.346"0.345"0.345" 0.345"0.345"0.344" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" North view B-9.3-T1-3 Center:0.345" 0.352"0.351"0.350"0.352" 0.345" 0.236"0.238" 0.235"0.238"0.239"0.232" 0.233"0.232" 0.232"0.234"0.235"0.233" 0.237"0.238" 0.229" 0.240"0.240"0.239" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.231"0.232"0.232" 0.344"0.346"0.345"0.344" 0.231"0.232" R Q P 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" Clearwater NDT-UT_B-9.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.340"0.341"0.340" 0.226"0.231"0.230"0.231" 0.234" 0.236"0.237"0.238" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.358"0.352"0.351" 0.345"0.355"0.350"0.345" 0.302" 0.349"0.346"0.348"0.348" 0.231"0.231"0.231"0.231" 0.238" 0.236"0.230"0.231" 0.349" Location: 28"32" 0.347"0.358"0.345" 4"8"12"16"20"24" North view B-9-T1-1 Center:0.348" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.239" 0.230" 0.349"0.349"0.349" 0.231"0.232"0.230" 0.236"0.234" 0.230" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-9-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.233" 0.239" 0.235" 0.350"0.350"0.350" 0.230"0.230"0.230" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32" 0.359"0..361"0.360" 4"8"12"16"20"24" North view B-9-T1-2 Center:0.350" 0.237"0.235"0.236" 0.350" 0.231"0.229"0.231"0.231" 0.238" 0.350"0.348"0.349"0.351" 0.360"0.359"0.359"0.356" 0.117" 0.346"0.346"0.346" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.341"0.339"0.340"0.340" 0.234"0.234"0.233"0.233" 0.237"0.238" 0.234"0.238" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-9-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.121" 0.349"0.349"0.349 0.232"0.230"0.232" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32" 0.354" 4"8"12"16"20"24" North view B-9-T1-3 Center:0.350" 0.349"0.348" 0.235"0.235"0.234" 0.348" 0.219"0.231"0.232"0.232" 0.232"0.232"0.232" 0.233" 0.349"0.349"0.349"0.349" 0.358"0.358"0.354"0.354" 0.315" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.333"0.327"0.326" 0.230"0.230"0.235"0.232" 0.232"0.232"0.232" 0.233"0.232" I H G 4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-9-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.222"0.218"0.223" 0.354" 0.359"0.359"0.359" 0.355"0.356"0.356" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" South side view B-10.3-T2-1 Center:N/A 0.355" 0.356"0.356" 0.359" 0.235"0.234"0.234"0.233" 0.235"0.235"0.235" 0.236" 0.232"0.232"0.232"0.232" 0.239"0.239"0.240"0.240" 0.450" 0.455"0.455"0.455"0.455" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.450"0.450"0.442" 0.215"0.231"0.231"0.230" 0.235"0.235" East view 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J O N F E D G H I Aa Bb Cc D E F 4 " 8" 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" Clearwater NDT-UT_B-10.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.238"0.238"0.239" 0.356" 0.359" 0.359" 0.355"0.357"0.357" 0.359"0.362"0.359" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" North view B-10.3-T2-2 Center:N/A 0.341" 0.229"0.231"0.230"0.231" 0.234"0.234" 0.236"0.233"0.232"0.232" 0.239"0.238"0.239" 0.457" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.460"0.460"0.459" 0.236"0.236"0.235"0.235" East view O N G H I D E F 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8" 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" Clearwater NDT-UT_B-10.3-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.366" 0.359"0.359"0.359" 0.337"0.336"0.356" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name: Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" North view B-10.3-T2-3 Center:N/A 0.359" 0.227"0.233"0.232"0.233" 0.231"0.231"0.233" 0.238" 0.233"0.233"0.233"0.233" 0.240"0.241"0.240" 0.422" 0.478"0.478"0.478"0.476" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.447"0.466"0.448" 0.231"0.231"0.231"0.230" 0.231"0.237"0.235" 0.232"0.232" East view O N G H I D E F 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8 " 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" Clearwater NDT-UT_B-10.3-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.344"0.344"0.344" 0.233"0.233"0.233"0.233" 0.234"0.234" 0.238"0.235" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.345"0.343"0.346"0.346" 0.251"0.251"0.252"0.252" 0.344" 0.249"0.250"0.249"0.248" 0.229"0.232"0.232"0.232" .0.233" 0.354"0.356"0.354" 0.238"0.238" 0.329" Location: 28"32"4"8"12"16"20"24" North view B-10-T1-1 Center:0.350" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.234" 0.350"0.350"0.350" 0.239"0.235"0.235"4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-10-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.323"0.329"0.325" 0.229"0.231"0.231"0.231" 0.235"0.234" 0.235"0.238" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.353"0.356"0.354" 0.330" 0.349"0.348"0.349"0.349" 0.208"0.234"0.234"0.232" 0.230"0.230" .0.240" 0.354"0.354" 0.239"0.238" 0.349" Location: 28"32" 0.354"0.353" 4"8"12"16"20"24" North view B-10-T1-2 Center:0.347" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.228" 0.236"0.236" 0.350"0.350"0.350" 0.220"0.231"0.233" 0.237"4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-10-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O P Q R 0.342"0.345"0.345" 0.231"0.233"0.233"0.233" 0.231"0.231" 0.234"0.236" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-12-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.352" 0.345" 0.347"0.347"0.347"0.348" 0.352"0.354" 0.231"0.232"0.231"0.232" 0.240"0.240"0.242" . 0.216"0.244" 0.347" Location: 28"32" 0.354"0.353" 4"8"12"16"20"24" North view B-10-T1-3 Center:0.347" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-12-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.234" 0.347"0.349"0.349" 0.221"0.233"0.234"4"8" 12" 16"16"12" 8" 4" A B C O N M G H I R Q P 16" 12" 8" 4"4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" C Clearwater NDT-UT_B-10-T1-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd (A)0.371" 0.353"0.352"0.353" 0.202"0.210"0.243" 0.363"0.366" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Client Name:McKim & Creed 0.202" Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bare Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32" 0.356"0.356"0.355"0.356" 4"8"12"16"20"24" South side view D-1.3-T1-1 Center:(B)0.359" 0.371"0.375" 0.238"0.235"0.237" 0.363" 0.353"0.357"0.351"0.351" 0.356"0.362" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.249"0.233"0.233"0.233" 16" 12" 8" 4" A B C L K J G H I 4"8" 12" 16"4"8" 12" 16"4" 8" 12" 16" Clearwater NDT-UT_D-1.3-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.239" 0.355"0.356"0.355" 0.234"0.236"0.235" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" South side view D-1.3-T1-4 Center:N/A 0.357" 0.227"0.229"0.228"0.224" 0.355"0.356"0.357"0.356" 0.256"0.302"0.299" 0.280" 0.294"0.300"0.315"0.332" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.299"0.295"0.328" 0.185"0.231"0.222"0.224" East side view Aa Bb Cc 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_D-1.3-T1-4.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.436"0.439"0.439"0.452" 0.232"0.245"0.245" West side view Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Repiar plate present along the connection, plate thickness 0.375". Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.449"0.449"0.460"0.460" 0.229"0.232"0.230"0.229" 0.241"0.247" Location: 28"32"4"8"12"16"20"24" South side view D-1-T2-1 Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.363"0.365"0.365" 0.360"0.356"0.352" O N G H I 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8 " 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" Clearwater NDT-UT_D-1-T2-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.448"0.449"0.450" 0.130"0.232"0.230"0.227" West side view Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.450" 0.430" 0.126"0.198"0.199"0.198" 0.112"0.229"0.228"0.226" Location: 28"32"4"8"12"16"20"24" South side view D-1-T2-2 Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME O N G H I Aa Bb Cc 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8" 1 2 " 1 6 "16"12" 8" 4"4 " 8" 12" 16" Clearwater NDT-UT_D-1-T2-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd 0.464"0.444"0.439" 0.206"0.230"0.229"0.230" West side view Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. *H&K surfaces has a 1"x3" thourgh wall hole along it corners. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.381" 0.212"0.220"0.224"0.223" 0.205"0.229"0.237"0.236" Location: 28"32"4"8"12"16"20"24" South side view D-1-T2-3 Center:N/A Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME O N G H I4" 8" 12" 16" 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8" 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" Clearwater NDT-UT_D-1-T2-3.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc Dd Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-9-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:bareClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D7908 Serial No:988285 1 0.100" Serial No:110194505 Serial No.:1159629 5 0.500" Cable Length:48"Size:0.25" Cable Type:N/A Frequency:7.5 Location: 28"32"4"8"12"16"20"24" South side view D-1-T2-4 Center:N/A 0.230"0.140"0.208"0.210"0.199"0.230" 0.125"0.229"0.229"0.229" 0.240" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-9-23 Technician Name Level/Certification Signature Date surface area. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.293"0.275"0.326"0.336" 0.162"0.228"0.228"0.228" West side view O N G H I 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8" 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" Clearwater NDT-UT_D-1-T2-4.xlsx Page __ of ___ A B C D E F G H I J K L East view M N O Aa Bb Cc 0.462"0.461"0.461" 0.228"0.231"0.233"0.232" 0.231"0.235"0.230"0.240" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.443"0.433"0.459"0.447" 0.460" 0.354"0.354"0.355" 0.241"0.243"0.242" Location: 28"32"4"8"12"16"20"24" South view D-10.3-T2-1 Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.236"0.236"0.235"0.235" D E O N 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N G H I Aa Bb Cc 4"8" 12" 16" Clearwater NDT-UT_D-10.3-T2-1.xlsx Page __ of ___ A B C D E F G H I J K L East view M N O Aa Bb Cc 0.452"0.463"0.468" 0.232"0.233"0.233"0.233" 0.243"0.242" 0.236"0.236" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.358"0.356"0.357"0.357" 0.463" 0.364"0.362" 0.220"0.231"0.231"0.231" 0.233"0.233" 0.234" 0.361"0.362"0.364"0.364" 0.237"0.238"0.238" Location: 28"32"4"8"12"16"20"24" South view D-10.3-T2-2 Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.207"0.230"0.232"0.232" 0.233"0.233" D E 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_D-10.3-T2-2.xlsx Page __ of ___ A B C D E F G H I J K L East view M N O Aa Bb Cc 0.237" 0.358"0.358"0.359" 0.237"0.237"0.238" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" South view D-10.3-T2-3 Center:N/A 0.243"0.244"0.231" 0.358" 0.235"0.236"0.236"0.235" 0.456" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.454"0.461"0.463" 0.234"0.233"0.234"0.234" 0.238"0.237"0.236" 0.242"0.243"0.247" D E 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16" 4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_D-10.3-T2-3.xlsx Page __ of ___ A B C D E F G H I J K L East view M N O Aa Bb Cc 0.294"0.295"0.315"0.313" 0.232"0.235"0.235"0.234" 0.233"0.233"0.233" 0.249"0.246" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.299"0.298"0.317"0.322" 0.294" 0.361"0.363"0.363"0.359" 0.239"0.238"0.239"0.239" 0.249"0.239" 0.237" 0.360" Location: 28"32"4"8"12"16"20"24" South view D-10.3-T2-4 Center:N/A Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.232" 0.360"0.360"0.360" 0.233"0.232"0.234" D E 4"8" 12" 16" 16" 12" 8" 4" 16"12" 8" 4" A B C O N M G H I Aa Bb Cc 4"8" 12" 16"4" 8" 1 2 " 1 6 " 4" 8" 12" 16" Clearwater NDT-UT_D-10.3-T2-4.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.231"0.231"0.233"0.232" 0.235"0.237" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.283"0.234"0.232"0.233" 0.238" 0.352"0.351"0.350"0.350" 0.348" Location: 28"32"4"8"12"16"20"24" South view D-10-T1-1 Center:0.347" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.347" 0.349"0.352"0.352" 0.349"0.349"0.348" 0.348"0.348"0.349" 0.228"0.232"0.231" 0.352" 4 8 12 16 16 12 8 4 16 12 8 4 1 6 1 2 8 4 A B C D E O N F E D G H I I H G D E F Clearwater NDT-UT_D-10-T1-1.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.234"0.236"0.234"0.234" 0.243"0.243" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.237"0.236"0.235" 0.231"0.218"0.234"0.232" 0.230"0.231"0.232"0.232" 0.235"0.235"0.235" 0.242" 0.351"0.351"0.351"0.352" 0.349"0.349"0.350"0.350" 0.348" Location: 28"32"4"8"12"16"20"24" South view D-10-T1-2 Center:0.347" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.346" 0.348"0.349"0.348" 0.347"0.343"0.348" 0.237"0.236"0.234" D E O N G H I D E F 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J F E D 4 " 8 " 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" Clearwater NDT-UT_D-10-T1-2.xlsx Page __ of ___ A B C D E F G H I J K L M N O Aa Bb Cc 0.224"0.232"0.235"0.234" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.245"0.244"0.239" 0.217"0.234"0.234"0.232" 0.232"0.234"0.234"0.235" 0.237"0.236"0.236" 0.348"0.350"0.352"0.350" 0.349"0.350"0.350"0.351" 0.347" Location: 28"32"4"8"12"16"20"24" South view D-10-T1-3 Center:0.347" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME 0.348" 0.347"0.347"0.347" 0.348"0.349"0.349" 0.231"0.230"0.230" D E O N G H I D E F 4" 8" 12" 16" 16"12" 8" 4" A B C O N M I H G D E F 16 " 12 " 8 " 4 "16"12" 8" 4"4"8" 12" 16" 16" 12" 8" 4" C Clearwater NDT-UT_D-10-T1-3.xlsx Page __ of ___ A B C D E F G H I J K west view L M N O Aa Bb Cc 0.245"0.243"0.244" 0.347" 0.348"0.349"0.349"0.349" 0.347"0.348"0.348" Form No TR-NDT-UT ULTRASONIC EXAMINATION THICKNESS REPORTRevision No. 0 ASME Project #:23050318 Report Date:10-13-23 Project Location:Clearwater, FL S&ME, Inc. Raleigh: 3201 Spring Forest Road, Raleigh, NC 27616 Project Name:Clearwater Natatorium UTT of structure framing Procedure No.TR-NDT-UT-2 Material Type:CS Surface Condition:PaintedClient Name:McKim & Creed Manufacturer: Ultrasonic Flaw Detector Search Unit(s)Calibration Standard(s) Manufacturer:Olympus Panmetric Material:CS Step #Thickness Model No.:DL38 Model No.:D790-SM Serial No:988285 1 0.100" Serial No:110194505 Serial No.:754080 5 0.500" Cable Length:48"Size:7.9mm Cable Type:N/A Frequency:5 MHz Location: 28"32"4"8"12"16"20"24" South view D-10-T1-4 Center:(C)0.352" 0.355"0.352"0.352"0.352" 0.352"0.357"0.352"0.352"0.352" 0.233"0.233"0.234"0.234" 0.235"0.235" 0.233"0.233"0.232"0.232" 0.241"0.241"0.240" 0.292"0.294"0.287"0.309" 0.295" 0.282"0.282"0.304"0.307" Disclaimer: The presence of S&ME at the project site shall not be construed as an acceptance or approval of activities at the site. S&ME is at the project site to perform specific services and has certain responsibilities which are limited to those specifically authorized in our agreement with our client. In no event shall S&ME be responsible for the safety or means and methods of other parties at the project site. The information presented in this field report has not been reviewed by an engineer and is to be considered preliminary. Larry Jernigan UT Level II 10-13-23 Technician Name Level/Certification Signature Date and/or due to thickness of epoxy coating along the surface areas. Notes:Some faces of the HSS members could not have thicknesses retrieved due to window framing covering the 0.294"0.309"0.306" 0.240"0.241"0.241"0.241" 0.235" D E O N G H I D E F 4 " 8" 12" 16" 16"12" 8" 4" A B C L K J F E D Aa Bb Cc 4 " 8" 1 2 " 1 6 "16"12" 8" 4"16" 12" 8" 4" 4 " 8" 12" 16" C Clearwater NDT-UT_D-10-T1-4.xlsx Page __ of ___ – Photolog NDE Inspection Clearwater Natatorium Project #: 23050318 Sheet 1 of 6 Date: 10-11-23 Photographer: Larry Jernigan 1 Location / Orientation West wall Remarks Date: 10-11-23 Photographer: Larry Jernigan 2 Location / Orientation North wall Remarks NDE Inspection Clearwater Natatorium Project #: 23050318 Sheet 2 of 6 Date: 10-11-23 Photographer: Larry Jernigan 3 Location / Orientation East Wall Remarks Date: 10-9-23 Photographer: Larry Jernigan 4 Location / Orientation B-1 corner Remarks NDE Inspection Clearwater Natatorium Project #: 23050318 Sheet 3 of 6 Date: 10-9-23 Photographer: Larry Jernigan 5 Location / Orientation B-1-T2-1 Remarks Date: 10-9-23 Photographer: Larry Jernigan 6 Location / Orientation D-1-T2-1 Remarks NDE Inspection Clearwater Natatorium Project #: 23050318 Sheet 4 of 6 Date: 10-9-23 Photographer: Larry Jernigan 7 Location / Orientation D-1-T2-2 Remarks Date: 10-9-23 Photographer: Larry Jernigan 8 Location / Orientation D-1-T2-3 Remarks NDE Inspection Clearwater Natatorium Project #: 23050318 Sheet 5 of 6 Date: 10-9-23 Photographer: Larry Jernigan 9 Location / Orientation D-1-T2-3 Remarks Hole Date: 10-12-23 Photographer: Larry Jernigan 10 Location / Orientation B-9.3-T1-1 Remarks NDE Inspection Clearwater Natatorium Project #: 23050318 Sheet 6 of 6 Date: 10-12-23 Photographer: Larry Jernigan 11 Location / Orientation B-10_10.3 truss joints Remarks Date: 10-12-23 Photographer: Larry Jernigan 12 Location / Orientation B-10_10.3 truss joints Remarks – Structural Frame Repair Drawings City Project No. 21-0026-PRCity Plan Set No. 2021017CITY OFFICIALSFrank HibbardMayorMark BunkerCouncilmemberKathleen BeckmanCouncilmemberDavid AllbrittonCouncilmemberLina TeixeiraCouncilmemberJon JenningsCity ManagerTara L. Kivett, P.E.City EngineerApproved ForConstructionDate ApprovedCITY ENGINEER Tara L. Kivett, P.E. #86611LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSSHEET #SHEET DESCRIPTIONGENERALCOVERSHEETS0.00GENERAL NOTES, DESIGN LOADS, DESIGN CRITERIA & LEGENDSHEET INDEXProjectLocationNSEWFINAL DESIGNRELEASED FOR BIDS1.00EXIST BLDG. A ROOF & EXTERIOR WALL FRAMING LAYOUTS1.01EXIST. BLDG. A ROOF & EXTR. WALL FRMG. ELEVATIONS (SHT. 1 OF 2)S1.02EXIST. BLDG. A ROOF & EXTR. WALL FRMG. ELEVATIONS (SHT. 2 OF 2)S1.03EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 1 OF 11)S1.04EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 2 OF 11)S1.05EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 3 OF 11)S1.06EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 4 OF 11)S1.07EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 5 OF 11)S1.08EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 6 OF 11)S1.09EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 7 OF 11)S1.10EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 8 OF 11)S1.11EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 9 OF 11)S1.12EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 10 OF 11)S1.13EXIST. BLDG. A TRUSS CONDITIONS & REPAIRS (SHT. 11 OF 11)PROFESSIONAL ENGINEER WILLIAM F. BANDLICENSENo 67838STATE OFFLORIDA 1.1 ALL WORK IS TO BE PERFORMED IN A GOOD, WORKMANLIKE ANDPROFESSIONAL MANNER.1.2 ALL CONSTRUCTION SHALL BE IN STRICT COMPLIANCE w/ THEREQUIREMENTS OF THE FLORIDA STATE BUILDING CODE (FBC), 2020EDITION, OR LOCAL BUILDING CODE REQUIREMENTS IF MORESTRINGENT.1.3 THESE DRAWINGS DO NOT SHOW PROVISIONS FOR SAFETY DURINGCONSTRUCTION. IT IS THE RESPONSIBILITY OF THE GENERALCONTRACTOR TO PROVIDE THE REQUIRED BRACING, SHORING, ANDSAFETY DEVICES THROUGHOUT THE CONSTRUCTION OF THIS PROJECT.NOT APPLICABLE.2.1 STRUCTURAL DRAWINGS SHALL BE USED IN CONJUNCTION w/ &COORDINATED w/ EXISTING ARCHITECTURAL, CIVIL, ELECTRICAL,MECHANICAL AND PLUMBING DRAWINGS, INCLUDING VENDORSUBMITTAL DRAWINGS AND OTHER CONTRACT DOCUMENTS.2.2 ANY DISCREPANCIES BETWEEN ACTUAL CONDITIONS AND THOSESHOWN ON THESE DRAWINGS ARE TO BE BROUGHT TO THE ATTENTIONOF THE STRUCTURAL ENGINEER BEFORE WORK PROCEEDS, INCLUDINGORDERING AND FABRICATING MATERIALS.2.3 INDEPENDENT TESTING / REVIEW OF MATERIALS SHALL BEPROVIDED AS DEFINED IN PROJECT SPECIFICATIONS IF APPLICABLE. INGENERAL PROJECT INVOLVES THE FOLLOWING: A. STRUCTURAL STEEL. B. FIELD WELDING.2.4 IF COORDINATION OF INFORMATION PRESENTED CONFLICTS w/ THEPROJECT SPECIFICATIONS, THE DRAWINGS WILL TAKE PRECEDENCE.2.5 IN GENERAL CALL-OUTS ARE FOR NEW CONSTRUCTION U.N.O..EXISTING CONSTRUCTION CALL-OUTS, ELEVATIONS AND DIMENSIONSOF EXISTING STRUCTURES ARE BASED ON EXISTING RECORDDRAWINGS PROVIDED TO McKIM & CREED. THE (*) SYMBOL ONINDIVIDUAL FACILITY "STRUCTURAL" DRAWINGS INDICATES EXISTINGCONSTRUCTION CALL-OUTS, CONDITIONS, ELEVATIONS ANDDIMENSIONS TO BE FIELD VERIFIED BY THE GENERAL CONTRACTORU.N.O. PRIOR TO CONSTRUCTION, INCLUDING ORDERING ANDFABRICATING MATERIALS. RECORD DRAWINGS PROVIDED BY THE CITYOF CLEARWATER UTILIZED INCLUDES: A. "CENTER FOUNDATION, INC. FOR EDUCATION, TRAINING AND, RECREATION" BY MUDANO ASSOCIATES ARCHITECTS, INC.(DTD. MARCH 1989).2.6 SPECIAL INSPECTIONS (IF APPLICABLE): STRUCTURAL STEEL WORKSHALL BE REVIEWED AS STATED IN CONJUNCTION w/ THEIRRESPECTIVE NOTES BELOW.2.7 CONTRACTOR SHALL COORDINATE ALL DEMOLITION ACTIVITIES OFEXISTING CONSTRUCTION IN PLACE w/ THE OWNER. CONTRACTOR TONOTE THE OWNER HAS THE RIGHT OF FIRST REFUSAL FOR ALLREMOVED AND / OR SCRAPPED MATERIALS AND EQUIPMENT.6.1 GROUT WHERE REQUIRED SHALL BE NON-SHRINK GROUT INCONFORMANCE TO ASTM C1107.6.2 GROUT SHALL BE NON-METALLIC AND NON-STAINING AND HAVE AMINIMUM COMPRESSIVE STRENGTH OF 5,000 PSI.8.1 STEEL SHALL CONFORM TO "STANDARD SPECIFICATION FORSTRUCTURAL STEEL," ASTM A36 (Fy=36 ksi) FOR ANGLES, PLATES &CHANNELS. WIDE FLANGE SECTIONS SHALL CONFORM TO ASTM A992(Fy=50 ksi). HOLLOW STEEL SECTIONS (HSS) SHALL CONFORM TO ASTMA500, GRADE B (Fy=46 ksi). STEEL PIPE SHALL CONFORM TO ASTM A53,GRADE B, (Fy=35 ksi).8.2 STEEL WORK SHALL CONFORM TO "SPECIFICATION FOR THE DESIGN,FABRICATION AND ERECTION OF STRUCTURAL STEEL BUILDINGS", OFTHE AMERICAN INSTITUTE OF STEEL CONSTRUCTION, INC., (2016EDITION), INCLUDING ALL SUPPLEMENTS AND THE "CODE OF STANDARDPRACTICE FOR STEEL BUILDINGS AND BRIDGES", (LATEST EDITION).8.3 CONNECTION BOLTS SHALL BE 3/4 INCH DIAMETER CONFORMING TO"STANDARD SPECIFICATION FOR HIGH-STRENGTH BOLTS FORSTRUCTURAL STEEL JOINTS", ASTM F3125, GRADE A325, GROUP ACRITERIA. UNLESS NOTED OTHERWISE CONNECTIONS ARE BEARINGTYPE WITH THREADS EXCLUDED FROM SHEAR PLANES.8.4 WELDING SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OFTHE AMERICAN WELDING SOCIETY AWS D1.1 "STRUCTURAL WELDINGCODE". WELDING SHALL BE PERFORMED BY CERTIFIED PERSONNELWHO HAVE BEEN PREVIOUSLY QUALIFIED BY TEST PRESCRIBED IN THEAWS "STRUCTURAL WELDING CODE". ELECTRODES SHALL CONFORM TOAWS 5.5, E7018 CRITERIA.8.5 THE CONTRACTOR SHALL PROVIDE ADEQUATE TEMPORARYBRACING, SHORING, AND GUYING OF STEEL FRAMING AGAINST WIND,CONSTRUCTION LOADS, AND OTHER TEMPORARY FORCES UNTIL SUCHPROTECTION IS NO LONGER REQUIRED FOR THE SAFE SUPPORT OFTHE FRAMING.8.6 ALL COPES, BLOCKS, CUTS, CUT-OFFS AND OTHER CUTTING OFSTRUCTURAL MEMBERS SHALL HAVE ALL RE-ENTRANT CORNERSSHAPED, AND NOTCH-FREE TO A RADIUS OF AT LEAST 1/2 INCH. THEFILLET AND ITS CONTIGUOUS CUTS SHALL MEET WITHOUT OFFSET ORCUTTING PAST THE POINT OF TANGENCY.8.7 ANCHOR BOLTS SHALL BE ASTM F1554 OR ASTM A36 & SHALL BEEITHER HEADED w/ NUTS TACK WELDED TO BOLTS OR NON-HEADED w/HOOKS AS REQUIRED BY THE DRAWINGS. PROVIDE (2) NUTS ANDWASHERS WITH EACH ANCHOR BOLT AT COLUMNS UNLESS NOTEDOTHERWISE. ANCHOR BOLTS FOR EQUIPMENT & OTHER ASSEMBLIESMAY BE POST APPLIED ANCHOR ASSEMBLIES AS INDICATED ON THEDRAWINGS.8.8 OVERSIZED AND SLOTTED HOLES SHALL NOT BE USED FOR BOLTEDCONNECTIONS ON THIS PROJECT EXCEPT AT LOCATIONS NOTED ONDRAWINGS.8.9 SPLICING OF STRUCTURAL STEEL MEMBERS IS PROHIBITEDWITHOUT THE APPROVAL OF THE STRUCTURAL ENGINEER, AS TOLOCATION AND TYPE OF SPLICE. ANY MEMBER HAVING A SPLICE NOTSHOWN AND DETAILED ON THE SHOP DRAWINGS WILL BE REPLACED.8.10 PRE-GROUTING BASE PLATES IS NOT PERMITTED.8.11 ALL HOLES IN STRUCTURAL STEEL ARE TO BE PUNCHED ORDRILLED. FLAME CUTTING OF STEEL IS STRICTLY PROHIBITED.8.12 ALL DESIGN, DETAILING, FABRICATION AND ERECTION SHALL BE INACCORDANCE WITH THE LATEST EDITION OF THE AMERICAN INSTITUTEOF STEEL CONSTRUCTION (AISC) MANUAL OF STEEL CONSTRUCTION.8.14 FABRICATOR / CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOROWNER / ENGINEER APPROVAL PRIOR TO FABRICATION. ALL SHOPDRAWINGS MAY BE EXPEDITED IF THE FABRICATOR ADHERES CLOSELYTO THE DETAILS, NOTES, AND INSTRUCTIONS, SHOWN ON THEDRAWINGS.8.15 ALL GALVANIZED MATERIALS THAT ARE FIELD CUT, FIELD WELDEDOR DAMAGED IN SURFACE FINISH SHALL BE CLEANED AND RE-COATEDw/ A 98% ZINC RICH OXIDE AND IN CONFORMANCE w/ THE PROJECTSPECIFICATIONS.8.16 STRUCTURAL STEEL FRAMING ERECTION TO BE REVIEWED BY THETHE OWNER'S CONSTRUCTION REPRESENTATIVE THROUGHOUT STEELCONSTRUCTION OF THE PROJECT.NOT APPLICABLE.NOT APPLICABLE.NOT APPLICABLE.13.1 ALL MISCELLANEOUS MATERIALS ARE TO BE DELIVERED TO SITE &STAGED ON SITE PRIOR TO INSTALLATION. STORE ON SITE ASREQUIRED BY THE MATERIAL MANUFACTURER TO AVOID DAMAGEPRIOR TO INSTALLATION.13.2 CAULK & SEALANT MATERIAL SHALL BE MASTERSEAL"NP 1" ONE COMPONENT, MOISTURE CURING HIGH PERFORMANCEPOLY-URETHANE SEALANT, OR AN APPROVED EQUAL.13.3 FINISH COATING SYSTEM SHALL UTILIZE PRODUCTSMANUFACTURED BY PPG INDUSTRIES & TO INCLUDE THE FOLLOWING:a.) PRIMER COAT = SPEEDHIDE 6-208 SERIES 2.0 MIL DFT THK.b.) INTERMEDIATE COAT = 7-LINE 7-282 SERIES INDUSTRIAL GLASS OIL ALKYD 3.0 MIL DFT. THK. (MIN.).c.) TOP COAT = 7-LINE 7-282 SERIES INDUSTRIAL GLASS OIL ALKYD 3.0 MIL DFT. THK. (MIN.).14.1 THE FOLLOWING LIST OF ABBREVIATIONS IS NOT INTENDEDTO REPRESENT ALL THOSE USED ON THE DRAWINGS, BUT TOSUPPLEMENT THE MORE COMMON ABBREVIATIONS USED.NOT APPLICABLE.NOT APPLICABLE.NOT APPLICABLE.NOT APPLICABLE.S0.00ADD'LALALT.BLDG.BLK.BM.B.O.BRG.C.I.P.CLR.CMUC.O.COL.CONC.CONN.CONST.CONT.COORD.CTR.CTR'D.DBL.DIR.DWG.DWG.'s.EA.ELE.O.EQ.EQUIP.EXIST.EXP.FLG.FDN.F.S.FT.FTG.GA.GALV.GALV'DHORZ.H.P.HRS.I/FINFO.INTR.JST.JT.KBLCSLLHLLVL.P.LSLMAS.MAT'L.MFG.MIN.MTL.N/ANANOM.N.S.N.T.S.O.C.O/FO/HO/OOPNG.OPP.ORIENT.PLCS.P.P.RAD.REF.REINF.REQ'D.RET.ROT.SIM.SPA.SPECS.S.S.SSLSTD.STL.T&BT/DTHK.THK'DT.O.T.O.STYP.U.N.O.XBVERT.W.P.================================================================================================ADDITIONALALUMINUMALTERNATEBUILDINGBLOCKBEAMBOTTOM OFBEARINGCAST-IN-PLACECLEARCONC. MAS. UNITCLEAN OUTCOLUMNCONCRETECONNECTIONCONSTRUCTIONCONTINUOUSCOORDINATECENTERCENTEREDDOUBLEDIRECTIONDRAWINGDRAWINGSEACHELEVATIONEDGE OFEQUALEQUIPMENTEXISTINGEXPANSIONFLANGEFOUNDATIONFAR SIDEFEETFOOTINGGAGEGALVANIZEDGALVANIZEDHORIZONTALHIGH POINTHOURSINSIDE FACEINFORMATIONINTERIORJOISTJOINTKNEE BRACELIQUID CONTAINMENTSTRUCTURESLONG LEG HORIZONTALLONG LEG VERTICALLOW POINTLONG SLOTTEDMASONRYMATERIALMANUFACTURERMINIMUMMETALNOT APPLICABLENOT APPLICABLENOMINALNEAR SIDENOT TO SCALEON CENTEROUTSIDE FACEOVERHANGOUT TO OUTOPENINGOPPOSITEORIENTATIONPLACESPUMP PADRADIUSREFERENCEREINFORCINGREQUIREDRETAININGROTATESIMILARSPACEDSPECIFICATIONSSTAINLESS STEELSHORT SLOTTEDSTANDARDSTEELTOP & BOTTOMTURN DOWNTHICKTHICKENEDTOP OFTOP OF STEELTYPICALUNLESS NOTEDOTHERWISECROSS OR "X"-BRACEVERTICALWORK POINTGENERAL NOTES1COORDINATION2FOUNDATIONS3REINFORCING STEEL4CONCRETE5STRUCTURAL STEEL8ALUMINUM9PRECAST CONCRETE10PRE-ENGR. TIMBER TRUSS11PRE-ENGR. METAL BLDGS.12MISC. BUILDING MATERIALS13MASONRY7ABBREVIATIONS14DESIGN LOADS BASIS OF DESIGN:FLORIDA BUILDING CODE (FBC) - EDITIONMINIMUM DESIGN LOADS FOR BUILDINGS & OTHER STRUCTURES - ASCE 7-88EQUIP. LOAD:N/ALIVE LOAD:N/AROOF LOAD: 20 PSFSNOW LOAD:N/AWIND LOAD:110 mi/hr, EXPOSURE C, OCCUPANCY / RISK CATEGORY IIICALCULATED WIND BASE SHEARS:Vx = N/A & Vy = N/A COMPONENTS & CLADDING WIND PRESSURES:ZONE 1, ZONE 2 & ZONE 3 ROOF PRESSURES = N/AZONE 4 & ZONE 5 WALL PRESSURES = N/ASEISMIC:N/ASOIL BEARING: FIELD TEST PER PROJECT GEOTECH REPORT = N/A REF. "FOUNDATIONS" NOTE 3.1 DWG. S0.00 ... N/ACONCRETE 28 DAY COMPRESSIVE STRENGTH:SLABS-ON-GRADE & NON LCS SLABSf'c = 4,000 PSI ... N/APIPE ENCASEMENTS:f'c = 3,000 PSI ... N/ASLABS & WALLS OF LCS:f'c = 4,500 PSI ... N/ABEAMS & COLUMNS OF LCS:f'c = 4,500 PSI ... N/ANON-LCS FOOTINGS & PIERS:f'c = 4,000 PSI ... N/ABELOW GRADE & RETAINING WALLS:f'c = 4,000 PSI ... N/ASIDEWALK, DRIVEWAY, CURB & GUTTER:f'c = 3,000 PSI ... N/AREINFORCING STEEL:ASTM A615, GRADE 60 ... N/AWELDED WIRE FABRIC:ASTM A1064 ... N/ASTRUCTURAL STEEL:REF. STRUCTURAL NOTE 8.1ALUMINUM:REF. STRUCTURAL NOTE 9.2 ... N/ABOLTS SHALL BE 3/4"Ø ASTM A325 ORREF. STRUCTURAL NOTES 8.3 & 9.2.d ... N/ATYPE 316 S.S.:ANCHOR BOLTS SHALL BE 3/4"Ø ASTM F-1554 ORASTM A36 (STEEL); TYPE 316 S.S. (ALUMINUM):STEEL ELECTRODES SHALL CONFORM TO:AWS 5.5 E7018ALUMINUM WELD FILLERS ALLOYS SHALL CONFORM TO:AWS A5.10 ... N/ASOIL BEARING CAPACITY: REF. "DESIGN LOADS" TABLEENLARGED PLAN AREA, DETAILCONC. MASONRY BLOCKBRICK VENEERCONC. WALL, SLAB, ETC.GROUTGRATINGDETAIL OR SECTIONNO./SHEET NO. REFERENCEPROJECT NORTHELEVATION DATUMELEVATION NO./SHEET NO.REFERENCEELEVATIONS X'-X" (Y.YY')STEP IN FOOTING ELEVATIONSTL. FRAMING COL./BM.MOMENT CONNECTION=============X-SY.YYNORTHX-SY.YYX'-X" = DISTANCE TO / FROM FACILITY REFERENCE EL 0'-0"Y.YY'= EQUIVALENT SITE EL VERTICAL DATUM$DESIGN LOADS15DESIGN CRITERIA16LEGEND17(EXISTING)(EXISTING)(EXISTING)(EXISTING)X-SY.YY(EXISTING)GENERAL NOTES, DESIGN LOADS,DESIGN CRITERIA & LEGENDGROUT6DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNA02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDNASTRUCTURALFINAL DESIGN SUBMITTALD 16'-8"(*)1BAB.2DEB.4B.5B.7B.91.322.333.344.355.366.377.388.399.31010.37'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)16'-8"(*)7'-4"(*)7'-4"(*)20'-0"(*)6'-8"(*)20'-0"(*)20'-0"(*)20'-0"(*)20'-0"(*)20'-0"(*)6'-8"(*)EXIST. TRUSS "T2"EXIST. TRUSS "T1"EXIST. TRUSS "T1"EXIST. TRUSS "T1"EXIST. TRUSS "T1"EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T1" EXIST. TRUSS "T2"2-S1.023-S1.011-S1.012-S1.011-S1.021-S1.031-S1.10 2-S1.10 3-S1.10 1-S1.11 2-S1.11 3-S1.111-S1.122-S1.121-S1.132-S1.131-S1.091-S1.042-S1.041-S1.052-S1.051-S1.062-S1.061-S1.072-S1.071-S1.082-S1.08S1.00STRUCTURALEXIST BLDG. A ROOF & EXTERIOR WALLFRAMING LAYOUT1 - PLAN - EXIST. BUILDING "A" ROOF & EXTERIOR WALL FRAMING LAYOUTSCALE: 1/8" = 1'-0"1. TRUE NORTH VARIES FROM PLAN NORTH INDICATED. COORDINATE w/ CIVIL & SITE RECORD DWG.'sAS REQUIRED FOR THE DIRECTION OF TRUE NORTH2. REFERENCE ELEVATION FOR BUILDING "A" OF THE LONG CENTER FACILITY IS THE POOL DECK SLABT.O. CONC. "H.P." EL 0'-0" = EL 43'-0" (43.00'). CONTRACTOR SHALL VERIFY THE CORRESPONDINGN.A.V.D. INDICATED AS REQUIRED. REFERENCE CIVIL AND / OR SITE RECORD DRAWINGS FORADDITIONAL INFORMATION.3. GRADE ELEVATION AROUND THIS STRUCTURE IS 42.50'(±)[*]. REFERENCE CIVIL AND / OR SITERECORD DRAWINGS FOR ADDITIONAL INFORMATION.FRAMING PLAN NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALDNORTH (PLAN)[REF. NOTE 1]CTD. ...4. EXISTING RECORD DRAWING's REVIEWED INDICATED & SITE VISITS CONFIRMED THE EXISTINGTRUSS ASSEMBLIES CONSTRUCTED OF HSS 6x6 STRUCTURAL STEEL & NOTE THE FOLLOWING:a.) DWG.'s INDICATED HSS's ARE EITHER 38", 516" OR 14" THICK SECTIONS.b.) BASED UPON YEAR CONSTRUCTED IT IS ESTIMATED STEEL SECTIONS IN CONFORMANCE w/ ASTM A500.5. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS &REQUIREMENTS, DESIGN CRITERIA AND LEGEND. C EXIST. TRUSS "T2"L1.317'-4"(*)6'-8"(*)T.O.S. BASE PLATEEL 2'-0" (45.00')[*][TYP.]6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)C EXIST. TRUSS "T1"L[REF. PLAN]T.O. CONC. SLAB "H.P."EL 0'-0" (43.00')[*][REF. NOTE 1 - TYP.]EXIST. CONC. SLAB-ON-GRADE(REF. NOTE 1)EXIST. DOOR & STOREFRONTWINDOW ASSEMBLIES NOTSHOWN FOR CLARITYEXIST. CONC. PIER (TYP.)[REF. NOTE 2]EXIST. MAS. KNEE WALL (TYP.)[REF. NOTE 3]02345REF. NOTE 41HSS 6x6 TRUSS. COL. (TYP.)[REF. NOTE 5a]HSS 6x6 X.B. (TYP.)[REF. NOTE 5c]HSS 6x6 BM.'s (TYP.)[REF. NOTE 6a]ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]FOR REPAIRS TO EXIST. TRUSSESREF. DETAIL 1-S1.03HSS 6x4 GIRT FRMG. N.S. VERT.TRUSS COL. (REF. NOTE 6b)HSS 6x4 GIRT FRMG. N.S. VERT.TRUSS COL. (REF. NOTE 6b)C TRUSS HSS'sLED6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)C TRUSS HSS'sLBA6'-8"(*)B.920'-0"(*)B.720'-0"(*)B.520'-0"(*)B.420'-0"(*)B.220'-0"(*)[REF. PLAN][REF. PLAN][REF. PLAN][REF. PLAN][REF. PLAN][REF. PLAN]20'-0"(*)[REF. PLAN][REF. PLAN]C TRUSS HSS'sLC TRUSS HSS'sL[REF. PLAN]T.O.S. BASE PLATEEL 2'-0" (45.00')[*][TYP.]T.O. CONC. SLAB "H.P."EL 0'-0" (43.00')[*][REF. NOTE 1 - TYP.]023451EXIST. CONC. SLAB-ON-GRADE(REF. NOTE 1)EXIST. DOOR & STOREFRONTWINDOW ASSEMBLIES NOTSHOWN FOR CLARITYEXIST. CONC. PIER (TYP.)[REF. NOTE 2]EXIST. MAS. KNEE WALL (TYP.)[REF. NOTE 3]REF. NOTE 4(TYP.)ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]HSS 6x6 TRUSS. COL. (TYP.)[REF. NOTE 5a]W12x40 STL. COL.'s (TYP. 5 PLCS.)[REF. NOTE 8]ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]HSS 6x6 TRUSS. COL. (TYP.)[REF. NOTE 5a]HSS 6x4 (LLH) GIRT FRMG.BTWN. COL.'s (TYP.)[REF. NOTE 6b]FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 1-S1.10FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 2-S1.10FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 3-S1.10FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 1-S1.11FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 2-S1.1110.3107'-4"(*)[REF. PLAN]C EXIST. TRUSS "T1"L6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)C EXIST. TRUSS "T2"LT.O.S. BASE PLATEEL 2'-0" (45.00')[*][TYP.]T.O. CONC. SLAB "H.P."EL 0'-0" (43.00')[*][REF. NOTE 1 - TYP.]023451EXIST. CONC. SLAB-ON-GRADE(REF. NOTE 1)EXIST. DOOR & STOREFRONTWINDOW ASSEMBLIES NOTSHOWN FOR CLARITYEXIST. CONC. PIER (TYP.)[REF. NOTE 2]EXIST. MAS. KNEE WALL (TYP.)[REF. NOTE 3]REF. NOTE 4HSS 6x6 TRUSS. COL. (TYP.)[REF. NOTE 5a]HSS 6x6 X.B. (TYP.)[REF. NOTE 5c]HSS 6x6 BM.'s (TYP.)[REF. NOTE 6a]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x4 GIRT FRMG. N.S. VERT.TRUSS COL. (REF. NOTE 6b)HSS 6x4 GIRT FRMG. N.S. VERT.TRUSS COL. (REF. NOTE 6b)FOR REPAIRS TO EXIST. TRUSSESREF. DETAIL 1-S1.09S1.01STRUCTURALEXIST. BLDG. A ROOF & EXTR. WALLFRMG. ELEVATIONS (SHT. 1 OF 2)1. REGARDING THE EXISTING SLAB-ON-GRADE FLOOR CONSTRUCTION RECORD DRAWING's REVIEWEDINDICATED THE FOLLOWING:a.) SLAB CONSTRUCTED 4" THK. (MIN.).b.) SLAB REINFORCED w/ 6x6 - W1.4 x W1.4 WELDED WIRE FABRIC @ MID-DEPTH OF THE SLAB.2. RECORD DRAWINGS REVIEWED INDICATED EXISTING C.I.P. REINFORCED CONCRETE PIERASSEMBLIES TRANSFER LOADS FROM THE THE EXISTING VERTICAL TRUSS COLUMNS TO EXISTINGSHALLOW FOUNDATION C.I.P. REINFORCED CONCRETE FOOTINGS. REGARDING THE EXISTING PIERASSEMBLIES CONSTRUCTION NOTE THE FOLLOWING:a.) PIER DIM.'s = 1'-4" SQUARE.b.) PIER REINF. = (8) #7 VERT. BARS INSTALLED (3) EA. FACE & #3 TIES SPA. @ 1'-0" O.C..3. REGARDING THE EXISTING MASONRY KNEE WALL AROUND THE NORTH, SOUTH & WEST SIDEEXTERIOR WALLS, RECORD DRAWINGS REVIEWED INDICATED THE FOLLOWING:a.) EXTERIOR SIDE FINISHES = 4" THK. SPLIT-FACE TYPE CMU.b.) INTERIOR SIDE FINISHES = 4" THK. SMOOTH FACED TYPE CMU.c.) TOP FINISHES = 4" THK. SOLID CMU COPING BLOCK.d.) WALL THK. = 1'-8"(*) THK. ASSEMBLY CONSISTING OF (1) 12" THK. INTERIOR COURSE BLOCK, (1) INTERIOR COURSE BLOCK & (1) EXTERIOR COURSE BLOCK AS PREVIOUSLY NOTED.e.) MASONRY THICKNESS DIM.'s INDICATED ARE NOMINAL.4. EXISTING ROOF DECK & ROOFING ASSEMBLIES NOT SHOWN FOR CLARITY. FIELD COORDINATEEXISTING MATERIALS AND DIMENSIONAL INFORMATION AS REQUIRED.5. REGARDING THE EXISTING STRUCTURAL STEEL TRUSS ASSEMBLIES RECORD DWG.'s REVIEWEDINDICATED THE FOLLOWING:a.) VERTICAL COLUMN SECTIONS @ COL. LINES "B" & "D" = HSS 6x6x38.b.) HORIZONTAL BEAM SECTIONS BTWN. TRUSSES = HSS 6x6x14.c.) DIAGONAL X-BRACE SECTIONS = HSS 6x6x14.d.) ROOF TRUSS CHORD SECTIONS = HSS 6x6x516.6. REGARDING THE EXISTING STRUCTURAL STEEL SECONDARY FRAMING SPANNING BETWEEN THETRUSSES AND THE BUILDING COL.'s AT THE EAST AND WEST WALLS, RECORD DRAWINGS REVIEWEDINDICATED THE FOLLOWING:a.) HSS BEAM SECTIONS BETWEEN THE TRUSS PAIRINGS = HSS 6x6x516.b.) HSS BEAM SECTIONS BETWEEN THE TRUSSES / COLUMNS = HSS 6x4x12 (LLH).7. " X " SYMBOL ON STEEL FRAMING ELEVATIONS INDICATES THE HEIGHT LEVEL IN THE REPAIR MARK#'s TO BE COORDINATED w/ THE REPAIR PROCEDURES ON DWG.'s S-1.03 TO S1.13.8. REGARDING THE STRUCTURAL STEEL W12 COL. ASSEMBLIES RECORD DWG.'s DID NOT APPEAR TOINDICATE A SEPARATE STEEL SECTION CONNECTING TO THE O/F OF THE EXTR. FLANGE OF THEW12. SITE REVIEWS APPEARED TO INDICATE THIS SECTION MAY BE AN HSS. FIELD COORDINATE ASREQUIRED FOR REPAIRING STEEL SECTIONS AT THESE COLUMN LOCATIONS.9. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - ELEVATION - TRUSS "T1" & "T2" SUPPT. FRMG. @ COL. LINE "D"SCALE: 3/16" = 1'-0"2 - ELEVATION - TRUSS "T1" & "T2" SUPPT. FRMG. @ COL. LINE "D"SCALE: 3/16" = 1'-0"3 - ELEVATION - TRUSS "T2" SUPPT. FRMG. @ COL. LINE "1"SCALE: 3/16" = 1'-0" C TRUSS HSS'sLAB6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)C TRUSS HSS'sLDE6'-8"(*)B.220'-0"(*)B.420'-0"(*)B.520'-0"(*)B.720'-0"(*)B.920'-0"(*)[REF. PLAN][REF. PLAN][REF. PLAN][REF. PLAN][REF. PLAN][REF. PLAN]20'-0"(*)[REF. PLAN][REF. PLAN]C TRUSS HSS'sLC TRUSS HSS'sL[REF. PLAN]T.O.S. BASE PLATEEL 2'-0" (45.00')[*][TYP.]T.O. CONC. SLAB "H.P."EL 0'-0" (43.00')[*][REF. NOTE 1 - TYP.]EXIST. MAS. KNEE WALL (TYP.)[REF. NOTE 3]EXIST. CONC. SLAB-ON-GRADE(REF. NOTE 1)EXIST. CONC. PIER (TYP.)[REF. NOTE 2]ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]HSS 6x6 TRUSS. COL. (TYP.)[REF. NOTE 5a]W12x40 STL. COL.'s (TYP. 5 PLCS.)[REF. NOTE 8]ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]HSS 6x6 TRUSS. COL. (TYP.)[REF. NOTE 5a]023451HSS 6x4 (LLH) GIRT FRMG.BTWN. COL.'s (TYP.)[REF. NOTE 6b]FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 3-S1.11FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 1-S1.12FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 2-S1.12FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 1-S1.13FOR REPAIRS TO EXIST. FRMG.REF. DETAIL 2-S1.13C EXIST. TRUSS "T1"L1.317'-4"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)6'-8"(*)C EXIST. TRUSS "T2"L[REF. PLAN]22.37'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]16'-8"(*)[REF. PLAN]7'-4"(*)[REF. PLAN]C EXIST. TRUSS "T2"L16'-8"(*)[REF. PLAN]33.344.355.366.377.388.399.31010.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LT.O. CONC. SLAB "H.P."EL 0'-0" (43.00')[*][REF. NOTE 1 - TYP.]EXIST. CONC. SLAB-ON-GRADE(REF. NOTE 1)EXIST. DOOR & STOREFRONTWINDOW ASSEMBLIES NOTSHOWN FOR CLARITYEXIST. CONC. PIER (TYP.)[REF. NOTE 2]EXIST. MAS. KNEE WALL(TYP.)[REF. NOTE 3]REF. NOTE 4HSS 6x6 TRUSS. COL.(TYP.)[REF. NOTE 5a]HSS 6x6 X.B. (TYP.)[REF. NOTE 5c]ROOF TRUSS HSS 6x6 T&B CHORDSN.S. VERT. TRUSS COL. SECTIONS@ COL. LINE "D" (TYP.)[REF. NOTE 5d]HSS 6x6 HORZ. BM. (TYP.)[REF. NOTE 5b]HSS 6x6 BM.'s (TYP.)[REF. NOTE 6a]T.O.S. BASE PLATEEL 2'-0" (45.00')[*][TYP.]023451FOR REPAIRS TO EXIST. TRUSSESREF. DETAILS 1 & 2 DWG.'s S1.04,S-1.05FOR REPAIRS TO EXIST. TRUSSESREF. DETAILS 1-S1.04 & 2-S1.04FOR REPAIRS TO EXIST. TRUSSESREF. DETAILS 1-S1.05 & 2-S1.05FOR REPAIRS TO EXIST. TRUSSESREF. DETAILS 1-S1.06 & 2-S1.06FOR REPAIRS TO EXIST. TRUSSESREF. DETAILS 1-S1.07 & 2-S1.07FOR REPAIRS TO EXIST. TRUSSESREF. DETAILS 1-S1.08 & 2-S1.08HSS 6x4 (LLH) GIRT FRMG.BTWN. COL.'s (TYP.)[REF. NOTE 6b]S1.02STRUCTURALEXIST. BLDG. A ROOF & EXTR. WALLFRMG. ELEVATIONS (SHT. 2 OF 2)1. FOR ELEVATION CALL-OUTS REFERENCING NOTES COORDINATE w/ THE DRAWING NOTES ONDRAWING S-1.01 FOR INFORMATION.2. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS &REQUIREMENTS, DESIGN CRITERIA AND LEGEND.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - ELEVATION - TRUSS "T2" SUPPT. FRMG. @ COL. LINE "10.3"SCALE: 3/16" = 1'-0"2 - ELEVATION - TRUSS "T1" & TRUSS "T2" SUPPT. FRMG. @ COL. LINE "B"SCALE: 1/8" = 1'-0" C EXIST. TRUSS "T2"L1.31C EXIST. TRUSS "T1"LEXIST. HSS BM.C HSS & L5LEXIST. HSS COL.EXIST. TRUSS BTM.CHORD (N.S. COL.)(TYP.)3/163/16(TYP.)3/16L5x5x14 x 412" LONG(TYP.)3/163/163/16(TYP.)EXIST. HSS BRACE(TYP.)EXIST. HSS BM.C HSS & BENT PLEXIST. HSS COL.EXIST. TRUSS BTM.CHORD (N.S. COL.)1'-3"x9"x14" THK. x 412" LONGBENT P3/16LL9"C HSS & PLLC HSS & PLL14" THK. WING P(T&B)L4 "( T Y P . ) 2 1/4" (TYP.)PLATE LAYOUTBENT. PTO CHORD(TYP.)3/163/163/16WELD REQ.'sL3/163 SIDES(TYP.)P TO P(TYP.)LLBENT. PTO CHORD(TYP.)L3 3/4"(TYP.)3 SIDES(TYP.)EXIST. HSS BRACE(TYP.)EXIST. HSS BM.C HSS & L5LC HSS & PLLC HSS & PLL14" THK. WING P's (T&B)[REF. DETAIL 3-S1.03(SIM.)]LEXIST. HSS COL.EXIST. HSS BM.(N.S. COL.)REF. NOTE 4(TYP.)L5 (REF. DETAIL 2-S1.03)[SIM.]EXIST. HSS BRACE(TYP.)EXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEREMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING (REF. NOTE 6)EXIST. HSS BM.C HSS & PLC HSS & PLL14" THK. WING P(REF. DETAIL 3-S1.03)[SIM.]LEXIST. HSS COL.EXIST. HSS BM.(N.S. COL.)REF. NOTE 414" THK. BENT P(REF. DETAIL 4-S1.03)[SIM.]LREF. NOTE 5 FOR REPAIROF EXIST. HOLE PRIOR TOPLATE INSTALLATIONSLWELD CONN. P TO BM.(REF. DETAIL 4-S1.03)[SIM.]LEXIST. HSS BRACE(TYP.)EXIST. HSS BM.C HSS & PLL14" THK. WING P's (T&B)[REF. DETAIL 3-S1.03][SIM.]LEXIST. HSS COL.EXIST. HSS BM.(N.S. COL.)REF. NOTE 49"x5"x14" THK. x 412" LONGBENT PL9"C HSS & PLLC HSS & PLLWELD CONN. P TO BM.(REF. DETAIL 3-S1.03)[SIM.]LEXIST. HSS BRACE(TYP.)S1.03STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 1 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE U.N.O.. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" THIS DWG. FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" & "T2" @ COL. LINE "D"SCALE: 1/4" = 1'-0"RUST / CORROSION @WEST FACE OF TRUSSBTM. CHORDRUST / CORROSION @NORTH FACE OF HORZ.BM.MK. D-1.3-T1-4VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE ?)MK. D-1-T2-4RUST / CORROSION @EAST FACE OF TRUSSBTM. CHORDRUST / CORROSION @NORTH FACE OF HORZ BM.RUST / CORROSIONNORTH FACE OFDIAGONALS (T&B)MK. D-1-T2-2RUST / CORROSION @EAST FACE OF HSS BM.RUST / CORROSION @NORTH FACE OF HORZ. BM.RUST / CORROSIONNORTH FACE OFDIAGONALS (T&B)REF. DETAIL 2-S1.03REF. DETAIL 3-S1.03REF. DETAIL 5-S1.03RUST / CORROSION @NORTH FACE OF HORZ.BM. TOP RADIUSMK. D-1.3-T1-1RUST / CORROSION @NORTH FACE OFDIAGONAL ALONG BTM.RADIUSREF. DETAIL 6-S1.03REF. DETAIL 7-S1.03RUST / CORROSION @NORTH FACE OF HORZ. BM.& EAST FACE OF COL. @THRU WALL HOLE @ B.O. BM.RUST / CORROSION @EAST FACE OF HSS BM.RUST / CORROSIONNORTH FACE OFDIAGONALS (T&B)2 - DETAIL - D-1.3-T1-4 REPAIRSCALE: 3/4" = 1'-0"3 - DETAIL - D-1-T2-4 REPAIRSCALE: 3/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IN GENERAL REPAIR THE EXISTING HOLE BY PREPARING THE HOLE EDGES TO NON-CORRODEDSTEEL, FILLING THE INTERNAL VOLUME OF THE HSS w/ GROUT & INSTALLING STEEL PLATE REPAIRS.NOTE THE FOLLOWING:a.) REMOVE ALL LOOSE SURFACE RUST & CORROSION FROM THE HSS BEAM.b.) ENLARGE EXISTING HOLE BY GRINDING EXIST. HSS WALL BACK TO FULL THK. OF THE HSS WALL.c.) CUT CARDBOARD GROUT DAM SECTIONS TO THE INTERIOR PROFILE OF THE HSS BEAMS &COLUMN RESPECTIVELY. USE THE CARDBOARD GROUT DAMS w/ EXPANSION FOAM TO SEAL THEINTERNAL VOLUME OF THE BEAMS & COLUMN TO BE GROUTED. POSITION DAMS TO 4" (MIN.)FROM THE EDGE OF THE HOLE. FILL THE INTERNAL VOLUME BETWEEN THE DAMS w/ NON-SHRINKGROUT, CURE & FINISH SMOOTH TO THE O/F OF THE HSS STEEL WALLS.d.) INSTALL THE PLATE REPAIRS INDICATED.5 - DETAIL - D-1-T2-2 REPAIRSCALE: 3/4" = 1'-0"6 - DETAIL - D-1.3-T1-1 REPAIRSCALE: 3/4" = 1'-0"7 - DETAIL - D-1-T2-1 REPAIRSCALE: 3/4" = 1'-0"MK. D-1-T2-1MK. D-1-T2-3RUST / CORROSION @EAST FACE OF HSS BM.RUST / CORROSIONNORTH FACE OFDIAGONALS (T&B)RUST / CORROSION @NORTH FACE OF HSS BM.& DIAGONAL & ALONGBTM. RADIUS4 - DETAIL - D-1-T2-3 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 4-S1.03NOTES CTD. ...6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.8. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS &REQUIREMENTS, DESIGN CRITERIA AND LEGEND.ESTIMATED BILL OF MATERIALS ... S1.03ITEM #01COMPONENTANGLE SECTION0203NOTESQTY.DESCRIPTIONL5x5x14" x 412"BENT PLATE1'-3"x9"x14" x 412"FILLET WELD316" EFF. THROAT040607WING PLATE0'-4"x0'-334"x14"BUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.BENT PLATE0'-9"x5"x14" x 412"VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3) [TYP.]1X1TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE:TRUSS CONNECTION LOCATION MK. # = D-1.3-T1-4D = EAST / WEST ORIENTED COLUMN LINE DIRECTION ON PLAN 1-S1.00.1.3 = NORTH / SOUTH ORIENTED COLUMN LINE DIRECTION ON PLAN 1-S1.00.T1= EXISTING TRUSS TYPE T1 OR T2 AS NOTED ON PLAN 1-S1.00 & TRUSS DETAIL ELEVATIONS.4= ELEVATION ABOVE THE EXISTING SLAB-ON-GRADE AS INDICATED w/ " X " SYMBOL ON DWG.'s S1.01 & S1.02.S / N= SOUTH / NORTH SIDE OF THE EXISTING COLUMN.052127225"20"30" C EXIST. TRUSS "T1"L11.3C EXIST. TRUSS "T2"L22.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LEXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEREMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING (REF. NOTE 6)EXIST. TRUSS HSS TOPCHORD (N.S. COL.).EXIST. HSS BM.REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTES 5 & 6)EXIST. HSS COL.EXIST. HSS BRACEEXIST. TRUSS HSS BTM.CHORD (N.S. COL.).REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 5)[2'-0" (MIN.) LENGTH]EXIST. HSS BRACEEXIST. HSS BM.EXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. PIPE SUPPT.BRACKET (N.S. COL.).EXIST. HSS BRACEEXIST. HSS BM.6"2 1/2"1 3/4"L812"x212"x14" THK. PL(2) 4"x134"x14" THK. WING P's(1 N.S. & 1 F.S.)P TO P(TYP.)LL3/163 SIDESEA. P(TYP.)LC HSS & PLLREF. NOTE 714" THK. WING P's (T&B)[REF. DETAIL 4-S1.03][SIM.]LEXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. HSS BRACEEXIST. HSS BM.(N.S. COL.)C HSS & L5LC HSS & PLLC HSS & PLLREF. NOTE 4L5 (REF. DETAILS 2-S1.03 & 5-S1.03)[SIM.]REMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING @COL. / DIAGONAL BRACE(REF. NOTE 6)14" THK. WING P's (T&B)[REF. DETAIL 4-S1.03][SIM.]LEXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. HSS BRACEEXIST. HSS BM.(N.S. COL.)C HSS & L5LC HSS & PLLC HSS & PLLREF. NOTE 4L5 (REF. DETAILS 2-S1.03 & 5-S1.03)[SIM.]REMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING @COL. / DIAGONAL BRACE(REF. NOTES 6 & 7)14" THK. WING P's (T&B)[REF. DETAIL 4-S1.03][SIM.]LEXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. HSS BRACEEXIST. HSS BM.(N.S. COL.)C HSS & BENT PLC HSS & PLLC HSS & PLLREF. NOTE 49"x5"x14" x 412" LONG BENT P(REF. DETAILS 3-S1.03 & 5-S1.03)[SIM.]LL5"REF. NOTE 7EXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. PIPE SUPPT.BRACKET (N.S. COL.).EXIST. HSS BRACEEXIST. HSS BM.C HSS & PLLREF. NOTE 7P's (REF. DETAIL 5-S1.04)[SIM.]REF. NOTE 4LS1.04STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 2 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE U.N.O.. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.03 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" & "T2" @ COL. LINE "B"SCALE: 1/4" = 1'-0"RUST / CORROSION @SOUTH FACE OFDIAGONALRUST / CORROSION @SOUTH FACE OF HORZ.BM.MK. B-1-T2-5VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3)MK. B-1.3-T1-4RUST / CORROSION @WEST FACE & BTM. FACEOF TRUSS BTM. CHORDRUST / CORROSION @SOUTH FACE OF HORZ BM.UNDER BLISTERED COATINGVERIFY CONDITION OFT.O. CHORD & EAST FACEOF CHORD REQUIREREPAIR (REF. NOTE 3)REF. DETAIL 4-S1.04RUST / CORROSION @SOUTH FACE OF HORZ.BM. UNDER BLISTEREDCOATINGREF. DETAIL 9-S1.04RUST / CORROSION @ SOUTH FACE OF HORZ. BM.& @ BTM. RADIUS2 - DETAIL - TRUSS "T1" @ COL. LINE "B"SCALE: 1/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. REFERENCE DWG. S1.09 FOR "ESTIMATED BILL OF MATERIALS" TABLE.9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.REF. DETAIL 3-S1.04RUST / CORROSION @SOUTH FACE & ALONGBTM. RADIUS OFHORZ. BM.3 - DETAIL - B-1-T2-5 REPAIRSCALE: 3/4" = 1'-0"4 - DETAIL - B-1.3-T1-4 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 5-S1.04MK. B-1.3-T1-3RUST / CORROSION @SOUTH FACE OF THECOL. UNDER THEBLISTERED COATING5 - DETAIL - B-1.3-T1-3 REPAIRSCALE: 3/4" = 1'-0"RUST / CORROSION @EAST FACE OF HORZ. BM.RUST / CORROSION @SOUTH FACE OFCOL. / DIAGONALINTERSECT & RADIUSMK. B-1-T2-3REF. DETAIL 6-S1.046 - DETAIL - B-1-T2-3 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 7-S1.04MK. B-1-T2-2RUST / CORROSION @SOUTH FACE OF HORZ.BM. & T.O. DIAGONALINTERSECTRUST / CORROSION @EAST FACE OF HORZ. BM.RUST / CORROSION @SOUTH FACE OFDIAGONAL (T&B)7 - DETAIL - B-1-T2-2 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 8-S1.04MK. B-1-T2-1RUST / CORROSION @EAST FACE OF HORZ. BM.RUST / CORROSION @SOUTH FACE OF HORZ.BM.RUST / CORROSION @SOUTH FACE OFBM. / DIAGONALINTERSECT8 - DETAIL - B-1-T2-1 REPAIRSCALE: 3/4" = 1'-0"MK. B-1.3-T1-19 - DETAIL - B-1.3-T1-1 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 9-S1.04(SIM.)[ORIENT. w/ WING PLATE UP]MK. B-2-T1-3REF. DETAIL 9-S1.04(SIM.)[REF. NOTES 5 & 6]RUST / CORROSION @SOUTH FACE OF COL.RUST / CORROSION @TOP RADIUS OF THE BM.BLISTERED COATINGMK. B-2-T1-1MK. B-2.3-T1-3BLISTERED COATINGSOUTH FACE OF COL. &HORZ. BM.RUST / CORROSION @SOUTH FACE OF HORZ.BM. UNDER BLISTEREDCOATINGRUST / CORROSION @COL. RADIUS UNDER THEBLISTERED COATINGREF. DETAIL 5-S1.04(SIM.)RUST / CORROSION @COL. RADIUSREF. DETAIL 5-S1.04MK. B-2.3-T1-2(SIM.)RUST / CORROSION @SOUTH FACE OF HORZ.BM. UNDER BLISTEREDCOATINGRUST / CORROSION @COL. RADIUS UNDER THEBLISTERED COATINGRUST / CORROSION @COL. RADIUS (T&B)REF. DETAIL 5-S1.04(SIM.)MK. B-2.3-T1-1RUST / CORROSION @COL. RADIUS (T&B)RUST / CORROSION @SOUTH FACE OF HORZ.BM. UNDER BLISTEREDCOATINGVERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3) [TYP.]3X444ESTIMATED BILL OF MATERIALS ... S1.04ITEM #01COMPONENTANGLE SECTION020304NOTESQTY.DESCRIPTIONL5x5x14" x 412"PLATE0'-812"x212"x14"FILLET WELD316" EFF. THROAT050607WING PLATE0'-4"x334"x14"BUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.BENT PLATE0'-9"x5"x14" x 4 12"271WING PLATE0'-4"x134"x14"08610335"40"80"BENT PLATE0'-6"x212"x38" x 212"1BENT PLATE0'-6"x212"x38" x 512"611120910FILLET WELD14" EFF. THROAT15"FILLET WELD516" EFF. THROAT20" 33.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"L44.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LEXIST. HSS BM.REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 6)EXIST. HSS COL.EXIST. HSS BRACEEXIST. TRUSS HSS BTM.CHORD (N.S. COL.).REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 5)[2'-0" (MIN.) LENGTH]EXIST. HSS BRACEEXIST. HSS BM.EXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. TRUSS HSS BTM.CHORD (N.S. COL.).REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 5)[2'-0" (MIN.) LENGTH]EXIST. HSS BRACEEXIST. HSS BM.L5x5x14 x 412" LONG(TYP. 3 SIDES BTM. CHORD)[REF. NOTE 8]C HSS & L5LC HSS & L5'sLREF. NOTE 7S1.05STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 3 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.03 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" COL. LINE "B"SCALE: 1/4" = 1'-0"RUST / CORROSION @SOUTH FACE OF HORZ.BM. & BTM. RADIUSVERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3)RUST / CORROSION @SOUTH FACE OF COL. &TRUSS BTM. CHORDINTERSECT (4) SIDESRUST / CORROSIONSOUTH FACE OF BM. &COL. INTERSECTREF. DETAIL 3-S1.05REF. DETAIL 3-S1.05RUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUS2 - DETAIL - TRUSS "T1" @ COL. LINE "B"SCALE: 1/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5.IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6.PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. WELD L5's TO HSS TRUSS CHORD, COL. & HORZ. BM. REF. DETAIL 2-S1.03 FOR WELD REQ.'s & INFO.9. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS &REQUIREMENTS, DESIGN CRITERIA AND LEGEND.MK. B-3-T1-5VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3)MK. B-3-T1-4MK. B-3.3-T1-5RUST / CORROSION @ B.O.TRUSS BTM. CHORDUNDER BLISTEREDCOATINGRUST / CORROSION @SOUTH FACE OF HORZ. BM.UNDER BLISTERED COATINGREF. DETAIL 3-S1.05MK. B-3-T1-2(SIM.)[NOTE 6 ONLY]3 - DETAIL - B-3-T1-4 REPAIRSCALE: 3/4" = 1'-0"(SIM.)MK. B-3.3-T1-4REF. DETAIL 4-S1.05MK. B-4-T1-4RUST / CORROSION @ B.O.TRUSS BTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. / HORZ. BM. & T.O. BTM.CHORDMK. B-4-T1-3RUST / CORROSION @SOUTH FACE OF HORZ.BM. & T&B RADIUSRUST / CORROSION @SOUTH FACE OF COL.RADIUSRUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUS4 - DETAIL - B-4-T1-4 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 5-S1.04(SIM.)REF. DETAIL 5-S1.04MK. B-4-T1-1RUST / CORROSION @SOUTH FACE OF HORZ.BM. & T&B RADIUSRUST / CORROSION @SOUTH FACE OF COL.RADIUSRUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUS(SIM.)VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3)MK. B-4.3-T1-5MK. B-4.3-T1-4RUST / CORROSION @ B.O.TRUSS BTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF HORZ. BM.UNDER BLISTEREDCOATINGREF. DETAIL 3-S1.05(SIM.)MK. B-4.3-T1-3RUST / CORROSION @SOUTH FACE OF HORZ. BM.& BTM. RADIUSREF. DETAIL 3-S1.04(SIM.)MK. B-4.3-T1-2RUST / CORROSION @SOUTH FACE OF HORZ. BM.& COL. INTERSECT & ALONGTHE COL. & BM.RUST / CORROSION @ COL.& BM. TOP RADIUSRUST / CORROSION @ PIPESUPPT. BRACKET & SOUTHFACE OF COL.REF. DETAIL 9-S1.04(SIM.)[ORIENT. WING PLATE UP]ESTIMATED BILL OF MATERIALS ... S1.05ITEM #01COMPONENTANGLE SECTION020304NOTESQTY.DESCRIPTIONL5x5x14" x 412"PLATE0'-812"x212"x14"FILLET WELD316" EFF. THROAT050609WING PLATEBUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.4444NOTES CTD. ...9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.X30'-6"x212"x38" x 512"BENT PLATE0708FILLET WELD14" EFF. THROATFILLET WELD516" EFF. THROAT350'-4"x134"x14"8195"10"50"210"20" 55.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"L66.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LEXIST. HSS BM.REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 6)EXIST. HSS COL.EXIST. HSS BRACEREMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 5)[1'-0" (MIN.) LENGTH]EXIST. HSS BM.EXIST. TRUSS HSS TOPCHORD / WEB DIAGONAL(N.S. COL.) [REF. NOTE 9]EXIST. HSS BM.REMOVE EXIST. COATING, SURFACERUST, PREP STL. & APPLY NEWCOATING @ TOP SURFACE IF FIELDVERIFICATION YIELDS REQ.'DEXIST. HSS COL.EXIST. HSS BRACEREMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 5)[1'-0" (MIN.) LENGTH]EXIST. HSS BM.EXIST. TRUSS HSS TOPCHORD / WEB DIAGONAL(N.S. COL.) [REF. NOTE 9]C HSS's & L5'sLL5 (N.S. & F.S.)[REF. DETAIL 2-S1.03 (SIM.)]REF. NOTE 4EXIST. HSS BM.C HSS's & L5'sLEXIST. HSS COL.EXIST. TRUSS BTM.CHORDC HSS's & L5'sLEXIST. HSS BRACEEXIST. HSS BRACEL5 (TYP. EA. SIDE BTM. CHORD)[REF. DETAIL 4-S1.05 (SIM.)][REF. NOTE 8]REF. NOTE 4S1.06STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 4 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.03 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" COL. LINE "B"SCALE: 1/4" = 1'-0"2 - DETAIL - TRUSS "T1" @ COL. LINE "B"SCALE: 1/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. WELD L5's TO HSS TRUSS CHORD, COL. & HORZ. BM. REF. DETAIL 2-S1.03 FOR WELD REQ.'s & INFO.9. TRUSS WEB DIAGONAL SHOWN UNDERSIDE OF TOP CHORD FOR CLARITY.RUST / CORROSION @SOUTH FACE OF HORZ.BM. TOP RADIUSREF. DETAIL 4-S1.05RUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUSRUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUSREF. DETAIL 5-S1.04(SIM.)VERIFY CONDITION OF T.O. CHORDDOES NOT REQUIRE REPAIR(REF. NOTE 3)RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @SOUTH FACE OF HORZ.BM. / COL. INTERSECTRUST / CORROSION @ B.O.TRUSS DIAGONAL WEBUNDER BLISTEREDCOATINGREF. DETAIL 3-S1.06MK. B-5-T1-53 - DETAIL - B-5-T1-5 REPAIRSCALE: 3/4" = 1'-0"MK. B-5-T1-4RUST / CORROSION @SIDES & B.O. TRUSS BTM.CHORD UNDER BLISTEREDCOATINGRUST / CORROSION @SOUTH FACE OF COL. / HORZ. BM. & T.O. BTM.CHORD(SIM.)MK. B-5-T1-3RUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUS (T&B)REF. DETAIL 5-S1.04(SIM.)MK. B-5-T1-2REF. DETAIL 5-S1.04(SIM.)MK. B-5-T1-1RUST / CORROSION @SOUTH FACE OF HORZ.BM. & T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUS UNDERBLISTERED COATINGMK. B-5.3-T1-5RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @SOUTH FACE OF HORZ.BM. / COL. INTERSECTRUST / CORROSION @ B.O.TRUSS DIAGONAL WEBUNDER BLISTEREDCOATINGREF. DETAIL 3-S1.06(SIM.)MK. B-5.3-T1-4RUST / CORROSION @ B.O.TRUSS BTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. & T.O.TRUSS BTM. CHORDREF. DETAIL 4-S1.04(SIM.)MK. B-5.3-T1-3RUST / CORROSION @SOUTH FACE OF COL. &HORZ. BM. INTERSECTUNDER BLISTEREDCOATINGREF. DETAIL 9-S1.04(SIM.)[REF.NOTES 5 & 6]MK. B-5.3-T1-2RUST / CORROSION @ SOUTHFACE OF COL. UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF HORZ. BM. UNDERBLISTERED COATINGRUST / CORROSION @ COL. &HORZ. BM. T&B RADIUSREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 5 @ COL. FACE]RUST / CORROSION @ SOUTHFACE OF COL. UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF HORZ. BM. UNDERBLISTERED COATINGRUST / CORROSION @ COL. &HORZ. BM. T&B RADIUSMK. B-5.3-T1-1REF. DETAIL 5-S1.04(SIM.)RUST / CORROSION @ B.O.TRUSS DIAGONAL WEBUNDER BLISTEREDCOATINGMK. B-6-T1-5VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3)REF. DETAIL 3-S1.06(SIM.)MK. B-6-T1-4RUST / CORROSION @SIDES, T&B OF TRUSS BTM.CHORD UNDER BLISTEREDCOATINGRUST / CORROSION @SOUTH FACE OF COL. / HORZ. BM. & T.O. BTM.CHORDREF. DETAIL 3-S1.05(SIM.)RUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUS (T&B) UNDERBLISTERED COATINGMK. B-6-T1-3REF. DETAIL 5-S1.04(SIM.)REF. DETAIL 6-S1.03 (SIM.)[REF. NOTE 7]RUST / CORROSION @SOUTH FACE OFDIAGONAL ALONG BTM.RADIUSMK. B-6-T1-3MK. B-6-T1-2RUST / CORROSION @SOUTH FACE OF HORZ.BM. TOP RADIUSRUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUSREF. DETAIL 5-S1.04(SIM.)MK. B-6-T1-1RUST / CORROSION @SOUTH FACE OF HORZ.BM. & T&B RADIUSRUST / CORROSION @SOUTH FACE OF COL. &COL. RADIUSREF. DETAIL 5-S1.04(SIM.)RUST / CORROSION @ SOUTH FACEOF HORZ. BM. / COL. INTERSECTRUST / CORROSION @ B.O. TRUSSDIAGONAL WEB UNDER BLISTEREDCOATINGREF. DETAIL 4-S1.064 - DETAIL - B-6.3-T1-5 REPAIRSCALE: 3/4" = 1'-0"MK. B-6.3-T1-5MK. B-6.3-T1-4RUST / CORROSION @ SOUTH FACEOF HORZ. BM. / COL. INTERSECT &BM. T&B RADIUSRUST / CORROSION @ TRUSS BTM.CHORD ALL SIDES UNDERBLISTERED COATINGRUST / CORROSION @ SOUTH FACEOF COL. & RADIUS (T&B)REF. DETAIL 5-S1.065 - DETAIL - B-6.3-T1-4 REPAIRSCALE: 3/4" = 1'-0"MK. B-6.3-T1-3RUST / CORROSION @ SOUTH FACEOF COL. & RADIUSRUST / CORROSION @ SOUTH FACEOF HORZ. BM. & T&B RADIUSRUST / CORROSION @ SOUTH FACEOF COL. UNDER BLISTERED COATINGREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 5 @ COL. FACE]MK. B-6.3-T1-2RUST / CORROSION @ SOUTH FACEOF COL. & RADIUS (T&B)RUST / CORROSION @ SOUTH FACEOF HORZ. BM. & T&B RADIUSRUST / CORROSION @ SOUTH FACEOF COL. UNDER BLISTERED COATINGREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 5 @ COL. FACE]MK. B-6.3-T1-1RUST / CORROSION @ SOUTH FACEOF COL. & RADIUS (T&B)RUST / CORROSION @ SOUTH FACEOF HORZ. BM. & T&B RADIUSRUST / CORROSION @ SOUTH FACEOF COL. UNDER BLISTERED COATINGREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 5 @ COL. FACE]X4NOTES CTD. ...10. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCE DRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.11. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.444ESTIMATED BILL OF MATERIALS ... S1.06ITEM #01COMPONENTANGLE SECTION020304NOTESQTY.DESCRIPTIONL5x5x14" x 412"PLATE0'-812"x212"x14"FILLET WELD316" EFF. THROAT050609WING PLATEBUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.90'-6"x212"x38" x 512"BENT PLATE0708FILLET WELD14" EFF. THROATFILLET WELD516" EFF. THROAT12220'-4"x134"x14"8675"40"50"210"20" 77.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"L88.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"LS1.07STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 5 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.03 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" COL. LINE "B"SCALE: 1/4" = 1'-0"2 - DETAIL - TRUSS "T1" @ COL. LINE "B"SCALE: 1/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5.IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6.PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7.REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8.WELD L5's TO HSS TRUSS CHORD, COL. & HORZ. BM. REF. DETAIL 2-S1.03 FOR WELD REQ.'s & INFO.9.TRUSS WEB DIAGONAL SHOWN UNDERSIDE OF TOP CHORD FOR CLARITY.RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @SOUTH FACE OF HORZ.BM. / COL. INTERSECTRUST / CORROSION @BTM. & SIDES OF TRUSSDIAGONAL WEB UNDERBLISTERED COATINGREF. DETAIL 3-S1.06MK. B-7-T1-5RUST / CORROSION @WEST FACE OF COL.(SIM.)MK. B-7-T1-4RUST / CORROSION @SIDES & T&B OF TRUSSBTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. & RADIUSRUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUSREF. DETAIL 4-S1.05(SIM.)MK. B-7-T1-3REF. DETAIL 5-S1.04(SIM.)RUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUSRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUS(T&B) UNDER BLISTEREDCOATINGMK. B-7-T1-2RUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUS(T&B) UNDER BLISTEREDCOATINGREF. DETAIL 5-S1.04(SIM.)MK. B-7-T1-1RUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUS(T&B) UNDER BLISTEREDCOATINGREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 7 @ COL. FACE]MK. B-7.3-T1-5RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @SOUTH FACE OF HORZ.BM. / COL. INTERSECTRUST / CORROSION @BTM. & SIDES OF TRUSSDIAGONAL WEB UNDERBLISTERED COATINGREF. DETAIL 3-S1.06(SIM.)MK. B-7.3-T1-4RUST / CORROSION @SIDES & T&B OF TRUSSBTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. & RADIUSRUST / CORROSION @SOUTH FACE OF HORZ. BM.& TOP RADIUSREF. DETAIL 4-S1.05(SIM.)[REF. NOTE 7]REF. DETAIL 4-S1.06(SIM.)MK. B-8-T1-5RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @ SOUTHFACE OF HORZ. BM. / COL.INTERSECT & BM. BTM.RADIUSRUST / CORROSION @BTM. & SIDES OF TRUSSDIAGONAL WEB UNDERBLISTERED COATINGREF. DETAIL 9-S1.04(SIM.)[ORIENT. WING PLATE UP]MK. B-8-T1-1RUST / CORROSION @SOUTH FACE OF HORZ. BM.@ T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUSUNDER BLISTERED COATINGREF. DETAIL 3-S1.06(SIM.)MK. B-8.3-T1-5RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @ SOUTH FACE OFHORZ. BM. & @ BM. / COL. INTERSECTRUST / CORROSION @ BTM. & SIDESOF TRUSS DIAGONAL WEB UNDERBLISTERED COATINGMK. B-8.3-T1-4RUST / CORROSION @ F.S. & T&B OFTRUSS BTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @ SOUTH FACE OFCOL. & RADIUS UNDER BLISTEREDCOATINGRUST / CORROSION @ SOUTH FACE OFHORZ. BM., BTM. RADIUS & COL.INTERSECTREF. DETAIL 4-S1.05(SIM.)[VERT. L5 @ B.O. CHORD][HORZ. L5's EA. SIDE]MK. B-8.3-T1-3RUST / CORROSION @ SOUTH FACE OFHORZ. BM. & TOP RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTH FACEOF COL. & COL. RADIUS (T&B) UNDERBLISTERED COATINGREF. DETAIL 9-S1.04(SIM.)[ORIENT. WING PLATE UP][REF. NOTE 7 @ COL. FACE]MK. B-8.3-T1-2RUST / CORROSION @ SOUTH FACE OFHORZ. BM. & TOP RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTH FACEOF COL. & COL. RADIUS UNDERBLISTERED COATINGREF. DETAIL 9-S1.04(SIM.)[ORIENT. WING PLATE UP][REF. NOTE 7 @ COL. FACE]MK. B-8.3-T1-1RUST / CORROSION @ SOUTH FACE OFHORZ. BM. & T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTH FACEOF COL. & COL. RADIUS (T&B) UNDERBLISTERED COATINGX4NOTES CTD. ...10. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCE DRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS & DETAILS AS REQUIRED.11. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.444ESTIMATED BILL OF MATERIALS ... S1.07ITEM #01COMPONENTANGLE SECTION020304NOTESQTY.DESCRIPTIONL5x5x14" x 412"PLATE0'-812"x212"x14"FILLET WELD316" EFF. THROAT050609WING PLATEBUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.110'-6"x212"x38" x 512"BENT PLATE0708FILLET WELD14" EFF. THROATFILLET WELD516" EFF. THROAT1290'-4"x134"x14"8520"20"50"210"20" 99.3C EXIST. TRUSS "T1"LC EXIST. TRUSS "T1"L1010.3C EXIST. TRUSS "T2"LC EXIST. TRUSS "T1"LEXIST. HSS BM.EXIST. HSS COL.EXIST. HSS BRACEEXIST. PIPE SUPPT.BRACKET (N.S. COL.).EXIST. HSS BRACEEXIST. HSS BM.L812"x212"x14" THK. P(REF. DETAIL 5-S1.04 (SIM.))LC HSS & P'sLLREF. NOTE 7(TYP.)(2) 4"x134"x14" THK. WING P's(1 N.S. & 1 F.S. - TYP.)[REF. DETAIL 5-S1.04 (SIM.)]REF. NOTE 4812"x412"x14" THK. P(REF. DETAIL 5-S1.04 (SIM.))LEXIST. HSS BM.C HSS's & L5'sLEXIST. HSS COL.EXIST. TRUSS BTM.CHORDC HSS's & L5'sLEXIST. HSS BRACEEXIST. HSS BRACEL5 (TYP. EA. SIDE BTM. CHORD)[REF. DETAIL 4-S1.05 (SIM.)][REF. NOTE 8]EXIST. HSS BM.REMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING (REF. NOTE 6)REF. NOTE 4REMOVE EXIST. COATING,SURFACE RUST, PREP STL. &APPLY NEW COATING(REF. NOTE 5)[2'-0" (MIN.) LENGTH]REF. NOTE 7 (TYP.)EXIST. HSS BM.C HSS & PLEXIST. HSS COL.EXIST. HSS BRACEEXIST. HSS BRACEEXIST. HSS BM.REMOVE EXIST. SURFACE RUST,PREP STL. & APPLY NEWCOATING (REF. NOTE 6)REF. NOTE 4REF. NOTE 7 (TYP.)LL812"x212"x14" THK. P(REF. DETAIL 5-S1.04)[SIM.]L(2) 4"x134"x14" THK. WING P's(1 N.S. & 1 F.S.)[REF. DETAIL 5-S1.04 (SIM.)]EXIST. HSS BM.C HSS's & L5'sLEXIST. HSS COL.EXIST. TRUSS BTM.CHORDC HSSLEXIST. HSS BRACEEXIST. HSS BRACEREF. NOTE 4REF. NOTE 7 (TYP.)C HSS & PLLC HSS & PLL14" THK. WING P's (T&B)[REF. DETAIL 4-S1.03][SIM.]L1'-9"x5"x14" x 412" LONG BENT P(REF. DETAILS 3-S1.03) [SIM.]L5"S1.08STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 6 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.03 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" COL. LINE "B"SCALE: 1/4" = 1'-0"2 - DETAIL - TRUSS "T1" & "T2" @ COL. LINE "B"SCALE: 1/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. WELD L5's TO HSS TRUSS CHORD, COL. & HORZ. BM. REF. DETAIL 2-S1.03 FOR WELD REQ.'s & INFO.RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @ SOUTHFACE OF HORZ. BM. & COL.INTERSECTRUST / CORROSION @BTM. & SIDES OF TRUSSDIAGONAL WEB UNDERBLISTERED COATINGREF. DETAIL 3-S1.06RUST / CORROSION @WEST FACE OF COL.RUST / CORROSION @SIDES & T&B OF TRUSSBTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. & RADIUSRUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUSRUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUSRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUS(T&B) UNDER BLISTEREDCOATINGRUST / CORROSION @ SOUTHFACE OF HORZ. BM. & T&BRADIUS UNDER BLISTEREDCOATINGRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUS(T&B) UNDER BLISTEREDCOATINGRUST / CORROSION @SOUTH FACE OF HORZ. BM.& T&B RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF COL. & COL. RADIUS(T&B) UNDER BLISTEREDCOATINGMK. B-9-T1-5MK. B-9-T1-4REF. DETAIL 4-S1.05(SIM.)[VERT. L5 @ B.O. CHORD][HORZ. L5's EA. SIDE]MK. B-9-T1-3REF. DETAIL 5-S1.04(SIM.)MK. B-9-T1-2RUST / CORROSION @ SOUTHFACE OF DIAGONAL BRACE &COL. INTERSECT UNDERBLISTERED COATINGREF. DETAIL 3-S1.083 - DETAIL - B-9-T1-2 REPAIRSCALE: 3/4" = 1'-0"MK. B-9-T1-1RUST / CORROSION @ SOUTHFACE OF DIAGONAL BRACE &COL. INTERSECT UNDERBLISTERED COATINGREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 5 @ COL. / BRACE]MK. B-9.3-T1-5RUST / CORROSION @ T.O.TRUSS TOP CHORDRUST / CORROSION @ SOUTHFACE OF HORZ. BM. & COL.INTERSECTRUST / CORROSION @BTM. & SIDES OF TRUSSDIAGONAL WEB UNDERBLISTERED COATINGREF. DETAIL 4-S1.06(SIM.)MK. B-9.3-T1-4MINOR RUST / CORROSION@ SIDES & BTM. OF TRUSSBTM. CHORD UNDERBLISTERED COATINGRUST / CORROSION @SOUTH FACE OF COL. & RADIUSRUST / CORROSION @SOUTH FACE OF HORZ. BM.& TOP RADIUSREF. DETAIL 4-S1.05(SIM.)[REF. NOTE 5 @ TRUSS CHORD]MK. B-9.3-T1-3MINOR RUST / CORROSION@ HORZ. BM. TOP RADIUSREF. DETAIL 9-S1.04(SIM.)[REF. NOTE 6]RUST / CORROSION @ SOUTHFACE OF HORZ. BM. & TOPRADIUS UNDER BLISTEREDCOATINGRUST / CORROSION @ SOUTHFACE OF COL. & COL. TOPRADIUS UNDER BLISTEREDCOATINGREF. DETAIL 5-S1.04(SIM.)[REF. NOTE 5 @ COL.]MK. B-9.3-T1-2RUST / CORROSION @ SOUTHFACE OF HORZ. BM. & BTM.RADIUS UNDER BLISTEREDCOATINGREF. DETAIL 9-S1.04(SIM.)[REF. NOTE 5 @ COL.]RUST / CORROSION @ SIDES &T&B OF TRUSS BTM. CHORDUNDER BLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF COL. / DIAGONAL BRACEINTERSECT (T&B)RUST / CORROSION @ HORZ.BM. BTM. FACE / RADIUSMK. B-10-T1-4RUST / CORROSION @ DIAGONALBRACE BTM. RADIUS4 - DETAIL - B-10-T1-4 REPAIRSCALE: 3/4" = 1'-0"REF. DETAIL 4-S1.08MK. B-10-T1-3RUST / CORROSION @ DIAGONALBRACE TOP RADIUS UNDERBLISTERED COATINGRUST / CORROSION @ SOUTHFACE OF COL. & HORZ. BM. &COL. / BM. RADIUS UNDERBLISTERED COATINGREF. DETAIL 5-S1.085 - DETAIL - B-10-T1-3 REPAIRSCALE: 3/4" = 1'-0"MK. B-10-T1-2RUST / CORROSION @ SOUTHFACE OF COL. & HORZ. BM. &COL. / BM. RADIUS UNDERBLISTERED COATINGREF. DETAIL 5-S1.08(SIM.)[REF. NOTE 5]MK. B-10-T1-1RUST / CORROSION @ SOUTHFACE OF COL. & HORZ. BM. &COL. / BM. RADIUS UNDERBLISTERED COATING(REF. NOTE 5)REF. DETAIL 5-S1.08(SIM.)[REF. NOTE 5]REF. DETAIL 3-S1.04(SIM.)[REF. NOTE 6]MK. B-10.3-T2-5RUST / CORROSION @ SOUTH FACEOF HORZ. BM. / DIAGONAL BRACEINTERSECTVERIFY CONDITION OF T.O. CHORD DOES NOTREQUIRE REPAIR (REF. NOTE 3)VERIFY COATING DOES NOT REQUIRE REPAIR(REF. NOTE 9)VERIFY COATING DOES NOT REQUIRE REPAIR(REF. NOTE 9)MK. B-10.3-T2-4REF. DETAIL 6-S1.08RUST / CORROSION @ WEST FACE OFTRUSS BTM. CHORDRUST / CORROSION @ SOUTH FACE OFHORZ. BM. / DIAGONAL BRACE INTERSECT(T&B)6 - DETAIL - B-10.3-T2-4 REPAIRSCALE: 3/4" = 1'-0"MK. B-10.3-T2-3RUST / CORROSION @ WEST FACE OFHORZ. BM. / COL. INTERSECTREF. DETAIL 5-S1.03(SIM.)RUST / CORROSION @ SOUTH FACE OFHORZ. BM.RUST / CORROSION @ WEST FACE OFHORZ. BM. / COL. INTERSECT UNDERBLISTERED COATINGMK. B-10.3-T2-2REF. DETAIL 6-S1.04(SIM.)MK. B-10.3-T2-1RUST / CORROSION @ WEST FACE OFHORZ. BM. / COL. INTERSECT UNDERBLISTERED COATINGRUST / CORROSION @ SOUTH FACE OFHORZ. BM. & DIAGONAL BRACE INTERSECTUNDER BLISTERED COATINGREF. DETAIL 6-S1.04(SIM.)X4NOTES CTD. ...9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.443ESTIMATED BILL OF MATERIALS ... S1.08ITEM #01COMPONENTANGLE SECTION020304NOTESQTY.DESCRIPTIONL5x5x14" x 412"PLATE0'-812"x212"x14"FILLET WELD316" EFF. THROAT050609WING PLATEBUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.150'-6"x212"x38" x 512"BENT PLATE0708FILLET WELD14" EFF. THROATFILLET WELD516" EFF. THROAT8170'-4"x134"x14"6870"50"70"180"25"0'-6"x212"x38" x 212"BENT PLATE1PLATE0'-812"x412"x14"11'-9"x5"x14" x 412"BENT PLATE110111213WING PLATE60'-4"x334"x14" 10.310C EXIST. TRUSS "T1"LC EXIST. TRUSS "T2"LEXIST. HSS BM.C HSS's & L5LEXIST. HSS COL.EXIST. TRUSS BTM.CHORD (N.S. COL.)L5(REF. DETAIL 2-S1.03)[SIM.]EXIST. HSS BRACEEXIST. HSS BRACE14" THK. WING P's (T&B)[REF. DETAIL 3-S1.03][SIM.]LREMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING (REF. NOTE 6)[ B.O. BTM. CHORD]EXIST. HSS BM.C HSS's & L5LEXIST. HSS COL.EXIST. HSS BM.(N.S. COL.)L5(REF. DETAIL 2-S1.03)[SIM.]EXIST. HSS BRACEEXIST. HSS BRACEREMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING (REF. NOTE 6)[ B.O. BTM. CHORD]REF. NOTE 7C PLATE & COL.1'-0"(*)6"(*)L1'-0"(*)[TYP.]1 1/2"(*)EXIST. 1" THK. STL. PLATEEXIST. HSS STL.COL.1/4EXIST. 1"Ø(*) STL. ANCHOR BOLTS(TYP.)[TYP.]2 3/4"3 SIDESEA. P LEG(TYP.)L6"x212x38" THK. x 212" LONG BENT PC HSS's & PLL1 1/2"(*) [TYP.]LEXIST. HSS BRACEC PLATE & COL.LEXIST. STL. PLATE ASSEMBLY(REF. DETAIL 6-S1.09)EXIST. HSS STL.COL.1/45 1/2"3 SIDESEA. P(TYP.)LC HSS's & PLL1 1/2"(*) [TYP.]EXIST. HSS BRACE6"x212"x38" THK. x 512" LONG BENT P(N.S. & F.S. PIPE SUPPT.)L5/162 SIDESEA. P(TYP.)LEXIST. PIPE SUPPT.BRACKETC PLATE & COL.1'-2 1/2"(*)4 1/2"(*)L1'-6"(*)[TYP.]2"(*)EXIST. STL. PLATEEXIST. STL. COL.ASSEMBLY5/16EXIST. 3/4"Ø STL. ANCHOR BOLTS[TYP.]1 1/2"(TYP.)3 SIDESEA. P LEG(TYP.)L0'-658"x0'-658"x38" x 312" LONG BENT P(N.S. & F.S. WEB)C PLATE & BOLTSLL1"Ø STL. THR'D ROD EXTENSION(TYP.)[THREADS NOT SHOWN FORCLARITY]EXIST. STL. BASE PLATEEXIST. 1"Ø(*) STL. ANCHOR BOLTS(TYP.)C EXIST. A.B.LCUT EXIST. A.B. BELOWCORROSION & GRIND LEVELACROSS BOLT45°BEVEL E.O.BOLT(TYP.)TIGHTEN NEW NUT & WASHERASSEMBLY TO PLATES1.09STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 7 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.03 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTED02 MAR 202290% DESIGN - NOT FOR CONSTRUCTIONA18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONB09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONC23 MAY 2022FINAL DESIGN - RELEASED FOR BIDDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALD1 - DETAIL - TRUSS "T1" & "T2" @ COL. LINE "D"SCALE: 1/4" = 1'-0"3 - DETAIL - D-10.3-T2-4 REPAIRSCALE: 3/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING TOP CHORDS EXHIBITING SIGNS OF RUST, CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.REF. DETAIL 3-S1.09MK. D-10.3-T2-4RUST / CORROSION @ WESTFACE OF TRUSS BTM. CHORD& TOP RADIUSRUST / CORROSION @ NORTHFACE OF HORZ. BM. &DIAGONAL BRACE UNDERBLISTERED COATINGRUST / CORROSION @ WESTFACE OF TRUSS BTM.CHORDMK. D-10.3-T2-3RUST / CORROSION @ NORTHFACE OF HORZ. BM. & T.O. BM.UNDER BLISTERED COATINGREF. DETAIL 4-S1.09(SIM.)[WING PLATES NOT REQ'D]MK. D-10.3-T2-24 - DETAIL - D-10.3-T2-3 REPAIRSCALE: 3/4" = 1'-0"RUST / CORROSION @ NORTHFACE & T.O. DIAGONAL BRACEUNDER BLISTERED COATINGRUST / CORROSION @ NORTHFACE OF COL. & RADIUSUNDER BLISTERED COATINGREF. DETAIL 6-S1.03(SIM.)[REF. NOTE 7]MK. D-10.3-T2-1RUST / CORROSION @ NORTHFACE OF HORZ. BM. & T.O. BM.REF. DETAIL 6-S1.03(SIM.)[REF. NOTE 7]MK. D-10-T1-4REPAIR COATING @ FACE OFDIAGONAL BRACE, COL. &T.O. BTM. CHORDMINOR RUST / CORROSIONSPOT @ T.O. HORZ. BM.MK. D-10-T1-3MINOR RUST / CORROSIONSPOTS @ COL. / HSS BM. &DIAGONAL BRACEINTERSECTSREF. DETAIL 6-S1.03(SIM.)REF. DETAIL 6-S1.03(SIM.)MINOR RUST / CORROSIONSPOTS @ COL. / HSS BM. &DIAGONAL BRACEINTERSECTSREF. DETAIL 6-S1.03(SIM.)[REF. NOTES 5 & 6]MK. D-10-T1-2REPAIR COATING @ FACE OFHORZ. BM. & COL.RUST / CORROSION @ B.O.DIAGONAL BRACEREF. DETAIL 6-S1.03(SIM.)[REF. NOTES 5, 6 & 7]VERIFY CONDITION OFT.O. CHORD DOES NOTREQUIRE REPAIR(REF. NOTE 3) [TYP.]2 - KEYNOTES - COL. BASE PLATE REPAIRSSCALE: N/AREMOVE EXISTING COATING FROM EXPOSED PLATE TOP & SIDE SURFACES.REMOVE ALL RUST FROM PLATE & ANCHOR BOLTS & HARDWARE SURFACES TO BARE METAL.REMOVE & REPLACE SEVERELY CORRODED NUTS & WASHERS.PREP ALL PLATE, COLUMN, BOLTS & HARDWARE STEEL SURFACES AS REQUIRED.REPAIR ANCHOR BOLTS PER DETAIL 8-S1.09 IF BOLT OR THREADS DAMAGED BEYOND REPAIR.INSTALL NEW COATING SYSTEM.REFERENCE KEYNOTE 1 FOR REMOVING EXISTING RUST, COATING & BOLT HARDWARE.REFERENCE KEYNOTE 1 FOR PREP OF EXISTING STEEL.REINFORCE PLATE AS INDICATED DETAIL 5-S1.09.REPAIR ANCHOR BOLTS PER DETAIL 8-S1.09 IF BOLT OR THREADS DAMAGED BEYOND REPAIR.INSTALL NEW COATING SYSTEM.REFERENCE KEYNOTE 1 FOR REMOVING EXISTING RUST, COATING & BOLT HARDWARE.REFERENCE KEYNOTE 1 FOR PREP OF EXISTING STEEL.REINFORCE PLATE AS INDICATED DETAIL 6-S1.09.REPAIR ANCHOR BOLTS PER DETAIL 8-S1.09 IF BOLT OR THREADS DAMAGED BEYOND REPAIR.INSTALL NEW COATING SYSTEM.REFERENCE KEYNOTE 1 FOR REMOVING EXISTING RUST, COATING & BOLT HARDWARE.REFERENCE KEYNOTE 1 FOR PREP OF EXISTING STEEL.REINFORCE PLATE AS INDICATED DETAIL 7-S1.09.REPAIR ANCHOR BOLTS PER DETAIL 8-S1.09 IF BOLT OR THREADS DAMAGED BEYOND REPAIR.INSTALL NEW COATING SYSTEM.1234X1NOTES CTD. ...8. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.9. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS &REQUIREMENTS, DESIGN CRITERIA AND LEGEND.1ESTIMATED BILL OF MATERIALS ... S1.09ITEM #01COMPONENTANGLE SECTION020304NOTESQTY.DESCRIPTIONL5x5x14" x 412"FILLET WELD316" EFF. THROAT05WING PLATE0'-4"x334"x14"BUTT WELDCOMPLETE PEN.FLARE BEVEL WELDPARTIAL PEN.6 - DETAIL - EXIST. BASE PLATE MOD KEY NOTE 3SCALE: 1 1/2" = 1'-0"7 - DETAIL - EXIST. BASE PLATE MOD KEY NOTE 4SCALE: 1 1/2" = 1'-0"2270"5"10"5 - DETAIL - EXIST. BASE PLATE MOD KEY NOTE 2SCALE: 1 1/2" = 1'-0"8 - DETAIL - EXIST. BASE PLATE A.B. MODSCALE: 3" = 1'-0" B.9EXIST. HSS BM.EXIST. W12 COL.(REF. NOTE 8)REF. NOTE 7(TYP.)REMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATING (REF. NOTE 6)EXIST. HSS BM.B.7B.5S1.10STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 8 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" THIS DWG. FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTEDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALC1 - DETAIL - TRUSS "2" & COL. LINE "1" FRMG.SCALE: 1/4" = 1'-0"4 - DETAIL - B.9-1-T2-3 REPAIRSCALE: 3/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) CONDITIONS OF STEEL MAY HAVE CHANGED SINCE SITE REVIEWS. NOTIFY THE ENGINEEROF SITE CONDITIONS THAT MAY BE DIFFERENT THAN INDICATED. IN ADDITION NOTIFY THE ENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. THE W12 COL.'s INSTALLED w/ ADDITIONAL STEEL SECTION @ THE O/F OF THE W12 FLANGE. RECORDDWG.'s REVIEWED COULD NOT CONFIRM THE SECTION. SITE VISIT REVIEW APPEARED TO INDICATE(2) L6x3 SECTIONS INSTALLED w/ (1) L6x3 EACH SIDE OF THE WEB. FIELD VERIFY AS REQ.'D & NOTSHOWN ELEVATIONS FOR CLARITY. REFERENCE DETAIL 5-S1.11 FOR CLARITY.MK. B.9-1-T2-3SREF. DETAIL 4-S1.10REF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.10(SIM.)ESTIMATED BILL OF MATERIALS ... S1.10ITEM #01COMPONENT02NOTESQTY.0'-658"x658"x 38" x 312"BENT PLATEFILLET WELD516" EFF. THROATRUST / CORROSION @EAST FACE OF HORZ.BM. & COL. INTERSECTUNDER BLISTEREDCOATINGMK. B.9-1-T2-2SRUST / CORROSION @HORZ. BM. & COL.INTERSECT UNDERBLISTERED COATINGMK. B.9-1-T2-1SRUST / CORROSION @EAST FACE OF HORZ.BM. & COL. INTERSECTUNDER BLISTEREDCOATINGREF. DETAIL 4-S1.10(SIM.)MK. B.9-1-T2-3NMINOR RUST /CORROSION @ EASTFACE OF HORZ. BM. &COL. INTERSECTMK. B.9-1-T2-2NMINOR RUST /CORROSION SPOT @T.O. HORZ. BM. & COL.MK. B.9-1-T2-1N2 - DETAIL - TRUSS "2" & COL. LINE "1" FRMG.SCALE: 1/4" = 1'-0"3 - DETAIL - TRUSS "2" & COL. LINE "1" FRMG.SCALE: 1/4" = 1'-0"MK. B.7-1-T2-3SREF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.10(SIM.)MK. B.7-1-T2-2NMINOR RUST /CORROSION SPOT @T.O. HORZ. BM. & COL.INTERSECTREF. DETAIL 4-S1.10(SIM.)MK. B.7-1-T2-1NMINOR RUST /CORROSION SPOT @HORZ. BM. (T&B) &COL. INTERSECTREF. DETAIL 4-S1.10MK. B.5-1-T2-1SRUST / CORROSION@ T.O. HORZ. BM. &COL. INTERSECTREF. DETAIL 4-S1.10(SIM.)MK. B.5-1-T2-1N18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONA09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONB23 MAY 2022FINAL DESIGN - RELEASED FOR BIDC1XNOTES CTD. ...9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS &REQUIREMENTS, DESIGN CRITERIA AND LEGEND.12TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE:TRUSS CONNECTION LOCATION MK. # = B.9-1-T2-3SB.9 = EAST / WEST ORIENTED COLUMN LINE DIRECTION ON PLAN 1-S1.00.1 = NORTH / SOUTH ORIENTED COLUMN LINE DIRECTION ON PLAN 1-S1.00.T1= EXISTING TRUSS TYPE T1 OR T2 AS NOTED ON PLAN 1-S1.00 & TRUSS DETAIL ELEVATIONS.3= ELEVATION ABOVE THE EXISTING SLAB-ON-GRADE AS INDICATED w/ " X " SYMBOL ON DWG.'s S1.01 & S1.02.S= SOUTH / NORTH SIDE OF THE EXISTING COLUMN.DESCRIPTION270" B.4EXIST. HSS BM.EXIST. W12 COL.(REF. NOTE 8)EXIST. HSS BM.C HSS & PLREF. NOTE 7(TYP.)9"x4"x14" THK. x 412" LONGBENT PLL3/16BENT. PTO FLG.(TYP.)3/163/16LF.S. P TO HSS(TYP.)3 SIDES(TYP.)L9"B.2B.2EXIST. HSS BRACEEXIST. W12 COL.(REF. NOTE 8)EXIST. COL.(O/F FLG.)EXIST. COL.(I/F FLG.)5 1/2"(*)EXIST. TRUSS BTM.CHORDEXIST. HSS BTM. CHORDBRACEEXIST. TRUSS HSSWEBEXIST. L6x312REMOVE EXIST. SURFACERUST, PREP STL. & APPLYNEW COATINGS1.11STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 9 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.10 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTEDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALC1 - DETAIL - TRUSS "2" & COL. LINE "1" FRMG.SCALE: 1/4" = 1'-0"4 - DETAIL - B.4-1-T2-1 REPAIRSCALE: 3/4" = 1'-0"NOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) CONDITIONS OF STEEL MAY HAVE CHANGED SINCE SITE REVIEWS. NOTIFY THE ENGINEEROF SITE CONDITIONS THAT MAY BE DIFFERENT THAN INDICATED. IN ADDITION NOTIFY THEENGINEER OF AREAS THAT ARE NOT CURRENTLY INDICATED BUT MAY DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. THE W12 COL.'s INSTALLED w/ ADDITIONAL STEEL SECTION @ THE I/F OF THE W12 EXTR. FLANGE.RECORD DWG.'s REVIEWED COULD NOT CONFIRM THE SECTION. SITE VISIT REVIEW APPEARED TOINDICATE (2) L6x3 SECTIONS INSTALLED w/ (1) L6x3 EACH SIDE OF THE WEB. FIELD VERIFY AS REQ.'D& NOT SHOWN ELEVATIONS FOR CLARITY. REFERENCE DETAIL 5-S1.11 FOR CLARITY.REF. DETAIL 4-S1.10REF. DETAIL 4-S1.11ESTIMATED BILL OF MATERIALS ... S1.11ITEM #01COMPONENTNOTESQTY.DESCRIPTIONBENT PLATE0'-9"x4"x14" x 412"FILLET WELD316" EFF. THROATFLARE BEVEL WELDFILLET WELDPARTIAL PEN.RUST / CORROSION @EAST FACE OF HORZ.BM. & COL. INTERSECTUNDER BLISTEREDCOATING2 - DETAIL - TRUSS "2" & COL. LINE "1" FRMG.SCALE: 1/4" = 1'-0"3 - DETAIL - TRUSS "2" & COL. LINE "10.3" FRMG.SCALE: 1/4" = 1'-0"REF. DETAIL 4-S1.10(SIM.)[REF. NOTE 5 @ BM.]MINOR RUST /CORROSION SPOT @T.O. HORZ. BM. & COL.INTERSECTRUST / CORROSION @EAST FACE & T.O.HORZ. BM. & COL.INTERSECT(SIM.)MK. B.4-1-T2-1SMK. B.4-1-T2-1NRUST / CORROSION @EAST FACE & T.O.HORZ. BM. & COL.INTERESECTMK. B.2-1-T2-3NREF. DETAIL 4-S1.11MK. B.2-1-T2-1N18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONA09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONB23 MAY 2022FINAL DESIGN - RELEASED FOR BIDCREF. DETAIL 5-S1.11MK. B.2-10.3-T2-4SMINOR RUST / CORROSIONSPOTS @ TRUSS CONN.BRACKET & BOLTHARDWARE @ T.O. COL.(SIM.)5 - DETAIL - B.2-10.3-T2-4 REPAIRSCALE: 3/4" = 1'-0"X2NOTES CTD. ...9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.110'-658"x658"x 38" x 312"BENT PLATE2022516" EFF. THROAT70"50"20"030405 B.4B.5S1.12STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 10 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.10 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTEDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALCNOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING STEEL SECTIONS NOTED EXHIBITING SIGNS OF RUST,CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE CURRENTLY INDICATED BUT MAY DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. THE W12 COL.'s INSTALLED w/ ADDITIONAL STEEL SECTION @ THE I/F OF THE W12 EXTR. FLANGE.RECORD DWG.'s REVIEWED COULD NOT CONFIRM THE SECTION. SITE VISIT REVIEW APPEARED TOINDICATE (2) L6x3 SECTIONS INSTALLED w/ (1) L6x3 EACH SIDE OF THE WEB. FIELD VERIFY AS REQ.'D& NOT SHOWN ELEVATIONS FOR CLARITY. REFERENCE DETAIL 5-S1.11 FOR CLARITY.RUST / CORROSION @T.O. HORZ. BM. & COL.INTERSECT1 - DETAIL - TRUSS "2" & COL. LINE "10.3" FRMG.SCALE: 1/4" = 1'-0"RUST / CORROSIONSPOT @ T.O. HORZ. BM.18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONA09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONB23 MAY 2022FINAL DESIGN -RELEASED FOR BIDCMINOR RUST / CORROSIONSPOTS @ TRUSS CONN.BRACKET & BOLTHARDWARE @ T.O. COL.MK. B.4-10.3-T2-5N/SVERIFY CONDITION OFT.O. CHORD, HORZ.BRACE, COL. & WEBDIAGONAL DOES NOTREQUIRE REPAIR(REF. NOTE 3)REF. DETAIL 5-S1.11(SIM.)MK. B.4-10.3-T2-4SMK. B.4-10.3-T2-3NREF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.10MK. B.4-10.3-T2-2S2 - DETAIL - TRUSS "2" & COL. LINE "10.3" FRMG.SCALE: 1/4" = 1'-0"MK. B.4-10.3-T2-1SRUST / CORROSIONSPOT @ T.O. HORZ. BM.& COL. INTERSECTREF. DETAIL 4-S1.10(SIM.)REF. DETAIL 5-S1.11(SIM.)MK. B.5-10.3-T2-4SMINOR RUST / CORROSIONSPOTS @ TRUSS CONN.BRACKET & BOLTHARDWARE @ T.O. COL.(N.S. & F.S. COL. WEB)MINOR RUST / CORROSIONSPOTS @ B.O. TRUSS HSSHORZ. BRACEREF. DETAIL 4-S1.11MK. B.5-10.3-T2-1SRUST / CORROSION @T.O. HORZ. BM.& COL. INTERSECTUNDER BLISTEREDCOATING(SIM.)X2NOTES CTD. ...9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.2ESTIMATED BILL OF MATERIALS ... S1.12ITEM #01COMPONENTNOTESQTY.DESCRIPTIONBENT PLATE0'-9"x4"x14" x 412"FILLET WELD316" EFF. THROATFLARE BEVEL WELDFILLET WELDPARTIAL PEN.0'-658"x658"x38" x 312"BENT PLATE4021516" EFF. THROAT140"25"10"030405 B.7B.9S1.13STRUCTURALEXIST. BLDG. A TRUSS CONDITIONS &REPAIRS (SHT. 11 OF 11)1. IN GENERAL REPAIR OF THE EXISTING STRUCTURAL STEEL TRUSSES AND THE SECONDARYEXTERIOR WALL BEAMS INVOLVES REPAIRS TO INTERIOR VERTICAL, HORIZONTAL & DIAGONALSURFACES OF THE TRUSSES, COLUMNS, CONNECTION PLATES OR ANGLES, BASE PLATES ANDANCHOR BOLTS AND HARDWARE. IN GENERAL REPAIR WORK INCLUDES THE FOLLOWING:a.) REMOVING EXISTING COATINGS TO BARE METAL.b.) REMOVING SURFACE RUST OR THRU WALL RUST AND CLEANING SURFACES TO BARE METAL.c.) PREPARING BARE METAL SURFACES TO SSPC-SP6 "COMMERCIAL BLAST CLEANING" CRITERIA.d.) WELDING NEW STEEL PLATE OR ANGLE SECTIONS TO THE EXISTING STEEL SECTIONS.REGARDING FIELD WELDING AND PREPARATION TO SSPC-SP6 CRITERIA, THE MAXIMUM BASEMETAL TEMPERATURE AT DEMARCATION BETWEEN BRIGHT METAL AND THE EXISTING COATINGSTO BE CONFIRMED w/ THE USE OF 182° F TEMPILSTIK's BETWEEN WELD PASSES.e.) INSTALL NEW COATING SYSTEM ON THE REPAIRED AREAS TO MATCH2. CODE FOR UTILIZING TRUSS CONNECTION LOCATIONS MARK NUMBERS AS FOLLOWS:a.) COL. ID E/W DIRECTION - COL. ID N/S DIRECTION - TRUSS TYPE - ELEVATION ABOVE BASE PLATE.b.) COORDINATE w/ TRUSS ELEVATIONS DWG.'s S-1.01 & S-1.02 FOR HEIGHT CODES 0 TO 5.c.) COORDINATE w/ THE "TRUSS CONN. LOCATION MK. # LEGEND EXAMPLE" DWG. S1.10 FORADDITIONAL INFORMATION.NOTES:DESCRIPTIONDATEREVISIONSSCALEHORIZONTAL:VERTICAL:STATUS:DRAWNPROJ. MGR. DESIGNEDCHECKEDPROJ. START DATE:MCE PROJ. #REV.NO.2021.NOV00992-0261LONG CENTER NATATORIUMSTRUCTURAL FRAME REPAIRSREVISIONDRAWING NUMBERwww.mckimcreed.comCA Lic. No. 29588Phone: (727) 442-7196, Fax: (727) 461-3827Clearwater, Florida 33756-33311365 Hamlet AvenueWFBWFBWFB / AEAAAHNAAS NOTEDRELEASED FOR BIDSTRUCTURALFINAL DESIGN SUBMITTALCNOTES CTD. ...3. REGARDING VERIFYING CONDITION OF EXISTING STEEL, NOTE THE FOLLOWING:a.) DURING SITE VISITS NOT ALL AREAS OF THE EXISTING FACILITY COULD BE EASILY ACCESSED SAFELY w/ THE LIFT.b.) CONTRACTOR TO VERIFY IF EXISTING STEEL SECTIONS NOTED EXHIBITING SIGNS OF RUST,CORROSION OR LOSS OF COATING.c.) NOTIFY ENGINEER OF AREAS THAT ARE CURRENTLY INDICATED BUT DISPLAY RUST,CORROSION, AND / OR COATING PEELING OR LOSS FOR DIRECTIONS HOW TO PROCEED.4. COORDINATE w/ DETAILS REFERENCED FOR ANGLE / PLATE LAYOUT DIM.'s & WELD REQ.'s. U.N.O..5. IF COATING REMOVAL YIELDS SURFACE PITTING GRIND SMOOTH & TO SURFACE PREP. REQ.'s.6. PLATE OR ANGLE ASSEMBLIES NOT REQUIRED PROVIDED REMOVAL OF THE EXISTINGCOATING / CORROSION & SURFACE PREP DOES NOT YIELD UNEXPECTED RESULTS & REPAIRSCANNOT BE INSTALLED AS NOTED.7. REMOVE & REINSTALL EXIST. WINDOW GLASS & FRAME TO REPAIR IF REQ'D.8. THE W12 COL.'s INSTALLED w/ ADDITIONAL STEEL SECTION @ THE I/F OF THE W12 EXTR. FLANGE.RECORD DWG.'s REVIEWED COULD NOT CONFIRM THE SECTION. SITE VISIT REVIEW APPEARED TOINDICATE (2) L6x3 SECTIONS INSTALLED w/ (1) L6x3 EACH SIDE OF THE WEB. FIELD VERIFY AS REQ.'D& NOT SHOWN ELEVATIONS FOR CLARITY. REFERENCE DETAIL 5-S1.11 FOR CLARITY.RUST / CORROSION @T.O. HORZ. BM. UNDERBLISTERED COATING1 - DETAIL - TRUSS "2" & COL. LINE "10.3" FRMG.SCALE: 1/4" = 1'-0"18 MAR 2022100% DESIGN - NOT FOR CONSTRUCTIONA09 MAY 2022FINAL DESIGN - FINAL REVIEW NOT FOR CONSTRUCTIONB23 MAY 2022FINAL DESIGN - RELEASED FOR BIDCRUST / CORROSION @TRUSS BTM. CHORD / HSSHORZ. BRACE WELDREF. DETAIL 5-S1.11(SIM.)REF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.112 - DETAIL - TRUSS "2" & COL. LINE "10.3" FRMG.SCALE: 1/4" = 1'-0"REF. DETAIL 5-S1.11(SIM.)MINOR RUST / CORROSIONSPOTS @ TRUSS CONN.BRACKET & BOLTHARDWARE @ T.O. COL.(N.S. & F.S. COL. WEB)RUST / CORROSION @ SIDES& B.O. TRUSS HSS HORZ.BRACEMINOR RUST / CORROSION@ SOUTH FACE OF COL.UNDER BLISTERED COATINGMINOR RUST / CORROSIONSPOTS @ TRUSS CONN.BRACKET & BOLTHARDWARE @ T.O. COL.MK. B.7-10.3-T2-4SMK. B.7-10.3-T2-3NMK. B.7-10.3-T2-1SRUST / CORROSION @T.O. HORZ. BM.& COL. INTERSECT(SIM.)[REF. NOTE 5]MK. B.9-10.3-T2-4SMK. B.9-10.3-T2-2NMINOR RUST / CORROSION@ T.O. HORZ. BM. UNDERBLISTERED COATINGREF. DETAIL 4-S1.10(SIM.)REF. DETAIL 4-S1.10(SIM.)MK. B.9-10.3-T2-2SMK. B.9-10.3-T2-1NRUST / CORROSION @T.O. HORZ. BM. & COL.INTERSECT UNDERBLISTERED COATINGREF. DETAIL 4-S1.11(SIM.)[REF. NOTE 5]X2NOTES CTD. ...9. " " SYMBOL ON DRAWING INDICATES MARK NO. FOR BASE PLATE REPAIRS. REFERENCEDRAWING S-1.09 "KEY NOTES - COLUMN BASE PLATE REPAIRS" AND APPLICABLE SECTIONS& DETAILS AS REQUIRED.10. REFERENCE DWG. S0.00 FOR ADDITIONAL GENERAL NOTES, MATERIAL SPECIFICATIONS & REQUIREMENTS, DESIGN CRITERIA AND LEGEND.2ESTIMATED BILL OF MATERIALS ... S1.13ITEM #01COMPONENTNOTESQTY.DESCRIPTIONBENT PLATE0'-9"x4"x14" x 412"FILLET WELD316" EFF. THROATFLARE BEVEL WELDFILLET WELDPARTIAL PEN.0'-658"x658"x38" x 312"BENT PLATE4022516" EFF. THROAT135"50"20"030405 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 LONG CENTER NATATORIUM 1501 N BELCHER RD, CLEARWATER, FL 33765 HVAC DESIGN REPORT DECEMBER 12, 2023 1.0 Purpose The existing Long Center Natatorium is in need of a renovation. The existing HVAC systems have surpassed their life span and are not operating properly. Recurring condensation on the interior of the glass walls is corroding the exterior wall steel frame structure. The Owner, the City of Clearwater, is considering two renovation options: Option 1: Remove the existing window glass, rehab the existing steel frame structure, build a new thermally-broke glass curtain wall structure on the exterior side of the existing steel frame, and provide all new HVAC systems. Option 2: Remove the existing window glass, rehab the existing steel frame structure, build new solid exterior walls with reduced glass area on the exterior side of the existing steel frame, and provide all new HVAC systems. Emerald Engineering, Inc. has been commissioned by Wannemacher Jensen Architects, Inc. to provide a preliminary HVAC design and run an energy model for both options. This information will then be used in a life cycle cost analysis to determine which option is the most economical over the anticipated life span of the building. This report documents our analysis and findings. 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 2.0 Option 1 HVAC Design Below is a brief rendering of the architectural design for Option 1. Please refer to Wannemacher Jensen Architect’s reports and drawings for more information. We understand the new glass curtain wall structure will be completely thermally-broke from the existing steel structure, so that the outside temperature will not transfer to the inside steel and cause condensation (and eventually corrosion of the steel). The new glass values are Winter U-Value 0.24, Summer U- value 0.20, and Solar Heat Gain Coefficient 0.22. The following are our HVAC design considerations: • Large pool is kept at 80 degrees F • Small pool is kept at 90 degrees F • Interior design temperature of 82 degrees F (two degrees above large pool temperature) • Interior design humidity of 55% RH • Provide a minimum of 6 air changes per hour (ACH) • 400 people in the pool area • Additional 100 people in the spectator area According to our HVAC load calculations, Option 1 will require two roof mounted de-humidifiers (approximately 70 tons each, 35,000 CFM of supply air each, and 19,000 CFM of outside air each) and two supply fan recirculating units (20,000 CFM each). The supply fan units do not contain cooling or heating elements; they are only used to provide the additional recirculation of air to achieve 6 ACH. Refer to Appendix A for cut sheets and schedules of these four HVAC systems. 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 All four HVAC systems shall be mounted on the roof of the natatorium on a steel structure that is isolated to restrict transfer of vibration and noise from the units to the building. Main ductwork shall be roof mounted and drop down into the natatorium. Interior ductwork wrapping around the perimeter of the pool shall be exposed ductsox, to avoid corrosion. Refer to Appendix B for a sketch of the HVAC system layout. The equipment budget for the HVAC system is $1.3 million. This only includes the equipment and not installation, ductwork, piping, controls, etc. 3.0 Option 2 HVAC Design Above is an architectural rendering of Option 2 provided by Wannemacher Jensen Architects. See their documentation for more information. The exterior glass area has been reduced. We have modeled this Option 2 building in our HVAC load calculation software and determined that it will not reduce the HVAC equipment sizes from Option 1. The tonnage of the equipment is based largely on the pool’s latent heat load (moisture removal load) and air exchanges. Both of those are the same in Option 1 and Option 2. A reduction of the exterior glass only reduces the sensible load (radiated heat load), and not by enough to reduce the overall tonnage of the equipment. The glass being specified has excellent insulation performance. Therefore the HVAC systems for Option 2 match that of Option 1. Please refer to Appendix A for cut sheets and schedules of the four HVAC systems and Appendix B for a sketch of the HVAC system layout. The equipment budget for the Option 2 HVAC systems is $1.3 million. This only includes the equipment and not installation, ductwork, piping, controls, etc. 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 4.0 Energy Model Results Separate energy models were completed for Option 1 and Option 2 using the same HVAC system, but different architectural building designs (the reduction in exterior glass). Refer to Appendix C for Option 1 and Appendix D for Option 2. The comparison shows that the HVAC system in Option 2 used about 15% less energy than the HVAC system in Option 1 over the course of a year. This equates to about $20,000 per year in energy cost savings. It should be noted that these energy models include many assumptions, such as a blended energy rate, operating hours, lighting load, occupancy, etc. They also do not include plug loads (such as receptacles, computers, etc.), pool equipment loads (pumps, pool lights, etc.), or any other portion of the building except for the natatorium. Therefore, these energy costs cannot be compared to current energy bills or be used to predict future energy bills. The energy models have been constructed solely to determine the difference in energy consumption due to the difference in glass areas between the two options. Please feel free to call me if you have any questions. Sincerely, Michael Costello, PE Director of Mechanical Division 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 APPENDIX A Submittal 33279 u64699 [20231024] [13.37].pdf60 65707590% RH80% RH70% RH60% R H 5 0 % R H 4 0% R H 3 0 % R H 20% RH 10% RH 140 130 120 110 100 90 80 70 60 50 40 30 20 10 02728293031333435363738394ENTHALPY AT SATURATIONGRAINS OF MOISTURE PER POUND OF DRY AIR10510095908580757065605550 14.0 CU. FT.13.5 CU. FT.13.0 CU. FT.21222324252632DRY BULB °F SELECTAIRE PLUS™ SERIES DEHUMIDIFIERS Water Parks School Aquatic Facilities Natatoriums Desert Aire’s patent pending SelectAire Plus™ (SP Series) dehumidification systems offer you complete humidity control solutions for large indoor pool applications and water parks. Building on our years of design, manufacture and applications expertise of natatorium-specific equipment, Desert Aire developed the SelectAire Plus™ Series to provide industry leading performance, efficiency and value. The SelectAire Plus™ Series incorporates the original SelectAire™ System energy recovery technology and adds features for applications that require the superior cabinetry, state-of-the-art fan design and next-generation control features for enhanced setup and serviceability. Best of all, an industry exclusive wrap-around heat pipe enhances the moisture removal capacity and efficiency of SelectAire Plus™ Series dehumidifiers, getting more work out of less energy throughout the year. MAJOR FEATURES AND BENEFITS • Unique dual circuit design with enhanced dehumidification section and a separate enhanced cooling and energy recovery section is an industry- leading exclusive • SelectAire Energy Recovery recovers more exhaust air energy than any other technology • Automated control of ventilation air and exhaust air protects the occupants and the building • Direct Expansion Technology with scroll compressors provides more dehumidification and higher energy efficiency than units with secondary glycol loops • New optional air-cooled packaged and integrated gas heating solutions simplify installations • Backward inclined airfoil plenum fans for both supply and exhaust are matched to the specific airflow and static pressure requested for the highest efficiency. All fans include electronically commutated (EC) motors or AC motors with variable speed drives in a fan-wall configuration OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY Next Generation Latent Enhancement Systems for Large Natatoriums & Water Parks Next Generation Latent Enhancement Systems for Large Natatoriums & Water Parks Submittal 33279 u64699 [20231024] [13.37].pdf DEHUMIDIFICATION OPTIONS • 2” double-wall injected foam cabinet with hinged access doors ensure sealing even against high static pressure and provides excellent serviceability • Single piece designs for large units and sectioned system options make installation simple – indoors or out ENHANCED LATENT DESIGN SelectAire Plus™ Series uses a unique dual-circuit design to maximize the dehu- midification capacity. A wrap-around heat pipe on one of the circuits enhances the moisture removal capabilities of the evaporator coil. The nature of the wrap- around heat pipe also tempers the air as it leaves the coil. This provides a more neutral leaving air condition and minimizes temperature fluctuations and drafts in the poolroom. When warm air passes over the heat pipe assembly, the refrigerant within the heat pipe vaporizes, carrying heat to the second section of heat pipe assembly placed downstream. Because some heat has been removed from the air before encountering the evaporator coil, the incoming air stream section is called the pre-cool heat pipe. Air entering the evaporator coil is assisted to a lower temperature, therefore coming closer to saturation and resulting in greater condensate removal by the coil. The “over-cooled” air is then reheated to a desirable temperature by the reheat heat pipe section, using the heat transferred from the pre-cool heat pipe. This entire process of pre-cool and reheat is accomplished with very little additional energy use. Figure 1 - SelectAire Plus™ Series unique enhanced latent design with heat pipe assembly When there is a call for cooling only or a call for more cooling than the dehumidi- fication-enhanced circuit is providing while operational, the cooling circuit is enabled. The operation of the circuit is further enhanced through the use of refrigeration suction pressure controls and airflow monitoring. As moisture load is reduced in the space, airflow is increased even further until the space is cooled to the setpoint. When cooling is enabled the heat absorbed when cooling the air is rejected to the pool water circuit or an auxiliary heat sink such as a condenser located outdoors. Even the relative capacity of the individual circuits has been thoughtfully designed. Extensive field research has shown that the vast majority of poolrooms require more total dehumidification capacity than sensible cooling capacity. SelectAire Plus™ Series circuit sizes have been specifically developed to ensure that the sensible cooling load on a design day is addressed, yet efficiency is extremely high. When heating is required the SelectAire Plus™ System shifts dampers to reroute the air through this sensible cooling coil before exhausting it. The refrigeration system also re-routes the hot gas from the compressor so that it is rejected into the supply air. In this way, a significant amount of energy is recovered from the exhaust air. Desert Aire’s use of this “heat-pump” technique has no equal in the industry. Where other passive-type recovery devices including run-around glycol loops and exhaust air heat pipes have significantly reduced capacity at part-load heating conditions, the SelectAire Plus™ System has a constant capacity. This system also recovers much more heat as the energy in the exhaust air, in the form of moisture, is converted to pure air heat energy. INTEGRATED AND AUTOMATED VENTILATION AND EXHAUST AIR Ventilation air is critical for occupant comfort and safety. Also, maintaining negative static pressure relative to outdoors and adjacent spaces is a critical issue for the longevity of the structure. The standard outdoor air and exhaust air in the SelectAire Plus™ System has self balancing and monitoring capability. The design of the SelectAire Plus™ System helps to automate setup by directly monitoring the outdoor airflow rate and poolroom static pressure. Up to five modes of outdoor airflow rates can be programmed and controlled: Unoccupied; Occupied; Event; Alarm; and, Purge. The static pressure in the space is automatically controlled when modes are switched. The improved efficiency of this section is extremely important since most pools are inactive for a majority of their operating hours. This means only half of the capacity of the dehumidifier needs to be used. In addition cold, dry winter air also reduces the moisture loads of occupied active pools during much of the year. Thus a dehumidifier that maximizes its moisture removal efficiency for the majority of operating hours will yield the lowest operating cost system. This circuit on the SelectAire Plus™ Series will be approximately 25% more efficient than a conventional natatorium dehumidifier without this technology. COOLING AND ENERGY RECOVERY In addition to the enhanced moisture removal circuit, the SelectAire Plus™ Series features a second circuit optimized for cooling the air and recovering energy from the exhaust air. This circuit has a higher velocity over the cooling coil than the dehumidification enhanced circuit.Figure 2 - Negative static pressure in the poolroom Submittal 33279 u64699 [20231024] [13.37].pdf Static pressure, outdoor airflow and exhaust flow are directly read by personnel at the user interface. This helps to ensure that setup is done properly and with minimal effort. FANS The SelectAire Plus™ fans are custom designed for the application. Automated selection software evaluates available fan and motor systems for each application to optimize cost and efficiency. All fans modulate and are automatically controlled to ensure that correct flow rates are maintained through each component, regardless of filter loading or mode changes. All fans include high-performance backwards-inclined airfoil blades. Electronically commutated (EC) external-rotor motors or direct drive NEMA Premium efficient motors with variable speed drives are used in a fan-wall configuration. CABINET The cabinet is constructed of a 2” double wall panel with superior insulating prop- erties and fabricated to withstand pool room corrosive environments. Exterior pan- els are galvannealed steel with powder coating and G90 galvanized with architectural paint treatment. Interior cabinet panels are G90 galvanized steel. The cabinet has double-bypass seals on all doors for superior weather resistance and tight sealing against high static pressures. Service doors are located at all regular maintenance and inspection points. Major mechanical components are located out of the airstream for accessibility. This also ensures that any high humidity or corrosive indoor air does not affect operation or longevity. Indoor units contain a mechanical section for major components that is outside of the airstream. Lights and service outlet for this area are standard and can be powered by a 120 VAC 15A circuit supplied by the field. OPERATION Desert Aire’s indoor pool dehumidifier systems are flexible in their design options. This modular concept allows each system to be customized for specific dehumid- ification applications. Each module type is described below. REHEAT ONLY... This is the basic option which removes moisture from the air at the evaporator coil and reheats it before returning to the space as dehumidified air. REHEAT & WATER ... In addition to the reheat coil, a water-condensing coil is added to the refrigeration circuit. Either condenser can become the primary heat sink allowing the circuit’s latent and sensible heat to be directed to a water source or returned to the air. REHEAT & AIR REMOTE CONDENSER READY... This option offers a reheat coil and an air cooled remote condenser connection. REHEAT & WATER & AIR COOLED REMOTE CONDENSER READY...This is the combination of all heat sink options. The combination is used when only a partial water heatsink is available but full capacity dehumidification is required continu- ously, regardless of season. This is typical for large natatoriums and water parks. CONTROLS & MODES OF OPERATION Each circuit is controlled by the integral microprocessor based controller. This control system includes an easy-to read user interface. A Remote Display Terminal (RDT) may be ordered separately for remote mounting. The use of basic control and staging sequences provides great flexibility in optimizing dehumidification and energy recovery capacity. The system features control of all dehumidification functions including auxiliary heating, occupancy schedules and ventilation air. The control system also provides diagnostic readouts and alarms. Optional communication cards are offered that allow the system controller to be connected to a building automation system. Communication is offered for BACnet™ MS/TP, BACnet™ Ethernet™, LonWorks® and Modbus®. The system automatically controls the selection of the compressor set that should be operational. This depends on the internal loads such as humidity and temperature. With completely separate exhaust and ventilation air streams, the SelectAire Plus™ Series and its integrated dampers will provide the correct solution to the ever changing demands of natatorium internal space conditions. In the dehumidification mode the system will capture the high energy content of the exhaust air and return this energy back to the air or pool water at an industry- leading coefficient of performance (COP) approaching 5. This helps to minimize the amount of new energy required to make up the ventilation load’s heating requirement. Figure 3 - Dehumidification in Energy Recovery Mode Submittal 33279 u64699 [20231024] [13.37].pdf 435 2019/11 Many conventional dehumidifiers exhaust the air after the evaporator coil for construction convenience. The SelectAire Plus ™ System strategically configures its airflow arrangement to “Select” where the exhaust air is coming from. In the cooling mode the higher enthalpy return air is exhausted before the evaporator coil thus maintaining all of the cooling performed by the evaporator and delivering this cool air to the space. In the heating mode the energy of the high enthalpy containing return air is recovered by the evaporator coil and the cool air is exhausted after the coil. Refer to Desert Aire’s Technical Bulletin 6 – SelectAire Heat Recovery System, for more details. FILTERS • Return Air: 4” MERV 8, pleated filters • Outdoor Air: 4” MERV 8, pleated filters ELECTRICAL SERVICE • Hinged electrical panel with separate sections for high and low voltage components •Single point power connection for all units CONTROLS • Duct or wall mount temperature and humidity sensors • Integrated Display with an optional remote display terminal • BAS communication options • Built in time clock for standalone operation • Alarm Retention COIL COATING • Coil ElectroFin E-Coat to resist chemicals and corrosion AUXILIARY HEAT OPTIONS • Hot water coil supplied downstream from hot gas reheat coil • Steam coil supplied downstream from hot gas reheat coil • Electric SCR heat supplied downstream from hot gas reheat coil • Gas heater supplied downstream of blowers • Control outputs for field supplied auxiliary heating devices INSTALLATION LOCATION • Indoor • Outdoor • Rooftop CONDENSER (Choose per circuit) (All circuits reject the full THR - Total Heat of Rejection) • Packaged air-cooled condenser (outdoor units only) • Split air-cooled remote condenser • Water condenser for water loops or fluid cooler POOL WATER HEAT • Coaxial heat exchanger for recovery of heat to pool water WARRANTY • 2-year parts warranty • ElectroFin Coated coils include 5-year parts warranty STANDARD SP SERIES REFRIGERATION DESIGN FEATURES •Dual, independent refrigeration circuits operate independently or simultaneously •Heavy-duty scroll compressors located in a separate vestibule •Maximum of 38” coil height maximizes moisture removal • Sloped, stainless steel drain pan for each circuit • Minimum of 8” separation between evaporator and condenser coils prevents re-evaporation • One circuit is designed for maximized latent removal using a wrap-around heat pipe • One circuit is designed for sensible cooling and energy recovery R-410A refrigerant CABINET AND CONSTRUCTION • Base rails and supports constructed of 12-gauge galvanized steel channels •Interior is constructed of G90 galvanized steel BLOWER • Backward-inclined airfoil plenum fans •Electronically commutated (EC) or direct drive motors • All fans arranged in a fan array Figure 4 - Dehumidification in Cooling Mode OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.37].pdf AUXILIARY ELECTRIC HEAT ELECTRIC HEATOPTIONAL AUXILIARY ELECTRIC HEATING OPTIONS Desert Aire provides auxiliary electric heating options for the SelectAire Plus™ Series that are sized to meet the winter heatingrequirements of the outside air. These heating elements are utilized when the air temperature in the zone drops below the customer set point. Desert Aire sizes the heating elements to precisely match the load requirement of the system. The heaters are automatically controlled by the units microprocessor to maintain zone temperature. An SCR controller is used for the electric heat option to vary the heat output. Design Specifications The following list highlights the noteworthy features of the SelectAire Plus™ Series electric heaters: • System Single Point Power to Dehumidifier • NiCr 60 Corrosion-Resistant Element • Welded Construction Using 20 MSG Galvanized Steel • Automatic Reset High Temperature Limit Safety Switch • Manual Reset High Maximum Temperature Limit Safety Switch • Air Flow Pressure Switch • Fusing as Required for Each 48 Amp Circuit • Fused Circuits per N.E.C., UL, and CSA • SCR modulation Figure 1 - Detail of Electric Heating Element for SelectAire Plus™ Series Unit 435-e 2019/01 OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.37].pdf AUXILIARY HOT WATER HEAT HOT WATER HEAT OPTIONAL HOT WATER HEATING OPTIONS Desert Aire provides auxiliary heating options for its SelectAire Plus™ Series product line that are sized to meet the winter heating requirements of the space. These heating elements are utilized when the air temperature in the zone drops below the customer set point. Desert Aire sizes the heating elements to precisely match the load requirement of the system. The heaters are automatically controlled by the unit’s microprocessor to maintain an exact leaving airtemperature. A customer supplied hot water control valve is modulated from the controller with a 0 to 10 VDC direct acting signal. Please refer to figure 1 for a typical installation. HWC Design Inputs The coil is selected for each customer’s particular application based on the following criteria: · Entering water temperature (EWT), typically between 140° F and 180° F · Leaving water temperature (LWT), typically 20 degrees less than the EWT · Customer specified capacity required (MBH) · Entering air temperature (EAT), (the mix temperature of outdoor air at winter design with return air) · Specify fluid pressure drop maximum · Type and concentration of glycol used, if applicable For freeze protection Desert Aire uses a capillary type temperature sensor which is attached across the downstream face of the coil. Freezestat is set at 38 deg F with an auto reset switch. If engaged the unit controls would respond by closing the outdoor air damper, wait 5 minutes and if not reset, de-energize the fan, open the hot water coil valve 100%, and log the alarm on the controller. To size the control valve, please provide a qualified vendor the watertemperature, flow rate (gpm) and the requirement for a 0 to 10VDC signal and they will select the appropriatevalve to purchase. Desert Aire offers HW valve/actuators as an option. Please consult with your Desert Aire sales representative if you wish for Desert Aire to supply this component. Optional ElectroFin coil coating for pool environments is available.Figure 1 - Hot Water Piping Detail 435-f 2019/01 OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.37].pdf ELECTROFIN®E-COAT COIL COATING CORROSION RESISTANT COILSElectroFin®E-coat Coil Coating Desert Aire has partnered with Luvata ElectorFin for its coil coating because of its superior performance in eliminating corrosion and fin deterioration in the pool and coastal climate applications. ElectroFin®E-coat is a water-based, flexible epoxy polymer coating process engineered specifically for HVAC/R heat transfer coils. ElectroFin®uses a PPG POWERCRON®e-coat formulation specifically designed to provide excellent edge coverage of fins with a unique polymer that controls the flow characteristics of the coating. Benefits of ElectroFin’s factory-applied electrocoating process: • The only process that can guarantee 100% coil coverage without bridging, including enhanced fin designs • Excellent corrosion and UV resistance make it suitable for pool room and coastal environments Electrocoating is the process by which a metallic work piece (coil) is submerged in a paint / water bath where electricity is used to deposit paint onto it. Corrosion Resistance In the electrocoating process, the coil assembly acts in the same way as a magnet. The coating molecules are electrically attracted to the metallic coil surfaces, meaning the entire coil is completely and uniformly coated. When we mention the entire coil we are talking about the coil fins, end plates, copper tubing and copper return bends. In other words, the coating covers the entire coil assembly. The result is a finish which provides excellent resistance to pool chemical, coastal marine (salt-air), industrial and urban environments. When properly maintained, you can expect ElectroFin®e-coated coils to provide protection for years. Desert Aire provides a 5-year coil parts warranty as evidence of its superior protection. Resistance to UV Degradation When coils are to be subjected to ultraviolet exposure such as the remote condenser, they receive a spray-applied, UV-resistant urethane mastic topcoat. As a result, UV degradation of the epoxy e-coat polymer molecules is eliminated and the film integrity is maintained. This is offered as an option for our RC Series condensers. Figure 1 - ElectroFin®E-coat Process Submittal 33279 u64699 [20231024] [13.37].pdf CORROSION RESISTANT COILSProven Effective The electro-deposition process is the most automatic, controllable, and efficient method for applying a corrosion inhibiting coating to a metallic work piece. The process dictates that all metal surfaces are coated in an even, uniform finish. All coil surfaces reach an average e-coat dry film thickness of 1 mil (0.001”). It meets the 5B rating cross-hatch adhesion per ASTM B3359-93. Corrosion durability is confirmed through testing to no less than 5,000 hours salt spray resistance per ASTM B117-90 using scribed aluminum test coupons. Comparison to Fin Stock Coatings Not all coil coatings are the same. Many dehumidifier companies use a fin stock coating that is applied to the aluminum stock before the coil is manufactured. This means the edges of the fin, the copper tubes and the steel header remain uncoated. Figure 2 - Photo of a coated coil 435-j 2019/01 Figure 3 - Photo of a uncoated coil OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.37].pdf AUXILIARY GAS HEATING OPTION AUXILIARY GAS HEATOPTIONAL GAS HEATING MODULE Desert Aire provides auxiliary heating options for its SelectAire Plus™ Series product line that are available in several capacities to meet the winter specified heating requirements of the space. These heating elements are utilized when the air temperature in the space drops below the customer set point. Desert Aire sizes the heating elements to precisely match the load requirement of the system. The heaters are automatically controlled by the unit’s microprocessor to maintain an exact leaving air temperature. Desert Aire controls the heater output with a 0-10VDC control signal from the dehumidifier’s operating controller. Desert Aire combines different burner sizes to precisely match the load of the system. This may be in a single heater module or in multiple modules. A modulating gas valve is automatically controlled by the unit’s microprocessor to maintain an exact leaving air temperature. If multiple burner sets are utilized, then a venier sequence is used where the base burner is modulated and the others are staged. The system’s overall turn down ratio is a function of the number of heating modules and is summarized in the table below: Output Capacity (MBH) 640 800 960 1,280 1,600 1,920 Input Capacity (MBH) 800 1,000 1,200 1,600 2,000 2,400 Gas Module Qty. 2 2 2 4 4 4 Gas Connection One 2” NPT One 2” NPT One 2” NPT Two 2” NPT Two 2” NPT Two 2” NPT Effective Turndown Ratio 10 to 1 10 to 1 10 to 1 20 to 1 20 to 1 20 to 1 Figure 1 - Detail of Gas Heat Compartment on SelectAire Plus™ Series Unit Submittal 33279 u64699 [20231024] [13.37].pdf 435-k 2019/01 The gas module shall provide a minimum combustion efficiency of 80%, and listed for operation downstream of refrigeration or cooling system, and provide means for removal of condensate that occurs in the heat exchanger during cooling operation. They are listed for outdoor installation without the need for additional power ventilation. Heat exchanger shall be tubular in design and constructed of Type 304L stainless steel and employ (integral formed dimple restric- tors, formed turbulators) and provide for an unobstructed drainage path for condensate and provide a positive pitch to promote drainage. Additionally the gas module shall employ: • Patented inshot gas burners, with integral carryovers, capable of operation at 5:1 turndown with modulating controls • A combustion blower to provide for positive venting of flue gases • Pressure switch to prove air supply for combustion • Direct spark ignition of gas burners with remote flame sensor to prove carryover across all burners • An automatic reset type high limit switch to limit maximum outlet air temperature to less than 250° F • Manual reset flame rollout switch • Listed Combination Gas Valve incorporating redundant safety shut-off valve, manual shut-off , and gas regulator which regulates gas pressure to burner supply manifold. • Direct Spark ignition control design certified by a Recognized National Testing Laboratory and incorporating a LED diagnostic light and alarm capable contact The completed heater assembly shall be factory fire tested prior to shipment. Figure 2 - Detail of Gas Heat Burner Assembly AUXILIARY GAS HEATOPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.37].pdf SMART INTEGRATION OF EXHAUST AIR CHLORAMINE SENSORExhaust Air Integration - Duct Mount Desert Aire’s SelectAire Plus™ natatorium dehumidifier can vary the volume of outside air and exhaust air based on the level of contaminants within the pool room. The key to this integration is the use of a Volatile Organic Compounds (VOC) sensing element that can detect when interior levels of chemicals are present such as chloramines. This provides a similar methodology as the use of CO2 sensors in general ventilation applications for the pool environment. Now there is the ability to optimize the volume of exhaust air required with the energy cost of doing so and insure a suitable pool environment for the occupants. The VOC duct sensor samples duct air using an aspiration tube. Moving air from the duct enters the tube, is forced into the enclosure and exits through the other half of the tube. As long as there is air movement in the duct, air is continuously exchanged. Sensor Specifications Power: 15 to 35 VDC @ 50 mA Power Sensing Element: VOCs: Micro-machined Metal Oxide Quick Response Sensor through Aspiration Tube Analog Outputs: 0 to 10VDC, (>10KΩ impedance) VOC Contaminants: 0 to 2,000 PPM CO2 Equivalent VOC Detection Range: 0 to 100% Response Time: Less Than 60 Seconds Start-Up Time: 15 minutes Operating Environment: 32 to 122°F (0 to 50°C) 0 to 95%RH non-condensing Dimension: 4.91”H x 3.21”W x 1.20”D (124.6 x 81.5 x 30.5 mm) Enclosure Rating: NEMA 4 Enclosure Material: Polycarbonate, UL94 V-O VOC Duct Sensor Certifications: RoHS Warranty Period: Two years from manufacture date Figure 1 - Duct Mounted VOC Sensor Figure 2 - Duct Sensor Dimensions 4.11” Providing Peace of Mind to Your Pool Room Submittal 33279 u64699 [20231024] [13.37].pdf SMART INTEGRATION OF EXHAUST AIR CHLORAMINE SENSORExhaust Air Integration - Wall Mount Desert Aire’s SelectAire Plus™ natatorium dehumidifier can vary the volume of outside air and exhaust air based on the level of contaminants within the pool room. The key to this integration is the use of a Volatile Organic Compounds (VOC) sensing element that can detect when interior levels of chemicals are present such as chloramines. This provides a similar methodology as the use of CO2 sensors in general ventilation applications for the pool environment. Now there is the ability to optimize the volume of exhaust air required with the energy cost of doing so and insure a suitable pool environment for the occupants. Sensor Specifications Power: 15 to 35 VDC @ 50 mA Power Sensing Element: VOCs: Micro-machined Metal Oxide Analog Outputs: 0 to 10VDC, (>10KΩ impedance) VOC Contaminants: 0 to 2,000 PPM CO2 Equivalent VOC Detection Range: 0 to 100% Response Time: Less Than 2 Minutes Start-Up Time: 15 minutes Operating Environment: 32 to 122°F (0 to 50°C) 0 to 95%RH non-condensing Dimension: 4.50”H x 2.86”W x 1.06”D (114.3 x 72.7 x 26.9 mm) Enclosure Material: ABS Plastic, UL94 V-O Certifications: RoHS Warranty Period: Two years from manufacture date Figure 1 - Wall Mounted VOC Sensor Figure 2 - Wall Sensor Dimensions 435-s 2018/02 2.86”(72.7mm) 1.06”(26.9mm) 4.50”(114.3mm) ClosedCell Foam OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.37].pdf Advanced SelectAire Plus™ Microprocessor Controller D ESCRIPTION ADVANCED COMMUNICATIONS CAPABILITIES EASY INSTALLATION AND OPERATION CONTINUOUS MONITORING F EATURES O RDERING CODE CM3560 Series Controller for SP Dehumidifiers All trademarks hereby referenced are the property of their respective owners. CM3560 Controller Used on SP Series Dehumidifiers CM3560 Series Optional Remote Display Terminal (RDT) Wall Mount Temperature & Humidity Sensor Integral Return Temperature & Humidity Sensor Accessories CA3560-WALL - Optional Wall Mount Sensor CA3560-OD - Optional Remote Display Terminal •Standard integral return air sensor for control •Optional wall mounted sensor •LCD interface terminal in control panel •Optional remote display terminal (RDT) •Built-in cloud based remote monitoring The CM3560 controllers are uniquely programmed for each Desert Aire application providing energy efficient moisture removal and precise temper- ature & humidity control. The CM3560 controller offers an easy interface with building management systems (BMS) with on-board or pre-configured gateway modules. Modbus RTU and TCP/IP are standard. BACnet®MS/TP and BACnet®Ethernet are onboard and can be activated with optional licences. A LonTalk gateway is available that can connect a LonWorks system to the controls. A user interface to the CM3560 is supplied on each unit. This backlit LCD display provides easy to navigate screens for setpoint adjustment and unit monitoring. The optional remote display terminal can be connected to the controller and mounted at a more convenient location for user interface. S YSTEM DISPLAY OPTIONS The CM3560 controller is matched to SelectAire Plus™ Series systems based on the number of inputs and outputs; and by taking into account the accessibility of the controller and its user interface. Submittal 33279 u64699 [20231024] [13.37].pdf The SelectAire Plus™ Series uses the CM3560 controller with an integrated local display. The controller with local display is installed in the system electrical enclosure. All Inputs and Outputs along with alarm history can be viewed from the user interface to aid in unit or system diagnostics. When an integrated display and remote display terminal are connected to a controller, both display devices are fully functional. B MS COMMUNICATION LonWorks®- Echelon’s LonWorks®is a solution of control in industry, offices, homes and transport. The electric standard supported is FTT10. The SP dehumidifiers need to be configured with a gateway at the time of order for LonWorks®communication. Modbus®- One of the most widely used protocols. The system supports Modbus Slave, RTU mode; communications standard RS485 without licenses or activation. Additionally supports Modbus TCP/IP as standard. BACnet®MS/TP and BACnet®Ethernet- Based on EIA-485 and Ethernet standards. Ports are available for both BACnet MSTP and Ethernet as standard equipment, but licenses are required to be purchased at the time of order. Connection is possible through the following networks: •SNMP v1, v2, v3 networks •BACnet®, Ethernet, BACnet®/IP networks, BACnet®MS/TP •LAN or Internet B MS COMMUNICATION - DETAILS BACnet®MS/TP If the system was purchased with the BACnet MS/TP option, the BACnet Device Instance and Station Address will need to be set before connection to the control network. This is because the Station Address is set to 0 as a default, and will conflict with any device on the control network already set to 0. Defining the station address prior to system shipment will allow Desert Aire to correctly set the address. If the value is not known prior to shipment, then the contractor must alter these default settings during system commissioning. A software utility program will need to be used, allowing access to these settings. For more information, refer to the controller manual shipped with the dehu- midifier. Download the system BACnet Point List from the Desert Aire website (www.desert-aire.com). BACnet®Ethernet If the system was purchased with the BACnet®Ethernet option, the licenses have been activated in the controller and the Ethernet port 342 2019/05 CM3560 Controller for SP Dehumidifiers (cont.) can be used for connection to the BACnet network immediately.For the correct operation of the Ethernet network, a number of basic parameters need to be set, such as the IP address and Netmask. Each device connected to an Ethernet network must have a unique IP address. The Ethernet port on the controller is set for DHCP. Therefore, in a network served by a DHCP server, the controller will automatically acquire the necessary parameters without requiring configuration. In the case of a network without DHCP, these parameters need to be configured manually. For more information, refer to the controller manual shipped with the dehumidifier. Download the SYSTEM BACnet Ethernet Point List from the Desert Aire website (www.desert-aire.com). LonWorks® If the system was purchased with the LonWorks option, the unit will contain a gateway that allows for communication to the LonWorks network. Documentation, including points list and connection information will be included with the dehumidifier. Modbus® If the Modbus network is to be used, the network address needs to be set in the controller for proper communication operation. If Modbus®RTU is used, a baud rate must also be specified. Refer to the system controller manual for address and baud rate setting instructions. For more information, refer to the controller manual shipped with the dehumidifier. Download the Modbus® Point List from the Desert Aire website (www.desert-aire.com). AireGuard™ Remote Monitoring Tool The SP Series controller is equipped with an Ethernet connection to the internet. The owner must provide the Ethernet cable connection from their network router to the controller in order for data to transmit to a secure cloud storage location. A 2-year AireGuard™ subscription is included with systems shipped with this controller. For those users with more than one dehumidifier, this configuration can act as their local building management system where all of the units are available with the same login credentials. All that is required is an Ethernet cable to be connected between your network router with internet access and the AireGuard™interface located on the controller. The connection communicates without opening additional ports in the systems firewall or requiring a virtual private network. Please refer to the AireGuard™ brochure for additional details. OPTIMIZING SOLUTIONS THROUGH SUPERIOR DEHUMIDIFICATION TECHNOLOGY N120 W18485 Friestadt Road, Germantown, WI 53022 sales@desert-aire.com Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Sequence of Operation (SP) 202111 SEQUENCE OF OPERATION Supply Blower Runs Continuously. CIRCUIT HEAT SINK CONFIGURATION: Compressor Starts On a Call for dehumidification and or cooling. The system has two configurable circuits as follows: Circuit “A” Priority: Packaged Condenser Circuit “B” Priority: Packaged Condenser Dehumidification First Stage: Circuit “A” starts and runs in respective order listed in the “Circuit Heat Sink Configuration Section”. Second Stage: Circuit “B” starts and runs in respective order listed in the “Circuit Heat Sink Configuration Section”. Cooling First Stage: The exhaust damper before the evaporator coils opens. Circuit “A” will start and operate with the air reheat off reject its heat to following condenser(s), in respective order, listed in the “Circuit Heat Sink Configuration Section”. Second Stage: Circuit “B” will start and operate with the air reheat off reject its heat to following condenser(s), in respective order, listed in the “Circuit Heat Sink Configuration Section”. Air Heating Occupied Times: First Stage: The cold air exhaust damper (damper after evaporator) will open to maximize heating capacity. Circuit “A” will start and operate in the air reheat mode. Second Stage: The auxiliary heater is activated by a 0-10 VDC control signal from the dehumidifier. Unoccupied Times: First Stage: The auxiliary heater is controlled by a 0-10VDC control signal from the dehumidifier. Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Sequence of Operation (SP) 202111 Pool Water Heating Circuit A An auxiliary pool/spa heater dry contactor will be closed, to activate the pool heater by others. Circuit B An auxiliary pool/spa heater dry contactor will be closed, to activate the pool heater by others. Exhaust and Outside Air The operation of the SelectAire Plus™ system’s exhaust fan is to maintain the negative pressure of the poolroom by controlling the exhaust fan motor speed using inputs from the differential pressure transducer input signal. The dehumidifier controls the flow rate of the outdoor air in each mode by measuring the pressure differential across the calibration plate in the intake section to vary the outside air damper. This provides a direct measure of outdoor air volume. The system provides five individual settings for outdoor air flow rates that are field programmable: Unoccupied – Controlled via time clock Occupied – Controlled via time clock Event – Controlled via time clock Max OA – Controlled via VOC sensor set point Purge – Controlled via contact closure EMERGENCY SYSTEM SHUTDOWN Terminal points are available for a binary contact closure by others to control unit shutdown by smoke detector or other similar device. An open contact in the 24 VAC circuit will deactivate motors, fans and compressors. Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Dehumidifier Specifications (SP) 202310 DEHUMIDIFIER SPECIFICATIONS Standard Unit Features Enclosure: 2” double wall panel with injected polyurethane foam rated at R13.5 Cabinet material o Exterior panels shall be galvannealed steel with powder coating or G90 galvanized with architectural paint treatment o Base rails and supports shall be 12-gauge G90 galvanized steel channels Hinged access doors shall allow easy access to internal components within each section o Doors shall be mounted with adjustable compression cam operated latches. o Double sealing bypass gaskets on frame and door The electrical control box and switch panel is enclosed in a separate compartment, complete with a hinged door Exterior Paint and Finish: Powder coat technique High yield polyester paint Meets 1,000 hour salt spray test Beige color Refrigerant: R-410A Compressors: Heavy-duty scroll-type Equipped with high- and low- pressure safety devices Externally vibration isolated Receiver: Sized for full-system refrigerant capacity up to 50’ line set Service ball valves included Evaporator Dehumidifier Coils: Aluminum fins Copper tubes, hydraulically expanded One circuited with a wrap-around heat pipe for optimized moisture removal Internal Air-Cooled Condenser (Reheat Coil): Aluminum fins Copper tubes, hydraulically expanded Coil is positioned with a minimum of 5” clearance from the DX coil to help prevent water re-evaporation Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Dehumidifier Specifications (SP) 202310 Ventilation and Exhaust Air: SelectAire Plus™ with Auto Balancing Control: The unit will include the SelectAire Plus™ Energy Recovery Ventilation Air and Exhaust Assembly with up to 50% of the supply air volume for ventilation air. Exact amount of ventilation and exhaust air is as listed on the specification schedule. The integral control system will maintain the correct proportions of return air, supply air, exhaust air and ventilation air. The system will monitor the static pressure difference at three locations; the ventilation air intake, evaporator coil and the zone vs ambient. By monitoring the pressure differential across the ventilation air orifice plate, the unit controller will modulate the ventilation air damper to ensure the correct amount of ventilation air during occupied times. The amount of ventilation air can be set through the unit controller. The system will monitor the pressure differential across the evaporator coil and will modulate the evaporator by-pass damper to ensure the proper amount of evaporator cfm; therefore, optimizing the moisture removal capacity of the system at all times. The system will monitor the pressure difference between the zone pressure and the ambient pressure once the initial field air balance has been completed and setup values entered into the controller. This will vary the exhaust fan volume via the fan motor speed to help guarantee the negative pressure within the space. The exhaust fan includes a velocity pressure measurement transducer that allows direct readout of the current exhaust fan flow rate and an adjustable maximum flow rate for each occupancy mode. SelectAire Plus™ Recovery System: The unit will be supplied with an integral fresh air/exhaust air heat recovery system for introduction of outside air, to comply with ASHRAE Ventilation Standards 62.1 and local health codes. The exhaust air can be exhausted either before or after the evaporator coil, providing the ability to extract energy from the return air if heating is required. The control decision will be determined by the controls heating and cooling set points. On a call for heating, it is desirable to extract as much heat as possible from the exhaust air. Energy is recovered from the exhaust air by first passing it through the circuit “A” evaporator coil in a cooling / heat pump operation. The cooled air is exhausted and the “Heat Pipe” energy plus the heat of rejection is returned to the air stream. The minimum COP of this operation is 4.0. On a call for cooling, warm return air from the space is exhausted before the evaporator coil when it is desirable to remove as much heat as possible from the building. The refrigeration system serves to dehumidify and/or air condition the return air from the space. Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Dehumidifier Specifications (SP) 202310 Exhaust will be provided with plenum fan(s) and motor(s) in direct drive arrangement on a frame independent of the unit base, properly sized for all exhaust modes listed in the unit schedule. The ventilation air is brought in through the integral plenum and mixed with the bypass airstream. The air shall be filtered by 4” extended surface type filters with a minimum MERV 8 rating. A motorized, proportional control damper assembly shall be used. The warm exhaust, cold exhaust, and ventilation air dampers each will be a motorized, proportional control type. In addition, a motorized, proportional damper assembly will be included to bypass the evaporator coils to ensure proper face velocity and system efficiency in all occupancy modes of operation. The controller will automatically adjust these dampers to maintain the specified flow rates (R/A, O/A and E/A) through the use of integral flow measurement devices. The SelectAire Plus™ heat recovery system will use the “heat pump” principle to recover energy on a call for heating by operating one of the dual refrigeration circuits in conjunction with exhaust air. The unit shall be supplied with an outdoor rain hood and bird screen. Electrical Control Panel: Easily accessible on one side Single point power connection to serve controls, fans, electric auxiliary heater (if provided) Rated in compliance with NEC® 110.10 and UL 1995 Control System: A digital control system using a 16 bit microprocessor Three (3) levels of password protection Easy-to-read display which indicates actual operating and set points The display will be remote mountable up to 1,640 feet from the unit Built-in occupancy timer Temperature Sensor: The unit includes a temperature sensor to be field installed on the wall Relative Humidity Sensor: The unit includes a relative humidity sensor to be field installed on the wall Airflow Switch: The dehumidifier is equipped with an airflow switch to prevent the compressors from starting or operating on loss of airflow. Refrigerant Pressure Transducers: Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Dehumidifier Specifications (SP) 202310 The dehumidifier shall have internal transducers for monitoring refrigerant pressures Condensate Drain Pan: 20-gauge stainless steel, sloped, and positioned under the dehumidifier coil Fitted with a minimum 1” MPT non-corrosive plastic drain connection Dampers and Damper Actuators: Dampers controlling outdoor air or separating the exhaust air from recirculating air to be low leakage thermally insulated galvanized airfoil blade dampers blades and frame. Control dampers for bypass air will be galvanized airfoil blades and frame. Linkage to consist of plated steel and axle with synthetic bearings. All damper actuators will be proportional control connected to unit microprocessor and positions adjusted automatically based on sequence of operation. All fasteners, brackets and shaft clamps will be plated steel. Supply Fan: Supply fan will either be a plenum fan array with direct drive EC motors or a single plenum airfoil fan with VFD controlled motor. All bearings are selected for a minimum of a L50 Lifetime of 100,000 hours All fans shall be dynamically and statically balanced Blower Discharge: The unit’s air discharge will be as shown on the drawing VFD Option: The fan housing shall be made of galvanized steel. The high performance impeller is manufactured in corrosion resistant steel, with backward curved, true airfoil shaped blades, welded into position. All wheels are coated with an anticorrosive primer and a final layer of synthetic paint. The driver pulley and the blower pulley will be made of cast iron. The motor sheave will be a variable pitch type to allow for field adjustment of CFM and external static. VFD controller located out of air stream to control motor's speed. Exhaust Fan: Exhaust fan will either be a plenum fan array with direct drive EC motors or a single plenum airfoil fan with VFD controlled motor. VFD Option: The fan housing shall be made of galvanized steel. The high performance impeller is manufactured in corrosion resistant steel, with backward curved, true airfoil shaped blades, welded into position. All wheels are coated with an anticorrosive primer and a final layer of synthetic paint. The driver pulley and the blower pulley will be made of cast iron. The motor sheave will be a variable pitch type to allow for field adjustment of CFM and external static. VFD controller located out of air stream to control motor's speed. Return Air Filters: Return air will have a 4”, pleated MERV 8 disposable filters Optional Return air filters are washable aluminum Outside air, when supplied with the Full OSA Assembly, will have a 2”, extended surface MERV 7 filters Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers Dehumidifier Specifications (SP) 202310 Approvals/Listings: The unit is labeled and listed by ETL or UL Selected Unit Options Unit Location: The unit shall be designed for outdoor (concrete slab or equipment rail) installation Disconnect: Not Selected Selected Refrigeration Options ElectroFin® E-Coating: All airside coils protected with ElectroFin® E-Coat. The Electro-deposition process applies a dry film thickness 0.6 to 1.2 mils which meets 6,000 hour salt spray test Packaged Condenser: The dehumidifier shall be equipped with an integral, full-size, air-cooled condenser to reject excess heat to the outside. The system shall be able to reject all the recovered heat (T.H.R.) outdoors. • Aluminum fins • Copper tubes, hydraulically expanded • Axial condenser fans shall be of one-piece construction with an integral motor • Fan Cycling: Fans shall be cycled based on internal head pressure • Fan Guards: Guards shall be heavy-gauge, close-meshed steel wire with vinyl coating • E-Fin Coating installed Auxiliary Heater Options Electric Heater: The capacity shall be in accordance with the schedule. The heater shall be integral to the unit and wired to the unit as a single point power connection. The heater coils shall be constructed of High Grade Nickel-Chrome alloy and will be insulated by floating ceramic bushings from the galvanized steel frame. Control System Options BMS Compatibility: The unit’s controller will have the following BMS compatibility: BACnet MS/TP Other Options Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers System Warranty (SP) 202111 SYSTEM WARRANTY Dehumidification Equipment Standard Limited Warranty Desert Aire warrants the dehumidifying unit to be free from defects in materials and workmanship subject to the terms, conditions and limitations stated herein. TERMS Desert Aire warrants all components (except as noted) for a period of two (2) years from the date of shipment. This warranty shall be limited to the supply of new or rebuilt parts for the part which has failed because of defects in workmanship or material, and does not include the cost for labor, transportation or other costs not herein provided for. Replaced parts are warranted only for the remaining portion of the original warranty period. CONDITIONS The warranty is subject to the following conditions: 1. The unit must be properly installed and maintained in accordance with the Desert Aire “Installation and Operation Manual” provided with each unit and/or other documentation provided. 2. The Start-Up Report must be completed and returned to Desert Aire within 30 days of the start-up. 3. This warranty shall not apply to any part that has been tampered with, or has been subject to misuse, negligence or accident. A warranty can be obtained for altered equipment but only with written consent from Desert Aire. 4. The following parts and components are excluded from the warranty: belts, filters, driers, fuses and refrigerant. 5. Refrigerant coils or other components that corrode due to improperly balanced pool chemistry or corrosive air quality will not be warranted. 6. All replacements or repairs will be FOB Germantown, WI. 7. This warranty shall be null and void if defects or damages result from unauthorized opening of the refrigerant circuit, tampering with factory set controls, or operating outside the original design conditions. 8. Desert Aire shall not be liable for labor costs incurred in diagnosing the problem, or the removal or replacement of the part or parts being repaired. 9. Desert Aire must preauthorize all warranty coverage described herein. Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers System Warranty (SP) 202111 Extended Warranty: Your Desert Aire unit may have extended warrantees beyond this Standard Limited Warranty document. Extended warrantees are only available at the time of the purchase of the original equipment. These extended warrantees are covered under a separate document and their terms and conditions are separate from this document. It is mentioned in this document for informational purposes only. Any and all incidental or consequential damages are expressly excluded from this warranty. Some states do not allow the exclusion of incidental or consequential damages for personal injury, so the above limitations may not apply to you for certain damages. This warranty gives you specific legal rights, and you may also have other rights, which vary from state to state. No person or representative is authorized to make any warranty or assume any liability not strictly in accordance with the aforementioned. Inquiries regarding warranty matters should be addressed to: Desert Aire LLC c/o Service Manager N120 W18485 Freistadt Road Germantown, WI 53022 PH: (262) 946-7400 FAX: (262) 946-7401 E-MAIL: service@desert-aire.com Submittal 33279 u64699 [20231024] [13.34].pdf SelectAire Plus™ Dehumidifiers System Warranty (SP) 202111 Dehumidification Components Optional Extended Warranty Desert Aire warrants the following components to be free from defects in materials and workmanship subject to the terms, conditions and limitations stated on the standard warranty form. (Provided if Displayed) COMPRESSOR THREE (3)-YEAR EXTENDED WARRANTY TERMS For an additional fee (contact your local representative for cost), Desert Aire offers an extended three (3)-year warranty for compressors. This extended warranty begins after the system's standard two (2)-year warranty ends. This warranty will be limited to the supply of new or rebuilt parts for the part which has failed because of defects in workmanship or material, and does not include the cost for labor, transportation or other costs not herein provided for. Replaced parts are warranted only for the remaining portion of the original warranty period. COIL THREE (3)-YEAR EXTENDED WARRANTY TERMS For an additional fee (contact your local representative for cost), Desert Aire offers an extended three (3)-year warranty for coils. Upon special request, the coils will be coated with an Electro Fin® E-Coating. This extended warranty is only available for coated coils and begins after the system's standard two (2)-year warranty ends. This warranty will be limited to the supply of new or rebuilt parts for the part which has failed because of defects in workmanship or material, and does not include the cost of labor, transportation or other costs not herein provided for. Replaced parts are warranted only for the remaining portion of the original warranty period. Extended warranties do not apply to remote condenser coils. COIL EIGHT (8)-YEAR EXTENDED WARRANTY TERMS For an additional fee (contact your local representative for cost), Desert Aire offers an extended eight (8)-year warranty for coils. Upon special request, the coils will be coated with an Electro Fin® E-Coating. This extended warranty is only available for coated coils and begins after the system's standard two (2)-year warranty ends. This warranty will be limited to the supply of new or rebuilt parts for the part which has failed because of defects in workmanship or material, and does not include the cost for labor, transportation or other costs not herein provided for. Replaced parts are warranted only for the remaining portion of the original warranty period. Extended warranties do not apply to remote condenser coils. Submittal 33279 u64699 [20231024] [13.34].pdf 454 5/16"(OVERALL LENGTH) 421 5/16"(BASE LENGTH) INTAKE AIRFLOWm LEFT SIDE VIEW OUTDOOR AIR INTAKE HOOD 132 13/16"(OVERALL WIDTH) 94 3/16"(BASE WIDTH) 28 13/16" 118 3/8"(OVERALL HEIGHT) EXHAUST AIR HOOD BACK VIEW GENERAL NOTES FOR APPLICABLE SHEETS: LEFT HAND ACCESS SHOWN IN ALL VIEWS RIGHT HAND ACCESS OPTIONS LOCATED WITH SAME DIMENSIONS ON OPPOSITE SIDE UNLESS OTHERWISE SPECIFIED WEIGHTS SHOWN REFLECT FULLY OPTIONED ESTIMATED UNIT WEIGHT UNIT SIZE ESTIMATED WEIGHT (lbs.) 60 - 80 TONS 18500 N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT GENERAL ARRANGEMENT Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 1/8 Submittal 33279 u64699 [20231024] [13.34].pdf 110" 50" 26" INTAKE AIRFLOWm SIDE CONDENSATE LOCATION OPTION LEFT SIDE CONNECTION VIEW (LEFT HAND ACCESS SHOWN) FILTERACCESS CIRCUIT AEVAPCOILACCESS CIRCUIT BEVAPCOILACCESS REHEATCOILACCESS SUPPLY FANACCESS EXHAUST FANACCESS SIDE ELECTRICAL CONNECTION LOCATION OPTION (NO ORIENTATION CHANGE FOR RH OR LH ACCESS) ELECTRIC HEATCONTROLPANEL 17" 10" 70" BACK CONNECTIONS VIEW (NO ORIENTATION CHANGE FOR RH OR LH ACCESS) BACK POOL WATER CONNECTION LOCATION OPTION (NO ORIENTATION CHANGE FOR RH OR LH ACCESS) HIGH VOLTAGE LOWVOLTAGE REFRIG WALK-IN ACCESS 32 13/16" 7 3/8" 108" 21" 35" 25" 20" BOTTOM CUSTOMER CONNECTIONS (LEFT HAND ACCESS SHOWN) (VIEWED FROM ABOVE) BOTTOM ELECTRICAL LOCATION OPTION (NO ORIENTATION CHANGE FOR RH OR LH ACCESS) BOTTOM POOL WATER CONNECTION LOCATION OPTION (NO ORIENTATION CHANGE FOR RH OR LH ACCESS) BOTTOM CONDENSATE LOCATION OPTION NOTES: REFER TO SHEET 1 FOR GENERAL NOTES LEFT HAND ACCESS SHOWN IN ALL VIEWS RIGHT HAND ACCESS OPTIONS LOCATED WITH SAME DIMENSIONS ON OPPOSITE SIDE UNLESS OTHERWISE SPECIFIED FILTER INFORMATION UNIT SIZE OA QTY OA SIZE REPLACEMENT PART NUMBER RA QTY RA SIZE REPLACEMENT PART NUMBER 60-80 TONS 15 18 X 24 X 4 870-056 15 18 X 24 X 4 870-056 CUSTOMER CONNECTION LINE SIZE (in.) UNIT SIZE 60 TONS 70-80 TONS CONDENSATE (PVC)1 1/2 1 1/2 POOL WATER LINE CIRCUIT A (CPVC)2 3 POOL WATER LINE CIRCUIT B (CPVC)3 3 N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT CUSTOMER INTERFACE GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 2/8 Submittal 33279 u64699 [20231024] [13.34].pdf 39 5/16" 4 15/16" 15 5/16" 49 15/16" 244 11/16" 36" 15 1/4" 31" INTAKE SIDE RETURN AIR EXHAUST AIR 84" 5 3/16" 5 3/16" 35 13/16" INTAKE BOTTOM RETURN AIR 75 15/16" 9 3/16" 6 3/16" 23 1/4" 50" 16 3/16" 8 7/8" 76 1/2" OUTSIDE AIR INTAKE HORIZONTAL RETURN AIR HORIZONTAL RETURN AIR OPTION (INTAKE VIEW) SIDE RETURN AIR OPTION (SIDE VIEW) BOTTOM RETURN AIR OPTION (VIEW FROM ABOVE) NOTES: REFER TO SHEET 1 FOR GENERAL NOTES HOODS REMOVED FOR CLARITY ACCESS SIDE RETURN AIR OPTION WILL SHIFT FILTER SECTION DOORS TO NON-ACCESS SIDE OUTSIDE AIR INTAKE LOCATED IN THE SAME POSITION REGARDLESS OF OPTIONS N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT INTAKE OPTIONS GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 3/8 Submittal 33279 u64699 [20231024] [13.34].pdf 5 3/16" 283 5/16" 24" 84" INTAKE BOTTOM SUPPLY AIR NOTES: REFER TO SHEET 1 FOR GENERAL NOTES LEFT HAND ACCESS SHOWN IN ALL VIEWS UNLESS OTHERWISE SPECIFIED RIGHT HAND ACCESS OPTIONS LOCATED WITH SAME DIMENSIONS ON OPPOSITE SIDE UNLESS OTHERWISE SPECIFIED HOODS REMOVED FOR CLARITY BOTTOM SUPPLY OPTION (VIEW FROM ABOVE) (NO ORIENTATION CHANGE FOR RH OR LH ACCESS) N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT DISCHARGE OPTIONS GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 4/8 Submittal 33279 u64699 [20231024] [13.34].pdf 36" MIN 60" 48" 70" 48" MIN 230" 36" 60" 60" 1 2 2 1 96" RECOMMENDED FOR FILTER ACCESS. 120" CLEARANCE ON ACCESS SIDE RECOMMENDED FOR FAN AND COIL SERVICE NOTES: REFER TO SHEET 1 FOR GENERAL NOTES LEFT HAND ACCESS SHOWN IN ALL VIEWS RIGHT HAND ACCESS OPTIONS LOCATED WITH SAME DIMENSIONS ON OPPOSITE SIDE UNLESS OTHERWISE SPECIFIED N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT UNIT CLEARANCE GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 5/8 Submittal 33279 u64699 [20231024] [13.34].pdf 307 5/16" 18" or 24" 109" 18" or 24" B B 86 3/16" 36" 3" 83 3/16" 93 3/16" 311 5/16" 280 1/8" 3" 24 3/16" EQUIPMENT SUPPORT 2" 2" 89 3/16" C SECTION B-B 1 1/2" 1 1/2" DETAIL CSCALE 1 : 8 WOOD NAILER NOTES: REFER TO SHEET 1 FOR GENERAL NOTES 14 GA GALVANIZED STEEL CONSTRUCTION1. PRIME PAINTED AFTER FABRICATION2. PRESSURE TREATED WOOD NAILERS3. 1-1/2" THICK 3LB/FT^3 FIBERGLASS PERIMETER INSULATION4. INTERNAL ANGLE REINFORCEMENT5. CURB TO BE SHIPPED KNOCKED DOWN6. NUMBER AND LOCATION OF CROSS SUPPORTS IS DEPENDANT UPON THE GUAGE OF MATERIAL USED TO CONSTRUCT THE CURB, DUCT SUPPORT CONFIGURATION LENGTH OF CURB, AND WIDTH OF CURB. INSTALLATION INSTRUCTIONS INCLUDED WITH CURB SHIPMENT INDICATE THE REQUIRED POSITION FOR FIELD ASSEMBLED CURBS. UNIT TON 18" CURB 24" CURB 60-80 CB-80PEBN-18 CB-80PEBN-24 N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT CURB DETAIL GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 6/8 Submittal 33279 u64699 [20231024] [13.34].pdf 3/4" CLOSED CELL FOAM INSULATIONFACTORY INSTALLED 1" CLOSED CELL FOAM INSULATIONFACTORY INSTALLED 2" EXTRUDED FOAM INSULATION WITH FOIL BACKINGFACTORY INSTALLED 1 1/2" FIBERGLASS INSULATIONFACTORY INSTALLEDWHEN FACTORY CURB PROVIDED GASKET MATERIAL SUPPLIED BY FACTORY WHEN FACTORY CURB PROVIDED1 1 ALL EXPOSED METAL TO BE SPRAY FOAM INSULATION AFTER INSTALLATION PRESSURE TREATED WOOD NAILER FACTORY INSTALLED WHEN FACTORY CURB PROVIDED CURB MOUNT PAD MOUNT 1" CLOSED CELL FOAM INSULATIONFACTORY INSTALLEDOUTDOOR UNITS ONLY 3/4" CLOSED CELL FOAM INSULATIONFACTORY INSTALLEDOUTDOOR UNITS ONLY 2" EXTRUDED FOAM INSULATION WITH FOIL BACKINGFACTORY INSTALLED RUBBER ISOLATION PAD BY OTHERS CONCRETE FLOOR/PAD NOTES: REFER TO SHEET 1 FOR GENERAL NOTES SEE SHEET 6 NOTES FOR CURB SPECIFICATIONS N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT MOUNTING DETAIILS GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 7/8 Submittal 33279 u64699 [20231024] [13.34].pdf 105" 210 5/8" 105" OUTDOOR AIR INTAKE HOOD 1 3/4" 3/4" 3" 3/4" LUG DETAIL NOTES: REFER TO SHEET 1 FOR GENERAL NOTES AND HOOD DETAILS SHIP LOOSE ITEMS EXHAUST HOOD DA PART NO DESCRIPTION QTY HOOD EXHAUST ASSEMBLY 1 807-023 SCREW #8-18X1/2 SS 36 990-105 CAULK WHITE 1 N120 W18485 FREISTADT RDGERMANTOWN, WI 53022Tel: (262) 946-7400Fax: (262) 946-7401 Drawing Number G1000-011 Page Title DescriptionSP 60-80 TON PKG ELECT HEAT SHIPPING/LIFTING DETAILS GA Tolerance Unless Otherwise Specifed X.X .125 X.XX .060 X.XXX .030 Angles 1 Date ReleasedDrawn Scale Sheet Rev. 1/19/2018ASV 5NTS All Dimensions in Inches All Angles 90 All outside corners 0.125" fillet Unless Otherwise Specified Third Angle Projection G1000-011 Part weight Desert Aire has a policy of continuous product and quality improvement. Specifications and dimensions are subject to change without notice. This drawing and information contained herein are the exclusive property of the Desert Aire Corporation. Any use detrimental to the interests of Desert Aire is prohibited. ALL DIMENSIONS ARE IN INCHES TOLERANCE 1/8" 8/8 Submittal 33279 u64699 [20231024] [13.34].pdfSubmittal 33279 u64699 [20231024] [13.34].pdf 2023_09A UNIT TAG DH-1,2 UNIT MANUFACTURE DESERT AIRE MODEL NO SP70LOCATIONOutdoor UNIT WEIGHT 20,500 lbs. FAN DATA SUPPLY AIR FLOW - CFM 35,000TOTAL ESP (in. W.C.)3.50 S/A FAN TSP (in. W.C)6.51 S/A FAN HP Qty 4 | 60OUTSIDE AIR FLOW - CFM (MAX)19,000 EXHAUST AIR FLOW - CFM (MAX)20,000E/A ESP AT MAXIMUM FLOW (in. W.C.)0.00 E/A FAN TSP (in. W.C)3.96 E/A FAN HP Qty 2 | 30 PERFORMANCE EAT DB | WB (°F) | %RH 84.0 | 73.1 | 60 MOISTURE REMOVAL CAPACITY - LB/HR 387.3TOTAL COOLING CAPACITY BTUH 793.8 SENSIBLE COOLING CAPACITY BTUH 385THR BTUH 1,016 COMPRESSOR Circuit A 30 COMPRESSOR Circuit B 35 UNIT ELECTRICAL VOLTAGE 460/3/60 MOPD 400MCA341 SHORT CIRCUIT CURRENT RATING (SCCR)5kA or greater AUXILIARY HEATING TYPE Electric kW 070 HWC FLUID pD #DIV/0!HWC # ROWS #DIV/0! POOL WATER HEAT RECOVERY REMOTE COOLING DATA INTEGRAL PACKAGED CONDENSERAMBIENT TEMPERATURE (°F)105NO. OF FANS 4 HORSEPOWER (EA)4POWER (kW EA)2.8 COIL SECTION LEAVING AIR CONDITIONS* FULL COOLING MODE (°F)74.1 SP Pool Dehumidifier SF-1 & 2 YORK® Solution Endura™ Air Handling Unit Performance Report Project Name:Ocala Aquatics Last Saved: 7/30/2020 4:38:44 PM Unit Folder:SF-1-REV3 Report Version: 2019.4.24.1156 Unit Tag(s): AHU-1 Software Version: 20.1.6385.4217 Page 1 of 5 Job Summary Project Name: Ocala Aquatics Unit Tag(s): SF-1&2 Quantity: 1 Environment: Outdoor Unit Overview Model Cabinet Performance Airflow (CFM) Altitude (ft) Weight (lbs) XTO-69x123 Solution 20,000 10 5,869 Segment Sequence (DP)(FS)(XA FM) Unit Construction Casing Details Segment(s) Thickness (in) Exterior Paint Exterior Gauge and Material Interior Gauge and Material Insulation Thickness and Material Bulkhead Material FM , XA , FS , DP 2 STD Exterior Paint STD Ga. G-90 Galvanized STD Ga. G-90 Galvanized 2" Foam Galvanized Base Details Segment(s) Base Floor Gauge and Material Paint Gauge and Material Paint Insulation Attachment Tread Plate FM, XA, FS, DP Standard Formed Steel None STD Ga. G-90 Galvanized None N/A - Aluminum Diamond Plate Unit Electrical Circuit Details Circuit # Component(s) V/Ph/Hz Full Load Amps (FLA) Minimum Current Ampacity (MCA) Maximum Overcurrent Protection (MOP) 1 Supply Fan Motor Control, Supply Fan Motor Control 460/3/60 36.2 40.7 50.0 Electrical Details Minimum Unit SCCR - ETL Label (UL1995/NEC-2002) Yes Unit Light Type Unit Light Switch - - Supply Fan(s) Performance Details Fan Manufacturer Model Class Size % Wheel Width % Wheel Diameter Quantity Total Airflow (CFM) Altitude (ft) TSP (in w.g) ESP (in w.g) Fan Speed (RPM) Fan Power (BHP) Lau DDPG2 II 222-9 120 100 2 20,000 10 4.02 2.50 1,989 9.64 YORK® Solution Endura™ Air Handling Unit Performance Report Project Name:Ocala Aquatics Last Saved: 7/30/2020 4:38:44 PM Unit Folder:SF-1-REV3 Report Version: 2019.4.24.1156 Unit Tag(s): AHU-1 Software Version: 20.1.6385.4217 Page 2 of 5 Performance Details Fan Manufacturer Model Class Size % Wheel Width % Wheel Diameter Quantity Total Airflow (CFM) Altitude (ft) TSP (in w.g) ESP (in w.g) Fan Speed (RPM) Fan Power (BHP) Drive Type Wheel Type Blade Type Wheel Material Base Material Fan Flow Isolation AirFlow Monitoring Isolation Type Total Eficiency (%) Outlet Velocity (ft/s) Max Speed (RPM) Direct Drive SWSI Airfoil Aluminum Galvanized Steel Back-Draft Counter Balance Yes (K=2649.00) 2" Spring 65.64 671 2,454 Motor Details Type Manufacturer Motor Power (HP) V/Ph/Hz Quantity Insulation Class Motor Speed (RPM) Frame Size Full Load Amps (Amps) Efficiency Location TEFC Baldor 15.0 460/3/60 2 H 1,800 254 18.10 Premium Direct Drive At Motor Synchronous Details TSP (in w.g.) Total Air Flow (CMF) Fan Speed (RPM) Motor Correction Factor(%) Fan Power (BHP) Total Eficiency (%) 4.02 10,000 1,989 92.4 9.64 65.64 Filter(s) Details Segment Type Depth Filter Loading Media/MERV # of Spares Spare Filter Media Frame Material FM Primary Filter 4" Mini- Pleat Side 60-65% Eff, (MERV 11) 1 60-65% Eff, (MERV 11) Galvanized Sizes Filter Gauge Details Segment Filter 1st Filter Size W x H (in) 1st Qty 2nd Filter Size W x H (in) 2nd Qty Location Type Range (in w.g) FM Primary Filter 24x20 16 16x20 4 Door Magnehelic with Flag 0 - 1 Damper(s) Details Segment Air Path H x W (in) Total Face Velocity (ft/min) CFM Minimum Allowable OA CFM Damper Type Damper Config Model Material Blade Orientation Actuator Type Fail Position FM Return Air 26.75 x 105.00 1,025 20,000 - Control 100% CD50 Aluminum Parallel - - YORK® Solution Endura™ Air Handling Unit Performance Report Project Name:Ocala Aquatics Last Saved: 7/30/2020 4:38:44 PM Unit Folder:SF-1-REV3 Report Version: 2019.4.24.1156 Unit Tag(s): AHU-1 Software Version: 20.1.6385.4217 Page 3 of 5 Door(s) Details Segment(s) Location Swing Hinge Location H x W x T (in) View Port Test Port Spare Gasket Thermal Break Safety Latch Noncontact Safety Interlock FM Left Outward Upstream Side 63 x 39 x 2 None - - Yes - - XA Left Outward Downstream Side 63 x 36 x 2 None Yes - Yes - - FS Left Outward Downstream Side 63 x 18 x 2 None - - Yes Yes - FS Right Outward Downstream Side 63 x 18 x 2 None - - Yes Yes - DP Left Outward Upstream Side 63 x 24 x 2 None - - Yes Yes - Motor Control(s) Details Segment Type MMP V/Ph/Hz Input/Output Amps* Efficiency Heat Loss (at 100% load) Enclosure Bypass Disconnect Type RFI/EMI EMC Filter FS ABB VFD - Airmod AYK - 460/3/60 23.0/23.0 92 % 337 NEMA 3R - Fused Yes Notes *Drives are rated for use below 3,000 ft and 104°F. Use Derating Charts in Air-Mod Engineering Guide Form 100.42-EGI (212) for use above these limits. Storage Temperature: -40°F to 158°F Humidity: MAX 95% RH non-condensing Altitude: 3,300 ft. without derate (1% derate for each additional 330 ft.) Overload Current Rating: 100% for 1 minute every 10 minutes. The Class 10 trip rating of the MMP device will not withstand an across-the-line start of a fan and should not be used with VFDs with bypass circuits. The customer must provide a platform or catwalk for accessing the power-disconnect. Copper Conductors Only. FS: Contains the following option: Swinging DC Line Choke (Equivalent to 5% Input Line Reactor) Face Velocity and Static Pressure Summary Segment Description Face Area (sq. ft) Airflow (CFM) Face Velocity (ft/min) Supply Fan Static Pressure (in w.g.) Exhaust/Return Fan Static Pressure (in w.g.) FM Opening 19.5 20,000 1,025 0.18 0.00 FM Control Aluminum (CD50) 0.0 20,000 0 0.03 0.00 FM 4" Mini-Pleat 60-65% Eff, (MERV 11) 62.2 20,000 321 0.20 0.00 FM Dirty Filter Allowance 0.0 20,000 0 0.30 0.00 FS Backdraft Aluminum (CBD6) 0.0 20,000 0 0.18 0.00 FS External Static - User Entered 0.0 20,000 0 2.50 0.00 DP Opening 11.3 20,000 1,773 0.63 0.00 Total 4.02 0.00 YORK® Solution Endura™ Air Handling Unit Performance Report Project Name:Ocala Aquatics Last Saved: 7/30/2020 4:38:44 PM Unit Folder:SF-1-REV3 Report Version: 2019.4.24.1156 Unit Tag(s): AHU-1 Software Version: 20.1.6385.4217 Page 4 of 5 Dimensions and Weight Details Segment Description Length1 (in) Width2 (in) Height (in) Weight (lbs) FM Filter / Mixing Box 45 123 69 1,086 XA Variable Length Access 42 123 69 827 FS Supply Fan - SWSI 69 123 69 2,913 DP Discharge Plenum 38 123 69 1,043 Overall 194 5,869 Notes ¹The length includes bottom tier segments only ²The width does not include coil connection extensions or door latches that extend beyond the unit casing. The width does not include the depth of any pipe chases. Statement of Compliance Details YORK® Solution XT AHU's meet IBC seismic requirements for non-critical equipment (Ip = 1.0) for locations with design spectral response Sds <= 0.43. Units must be rigid mounted. The anchorage of the unit to the ground or building structure needs to be evaluated by and is the responsibility of the engineer of record. Specification of seismic requirements is the responsibility of the project design engineer. If formal certification is required, please contact your sales representative and/or application engineer for review. Certain application and site requirements may require additional cost and/or lead time. Component locations are listed as Segment Hand (Unit Hand): ex. Left (Right). See SubmittalDrawing for additional details Air handling unit parameters vary depending on conditions. Parameters such as airflows, air pressure drops, and coil capacities are shown for design conditions. YORK® Solution Endura™ Air Handling Unit Performance Report Project Name:Ocala Aquatics Last Saved: 7/30/2020 4:38:44 PM Unit Folder:SF-1-REV3 Report Version: 2019.4.24.1156 Unit Tag(s): AHU-1 Software Version: 20.1.6385.4217 Page 5 of 5 Shipping Summary Details Skid Skid Length (in) Skid Height (in) Skid Width (in) Skid Weight (lbs) (DP) 48 81 128 1,043 (FS) 69 81 141 2,913 (XA FM) 87 81 128 1,913 Notes Skid Width: Total width of the shipping skid, including any items that may extend beyond the cabinet (this includes any door handles, coil connections, drain connections, lifting lugs, mounted pipe-chases, electrical/control components, tie-down brackets, side dampers). Skid Height: Total height of the shipping skid, including any items that may extend beyond the cabinet (this includes any base-rails, shipping wood- blocks, roof peak, discharge flanges, mounted gas-furnace flue pipes). Skid Length: Total length of the shipping skid, including any items that may extend beyond the cabinet (this includes any mounted rain-hoods, discharge flanges,tie-down brackets, shipping wood-blocks, front dampers, split connectors, electrical/control components, outrigging extensions, isolation dampers, inlet baskets). 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 APPENDIX B 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 APPENDIX C Integrated Environmental Solutions 2023.2.1.0 Energy Model Output Report Project:Long Center Option#1 Design Team:Wannemacher Jensen Architects Address:1501 N Belcher Rd. Clearwater, FL 33765 Energy Analyst:REAL Building Consultants LLC Climate File:USA_FL_St.Petersburg-Clearwater.Intl.AP.722116_TMY3.epw Owner:City of Clearwater Simulation:Natatorium Option1_1206.aps Conditioned Area (ft²):34959.4935 Annual Energy Consumption (kBtu/ft²/year) & CO2 KgCO2/ft²/yr Project Viewer - 3D Model Energy End Use Site Energy Source Energy CO2 Emissions Heating Fossil Fuel 0.0 0.0 0.0 Heating Electricity 56.7 178.7 10.0 Space Cooling 27.3 86.0 4.8 Fans Interior 11.0 34.5 1.9 Heat Rejection 1.7 5.5 0.3 Pumps 0.0 0.0 0.0 DHW Fossil Fuel 0.0 0.0 0.0 DHW Electricity 0.0 0.0 0.0 Interior Lighting 4.8 15.0 0.8 Exterior Lighting 0.0 0.0 0.0 Receptacle 1.9 6.1 0.3 Data Center 0.0 0.0 0.0 Cooking Fossil Fuel 0.0 0.0 0.0 Cooking Electricity 0.0 0.0 0.0 Site Energy Use Intensity Elevators & Escalators 0.0 0.0 0.0 Refrigeration 0.0 0.0 0.0 Process 0.0 0.0 0.0 TOTAL (ex renewables)103 325 18 Site Energy Dashboard (MBtu) Site Energy Flows – Sankey Diagram Fuels End Uses Annual Fuel Costs and Peak Demands Fuels Cost ($)Peak Day Peak Time Peak Demand Electricity 111,256.00 05-Feb 7:00 465.9 kW Fossil Fuel 0.00 01-Jan 0:00 0.0 kBtu/h Total 111,256.00 01-Jan 0:00 Peak Energy Sources for Electricity (kW), Fossil Fuel (kBtu/h) and Onsite Power Generation (kW): Top 3 Contributors MonthSpace Heating (MBtu)Space Cooling (MBtu)Heat Rejection (MBtu)Interior Central Fans (MBtu)Total HVAC EnergyMonthNet electricity usage [kWh]Total net charges [$]Jan 01‐31 379.087 5.339 0.341 57.006 441.773 January 135,404.65 14,217.49$ Feb 01‐28 219.084 13.777 0.879 38.886 272.626 February 85,161.14 8,941.92$ Mar 01‐31 193.059 27.613 1.763 37.006 259.441 March 81,717.52 8,580.34$ Apr 01‐30 115.621 57.216 3.652 26.226 202.715 April 65,119.75 6,837.57$ May 01‐31 145.87 118.285 7.55 27.1 298.805 May 93,387.46 9,805.68$ Jun 01‐30 136.54 130.917 8.356 26.086 301.899 June 94,054.85 9,875.76$ Jul 01‐31 152.938 163.198 10.417 28.028 354.581 July 109,851.25 11,534.38$ Aug 01‐31 146.876 149.818 9.563 26.923 333.18 August 103,328.22 10,849.46$ Sep 01‐30 141.646 137.782 8.795 26.369 314.592 September 97,907.63 10,280.30$ Oct 01‐31 127.867 98.849 6.309 27.257 260.282 October 82,214.91 8,632.57$ Nov 01‐30 83.918 39.798 2.54 25.602 151.858 November 49,964.51 5,246.27$ Dec 01‐31 141.068 11.364 0.725 36.332 189.489 December 61,467.63 6,454.10$ Summed total 1983.572 953.954 60.891 382.822 3,381.24 Total year 1,059,579.53 111,255.84$ Option#1 Electricity ($0.105/kWh) blended rateOption#1 Energy Consumption HVAC Use global inputs for oversizing (yes/no): noCooling (Sensible) Load Oversizing Factor:10%Date:2023‐12‐06Cooling (Latent) Load Oversizing Factor:10%Heating Load Oversizing Factor:10%Loads reported below are non‐coincident room‐ and zone‐level loadsZone group Zone Room Template Floor area VolumeCooling occupied setpointCooling design load oversizing factorCooling design load with oversizing Cooling supply air temperatureMax RH setpointLatent cooling load without oversizingDesign latent cooling load with oversizingCooling design load oversizing factor from (ft²) (ft³) (⁰F) Month/time (kBtu/h) (Btu/h.ft²) (kBtu/h) (⁰F) (cfm) (ACH) (cfm/ft²) (%) (kBtu/h) (kBtu/h)(same for sens & lat)DH‐1 DH‐1 29 DH ‐1 Pool area North CirculaSPACE: Corridor ‐ All Other Corridors1,853.3 53,109.4 82.0Jun 14:3070.72 38.16 1.10 77.79 55.0 2,633.7 2.98 1.42 60.0 3.15 3.46 1.1DH‐1 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area10,647.6 106,238.4 82.0Jun 10:3056.88 5.34 1.10 62.57 55.0 2,118.4 1.20 0.20 55.0 344.65 379.11 1.1DH‐1 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 82.0Jun 10:3021.56 2.02 1.10 23.71 55.0 802.8 0.32 0.08 60.0 10.10 11.11 1.1DH‐1 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 82.0Jun 11:3027.38 2.57 1.10 30.12 55.0 1,019.8 0.41 0.10 60.0 10.53 11.58 1.1DH‐2 Dh‐2 23 Spectator AreaSPACE: Audience Seating Area ‐ Exercise Center9,175.0 191,146.9 82.0Jun 7:3055.43 6.04 1.10 60.98 55.0 2,064.3 0.65 0.22 60.0 14.00 15.40 1.130 VestibuleSPACE: Corridor ‐ All Other Corridors251.6 9,596.6 82.0Aug 17:3020.41 81.11 1.10 22.45 55.0 759.9 4.75 3.02 60.0 0.70 0.77 1.131 VestibuleSPACE: Corridor ‐ All Other Corridors264.5 10,094.0 82.0Sep 10:3030.96 117.08 1.10 34.06 55.0 1,153.1 6.85 4.36 60.0 0.67 0.74 1.132 DH‐2 Pool Area CirculationSPACE: Corridor ‐ All Other Corridors1,187.8 44,412.8 82.0Jun 8:3017.65 14.86 1.10 19.41 55.0 657.2 0.89 0.55 60.0 3.25 3.58 1.1DH‐2 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area11,579.7 115,538.8 82.0Jun 10:3086.32 7.45 1.10 94.95 55.0 3,214.7 1.67 0.28 55.0 377.47 415.22 1.1DH‐2 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 82.0Aug 10:3023.00 1.99 1.10 25.30 55.0 856.6 0.31 0.07 60.0 11.95 13.15 1.1DH‐2 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 82.0Jun 10:3027.21 2.35 1.10 29.93 55.0 1,013.4 0.37 0.09 60.0 11.52 12.68 1.1Zone group Zone Room Template Floor area VolumeHeating occupied setpointHeating design load oversizing factorHeating design load with oversizingHeating supply air temperatureMin RH setpointHumidification load (ft²) (ft³) (⁰F) (kBtu/h) (Btu/h.ft²) (kBtu/h) (⁰F) (cfm) (cfm/ft²) (%) (kBtu/h)DH‐1 DH‐1 29 DH ‐1 Pool area North CirculaSPACE: Corridor ‐ All Other Corridors1,853.3 53,109.4 70.00 78.39 42.30 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐1 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area10,647.6 106,238.4 70.00 32.84 3.08 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐1 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 70.00 20.94 1.97 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐1 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 70.00 27.45 2.58 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐2 Dh‐2 23 Spectator AreaSPACE: Audience Seating Area ‐ Exercise Center9,175.0 191,146.9 70.00 44.69 4.87 0.00 0.00 90.0 0.0 0.00 0.0 0.0030 VestibuleSPACE: Corridor ‐ All Other Corridors251.6 9,596.6 70.00 7.25 28.80 0.00 0.00 90.0 0.0 0.00 0.0 0.0031 VestibuleSPACE: Corridor ‐ All Other Corridors264.5 10,094.0 70.00 10.48 39.63 0.00 0.00 90.0 0.0 0.00 0.0 0.0032 DH‐2 Pool Area CirculationSPACE: Corridor ‐ All Other Corridors1,187.8 44,412.8 70.00 17.28 14.55 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐2 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area11,579.7 115,538.8 70.00 33.20 2.87 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐2 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 70.00 19.40 1.68 0.00 0.00 90.0 0.0 0.00 0.0 0.00DH‐2 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 70.00 25.35 2.19 0.00 0.00 90.0 0.0 0.00 0.0 0.00Zone group Zone Room Template Floor area VolumeDesign occupancy (ft²) (ft³) (People) (cfm) (cfm/person) (cfm/ft²) (ACH)DH‐1 DH‐1 29 DH ‐1 Pool area North CirculaSPACE: Corridor ‐ All Other Corridors1,853.3 53,109.4 0.0 111.2 0.0 0.06 0.13DH‐1 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area10,647.6 106,238.4 25.0 1,138.9 45.6 0.11 0.64DH‐1 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 0.0 0.0 0.0 0.00 0.00DH‐1 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 0.0 0.0 0.0 0.00 0.00DH‐2 Dh‐2 23 Spectator AreaSPACE: Audience Seating Area ‐ Exercise Center9,175.0 191,146.9 10.0 625.5 62.6 0.07 0.2030 VestibuleSPACE: Corridor ‐ All Other Corridors251.6 9,596.6 0.0 15.1 0.0 0.06 0.0931 VestibuleSPACE: Corridor ‐ All Other Corridors264.5 10,094.0 0.0 15.9 0.0 0.06 0.0932 DH‐2 Pool Area CirculationSPACE: Corridor ‐ All Other Corridors1,187.8 44,412.8 0.0 71.3 0.0 0.06 0.10DH‐2 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area11,579.7 115,538.8 25.0 1,194.8 47.8 0.10 0.62DH‐2 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 0.0 0.0 0.0 0.00 0.00DH‐2 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 0.0 0.0 0.0 0.00 0.00Heating load (without oversizing)Heating design airflow (maximum)Required minimum ventilation airflowSensible cooling load (without oversizing)Cooling design airflow (sensible cooling maximum) Table of Contents Room-Zone Loads & Sizing Reports Link to Report Guidance Long Center Option1 IES VIRTUAL ENVIRONMENT VE 2023 Project and Climate 2 Zone Conditioning Loads Reports DH-1 05 a VAV - Reheat [DX cool -...DH-1 3 DH-2 05 a VAV - Reheat [DX cool -...Dh-2 4 Room Conditioning Loads Reports DH-1 DH-1 29 DH -1 Pool area North...5 DH-1 Pool Area 6 DH-1 Pool Area (upper 1)7 DH-1 Pool Area (upper 2)8 DH-2 Dh-2 30 Vestibule 9 31 Vestibule 10 32 DH-2 Pool Area...11 DH-2 Pool Area 12 DH-2 Pool Area (upper 1)13 DH-2 Pool Area (upper 2)14 Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Table of Contents - Page 1 of 1 Document Page: 1 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Table of Contents reports are not influenced by system operation. 1 Project and Climate Long Center Option1 IES VIRTUAL ENVIRONMENT VE 2023 Model Data Project file Long Center Option1.mit Source HVAC file Natatorium_Option1_HVAC.asp HVAC file snapshot Vista\Long Center Option1 Rooms loads rev1.asp Model floor area 34,959.5 ft² Building conditioned floor area 34,959.5 ft² Building conditioned volume 1,156,556.0 ft³ Number of conditioned rooms 11 Load analysis methodology ASHRAE Heat Balance Method Calculated 2023/12/06 16:02 Version No.2023.2.1.0 Location Data Location St Pete-Clearwater, Florida Latitude 27.91 N Longitude 82.69 W Altitude 9.8 ft Time Zone 5.0 hours behind GMT Design Weather Data Source ASHRAE design weather database Monthly percentile: For heating loads design weather 99.60 % For cooling loads design weather 0.40 % Barometric pressure 29.9109 inHg Air density 0.0749 lb/ft³ Air specific heat 0.2434 Btu/lb·°F Density-specific heat product 0.0591 Btu/ft³·°F Summer ground reflectance 0.2 Winter ground reflectance 0.2 Carbon dioxide (ambient)400.00 ppm Cooling Calculation Data Results file Long Center Option1 Rooms loads rev1.clg Calculated 2023/12/06 16:02 Profile Month May - Sep Max outdoor temp. dry bulb 93.7 °F Max outdoor temp. wet bulb 78.4 °F Heating Calculation Data Results file Long Center Option1 Rooms loads rev1.htg Calculated 2023/12/06 16:02 Profile Month Jan Outdoor winter design temp 42.1 °F Project Loads Summary Cooling loads:kBtu/h Btu/h·ft² Coincident peak space load 391.21 11.19 Heating loads: Coincident peak space load 317.27 9.08 Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Project and climate - Page 1 of 1 Document Page: 2 Project Cooling and Heating loads are coincident peak value for all conditioned spaces without oversizing. 1 Zone Loads Report System: 05 a VAV - Reheat Long Center Option1 DH-1 IES VIRTUAL ENVIRONMENT VE 2023 COOLING ZONE PEAK Time of Peak (Mo/Hr:Mn)6 / 11:30 Outside Air (DBT/WBT/RH) °F and %RH 90.3 / 75.7 / 51.3 Zone Zone Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -3,913 --3,913 -0.3 -0.8 Roofs 1,385 -1,385 0.1 0.3 Ground/Exposed Floors -4,562 --4,562 -0.4 -0.9 External Doors 0 -0 0.0 0.0 Windows Conduction 34,424 -34,424 2.8 6.8 Skylights Conduction 0 -0 0.0 0.0 Solar 103,955 -103,955 8.3 20.5 Infiltration 5,971 5,826 11,797 0.9 2.3 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 75 -75 0.0 0.0 Internal Floors 797 -797 0.1 0.2 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 138,133 5,826 143,959 11.5 Internal Gains Lights 3,162 -3,162 0.3 0.6 People 17,750 27,250 45,000 3.6 8.9 Misc, Computers, Equip 1,265 313,755 315,020 25.2 62.1 Sub Total 22,177 341,005 363,182 29.1 TOTAL 160,310 346,831 507,141 40.6 100 COOLING SUMMARY Sensible cooling load (Btu/h):160,310 Latent cooling load (Btu/h):346,831 Sensible heat ratio:0.32 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ZONE PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Zone Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -21,014 -21,014 -1.7 13.2 Roofs -8,635 -8,635 -0.7 5.4 Ground/Exposed Floors -16,241 -16,241 -1.3 10.2 External Doors 0 0 0.0 0.0 Windows Conduction -77,794 -77,794 -6.2 48.7 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -23,387 -23,387 -1.9 14.7 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 1,777 1,777 0.1 -1.1 Internal Floors -14,327 -14,327 -1.1 9.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -159,621 -159,621 -12.8 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -159,621 -159,621 -12.8 100 HEATING SUMMARY Sensible heating load (Btu/h):159,621 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)15,437.1 6,260.1 40.6 0.25 Below Grade Walls ---- Windows2 6,260.1 6,260.1 100.0 0.48 Doors ---- Floors 6,979.8 --0.09 Roofs3 12,392.2 --0.02 COMBINED 34,809.1 6,260.1 18.0 0.14 Internal Ceilings ---- Floors 5,521.2 --0.19 Partitions4 3,695.6 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Master Room Setpoint (design)82.0 70.0 Master Room (actual)82.0 70.0 Mean Radiant Temperature 179.7 163.5 Dry Resultant Temperature 178.9 164.7 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)20,626 24,967 Reheat Minimum (design)20,626 20,626 Leakage at Design Flow 0 0 Ventilation (requirement)20,626 20,626 Exhaust (requirement)15,469 15,469 Infiltration 766 766 CHECKS Number of People 25.00 ft²/Person 500.04 Average Ceiling Height (ft)18.38 Btu/h/ft² - Cooling (sensible)12.82 Btu/h/ft² - Heating 12.77 ft²/ton - Cooling (sensible)935.76 ft²/ton - Heating 939.79 cfm/ft² - Cooling 1.65 cfm/ft² - Heating 2.00 % Outside Air - Cooling 100.00 % Outside Air - Heating 82.61 Outdoor Air cfm/ft²1.65 Outdoor Air cfm/person 825.03 Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Zone Loads - Page 1 of 2 Document Page: 3 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Zone Loads reports are not influenced by system operation. 1 Zone Loads Report System: 05 a VAV - Reheat Long Center Option1 Dh-2 IES VIRTUAL ENVIRONMENT VE 2023 COOLING ZONE PEAK Time of Peak (Mo/Hr:Mn)8 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 88.2 / 76.5 / 58.6 Zone Zone Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -1,069 --1,069 0.0 -0.2 Roofs 4,693 -4,693 0.2 0.8 Ground/Exposed Floors -6,480 --6,480 -0.3 -1.1 External Doors 0 -0 0.0 0.0 Windows Conduction 9,305 -9,305 0.4 1.6 Skylights Conduction 0 -0 0.0 0.0 Solar 123,653 -123,653 5.5 21.9 Infiltration 4,642 11,000 15,642 0.7 2.8 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -4,807 --4,807 -0.2 -0.9 Internal Floors -2,436 --2,436 -0.1 -0.4 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 14 -14 0.0 0.0 Sub Total 127,514 11,000 138,514 6.2 Internal Gains Lights 38,467 -38,467 1.7 6.8 People 17,750 27,250 45,000 2.0 8.0 Misc, Computers, Equip 1,163 341,222 342,385 15.2 60.7 Sub Total 57,380 368,472 425,852 19.0 TOTAL 184,894 379,473 564,367 25.1 100 COOLING SUMMARY Sensible cooling load (Btu/h):184,894 Latent cooling load (Btu/h):379,473 Sensible heat ratio:0.33 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ZONE PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Zone Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -18,277 -18,277 -0.8 16.2 Roofs -9,424 -9,424 -0.4 8.3 Ground/Exposed Floors -15,445 -15,445 -0.7 13.7 External Doors 0 0 0.0 0.0 Windows Conduction -24,650 -24,650 -1.1 21.8 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -25,758 -25,758 -1.1 22.8 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -502 -502 0.0 0.4 Internal Floors -18,913 -18,913 -0.8 16.7 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -112,969 -112,969 -5.0 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -112,969 -112,969 -5.0 100 HEATING SUMMARY Sensible heating load (Btu/h):112,969 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)16,317.1 2,667.5 16.3 0.13 Below Grade Walls ---- Windows2 2,667.5 2,667.5 100.0 0.33 Doors ---- Floors 15,266.9 --0.07 Roofs3 22,414.2 --0.02 COMBINED 53,998.2 2,667.5 4.9 0.07 Internal Ceilings 22.0 --0.05 Floors 7,169.6 --0.19 Partitions4 6,690.0 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Master Room Setpoint (design)82.0 70.0 Master Room (actual)82.0 70.0 Mean Radiant Temperature 229.6 218.3 Dry Resultant Temperature 228.9 219.0 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)20,789 20,789 Reheat Minimum (design)20,789 20,789 Leakage at Design Flow 0 0 Ventilation (requirement)18,914 18,914 Exhaust (requirement)14,453 14,453 Infiltration 843 843 CHECKS Number of People 25.00 ft²/Person 531.34 Average Ceiling Height (ft)24.67 Btu/h/ft² - Cooling (sensible)13.92 Btu/h/ft² - Heating 8.50 ft²/ton - Cooling (sensible)862.13 ft²/ton - Heating 1,411.02 cfm/ft² - Cooling 1.57 cfm/ft² - Heating 1.57 % Outside Air - Cooling 90.98 % Outside Air - Heating 90.98 Outdoor Air cfm/ft²1.42 Outdoor Air cfm/person 756.58 Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Zone Loads - Page 2 of 2 Document Page: 4 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Zone Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option1 29 DH -1 Pool area North Circulation HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 14:30 Outside Air (DBT/WBT/RH) °F and %RH 93.7 / 77.0 / 47.0 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 1,672 -1,672 0.9 2.3 Roofs -1,764 --1,764 -1.0 -2.5 Ground/Exposed Floors -1,652 --1,652 -0.9 -2.3 External Doors 0 -0 0.0 0.0 Windows Conduction 40,772 -40,772 22.0 57.1 Skylights Conduction 0 -0 0.0 0.0 Solar 37,866 -37,866 20.4 53.0 Infiltration 1,100 720 1,820 1.0 2.5 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -11,699 --11,699 -6.3 -16.4 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 66,296 720 67,015 36.2 Internal Gains Lights 3,162 -3,162 1.7 4.4 People 0 0 0 0.0 0.0 Misc, Computers, Equip 1,265 0 1,265 0.7 1.8 Sub Total 4,427 0 4,427 2.4 TOTAL 70,722 720 71,442 38.5 100 COOLING SUMMARY Sensible cooling load (Btu/h):70,722 Latent cooling load (Btu/h):720 Sensible heat ratio:0.99 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -15,300 -15,300 -8.3 19.5 Roofs -1,114 -1,114 -0.6 1.4 Ground/Exposed Floors -9,221 -9,221 -5.0 11.8 External Doors 0 0 0.0 0.0 Windows Conduction -67,040 -67,040 -36.2 85.5 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -2,704 -2,704 -1.5 3.4 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 16,989 16,989 9.2 -21.7 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -78,390 -78,390 -42.3 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -78,390 -78,390 -42.3 100 HEATING SUMMARY Sensible heating load (Btu/h):78,390 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)11,823.4 4,985.9 42.2 0.27 Below Grade Walls ---- Windows2 4,985.9 4,985.9 100.0 0.53 Doors ---- Floors 1,853.3 --0.19 Roofs3 1,744.7 --0.02 COMBINED 15,421.4 4,985.9 32.3 0.23 Internal Ceilings ---- Floors ---- Partitions4 331.4 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 85.8 64.1 Dry Resultant Temperature 83.9 67.1 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)3,541 7,882 Reheat Minimum (design)3,541 3,541 Leakage at Design Flow 0 0 Ventilation (requirement)3,541 3,541 Exhaust (requirement)1,770 1,770 Infiltration 89 89 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)35.37 Btu/h/ft² - Cooling (sensible)38.16 Btu/h/ft² - Heating 42.30 ft²/ton - Cooling (sensible)314.47 ft²/ton - Heating 283.71 cfm/ft² - Cooling 1.91 cfm/ft² - Heating 4.25 % Outside Air - Cooling 100.00 % Outside Air - Heating 44.92 Outdoor Air cfm/ft²1.91 Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 1 of 10 Document Page: 5 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option1 DH-1 Pool Area HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 88.0 / 74.9 / 54.4 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -131 --131 0.0 0.0 Roofs 0 -0 0.0 0.0 Ground/Exposed Floors -4,944 --4,944 -0.5 -1.2 External Doors 0 -0 0.0 0.0 Windows Conduction 2,028 -2,028 0.2 0.5 Skylights Conduction 0 -0 0.0 0.0 Solar 47,625 -47,625 4.5 11.9 Infiltration 912 1,949 2,861 0.3 0.7 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -4,516 --4,516 -0.4 -1.1 Internal Floors -1,831 --1,831 -0.2 -0.5 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 39,144 1,949 41,093 3.9 Internal Gains Lights 0 -0 0.0 0.0 People 17,750 27,250 45,000 4.2 11.3 Misc, Computers, Equip 0 313,755 313,755 29.5 78.5 Sub Total 17,750 341,005 358,755 33.7 TOTAL 56,894 342,954 399,848 37.6 100 COOLING SUMMARY Sensible cooling load (Btu/h):56,894 Latent cooling load (Btu/h):342,954 Sensible heat ratio:0.14 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -1,019 -1,019 -0.1 3.1 Roofs 0 0 0.0 0.0 Ground/Exposed Floors -7,020 -7,020 -0.7 21.4 External Doors 0 0 0.0 0.0 Windows Conduction -4,359 -4,359 -0.4 13.3 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -5,408 -5,408 -0.5 16.5 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -702 -702 -0.1 2.1 Internal Floors -14,327 -14,327 -1.3 43.6 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -32,835 -32,835 -3.1 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -32,835 -32,835 -3.1 100 HEATING SUMMARY Sensible heating load (Btu/h):32,835 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)944.8 526.2 55.7 0.20 Below Grade Walls ---- Windows2 526.2 526.2 100.0 0.30 Doors ---- Floors 5,126.4 --0.05 Roofs3 ---- COMBINED 6,071.3 526.2 8.7 0.08 Internal Ceilings ---- Floors 5,521.2 --0.19 Partitions4 140.0 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 84.3 67.5 Dry Resultant Temperature 83.2 68.7 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)7,083 7,083 Reheat Minimum (design)7,083 7,083 Leakage at Design Flow 0 0 Ventilation (requirement)7,083 7,083 Exhaust (requirement)6,197 6,197 Infiltration 177 177 CHECKS Number of People 25.00 ft²/Person 425.90 Average Ceiling Height (ft)9.98 Btu/h/ft² - Cooling (sensible)5.34 Btu/h/ft² - Heating 3.08 ft²/ton - Cooling (sensible)2,245.78 ft²/ton - Heating 3,891.30 cfm/ft² - Cooling 0.67 cfm/ft² - Heating 0.67 % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²0.67 Outdoor Air cfm/person 283.30 Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 2 of 10 Document Page: 6 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option1 DH-1 Pool Area (upper 1) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 88.0 / 74.9 / 54.4 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -166 --166 --0.7 Roofs 0 -0 -0.0 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 1,851 -1,851 -8.1 Skylights Conduction 0 -0 -0.0 Solar 11,521 -11,521 -50.3 Infiltration 1,288 1,340 2,628 -11.5 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 7,075 -7,075 -30.9 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 21,570 1,340 22,910 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 21,570 1,340 22,910 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):21,570 Latent cooling load (Btu/h):1,340 Sensible heat ratio:0.94 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,335 -2,335 -- Roofs 0 0 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -3,214 -3,214 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -7,638 -7,638 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -7,756 -7,756 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -20,942 -20,942 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -20,942 -20,942 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):20,942 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,334.4 376.7 28.2 0.15 Below Grade Walls ---- Windows2 376.7 376.7 100.0 0.30 Doors ---- Floors ---- Roofs3 ---- COMBINED 1,334.4 376.7 28.2 0.15 Internal Ceilings ---- Floors ---- Partitions4 3,206.4 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.4 68.0 Dry Resultant Temperature 82.7 69.0 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,001 5,001 Reheat Minimum (design)5,001 5,001 Leakage at Design Flow 0 0 Ventilation (requirement)5,001 5,001 Exhaust (requirement)3,751 3,751 Infiltration 250 250 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 3 of 10 Document Page: 7 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option1 DH-1 Pool Area (upper 2) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 11:30 Outside Air (DBT/WBT/RH) °F and %RH 90.3 / 75.7 / 51.3 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 55 -55 -0.2 Roofs 3,401 -3,401 -11.7 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 2,022 -2,022 -7.0 Skylights Conduction 0 -0 -0.0 Solar 16,719 -16,719 -57.7 Infiltration 1,950 1,576 3,526 -12.2 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 3,237 -3,237 -11.2 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 27,383 1,576 28,959 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 27,383 1,576 28,959 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):27,383 Latent cooling load (Btu/h):1,576 Sensible heat ratio:0.95 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,360 -2,360 -- Roofs -7,521 -7,521 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -3,181 -3,181 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -7,638 -7,638 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -6,754 -6,754 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -27,454 -27,454 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -27,454 -27,454 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):27,454 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,334.4 371.3 27.8 0.14 Below Grade Walls ---- Windows2 371.3 371.3 100.0 0.30 Doors ---- Floors ---- Roofs3 10,647.6 --0.02 COMBINED 11,982.0 371.3 3.1 0.04 Internal Ceilings ---- Floors ---- Partitions4 349.2 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.3 68.1 Dry Resultant Temperature 82.6 69.1 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,001 5,001 Reheat Minimum (design)5,001 5,001 Leakage at Design Flow 0 0 Ventilation (requirement)5,001 5,001 Exhaust (requirement)3,751 3,751 Infiltration 250 250 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 4 of 10 Document Page: 8 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option1 30 Vestibule HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)8 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 77.7 / 53.8 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -1,967 --1,967 -7.8 -9.5 Roofs -1,177 --1,177 -4.7 -5.7 Ground/Exposed Floors -1,659 --1,659 -6.6 -8.0 External Doors 0 -0 0.0 0.0 Windows Conduction 1,887 -1,887 7.5 9.1 Skylights Conduction 0 -0 0.0 0.0 Solar 25,899 -25,899 103.0 125.5 Infiltration 178 227 405 1.6 2.0 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -3,356 --3,356 -13.3 -16.3 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 19,805 227 20,032 79.6 Internal Gains Lights 429 -429 1.7 2.1 People 0 0 0 0.0 0.0 Misc, Computers, Equip 172 0 172 0.7 0.8 Sub Total 601 0 601 2.4 TOTAL 20,406 227 20,633 82.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):20,406 Latent cooling load (Btu/h):227 Sensible heat ratio:0.99 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,572 -2,572 -10.2 35.5 Roofs -173 -173 -0.7 2.4 Ground/Exposed Floors -1,312 -1,312 -5.2 18.1 External Doors 0 0 0.0 0.0 Windows Conduction -3,033 -3,033 -12.1 41.9 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -489 -489 -1.9 6.7 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 332 332 1.3 -4.6 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -7,246 -7,246 -28.8 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -7,246 -7,246 -28.8 100 HEATING SUMMARY Sensible heating load (Btu/h):7,246 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,462.0 366.6 25.1 0.14 Below Grade Walls ---- Windows2 366.6 366.6 100.0 0.30 Doors ---- Floors 251.6 --0.19 Roofs3 251.4 --0.02 COMBINED 1,965.0 366.6 18.7 0.13 Internal Ceilings ---- Floors ---- Partitions4 1,192.2 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 89.1 66.8 Dry Resultant Temperature 85.5 68.4 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)760 760 Reheat Minimum (design)760 760 Leakage at Design Flow 0 0 Ventilation (requirement)19 19 Exhaust (requirement)-- Infiltration 16 16 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)38.15 Btu/h/ft² - Cooling (sensible)81.11 Btu/h/ft² - Heating 28.80 ft²/ton - Cooling (sensible)147.94 ft²/ton - Heating 416.62 cfm/ft² - Cooling 3.02 cfm/ft² - Heating 3.02 % Outside Air - Cooling 2.48 % Outside Air - Heating 2.48 Outdoor Air cfm/ft²0.08 Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 5 of 10 Document Page: 9 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option1 31 Vestibule HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)9 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 87.7 / 75.3 / 56.6 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -1,035 --1,035 -3.9 -3.3 Roofs -2,538 --2,538 -9.6 -8.2 Ground/Exposed Floors -4,055 --4,055 -15.3 -13.0 External Doors 0 -0 0.0 0.0 Windows Conduction 1,210 -1,210 4.6 3.9 Skylights Conduction 0 -0 0.0 0.0 Solar 43,870 -43,870 165.9 141.1 Infiltration 83 130 213 0.8 0.7 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -7,202 --7,202 -27.2 -23.2 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 30,333 130 30,463 115.2 Internal Gains Lights 451 -451 1.7 1.5 People 0 0 0 0.0 0.0 Misc, Computers, Equip 181 0 181 0.7 0.6 Sub Total 632 0 632 2.4 TOTAL 30,964 130 31,094 117.6 100 COOLING SUMMARY Sensible cooling load (Btu/h):30,964 Latent cooling load (Btu/h):130 Sensible heat ratio:1.00 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -731 -731 -2.8 7.0 Roofs -174 -174 -0.7 1.7 Ground/Exposed Floors -1,311 -1,311 -5.0 12.5 External Doors 0 0 0.0 0.0 Windows Conduction -8,772 -8,772 -33.2 83.7 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -514 -514 -1.9 4.9 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 1,022 1,022 3.9 -9.8 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -10,480 -10,480 -39.6 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -10,480 -10,480 -39.6 100 HEATING SUMMARY Sensible heating load (Btu/h):10,480 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,453.8 816.5 56.2 0.27 Below Grade Walls ---- Windows2 816.5 816.5 100.0 0.41 Doors ---- Floors 264.5 --0.19 Roofs3 264.5 --0.02 COMBINED 1,982.8 816.5 41.2 0.23 Internal Ceilings ---- Floors ---- Partitions4 1,061.3 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 93.7 64.9 Dry Resultant Temperature 87.9 67.4 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)1,153 1,153 Reheat Minimum (design)1,153 1,153 Leakage at Design Flow 0 0 Ventilation (requirement)20 20 Exhaust (requirement)-- Infiltration 17 17 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)38.17 Btu/h/ft² - Cooling (sensible)117.08 Btu/h/ft² - Heating 39.63 ft²/ton - Cooling (sensible)102.49 ft²/ton - Heating 302.83 cfm/ft² - Cooling 4.36 cfm/ft² - Heating 4.36 % Outside Air - Cooling 1.72 % Outside Air - Heating 1.72 Outdoor Air cfm/ft²0.07 Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 6 of 10 Document Page: 10 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option1 32 DH-2 Pool Area Circulation HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 8:30 Outside Air (DBT/WBT/RH) °F and %RH 82.6 / 72.9 / 63.1 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -473 --473 -0.4 -2.6 Roofs 924 -924 0.8 5.2 Ground/Exposed Floors 0 -0 0.0 0.0 External Doors 0 -0 0.0 0.0 Windows Conduction -9 --9 0.0 -0.1 Skylights Conduction 0 -0 0.0 0.0 Solar 13,576 -13,576 11.4 75.8 Infiltration -60 258 198 0.2 1.1 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 849 -849 0.7 4.7 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 8 -8 0.0 0.0 Ceilings 10 -10 0.0 0.1 Sub Total 14,826 258 15,084 12.7 Internal Gains Lights 2,026 -2,026 1.7 11.3 People 0 0 0 0.0 0.0 Misc, Computers, Equip 811 0 811 0.7 4.5 Sub Total 2,837 0 2,837 2.4 TOTAL 17,663 258 17,921 15.1 100 COOLING SUMMARY Sensible cooling load (Btu/h):17,663 Latent cooling load (Btu/h):258 Sensible heat ratio:0.99 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -8,861 -8,861 -7.5 51.3 Roofs -806 -806 -0.7 4.7 Ground/Exposed Floors -6,690 -6,690 -5.6 38.7 External Doors 0 0 0.0 0.0 Windows Conduction -417 -417 -0.4 2.4 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -2,261 -2,261 -1.9 13.1 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 1,752 1,752 1.5 -10.1 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -17,283 -17,283 -14.6 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -17,283 -17,283 -14.6 100 HEATING SUMMARY Sensible heating load (Btu/h):17,283 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)3,735.4 28.7 0.8 0.09 Below Grade Walls ---- Windows2 28.7 28.7 100.0 0.53 Doors ---- Floors 1,187.8 --0.19 Roofs3 1,143.6 --0.02 COMBINED 6,066.8 28.7 0.5 0.10 Internal Ceilings 44.1 --0.05 Floors ---- Partitions4 2,305.0 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.5 68.0 Dry Resultant Temperature 82.7 69.0 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)2,221 2,221 Reheat Minimum (design)2,221 2,221 Leakage at Design Flow 0 0 Ventilation (requirement)2,221 2,221 Exhaust (requirement)1,480 1,480 Infiltration 74 74 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)37.39 Btu/h/ft² - Cooling (sensible)14.87 Btu/h/ft² - Heating 14.55 ft²/ton - Cooling (sensible)806.93 ft²/ton - Heating 824.71 cfm/ft² - Cooling 1.87 cfm/ft² - Heating 1.87 % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²1.87 Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 7 of 10 Document Page: 11 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option1 DH-2 Pool Area HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 88.0 / 74.9 / 54.4 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -100 --100 0.0 0.0 Roofs 0 -0 0.0 0.0 Ground/Exposed Floors -3,852 --3,852 -0.3 -0.8 External Doors 0 -0 0.0 0.0 Windows Conduction 2,251 -2,251 0.2 0.5 Skylights Conduction 0 -0 0.0 0.0 Solar 48,183 -48,183 4.2 10.5 Infiltration 992 2,119 3,111 0.3 0.7 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -12,140 --12,140 -1.0 -2.7 Internal Floors -2,329 --2,329 -0.2 -0.5 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 33,005 2,119 35,124 3.0 Internal Gains Lights 35,560 -35,560 3.1 7.8 People 17,750 27,250 45,000 3.9 9.8 Misc, Computers, Equip 0 341,222 341,222 29.5 74.7 Sub Total 53,310 368,472 421,783 36.4 TOTAL 86,315 370,592 456,907 39.5 100 COOLING SUMMARY Sensible cooling load (Btu/h):86,315 Latent cooling load (Btu/h):370,592 Sensible heat ratio:0.19 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -1,063 -1,063 -0.1 3.2 Roofs 0 0 0.0 0.0 Ground/Exposed Floors -6,133 -6,133 -0.5 18.5 External Doors 0 0 0.0 0.0 Windows Conduction -4,977 -4,977 -0.4 15.0 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -5,882 -5,882 -0.5 17.7 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 3,761 3,761 0.3 -11.3 Internal Floors -18,913 -18,913 -1.6 57.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -33,207 -33,207 -2.9 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -33,207 -33,207 -2.9 100 HEATING SUMMARY Sensible heating load (Btu/h):33,207 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,027.6 594.8 57.9 0.21 Below Grade Walls ---- Windows2 594.8 594.8 100.0 0.30 Doors ---- Floors 4,432.2 --0.05 Roofs3 ---- COMBINED 5,459.8 594.8 10.9 0.08 Internal Ceilings ---- Floors 7,147.5 --0.19 Partitions4 344.5 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 84.8 67.9 Dry Resultant Temperature 83.4 68.9 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,777 5,777 Reheat Minimum (design)5,777 5,777 Leakage at Design Flow 0 0 Ventilation (requirement)5,777 5,777 Exhaust (requirement)4,814 4,814 Infiltration 193 193 CHECKS Number of People 25.00 ft²/Person 463.19 Average Ceiling Height (ft)9.98 Btu/h/ft² - Cooling (sensible)7.45 Btu/h/ft² - Heating 2.87 ft²/ton - Cooling (sensible)1,609.87 ft²/ton - Heating 4,184.57 cfm/ft² - Cooling 0.50 cfm/ft² - Heating 0.50 % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²0.50 Outdoor Air cfm/person 231.08 Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 8 of 10 Document Page: 12 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option1 DH-2 Pool Area (upper 1) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)8 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 88.2 / 76.5 / 58.6 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -87 --87 --0.3 Roofs 0 -0 -0.0 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 2,193 -2,193 -8.4 Skylights Conduction 0 -0 -0.0 Solar 11,373 -11,373 -43.4 Infiltration 1,497 3,197 4,693 -17.9 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 8,018 -8,018 -30.6 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 22,994 3,197 26,191 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 22,994 3,197 26,191 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):22,994 Latent cooling load (Btu/h):3,197 Sensible heat ratio:0.88 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,511 -2,511 -- Roofs 0 0 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -3,758 -3,758 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -8,306 -8,306 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -4,826 -4,826 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -19,401 -19,401 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -19,401 -19,401 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):19,401 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,451.2 434.7 30.0 0.15 Below Grade Walls ---- Windows2 434.7 434.7 100.0 0.30 Doors ---- Floors ---- Roofs3 ---- COMBINED 1,451.2 434.7 30.0 0.15 Internal Ceilings ---- Floors ---- Partitions4 3,412.3 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.4 68.6 Dry Resultant Temperature 82.7 69.3 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,439 5,439 Reheat Minimum (design)5,439 5,439 Leakage at Design Flow 0 0 Ventilation (requirement)5,439 5,439 Exhaust (requirement)4,079 4,079 Infiltration 272 272 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 9 of 10 Document Page: 13 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option1 DH-2 Pool Area (upper 2) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 10:30 Outside Air (DBT/WBT/RH) °F and %RH 88.0 / 74.9 / 54.4 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 11 -11 -0.0 Roofs 6,567 -6,567 -22.9 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 2,131 -2,131 -7.4 Skylights Conduction 0 -0 -0.0 Solar 15,280 -15,280 -53.3 Infiltration 1,401 1,457 2,858 -10.0 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 1,817 -1,817 -6.3 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 27,207 1,457 28,664 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 27,207 1,457 28,664 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):27,207 Latent cooling load (Btu/h):1,457 Sensible heat ratio:0.95 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,540 -2,540 -- Roofs -8,271 -8,271 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -3,693 -3,693 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -8,306 -8,306 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -2,542 -2,542 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -25,352 -25,352 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -25,352 -25,352 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):25,352 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,451.2 426.3 29.4 0.15 Below Grade Walls ---- Windows2 426.3 426.3 100.0 0.30 Doors ---- Floors ---- Roofs3 11,579.7 --0.02 COMBINED 13,030.9 426.3 3.3 0.04 Internal Ceilings ---- Floors ---- Partitions4 471.9 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.2 68.7 Dry Resultant Temperature 82.6 69.3 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,439 5,439 Reheat Minimum (design)5,439 5,439 Leakage at Design Flow 0 0 Ventilation (requirement)5,439 5,439 Exhaust (requirement)4,079 4,079 Infiltration 272 272 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option1 Rooms loads rev1 | 2023/12/06 16:02 | Room Loads - Page 10 of 10 Document Page: 14 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 9942 Currie Davis Dr., Ste. H Tampa, FL 33619 813.995.0300 emeraldmep.com FL EB # 0027845 APPENDIX D Integrated Environmental Solutions 2023.2.1.0 Energy Model Output Report Project:Long Center Natatorium - Option2 Design Team:Wannemacher Jensen Architects, Address:1501 Belcher Rd. Clearwater FL 33765 Energy Analyst:REAL Building Conultants LLC Climate File:USA_FL_St.Petersburg-Clearwater.Intl.AP.722116_TMY3.epw Owner:City of Clearwater Simulation:Natatorium Option2_1206.aps Conditioned Area (ft²):34959.4935 Annual Energy Consumption (kBtu/ft²/year) & CO2 KgCO2/ft²/yr Project Viewer - 3D Model Energy End Use Site Energy Source Energy CO2 Emissions Heating Fossil Fuel 0.0 0.0 0.0 Heating Electricity 45.8 144.3 8.1 Space Cooling 23.2 73.1 4.1 Fans Interior 10.5 33.0 1.8 Heat Rejection 1.5 4.7 0.3 Pumps 0.0 0.0 0.0 DHW Fossil Fuel 0.0 0.0 0.0 DHW Electricity 0.0 0.0 0.0 Interior Lighting 4.8 15.0 0.8 Exterior Lighting 0.0 0.0 0.0 Receptacle 1.9 6.1 0.3 Data Center 0.0 0.0 0.0 Cooking Fossil Fuel 0.0 0.0 0.0 Cooking Electricity 0.0 0.0 0.0 Site Energy Use Intensity Elevators & Escalators 0.0 0.0 0.0 Refrigeration 0.0 0.0 0.0 Process 0.0 0.0 0.0 TOTAL (ex renewables)87 276 15 Site Energy Dashboard (MBtu) Site Energy Flows – Sankey Diagram Fuels End Uses Annual Fuel Costs and Peak Demands Fuels Cost (£)Peak Day Peak Time Peak Demand Electricity 53,900.00 24-Jan 8:00 446.6 kW Fossil Fuel 0.00 01-Jan 0:00 0.0 kBtu/h Total 53,900.00 01-Jan 0:00 Peak Energy Sources for Electricity (kW), Fossil Fuel (kBtu/h) and Onsite Power Generation (kW): Top 3 Contributors MonthSpace Heating (MBtu)Space Cooling (MBtu)Heat Rejection (MBtu)Interior Central Fans (MBtu)Total HVAC EnergyMonthNet electricity usage [kWh]Total net charges [$]Jan 01‐31 271.63 0.17 0.01 46.76 318.57January 99,295.70 10,426.05$ Feb 01‐28 160.31 7.70 0.49 34.56 203.06February 64,772.67 6,801.13$ Mar 01‐31 136.45 19.14 1.22 33.17 189.98March 61,360.73 6,442.88$ Apr 01‐30 86.62 43.11 2.75 26.64 159.11April 52,340.30 5,495.73$ May 01‐31 130.46 101.32 6.47 27.45 265.69May 83,683.48 8,786.77$ Jun 01‐30 132.97 118.73 7.58 26.65 285.93June 89,373.98 9,384.27$ Jul 01‐31 148.18 147.34 9.41 28.68 333.60July 103,702.98 10,888.81$ Aug 01‐31 140.20 133.98 8.55 27.55 310.27August 96,613.71 10,144.44$ Sep 01‐30 134.34 123.41 7.88 26.95 292.57September 91,453.55 9,602.62$ Oct 01‐31 108.49 84.81 5.41 27.80 226.51October 72,317.91 7,593.38$ Nov 01‐30 53.22 26.84 1.71 26.05 107.83November 37,059.60 3,891.26$ Dec 01‐31 98.67 5.02 0.32 33.96 137.96December 46,366.75 4,868.51$ Summed total 1,601.52 811.55 51.80 366.19 2,831.07Total year 898,341.38 94,325.85$ Option#2 Electricity ($0.105/kWh) blended rateOption#2 Energy Consumption HVACVirtual Environment 2023Copyright © 2023 Integrated Environmental Solutions Limited. Use global inputs for oversizing (yes/no):noCooling (Sensible) Load Oversizing Factor:10%Date:2023‐12‐06Cooling (Latent) Load Oversizing Factor:10%Heating Load Oversizing Factor:10%Loads reported below are non‐coincident room‐ and zone‐level loadsZone groupZoneRoomTemplateFloor area VolumeCooling occupied setpointCooling design load oversizing factorCooling design load with oversizing Cooling supply air temperatureMax RH setpointLatent cooling load without oversizingDesign latent cooling load with oversizingCooling design load oversizing factor from(ft²) (ft³) (⁰F) Month/time (kBtu/h) (Btu/h.ft²)(kBtu/h) (⁰F) (cfm)(ACH) (cfm/ft²) (%) (kBtu/h) (kBtu/h)(same for sens & lat)DH‐1DH‐129 DH ‐1 Pool area North CirculaSPACE: Corridor ‐ All Other Corridors1,853.3 53,109.4 82.0Jun 15:3074.80 40.36 1.10 82.28 55.0 2,785.7 3.15 1.50 60.0 3.13 3.44 1.1DH‐1 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area10,647.6 106,238.4 82.0Jun 17:3062.96 5.91 1.10 69.26 55.0 2,344.8 1.32 0.22 55.0 344.65 379.11 1.1DH‐1 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 82.0Jun 17:3026.05 2.45 1.10 28.65 55.0 970.1 0.39 0.09 60.0 9.86 10.84 1.1DH‐1 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 82.0Jun 17:3034.95 3.28 1.10 38.44 55.0 1,301.5 0.52 0.12 60.0 10.62 11.68 1.1DH‐2 Dh‐2 23 Spectator AreaSPACE: Audience Seating Area ‐ Exercise Center9,175.0 191,146.9 82.0Sep 17:3053.81 5.86 1.10 59.19 55.0 2,003.7 0.63 0.22 60.0 14.00 15.40 1.130 VestibuleSPACE: Corridor ‐ All Other Corridors251.6 9,596.6 82.0Jul 7:303.30 13.13 1.00 3.30 55.0 111.8 0.70 0.44 60.0 0.70 0.70 1.131 VestibuleSPACE: Corridor ‐ All Other Corridors264.5 10,094.0 82.0Sep 11:3015.42 58.29 1.00 15.42 55.0 521.9 3.10 1.97 60.0 0.74 0.74 1.132 DH‐2 Pool Area CirculationSPACE: Corridor ‐ All Other Corridors1,187.8 44,412.8 82.0Jun 17:3021.39 18.01 1.00 21.39 55.0 724.1 0.98 0.61 60.0 3.25 3.25 1.1DH‐2 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area11,579.7 115,538.8 82.0Aug 17:3080.45 6.95 1.00 80.45 55.0 2,723.8 1.41 0.24 55.0 377.47 377.47 1.1DH‐2 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 82.0Aug 16:3022.24 1.92 1.00 22.24 55.0 753.0 0.28 0.07 60.0 11.95 11.95 1.1DH‐2 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 82.0Jun 17:3027.90 2.41 1.00 27.90 55.0 944.4 0.35 0.08 60.0 11.50 11.50 1.1Zone group Zone Room Template Floor area VolumeHeating occupied setpointHeating design load oversizing factorHeating design load with oversizingHeating supply air temperatureMin RH setpointHumidification load(ft²) (ft³) (⁰F) (kBtu/h) (Btu/h.ft²)(kBtu/h)(⁰F)(cfm) (cfm/ft²) (%) (kBtu/h)DH‐1DH‐129 DH ‐1 Pool area North CirculaSPACE: Corridor ‐ All Other Corridors1,853.3 53,109.4 70.00 79.57 42.93 1.10 87.53 90.0 4,000.4 2.16 0.0 0.00DH‐1 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area10,647.6 106,238.4 70.00 34.54 3.24 1.10 37.99 90.0 1,736.2 0.16 0.0 0.00DH‐1 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 70.00 22.45 2.11 1.10 24.70 90.0 1,128.7 0.11 0.0 0.00DH‐1 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 70.00 30.45 2.86 1.10 33.50 90.0 1,530.9 0.14 0.0 0.00DH‐2 Dh‐2 23 Spectator AreaSPACE: Audience Seating Area ‐ Exercise Center9,175.0 191,146.9 70.00 44.60 4.86 1.10 49.06 90.0 2,242.0 0.24 0.0 0.0030 VestibuleSPACE: Corridor ‐ All Other Corridors251.6 9,596.6 70.00 5.43 21.60 1.00 5.43 90.0 248.4 0.99 0.0 0.0031 VestibuleSPACE: Corridor ‐ All Other Corridors264.5 10,094.0 70.00 8.66 32.74 1.00 8.66 90.0 395.7 1.50 0.0 0.0032 DH‐2 Pool Area CirculationSPACE: Corridor ‐ All Other Corridors1,187.8 44,412.8 70.00 18.25 15.37 1.00 18.25 90.0 834.1 0.70 0.0 0.00DH‐2 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area11,579.7 115,538.8 70.00 33.53 2.90 1.00 33.53 90.0 1,532.2 0.13 0.0 0.00DH‐2 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 70.00 20.86 1.80 1.00 20.86 90.0 953.6 0.08 0.0 0.00DH‐2 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 70.00 27.58 2.38 1.00 27.58 90.0 1,260.5 0.11 0.0 0.00Zone group Zone Room Template Floor area VolumeDesign occupancy(ft²) (ft³) (People) (cfm) (cfm/person) (cfm/ft²) (ACH)DH‐1DH‐129 DH ‐1 Pool area North CirculaSPACE: Corridor ‐ All Other Corridors1,853.3 53,109.4 0.0 111.2 0.0 0.06 0.13DH‐1 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area10,647.6 106,238.4 25.0 1,138.9 45.6 0.11 0.64DH‐1 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 0.0 0.0 0.0 0.00 0.00DH‐1 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors10,647.6 150,037.4 0.0 0.0 0.0 0.00 0.00DH‐2 Dh‐2 23 Spectator AreaSPACE: Audience Seating Area ‐ Exercise Center9,175.0 191,146.9 10.0 625.5 62.6 0.07 0.2030 VestibuleSPACE: Corridor ‐ All Other Corridors251.6 9,596.6 0.0 15.1 0.0 0.06 0.0931 VestibuleSPACE: Corridor ‐ All Other Corridors264.5 10,094.0 0.0 15.9 0.0 0.06 0.0932 DH‐2 Pool Area CirculationSPACE: Corridor ‐ All Other Corridors1,187.8 44,412.8 0.0 71.3 0.0 0.06 0.10DH‐2 Pool AreaSPACE: Gymnasium/ Fitness center ‐ Exercise area11,579.7 115,538.8 25.0 1,194.8 47.8 0.10 0.62DH‐2 Pool Area (upper 1)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 0.0 0.0 0.0 0.00 0.00DH‐2 Pool Area (upper 2)SPACE: Corridor ‐ All Other Corridors11,579.7 163,172.2 0.0 0.0 0.0 0.00 0.00Heating load (without oversizing)Heating design airflow (maximum)Required minimum ventilation airflowSensible cooling load (without oversizing)Cooling design airflow (sensible cooling maximum) Table of Contents Room-Zone Loads & Sizing Reports Link to Report Guidance Long Center Option2 IES VIRTUAL ENVIRONMENT VE 2023 Project and Climate 2 Zone Conditioning Loads Reports DH-1 05 a VAV - Reheat [DX cool -...DH-1 3 DH-2 05 a VAV - Reheat [DX cool -...Dh-2 4 Room Conditioning Loads Reports DH-1 DH-1 29 DH -1 Pool area North...5 DH-1 Pool Area 6 DH-1 Pool Area (upper 1)7 DH-1 Pool Area (upper 2)8 DH-2 Dh-2 30 Vestibule 9 31 Vestibule 10 32 DH-2 Pool Area...11 DH-2 Pool Area 12 DH-2 Pool Area (upper 1)13 DH-2 Pool Area (upper 2)14 Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Table of Contents - Page 1 of 1 Document Page: 1 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Table of Contents reports are not influenced by system operation. 1 Project and Climate Long Center Option2 IES VIRTUAL ENVIRONMENT VE 2023 Model Data Project file Long Center Option2.mit Source HVAC file Natatorium_Option2_HVAC.asp HVAC file snapshot Vista\Long Center Option2rev1 rooms loads.asp Model floor area 34,959.5 ft² Building conditioned floor area 34,959.5 ft² Building conditioned volume 1,156,556.0 ft³ Number of conditioned rooms 11 Load analysis methodology ASHRAE Heat Balance Method Calculated 2023/12/06 10:06 Version No.2023.2.1.0 Location Data Location St Pete-Clearwater, Florida Latitude 27.91 N Longitude 82.69 W Altitude 9.8 ft Time Zone 5.0 hours behind GMT Design Weather Data Source ASHRAE design weather database Monthly percentile: For heating loads design weather 99.60 % For cooling loads design weather 0.40 % Barometric pressure 29.9109 inHg Air density 0.0749 lb/ft³ Air specific heat 0.2434 Btu/lb·°F Density-specific heat product 0.0591 Btu/ft³·°F Summer ground reflectance 0.2 Winter ground reflectance 0.2 Carbon dioxide (ambient)400.00 ppm Cooling Calculation Data Results file Long Center Option2rev1 rooms loads.clg Calculated 2023/12/06 10:06 Profile Month May - Sep Max outdoor temp. dry bulb 93.7 °F Max outdoor temp. wet bulb 78.4 °F Heating Calculation Data Results file Long Center Option2rev1 rooms loads.htg Calculated 2023/12/06 10:06 Profile Month Jan Outdoor winter design temp 42.1 °F Project Loads Summary Cooling loads:kBtu/h Btu/h·ft² Coincident peak space load 404.28 11.56 Heating loads: Coincident peak space load 325.92 9.32 Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Project and climate - Page 1 of 1 Document Page: 2 Project Cooling and Heating loads are coincident peak value for all conditioned spaces without oversizing. 1 Zone Loads Report System: 05 a VAV - Reheat Long Center Option2 DH-1 IES VIRTUAL ENVIRONMENT VE 2023 COOLING ZONE PEAK Time of Peak (Mo/Hr:Mn)6 / 16:30 Outside Air (DBT/WBT/RH) °F and %RH 92.8 / 76.7 / 48.0 Zone Zone Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 8,161 -8,161 0.7 1.5 Roofs 1,004 -1,004 0.1 0.2 Ground/Exposed Floors -7,333 --7,333 -0.6 -1.4 External Doors 0 -0 0.0 0.0 Windows Conduction 42,829 -42,829 3.4 7.9 Skylights Conduction 0 -0 0.0 0.0 Solar 122,109 -122,109 9.8 22.6 Infiltration 9,454 7,198 16,652 1.3 3.1 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -2,435 --2,435 -0.2 -0.5 Internal Floors -3,242 --3,242 -0.3 -0.6 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 170,549 7,198 177,747 14.2 Internal Gains Lights 3,162 -3,162 0.3 0.6 People 17,750 27,250 45,000 3.6 8.3 Misc, Computers, Equip 1,265 313,755 315,020 25.2 58.2 Sub Total 22,177 341,005 363,182 29.1 TOTAL 192,726 348,203 540,929 43.3 100 COOLING SUMMARY Sensible cooling load (Btu/h):192,726 Latent cooling load (Btu/h):348,203 Sensible heat ratio:0.36 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ZONE PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Zone Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -20,668 -20,668 -1.7 12.4 Roofs -8,630 -8,630 -0.7 5.2 Ground/Exposed Floors -16,223 -16,223 -1.3 9.7 External Doors 0 0 0.0 0.0 Windows Conduction -84,847 -84,847 -6.8 50.8 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -23,387 -23,387 -1.9 14.0 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 1,070 1,070 0.1 -0.6 Internal Floors -14,326 -14,326 -1.1 8.6 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -167,010 -167,010 -13.4 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -167,010 -167,010 -13.4 100 HEATING SUMMARY Sensible heating load (Btu/h):167,010 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)15,437.1 6,450.5 41.8 0.26 Below Grade Walls ---- Windows2 6,450.5 6,450.5 100.0 0.51 Doors ---- Floors 6,979.8 --0.09 Roofs3 12,392.2 --0.02 COMBINED 34,809.1 6,450.5 18.5 0.14 Internal Ceilings ---- Floors 5,521.2 --0.19 Partitions4 8,912.8 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Master Room Setpoint (design)82.0 70.0 Master Room (actual)82.0 70.0 Mean Radiant Temperature 180.0 163.4 Dry Resultant Temperature 179.0 164.7 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)20,626 25,086 Reheat Minimum (design)20,626 20,626 Leakage at Design Flow 0 0 Ventilation (requirement)20,626 20,626 Exhaust (requirement)15,469 15,469 Infiltration 766 766 CHECKS Number of People 25.00 ft²/Person 500.04 Average Ceiling Height (ft)18.38 Btu/h/ft² - Cooling (sensible)15.42 Btu/h/ft² - Heating 13.36 ft²/ton - Cooling (sensible)778.36 ft²/ton - Heating 898.22 cfm/ft² - Cooling 1.65 cfm/ft² - Heating 2.01 % Outside Air - Cooling 100.00 % Outside Air - Heating 82.22 Outdoor Air cfm/ft²1.65 Outdoor Air cfm/person 825.03 Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Zone Loads - Page 1 of 2 Document Page: 3 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Zone Loads reports are not influenced by system operation. 1 Zone Loads Report System: 05 a VAV - Reheat Long Center Option2 Dh-2 IES VIRTUAL ENVIRONMENT VE 2023 COOLING ZONE PEAK Time of Peak (Mo/Hr:Mn)8 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 77.7 / 53.8 Zone Zone Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 10,304 -10,304 0.5 1.9 Roofs 8,006 -8,006 0.4 1.5 Ground/Exposed Floors -1,809 --1,809 -0.1 -0.3 External Doors 0 -0 0.0 0.0 Windows Conduction 9,570 -9,570 0.4 1.8 Skylights Conduction 0 -0 0.0 0.0 Solar 67,010 -67,010 3.0 12.4 Infiltration 9,369 13,055 22,425 1.0 4.1 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 683 -683 0.0 0.1 Internal Floors -756 --756 0.0 -0.1 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 102,378 13,055 115,433 5.1 Internal Gains Lights 38,467 -38,467 1.7 7.1 People 17,750 27,250 45,000 2.0 8.3 Misc, Computers, Equip 1,163 341,222 342,385 15.2 63.3 Sub Total 57,380 368,472 425,852 19.0 TOTAL 159,758 381,528 541,285 24.1 100 COOLING SUMMARY Sensible cooling load (Btu/h):159,758 Latent cooling load (Btu/h):381,528 Sensible heat ratio:0.30 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ZONE PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Zone Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -20,288 -20,288 -0.9 17.7 Roofs -9,431 -9,431 -0.4 8.3 Ground/Exposed Floors -15,510 -15,510 -0.7 13.6 External Doors 0 0 0.0 0.0 Windows Conduction -24,461 -24,461 -1.1 21.4 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -25,758 -25,758 -1.1 22.5 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 117 117 0.0 -0.1 Internal Floors -18,985 -18,985 -0.8 16.6 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -114,315 -114,315 -5.1 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -114,315 -114,315 -5.1 100 HEATING SUMMARY Sensible heating load (Btu/h):114,315 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)16,317.1 1,903.5 11.7 0.13 Below Grade Walls ---- Windows2 1,903.5 1,903.5 100.0 0.46 Doors ---- Floors 15,266.9 --0.07 Roofs3 22,414.2 --0.02 COMBINED 53,998.2 1,903.5 3.5 0.07 Internal Ceilings 22.0 --0.05 Floors 7,169.6 --0.19 Partitions4 11,907.3 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Master Room Setpoint (design)82.0 70.0 Master Room (actual)82.0 70.0 Mean Radiant Temperature 229.4 218.4 Dry Resultant Temperature 228.8 219.0 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)22,175 22,186 Reheat Minimum (design)21,773 21,773 Leakage at Design Flow 0 0 Ventilation (requirement)21,580 21,580 Exhaust (requirement)13,490 13,490 Infiltration 843 843 CHECKS Number of People 25.00 ft²/Person 531.34 Average Ceiling Height (ft)24.67 Btu/h/ft² - Cooling (sensible)12.03 Btu/h/ft² - Heating 8.61 ft²/ton - Cooling (sensible)997.77 ft²/ton - Heating 1,394.42 cfm/ft² - Cooling 1.67 cfm/ft² - Heating 1.67 % Outside Air - Cooling 97.32 % Outside Air - Heating 97.27 Outdoor Air cfm/ft²1.62 Outdoor Air cfm/person 863.21 Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Zone Loads - Page 2 of 2 Document Page: 4 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Zone Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option2 29 DH -1 Pool area North Circulation HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 15:30 Outside Air (DBT/WBT/RH) °F and %RH 93.7 / 77.0 / 47.0 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 2,816 -2,816 1.5 3.7 Roofs -2,009 --2,009 -1.1 -2.7 Ground/Exposed Floors -2,820 --2,820 -1.5 -3.7 External Doors 0 -0 0.0 0.0 Windows Conduction 39,780 -39,780 21.5 52.7 Skylights Conduction 0 -0 0.0 0.0 Solar 42,910 -42,910 23.2 56.8 Infiltration 1,137 735 1,872 1.0 2.5 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -11,428 --11,428 -6.2 -15.1 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 70,387 735 71,122 38.4 Internal Gains Lights 3,162 -3,162 1.7 4.2 People 0 0 0 0.0 0.0 Misc, Computers, Equip 1,265 0 1,265 0.7 1.7 Sub Total 4,427 0 4,427 2.4 TOTAL 74,814 735 75,549 40.8 100 COOLING SUMMARY Sensible cooling load (Btu/h):74,814 Latent cooling load (Btu/h):735 Sensible heat ratio:0.99 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -14,960 -14,960 -8.1 18.8 Roofs -1,113 -1,113 -0.6 1.4 Ground/Exposed Floors -9,198 -9,198 -5.0 11.6 External Doors 0 0 0.0 0.0 Windows Conduction -68,796 -68,796 -37.1 86.5 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -2,704 -2,704 -1.5 3.4 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 17,198 17,198 9.3 -21.6 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -79,571 -79,571 -42.9 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -79,571 -79,571 -42.9 100 HEATING SUMMARY Sensible heating load (Btu/h):79,571 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)11,823.4 5,125.7 43.4 0.28 Below Grade Walls ---- Windows2 5,125.7 5,125.7 100.0 0.53 Doors ---- Floors 1,853.3 --0.19 Roofs3 1,744.7 --0.02 COMBINED 15,421.4 5,125.7 33.2 0.24 Internal Ceilings ---- Floors ---- Partitions4 331.4 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 86.1 64.0 Dry Resultant Temperature 84.0 67.0 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)3,541 8,001 Reheat Minimum (design)3,541 3,541 Leakage at Design Flow 0 0 Ventilation (requirement)3,541 3,541 Exhaust (requirement)1,770 1,770 Infiltration 89 89 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)35.37 Btu/h/ft² - Cooling (sensible)40.37 Btu/h/ft² - Heating 42.93 ft²/ton - Cooling (sensible)297.27 ft²/ton - Heating 279.50 cfm/ft² - Cooling 1.91 cfm/ft² - Heating 4.32 % Outside Air - Cooling 100.00 % Outside Air - Heating 44.25 Outdoor Air cfm/ft²1.91 Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 1 of 10 Document Page: 5 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option2 DH-1 Pool Area HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 76.2 / 49.5 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 773 -773 0.1 0.2 Roofs 0 -0 0.0 0.0 Ground/Exposed Floors -5,262 --5,262 -0.5 -1.3 External Doors 0 -0 0.0 0.0 Windows Conduction 1,762 -1,762 0.2 0.4 Skylights Conduction 0 -0 0.0 0.0 Solar 53,747 -53,747 5.0 13.2 Infiltration 1,981 2,349 4,330 0.4 1.1 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -4,784 --4,784 -0.4 -1.2 Internal Floors -3,010 --3,010 -0.3 -0.7 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 45,206 2,349 47,555 4.5 Internal Gains Lights 0 -0 0.0 0.0 People 17,750 27,250 45,000 4.2 11.1 Misc, Computers, Equip 0 313,755 313,755 29.5 77.2 Sub Total 17,750 341,005 358,755 33.7 TOTAL 62,956 343,354 406,310 38.2 100 COOLING SUMMARY Sensible cooling load (Btu/h):62,956 Latent cooling load (Btu/h):343,354 Sensible heat ratio:0.15 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -1,520 -1,520 -0.1 4.4 Roofs 0 0 0.0 0.0 Ground/Exposed Floors -7,025 -7,025 -0.7 20.3 External Doors 0 0 0.0 0.0 Windows Conduction -4,411 -4,411 -0.4 12.8 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -5,408 -5,408 -0.5 15.7 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -1,846 -1,846 -0.2 5.3 Internal Floors -14,326 -14,326 -1.3 41.5 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -34,536 -34,536 -3.2 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -34,536 -34,536 -3.2 100 HEATING SUMMARY Sensible heating load (Btu/h):34,536 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)944.8 330.4 35.0 0.22 Below Grade Walls ---- Windows2 330.4 330.4 100.0 0.47 Doors ---- Floors 5,126.4 --0.05 Roofs3 ---- COMBINED 6,071.3 330.4 5.4 0.08 Internal Ceilings ---- Floors 5,521.2 --0.19 Partitions4 2,270.4 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 84.5 67.5 Dry Resultant Temperature 83.2 68.7 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)7,083 7,083 Reheat Minimum (design)7,083 7,083 Leakage at Design Flow 0 0 Ventilation (requirement)7,083 7,083 Exhaust (requirement)6,197 6,197 Infiltration 177 177 CHECKS Number of People 25.00 ft²/Person 425.90 Average Ceiling Height (ft)9.98 Btu/h/ft² - Cooling (sensible)5.91 Btu/h/ft² - Heating 3.24 ft²/ton - Cooling (sensible)2,029.53 ft²/ton - Heating 3,699.60 cfm/ft² - Cooling 0.67 cfm/ft² - Heating 0.67 % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²0.67 Outdoor Air cfm/person 283.30 Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 2 of 10 Document Page: 6 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option2 DH-1 Pool Area (upper 1) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 76.2 / 49.5 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 1,234 -1,234 -4.4 Roofs 0 -0 -0.0 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 2,546 -2,546 -9.1 Skylights Conduction 0 -0 -0.0 Solar 11,957 -11,957 -42.8 Infiltration 2,798 1,905 4,703 -16.8 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 7,503 -7,503 -26.9 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 26,038 1,905 27,942 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 26,038 1,905 27,942 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):26,038 Latent cooling load (Btu/h):1,905 Sensible heat ratio:0.93 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,107 -2,107 -- Roofs 0 0 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -6,022 -6,022 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -7,638 -7,638 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -6,684 -6,684 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -22,452 -22,452 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -22,452 -22,452 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):22,452 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,334.4 489.6 36.7 0.21 Below Grade Walls ---- Windows2 489.6 489.6 100.0 0.43 Doors ---- Floors ---- Roofs3 ---- COMBINED 1,334.4 489.6 36.7 0.21 Internal Ceilings ---- Floors ---- Partitions4 3,206.4 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.6 67.9 Dry Resultant Temperature 82.8 68.9 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,001 5,001 Reheat Minimum (design)5,001 5,001 Leakage at Design Flow 0 0 Ventilation (requirement)5,001 5,001 Exhaust (requirement)3,751 3,751 Infiltration 250 250 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 3 of 10 Document Page: 7 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: DH-1 System: 05 a VAV - Reheat Long Center Option2 DH-1 Pool Area (upper 2) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 76.2 / 49.5 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 1,255 -1,255 -3.4 Roofs 3,830 -3,830 -10.4 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 2,453 -2,453 -6.7 Skylights Conduction 0 -0 -0.0 Solar 21,162 -21,162 -57.4 Infiltration 2,798 1,905 4,703 -12.8 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 3,439 -3,439 -9.3 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 34,936 1,905 36,841 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 34,936 1,905 36,841 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):34,936 Latent cooling load (Btu/h):1,905 Sensible heat ratio:0.95 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,080 -2,080 -- Roofs -7,518 -7,518 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -5,617 -5,617 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -7,638 -7,638 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -7,598 -7,598 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -30,451 -30,451 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -30,451 -30,451 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):30,451 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,334.4 504.9 37.8 0.20 Below Grade Walls ---- Windows2 504.9 504.9 100.0 0.39 Doors ---- Floors ---- Roofs3 10,647.6 --0.02 COMBINED 11,982.0 504.9 4.2 0.04 Internal Ceilings ---- Floors ---- Partitions4 3,436.0 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 80.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.5 68.1 Dry Resultant Temperature 82.8 69.0 RH (Design Max Setpoint) (%)-- AIRFLOW Cooling Heating cfm cfm Supply (design)5,001 5,001 Reheat Minimum (design)5,001 5,001 Leakage at Design Flow 0 0 Ventilation (requirement)5,001 5,001 Exhaust (requirement)3,751 3,751 Infiltration 250 250 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 4 of 10 Document Page: 8 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option2 30 Vestibule HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)7 / 7:30 Outside Air (DBT/WBT/RH) °F and %RH 80.6 / 72.6 / 68.4 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 1,354 -1,354 5.4 40.1 Roofs 457 -457 1.8 13.5 Ground/Exposed Floors 368 -368 1.5 10.9 External Doors 0 -0 0.0 0.0 Windows Conduction 0 -0 0.0 0.0 Skylights Conduction 0 -0 0.0 0.0 Solar 0 -0 0.0 0.0 Infiltration -34 77 43 0.2 1.3 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 461 -461 1.8 13.6 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 96 -96 0.4 2.8 Ceilings 0 -0 0.0 0.0 Sub Total 2,702 77 2,779 11.0 Internal Gains Lights 429 -429 1.7 12.7 People 0 0 0 0.0 0.0 Misc, Computers, Equip 172 0 172 0.7 5.1 Sub Total 601 0 601 2.4 TOTAL 3,303 77 3,380 13.4 100 COOLING SUMMARY Sensible cooling load (Btu/h):3,303 Latent cooling load (Btu/h):77 Sensible heat ratio:0.98 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -3,536 -3,536 -14.1 65.1 Roofs -176 -176 -0.7 3.2 Ground/Exposed Floors -1,339 -1,339 -5.3 24.6 External Doors 0 0 0.0 0.0 Windows Conduction 0 0 0.0 0.0 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -489 -489 -1.9 9.0 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 106 106 0.4 -1.9 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -5,434 -5,434 -21.6 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -5,434 -5,434 -21.6 100 HEATING SUMMARY Sensible heating load (Btu/h):5,434 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,462.0 --0.09 Below Grade Walls ---- Windows2 ---- Doors ---- Floors 251.6 --0.19 Roofs3 251.4 --0.02 COMBINED 1,965.0 --0.09 Internal Ceilings ---- Floors ---- Partitions4 1,192.2 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.1 70.0 Mean Radiant Temperature 83.1 67.7 Dry Resultant Temperature 82.6 68.8 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)112 248 Reheat Minimum (design)75 75 Leakage at Design Flow 0 0 Ventilation (requirement)19 19 Exhaust (requirement)-- Infiltration 16 16 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)38.15 Btu/h/ft² - Cooling (sensible)13.13 Btu/h/ft² - Heating 21.60 ft²/ton - Cooling (sensible)914.07 ft²/ton - Heating 555.54 cfm/ft² - Cooling 0.44 cfm/ft² - Heating 0.99 % Outside Air - Cooling 16.87 % Outside Air - Heating 7.60 Outdoor Air cfm/ft²0.08 Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 5 of 10 Document Page: 9 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option2 31 Vestibule HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)9 / 11:30 Outside Air (DBT/WBT/RH) °F and %RH 89.8 / 76.1 / 53.4 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls -614 --614 -2.3 -3.9 Roofs -807 --807 -3.1 -5.2 Ground/Exposed Floors -2,037 --2,037 -7.7 -13.1 External Doors 0 -0 0.0 0.0 Windows Conduction 1,750 -1,750 6.6 11.3 Skylights Conduction 0 -0 0.0 0.0 Solar 18,742 -18,742 70.9 120.5 Infiltration 124 142 266 1.0 1.7 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -2,375 --2,375 -9.0 -15.3 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 14,784 142 14,926 56.4 Internal Gains Lights 451 -451 1.7 2.9 People 0 0 0 0.0 0.0 Misc, Computers, Equip 181 0 181 0.7 1.2 Sub Total 632 0 632 2.4 TOTAL 15,415 142 15,558 58.8 100 COOLING SUMMARY Sensible cooling load (Btu/h):15,415 Latent cooling load (Btu/h):142 Sensible heat ratio:0.99 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -1,732 -1,732 -6.5 20.0 Roofs -178 -178 -0.7 2.1 Ground/Exposed Floors -1,344 -1,344 -5.1 15.5 External Doors 0 0 0.0 0.0 Windows Conduction -5,607 -5,607 -21.2 64.8 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -514 -514 -1.9 5.9 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 716 716 2.7 -8.3 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -8,658 -8,658 -32.7 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -8,658 -8,658 -32.7 100 HEATING SUMMARY Sensible heating load (Btu/h):8,658 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,453.8 402.8 27.7 0.21 Below Grade Walls ---- Windows2 402.8 402.8 100.0 0.53 Doors ---- Floors 264.5 --0.19 Roofs3 264.5 --0.02 COMBINED 1,982.8 402.8 20.3 0.18 Internal Ceilings ---- Floors ---- Partitions4 1,061.3 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 87.7 65.8 Dry Resultant Temperature 84.9 67.9 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)522 396 Reheat Minimum (design)157 157 Leakage at Design Flow 0 0 Ventilation (requirement)20 20 Exhaust (requirement)-- Infiltration 17 17 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)38.17 Btu/h/ft² - Cooling (sensible)58.29 Btu/h/ft² - Heating 32.74 ft²/ton - Cooling (sensible)205.88 ft²/ton - Heating 366.55 cfm/ft² - Cooling 1.97 cfm/ft² - Heating 1.50 % Outside Air - Cooling 3.80 % Outside Air - Heating 5.01 Outdoor Air cfm/ft²0.07 Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 6 of 10 Document Page: 10 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option2 32 DH-2 Pool Area Circulation HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 76.2 / 49.5 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 2,686 -2,686 2.3 12.1 Roofs 283 -283 0.2 1.3 Ground/Exposed Floors -487 --487 -0.4 -2.2 External Doors 0 -0 0.0 0.0 Windows Conduction 948 -948 0.8 4.3 Skylights Conduction 0 -0 0.0 0.0 Solar 17,285 -17,285 14.6 78.0 Infiltration 828 564 1,392 1.2 6.3 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -2,771 --2,771 -2.3 -12.5 Internal Floors 0 -0 0.0 0.0 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings -3 --3 0.0 0.0 Sub Total 18,769 564 19,333 16.3 Internal Gains Lights 2,026 -2,026 1.7 9.1 People 0 0 0 0.0 0.0 Misc, Computers, Equip 811 0 811 0.7 3.7 Sub Total 2,837 0 2,837 2.4 TOTAL 21,606 564 22,170 18.7 100 COOLING SUMMARY Sensible cooling load (Btu/h):21,606 Latent cooling load (Btu/h):564 Sensible heat ratio:0.97 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -8,486 -8,486 -7.1 46.5 Roofs -804 -804 -0.7 4.4 Ground/Exposed Floors -6,677 -6,677 -5.6 36.6 External Doors 0 0 0.0 0.0 Windows Conduction -2,639 -2,639 -2.2 14.5 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -2,261 -2,261 -1.9 12.4 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 2,618 2,618 2.2 -14.3 Internal Floors 0 0 0.0 0.0 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -18,249 -18,249 -15.4 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -18,249 -18,249 -15.4 100 HEATING SUMMARY Sensible heating load (Btu/h):18,249 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)3,735.4 176.7 4.7 0.11 Below Grade Walls ---- Windows2 176.7 176.7 100.0 0.53 Doors ---- Floors 1,187.8 --0.19 Roofs3 1,143.6 --0.02 COMBINED 6,066.8 176.7 2.9 0.11 Internal Ceilings 44.1 --0.05 Floors ---- Partitions4 2,305.0 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.7 67.9 Dry Resultant Temperature 82.8 69.0 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)2,961 2,961 Reheat Minimum (design)2,961 2,961 Leakage at Design Flow 0 0 Ventilation (requirement)2,961 2,961 Exhaust (requirement)1,480 1,480 Infiltration 74 74 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)37.39 Btu/h/ft² - Cooling (sensible)18.19 Btu/h/ft² - Heating 15.36 ft²/ton - Cooling (sensible)659.67 ft²/ton - Heating 781.03 cfm/ft² - Cooling 2.49 cfm/ft² - Heating 2.49 % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²2.49 Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 7 of 10 Document Page: 11 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option2 DH-2 Pool Area HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)8 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 77.7 / 53.8 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 870 -870 0.1 0.2 Roofs 0 -0 0.0 0.0 Ground/Exposed Floors -1,550 --1,550 -0.1 -0.3 External Doors 0 -0 0.0 0.0 Windows Conduction 1,528 -1,528 0.1 0.3 Skylights Conduction 0 -0 0.0 0.0 Solar 33,794 -33,794 2.9 7.5 Infiltration 2,139 3,820 5,960 0.5 1.3 Nat/Aux Vent 0 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings -8,883 --8,883 -0.8 -2.0 Internal Floors -756 --756 -0.1 -0.2 Internal Air & Furniture 0 -0 0.0 0.0 Ceilings 0 -0 0.0 0.0 Sub Total 27,143 3,820 30,963 2.7 Internal Gains Lights 35,560 -35,560 3.1 7.9 People 17,750 27,250 45,000 3.9 9.9 Misc, Computers, Equip 0 341,222 341,222 29.5 75.4 Sub Total 53,310 368,472 421,783 36.4 TOTAL 80,453 372,293 452,746 39.1 100 COOLING SUMMARY Sensible cooling load (Btu/h):80,453 Latent cooling load (Btu/h):372,293 Sensible heat ratio:0.18 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -1,610 -1,610 -0.1 4.8 Roofs 0 0 0.0 0.0 Ground/Exposed Floors -6,150 -6,150 -0.5 18.3 External Doors 0 0 0.0 0.0 Windows Conduction -3,582 -3,582 -0.3 10.7 Skylights Conduction 0 0 0.0 0.0 Solar 0 0 0.0 0.0 Infiltration -5,882 -5,882 -0.5 17.5 Nat/Aux Vent 0 0 0.0 0.0 Internal Building Gains/Losses Internal Walls/Openings 2,683 2,683 0.2 -8.0 Internal Floors -18,985 -18,985 -1.6 56.6 Internal Air & Furniture 0 0 0.0 0.0 Ceilings 0 0 0.0 0.0 Sub Total -33,527 -33,527 -2.9 Internal Gains Lights 0 0 0.0 0.0 People 0 0 0.0 0.0 Misc, Computers, Equip 0 0 0.0 0.0 Sub Total 0 0 0.0 TOTAL -33,527 -33,527 -2.9 100 HEATING SUMMARY Sensible heating load (Btu/h):33,527 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,027.6 363.7 35.4 0.18 Below Grade Walls ---- Windows2 363.7 363.7 100.0 0.34 Doors ---- Floors 4,432.2 --0.05 Roofs3 ---- COMBINED 5,459.8 363.7 6.7 0.08 Internal Ceilings ---- Floors 7,147.5 --0.19 Partitions4 2,474.9 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 84.4 68.0 Dry Resultant Temperature 83.2 69.0 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)7,703 7,703 Reheat Minimum (design)7,703 7,703 Leakage at Design Flow 0 0 Ventilation (requirement)7,703 7,703 Exhaust (requirement)3,851 3,851 Infiltration 193 193 CHECKS Number of People 25.00 ft²/Person 463.19 Average Ceiling Height (ft)9.98 Btu/h/ft² - Cooling (sensible)6.95 Btu/h/ft² - Heating 2.90 ft²/ton - Cooling (sensible)1,727.17 ft²/ton - Heating 4,144.61 cfm/ft² - Cooling 0.67 cfm/ft² - Heating 0.67 % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²0.67 Outdoor Air cfm/person 308.10 Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 8 of 10 Document Page: 12 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option2 DH-2 Pool Area (upper 1) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)8 / 16:30 Outside Air (DBT/WBT/RH) °F and %RH 92.7 / 78.1 / 52.3 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 1,140 -1,140 -4.3 Roofs 0 -0 -0.0 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 3,001 -3,001 -11.4 Skylights Conduction 0 -0 -0.0 Solar 7,375 -7,375 -28.1 Infiltration 3,314 3,997 7,311 -27.8 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 7,429 -7,429 -28.3 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 22,259 3,997 26,257 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 22,259 3,997 26,257 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):22,259 Latent cooling load (Btu/h):3,997 Sensible heat ratio:0.85 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,438 -2,438 -- Roofs 0 0 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -6,748 -6,748 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -8,306 -8,306 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -3,373 -3,373 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -20,866 -20,866 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -20,866 -20,866 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):20,866 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,451.2 487.7 33.6 0.22 Below Grade Walls ---- Windows2 487.7 487.7 100.0 0.48 Doors ---- Floors ---- Roofs3 ---- COMBINED 1,451.2 487.7 33.6 0.22 Internal Ceilings ---- Floors ---- Partitions4 3,412.3 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.2 68.5 Dry Resultant Temperature 82.6 69.2 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)5,439 5,439 Reheat Minimum (design)5,439 5,439 Leakage at Design Flow 0 0 Ventilation (requirement)5,439 5,439 Exhaust (requirement)4,079 4,079 Infiltration 272 272 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 9 of 10 Document Page: 13 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 Room Loads Report Zone: Dh-2 System: 05 a VAV - Reheat Long Center Option2 DH-2 Pool Area (upper 2) HVAC Methodology: ApacheHVAC IES VIRTUAL ENVIRONMENT VE 2023 COOLING ROOM PEAK Time of Peak (Mo/Hr:Mn)6 / 17:30 Outside Air (DBT/WBT/RH) °F and %RH 91.6 / 76.2 / 49.5 Room Room Net Per Floor Percent Sensible Latent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h Btu/h·ft²% External Walls 1,456 -1,456 -4.9 Roofs 7,488 -7,488 -25.0 Ground/Exposed Floors 0 -0 -0.0 External Doors 0 -0 -0.0 Windows Conduction 2,535 -2,535 -8.5 Skylights Conduction 0 -0 -0.0 Solar 10,649 -10,649 -35.5 Infiltration 3,043 2,072 5,114 -17.1 Nat/Aux Vent 0 0 0 -0.0 Internal Building Gains/Losses Internal Walls/Openings 2,729 -2,729 -9.1 Internal Floors 0 -0 -0.0 Internal Air & Furniture 0 -0 -0.0 Ceilings 0 -0 -0.0 Sub Total 27,899 2,072 29,971 0.0 Internal Gains Lights 0 -0 -0.0 People 0 0 0 -0.0 Misc, Computers, Equip 0 0 0 -0.0 Sub Total 0 0 0 0.0 TOTAL 27,899 2,072 29,971 0.0 100 COOLING SUMMARY Sensible cooling load (Btu/h):27,899 Latent cooling load (Btu/h):2,072 Sensible heat ratio:0.93 Design Supply Airflow calculated per:Sensible Loads Design zone air temp for Supply Airflow calculation (°F):82.0 HEATING ROOM PEAK Time of Peak (Mo/Hr:Mn)Heating Design Outside Air (DBT/WBT/RH) °F and %RH 42.1 / 35.4 / 49.6 Room Net Per Floor Percent Value Area of Total Envelope Gains/Losses Btu/h Btu/h Btu/h·ft²% External Walls -2,486 -2,486 -- Roofs -8,273 -8,273 -- Ground/Exposed Floors 0 0 -- External Doors 0 0 -- Windows Conduction -5,883 -5,883 -- Skylights Conduction 0 0 -- Solar 0 0 -- Infiltration -8,306 -8,306 -- Nat/Aux Vent 0 0 -- Internal Building Gains/Losses Internal Walls/Openings -2,632 -2,632 -- Internal Floors 0 0 -- Internal Air & Furniture 0 0 -- Ceilings 0 0 -- Sub Total -27,580 -27,580 0.0 Internal Gains Lights 0 0 -- People 0 0 -- Misc, Computers, Equip 0 0 -- Sub Total 0 0 0.0 TOTAL -27,580 -27,580 0.0 0 HEATING SUMMARY Sensible heating load (Btu/h):27,580 Design zone air temp for Supply Airflow calculation (°F):70.0 AREAS & THERMAL TRANSMITTANCE Total Area Glazing Glazing U-value1 ft²ft²%Btu/h·ft²·°F External Wall (above grade)1,451.2 472.7 32.6 0.20 Below Grade Walls ---- Windows2 472.7 472.7 100.0 0.43 Doors ---- Floors ---- Roofs3 11,579.7 --0.02 COMBINED 13,030.9 472.7 3.6 0.04 Internal Ceilings ---- Floors ---- Partitions4 3,558.8 --0.33 1 Area-weighted U-value; 2 Windows/glazing include glass and frames;3 Roofs incl. skylights; 4 Partitions incl. internal windows and doors. TEMPERATURES & SETPOINTS Cooling Heating °F °F Supply Air (design)55.0 90.0 Room Setpoint (design)82.0 70.0 Room (actual)82.0 70.0 Mean Radiant Temperature 83.1 68.7 Dry Resultant Temperature 82.5 69.3 RH (Design Max Setpoint) (%)60.0 60.0 AIRFLOW Cooling Heating cfm cfm Supply (design)5,439 5,439 Reheat Minimum (design)5,439 5,439 Leakage at Design Flow 0 0 Ventilation (requirement)5,439 5,439 Exhaust (requirement)4,079 4,079 Infiltration 272 272 CHECKS Number of People 0.00 ft²/Person - Average Ceiling Height (ft)14.09 Btu/h/ft² - Cooling (sensible)- Btu/h/ft² - Heating - ft²/ton - Cooling (sensible)- ft²/ton - Heating - cfm/ft² - Cooling - cfm/ft² - Heating - % Outside Air - Cooling 100.00 % Outside Air - Heating 100.00 Outdoor Air cfm/ft²- Outdoor Air cfm/person - Long Center Option2rev1 rooms loads | 2023/12/06 10:06 | Room Loads - Page 10 of 10 Document Page: 14 Data in this report is firstly from the Room Loads (.clg and .htg) results files and the VE model. When there is an associated ApacheHVAC file, additional data from that file is included; however, the reported values for loads and calculated design airflows in these Room Loads reports are not influenced by system operation. 1 HVAC LIFE CYCLE COST ANALYSIS SUMMARYClearwater Long Center Natatorium12/27/2023INSTALLATION 30 YEARS OF ENERGY 30 YEARS OF 30 YEARS OFOPTION DESCRIPTION COSTS COST MAINTENANCE COSTS REPLACEMENT COSTS1 Glazing = + $3,337,675.00 + = + = =2 Less Glazing = + $2,829,776 + = + = = Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0215 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Approve a purchase order (PO) to USA Shade and Fabric Structures of Airport, TX, to fabricate and install a shade structure as part of the Mercado project (19-0026-EN) in the amount of $223,833.61 per Clearwater Code of Ordinance Section 2.563(1)(d), Impractical to bid, and authorize the appropriate officials to execute same. (consent) SUMMARY: On February 15, 2024, Council approved a transfer of CRA funds and a $930,929 GMP to Biltmore Construction to construct the Mercado. Biltmore will construct the shade structure footings and hardscape and install landscape and lighting for the Mercado. USA Shade will fabricate and install the shade structure. To reduce overall cost to the City, a PO will be issued directly to USA Shade who was a subcontractor under the initial Gibbs & Register contract (approved by Council on May 20, 2021). Under the initial contract with Gibbs & Register, USA Shade was paid a deposit and designed and provided structure hardware. The use of a vendor other than USA Shade would result in higher costs due to the materials provided and work already performed by USA Shade could not be reused by another vendor. Hence, this portion of the project is impractical to bid. As shared earlier, the project will be complete by September 2024. APPROPRIATION CODE AND AMOUNT: 3157559-563800-C2105 $223,833.61 Funding is available in capital improvement project C2105, Mercado Downtown Gateway, to fund the purchase order. STRATEGIC PRIORITY: Construction of the Mercado portion of the Cleveland Streetscape project supports objectives 3.1 and 3.4 by offering a new community/public space for events, markets, gatherings supporting neighborhood identity and inspiring civic engagement. Page 1 City of Clearwater Printed on 3/5/2024 February 1, 2024 PROPOSAL Gateway Plaza Clearwater 2681 Roosevelt Blvd Clearwater, FL 33760 Attn: Tara Kivett To: City of Clearwater Tel: 727-562-4749 Email: tara.kivet@myclearwater.com Ref: 22-152-FL R-3 PROPOSAL DESCRIPTION Shade Structures Inc. dba USA Shade & Fabric Structures is pleased to offer the following Design/Build proposal for the above project. USA Shade & Fabric Structures will design, engineer, fabricate, supply, and install one (1) tensile membrane canopy supported by steel and cables in general appearance with attached figures and as further described below: This project has a total fabric plan area of approximately 3,082 square feet with a total fabric surface area of approximately 3,280 square feet. We acknowledge receipt of: No Addendums received Total PROPOSAL PRICING: 296,506.86 (Two Hundred Ninety Thousand Five Hundred Ninety-Six Dollars) Credit for deposit - $72,673.25 Final PROPOSAL PRICING: 223,833.61 (Two Hundred Twenty-Three Thousand Eight Hundred Thirty-Three Dollars) Our Bond Rate is included in the price. This proposal is valid for 30 days. Our proposal shall be referenced in any contract/purchase order drafted for this project. SCOPE OF WORK February 1, 2024 Gateway Plaza Clearwater | PROPOSAL 2 DESIGN/ENGINEERING Design to FBC2020, 165 mph wind speed ** (see note 5 below). Non-linear analysis of the configuration will be conducted using NDN (www.ndnsoftware.com), a leading software analysis program for tension fabric structures. USA Shade & Fabric Structures proposal for the Project includes the following: 1. One (1) Preliminary Design Concept Refinement. 2. Foundations and anchor bolt design by USA Shade & Fabric Structures for our structure. 3. Design and engineering for tensile membrane canopy systems. 4. Patterning for fabrication of architectural membrane. 5. ** Fabrics to be removed if wind speeds to exceed 115 mph 6. We include limited assistance to the GC/Owner for their coordination to our steel; for any MEP requirements which are to be supplied and installed by others. We can provide the design and engineering assistance for the attachment details for an additional cost. All MEP requirements will be external to our steel and exposed to view. 7. Design and Engineering support for building department approval. 8. Wet sealed design drawings and calculations by licensed Professional Engineer. USA Shade & Fabric Structures proposal for the Project does not include the following: 1. Design or engineering of any MEP requirements or any other ancillary items unless specifically identified in inclusions, (limited assistance only). 2. Design or engineering of gutters, downspouts, scuppers, closures or diverters. 3. Design or engineering of other site work or general contractor’s work. FURNISHED MATERIALS USA Shade & Fabric Structures proposal for the Project includes the following: 1. Fabricated HDPE architectural membrane. Color to be determined. 2. Finished powder coat finish over galvanized structural carbon steel directly associated with tensile membrane structure down to and including base plates. All field connections to be bolted – No Field Welding. 3. Stainless wire rope cables in contact with fabric as required. 4. Anchor bolts. 5. Provision of our standard one (1) year workmanship warranty and the fabric manufacturer’s standard ten (10) year pass-thru material warranty. Our standard workmanship warranty is for the tensile membrane components we supply, with the exception of the steel corrosion protection, which will only be a one (1) year warranty. Because of surety requirements, any performance bond, that may be required, will cover only the first year of the warranty. The warranty will be a separate document between Shade Structures Inc. dba USA Shade & Fabric Structures and the Owner. Upon completion of our work, Shade Structures Inc. dba USA Shade & Fabric Structures will execute the warranty. 6. Use tax. USA Shade & Fabric Structures proposal for the Project does not include the following: 1. Performance or payment bonds, building permits or fees of any kind. 2. Any site demolition, modifications, or repairs to other’s buildings, landscaping, or restoration work. 3. Any site surveys. 4. Any mechanical, electrical, lighting, sprinkler system, speaker systems, lightning protection systems, or attachments to our work (limited coordination only). 5. All attachments to wall or roof for structural support. 6. Any AESS requirements for steel fabrication or erection. 7. Any gutters, downspouts, scuppers, diverters, or attachment to our work. 8. Concrete pedestals, footings, foundations, grouting, building embedment’s, and/or installation. February 1, 2024 Gateway Plaza Clearwater | PROPOSAL 3 9. Any mockups. 10. Buy America, Fly America, and USA flagships. INSTALLATION USA Shade & Fabric Structures will be responsible for the erection of our furnished materials for the tensile membrane canopy. USA Shade & Fabric Structures will provide necessary labor at (Non-Union / Non-Prevailing) wage structure. USA Shade & Fabric Structures will also provide necessary equipment, rigging and tools required for the installation of our scope. USA Shade & Fabric Structures proposal assumes and is conditioned on the following: 1. The tensile membrane canopy will be accessible by drive up for unloading of our trucks and installation with our equipment, personnel man-lifts, and forklifts. Crane mats or any additional precautions for concrete or other site surface / sub-surface conditions have not been included. The site is conducive for all construction forms of equipment. 2. We will require the ability to perform all of our work with clear, sequential, and continuous access without interruption during normal daytime working hours. We have assumed one mobilization for the installation of steel and fabric, if additional mobilizations are required there will be an additional charge. We will require exclusive access to the area for our work during the installation process. 3. No special entry conditions / requirements or daily site delays accessing the work areas. 4. Price excludes spoils removal, must be dumped on-site. 5. Secure storage and adequate lay down area for our tools, equipment, and materials within close proximity to the installation site will be provided, free of charge. 6. If night work is require, our price assumes others to provide 200 amp / 110-volt service. 7. Potable water available within 100’ of our work. 8. We will require site sanitary facilities and refuse containers by others within 200’ of work area. 9. USA Shade & Fabric Structures will leave its work and materials in a clean condition at the conclusion of our work. Any additional cleaning that may become necessary will be the responsibility of others. 10. USA Shade & Fabric Structures shall be reimbursed for work stoppage or delays caused by other parties. 11. Barricades and public security requirements, should they be required, are not included. 12. Seasonal severe weather working conditions have not been included. PROJECT SCHEDULE Note: No work will commence until our accounting department receives a fully executed contract or signed proposal and financial sovereignty of our client. We will provide a schedule upon contract award. PAYMENT TERMS Our offer is contingent upon our ability to invoice and receive monthly progress payments in accordance with a mutually agreed upon Schedule of Values for materials purchased and/or in fabrication and/or stored off site. A twenty-five deposit is required at order. We will submit monthly progress billings by the 25th of each month projected to the final day of the month we are billing. We will submit a detailed payment schedule upon award of contract. Any retainage withheld shall be payable within 90 days of substantial completion. All payments are due within 30 days of receipt of the invoice. Late payments are subject to one percent (1%) interest charge per month. February 1, 2024 Gateway Plaza Clearwater | PROPOSAL 4 We reserve the right to suspend work in the event of breach of payment terms, in excess of 60 days, as defined by the Prime Contract and our subcontract agreements. ADDITIONAL COMMENTS 1.Any deviations from the drawings or specifications without the mutual consent of both USA Shade & Fabric Structures and the Owner/Contractor will be subject to a Change Request/Change Order. Change orders will be invoiced as required. 2.We have assumed <1> truck @ $2,950/truck, any deviation +/- 5%, may require a change order/deductive change order. 3.We will attend meetings while present on site; all others to be conducted via audio / online meeting conferencing if required. 4.We exclude all liquidated and consequential damages. 5.This offer does not include Builder’s Risk Insurance. We require to be named as an additional insured on the Owners/GC’s Builder’s Risk Policy and we will have no responsibilities for any deductibles. 6.Our offer is based on positioning seams and patterning to achieve maximum fabric efficiency. 7.Owner/GC shall provide an as-built survey or drawing showing the intended location for the structure and any surrounding structures which could cause interferences or access with our structure before engineering begins. If the appropriate tolerances are not held in placing the anchor bolts or interface attachment plates and it results in additional re-engineering or re-work there will be additional costs and it will be the subject of a change order. 8.USA Shade & Fabric Structures makes this offer for the project on the basis that the structure will be designed and fabricated based on the theoretical geometry; therefore, the accuracy of foundation and anchor bolt placement is critical. The foundations and anchor bolts must be installed with the following maximum tolerances. A.Anchor bolts must be installed true to the template. USA Shade & Fabric Structures will provide a paper template and AutoCAD drawings for each typical bolt pattern. i.Anchor bolts must be installed true to the template and perpendicular to the template plane. ii.The top of the concrete and anchor bolts must be set to +- 1/8” of required elevation to ensure proper projection and elevations as per 3D system work points. 9.Survey requirements of the Owner/GC: A.All survey coordinate data (XYZ coordinates or northing, easting, elevation) shall be issued to USA Shade & Fabric Structures in an excel format and in an autocad file format (dwg/dxf) with lines, points and “solid” shapes as required.B.Scan survey shall only be used with USA Shade & Fabric Structures approval. If approved, the survey contractor will do secondary processing to develop the scan survey into a comprehensive 3D model file along with the point cloud data shall be supplied to USA Shade & Fabric Structures.C.A coordination meeting between USA Shade & Fabric Structures and the survey contractor is required before any survey work is started.D.Foundation pier data points requirements:i.Top of pier elevations.ii.Top of all anchor bolts.iii.Verify bolt diameter, document any variance from design.iv.Verify anchor bolt threads extend to the top of pier.v.Verify plumbness of all anchor bolts. Document all variances equal to or greater than ¼” including direction of slant. For oblique piers, the term plumbness shall be taken to mean squareness of the projected anchor with respect to the concrete bearing surface.vi.All conduit/drainage pipes or drain holes, etc. Document all drainage pipe, drainage hole and conduit (or conduit group), etc. center point and diameter.vii.All corner points and depth of shear pockets. February 1, 2024 Gateway Plaza Clearwater | PROPOSAL 5 viii. If foundation is recessed, a top of finished grade is required next to each recess foundation. E. Embed plate data point requirements: i. Center of exposed surface. ii. Outer edge of embed. iii. Verify embed is horizontal/vertical within 3 degrees. iv. All items that apply from note D. F. Survey contractor to document any observed interferences (i.e. tree limbs, eaves on roof, signs, etc.). G. Provide photos of all foundations and general site layout including any observed interferences. 11. Due to the specialty nature of our work, the products used and limited availability of scope items we cannot commit to any MBE/WBE/DBE goals required on the project. 12. We require a minimum of 3 working days to respond to notice or provide notices for non-emergency events such as Change Order requests, notice of time extensions, notice of cure, etc. 13. Our proposal includes only those US custom fees, duties, tariffs, and importation fees in effect as of the date of this proposal. Additionally, USA Shade & Fabric Structures would require reimbursement for additional costs, including, but not limited to, raw materials, freight, etc., resulting directly or indirectly from changes to US customs and/or tariff policies which change after the date of this offer. 14. When applicable, USA Shade & Fabric Structures reserves the right to implement a surcharge for significant increases in raw materials, including the following, but not limited to: fuel, steel, fabric and concrete. Due to the duration of proposal validity and contract durations, USA Shade & Fabric Structures reserves the right to implement this surcharge when raw material and transportation cost increases warrant it as applicable. For projects including steel, the steel raw materials price is based upon Steel Benchmarker pricing index as of the date of this proposal. Due to the volatility experienced in raw material steel and fabric prices, it will be necessary to order, invoice, and receive payment for steel and fabric as soon as final types and sizes can be determined to help minimize potential cost escalation. End of Proposal Thank you for the opportunity to present this offer. Regards, Jay Rivera Sr. VP of Sales (707) 738-8974 ** Electronic Signatures. Each party agrees that the electronic signatures of the parties to this Agreement, whether digital or encrypted, including but not limited to the use of a typed name, are intended to authenticate this writing and to have the same force and effect as manual signatures. Electronic signature means any electronic sound, symbol, or process attached to or logically associated with a record and executed and adopted by a party with the intent to sign such record, including but not limited to typed or email electronic signatures. ** CLIENT APPROVAL: ** Shade Structures Inc. dba USA Shade & Fabric Structures is hereby authorized to proceed with the work: AUTHORIZED SIGNATURE________________________________________ DATED: ___________________ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0196 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Approve Supplemental 1 work order to Wannemacher Jensen Architects (WJA) Inc., of St. Petersburg, FL in the amount of $47,415.00 increasing from $445,869.00 to $493,284.00 pursuant to Request for Qualifications (RFQ) 31-20; approve a Construction Manager at Risk (CMAR) proposal from Biltmore Construction Company, Inc., of Belleair, FL, for Fire Station 47 (18-0011-FD) at the Guaranteed Maximum Price (GMP) of $8,500,702.00 pursuant to RFQ 38-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: Fire Station 47, located at 1460 Lakeview Rd., was built in the early 70’s. Due to the structure’s age, the station does not meet current best practices and standards and is in need of replacement. October 2019, the City purchased property across from Clearwater High School on S. Hercules Ave. for the future site of the new Fire Station 47. June 2020, a Request for Qualifications (RFQ 31-20) was issued seeking an architectural firm to design the replacement for Fire Station 47. November 2020, City Council approved Wannemacher Jensen for Design Services for Fire Station 47 pursuant to RFQ 31-20 and approved a work order in the amount of $445,869.00 for development of construction documents. Supplemental 1 work order from WJA is to revise the design to include electric cooking and laundry appliances in lieu of natural gas and extend the construction administration and inspection an additional five months increasing the work order value to $493,284.00. April 2023, the City published RFQ 38-23 for CMAR for construction of Fire Station 47. May 2023, the RFQ Selection Committee, consisting of representatives from Clearwater Fire & Rescue and the Public Works Department, selected Biltmore Construction Company, Inc. based on similar projects they completed in Florida. This CMAR proposal is for the construction of a new fully code compliant and energy efficient four apparatus bay, ten dorm room, four-bathroom fire station. The new station will include, in addition to others, the following sustainability features: Solar PV Array & Electric Vehicle Charging Capable, Reflective Roof, and Electric Induction cooking range. Construction of the new fire station is expected to begin in April 2024 and is scheduled to be completed in the summer of 2025. Upon completion and commissioning of the new fire station, the old station will be repurposed by the City. APPROPRIATION CODE AND AMOUNT: FD00190002-DSGN-PROSVC $ 47,415.00 Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0196 FD00190002-CONS-CNSTRS $8,500,702.00 A first quarter budget amendment will provide a budget increase of $1,130,000 in reimbursement revenues from Pinellas County Emergency Management (EMS) and the following transfers to capital improvement project FD00190002, Fire Station 47 Replacement; $430,000 of General Fund revenues from project FD00190001, Fire Station 46-Beach, $43,397.51 of General Fund revenues from project C2212, City Hall Demolition, and an allocation of $660,000 transferred from General Fund reserves to fund this work order and create the total project budget. USE OF RESERVE FUNDS: Funding for this project will be provided by a first quarter budget amendment allocating General Fund reserves in the amount of $660,000 to capital improvement project FD00190002, Fire Station 47 Replacement. A net total of $3,617,880 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 $40.0 million, or 20% of the current General Fund operating budget. STRATEGIC PRIORITY: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. The existing Fire Station 47 is not ADA or Florida Building Code compliant. The new staion will be ADA and Florida Building Code compliant and significanlty more energy efficient by meeting the new Florida Energy Conservation Code. The new roof structure provides a hybrid design using Hollow Structural Steel (HSS), bar joists and W-flange beams with a perforated fluted deck. Benefits of a full HSS beam system would include less structural members overall (over half the number vs. bar joists), and with the fully enclosed nature of the HSS beam, birds would have less places to nest and perch in the bay effectively eliminating infestation issues common to fire stations with open web joists. The perforated fluted (dovetail) deck panels conceal all fasteners and provide a finished “ceiling” that requires less labor to install and maintain. Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations. Lower the carbon footprint of the facility by incorporating a Florida Building Code compliant insulated building envelope and reflective roof that is ready to receive a solar photovoltaic roof top array when thin film, adhesive applied panels return to the north american market. The selected TPO roof membrane is more energy efficient, environmentally friendly and has a higher solar reflectance index than modified bitumen or built up roof resulting in a greener building. It has proven leak protection from its fully welded seaming which is also easier to repair and has a lower install cost. It is also a very durable roof with 20 year warranty. Enhance employee health and productivity througha holistic approach to workplace wellness and benefit resources. Improve the Fire Station 47 work environment by providing improved indoor air quality, lighting, and ADA compliance. The perforated fluted deck provides acoustical damping, which eliminates the need for a secondary ceiling material, making for a more quite and maintainable building over the lifespan of the structure. Page 2 City of Clearwater Printed on 3/5/2024 WannemacherJensenArchitects,Inc.CityofClearwater ConsultantWorkOrderPage1of5Revised:7/31/2023 CONSULTANT Supplemental#1 WORK ORDER Date:7/31/2023 1. PROJECT INFORMATION: ProjectTitle:FireStation47 CityProjectNumber:18Ͳ0011ͲFD CityPlanSetNumber:2020028 ConsultantProjectNumber:2011 2. SCOPE OF SERVICES: TheCityrequestedpreliminaryresearchintheuseofaheatpumpwaterheater,diesel generator,inductionrange,etc.Basedontheresearch,modificationstotheconstruction documentsincludechangingselectappliancesfromgastoelectric,andrevisingthe specificationsonupdatedproducts.Additionalworkisneededtoreviewandrevise outdatedinformationandspecificationsduetothelapseintimesinceoriginalpermit submission.Submissionofreviseddocumentsandspecificationstothecontractor. Provideresponsetopermitcommentsandquestions. Ouroriginalagreementaccountedfor10monthsofConstructionAdministration Serviceswithonsitemeetingscompletedoncepermonth.Percontractor,15months shouldbeanticipatedforthearchitect’sconstructionadministration. WJAwillneedtorequestadditionalfeesfortheadditional5monthsofextended constructionadministrationandtheadditionalsitevisits.Onesitevisitpermonthis includedintheextendedconstructionadministrationservicesfee. Ifconstructionextendsbeyond15months,anadditionalfeewillberequired. CONSULTANTWORKORDER FireStation47 WannemacherJensenArchitects18Ͳ0011ͲFDCityofClearwater ConsultantWorkOrderPage2of5Revised:7/31/2023 V. CONSTRUCTION PHASE: Task5.1:PreliminaryresearchandmodificationstotheConstruction Documents Task5.1:ExtendedConstructionAdministrationServices 3. PROJECT GOALS: ProjectDeliverablesfortheaboveTaskswillinclude: x OnesitevisitpermonthwithOACmeetingandreport x ResponsetoRFIsandSubmittals 4. FEES: SeeAttachment“A” ThispriceincludesalllaborandexpensesanticipatedtobeincurredbyWannemacher JensenArchitectsforthecompletionofthesetasksinaccordanceMethod“B”–Lump Sum–PercentageofCompletionbyTask,forafeenottoexceedFortyͲSevenThousand FourHundredandFifteenDollars($47,415). Nopermitfeesareapplicableforthisscopeofwork. 5. SCHEDULE: Schedulehasnotbeenprovidedbycontractor: ExtendedConstructionAdministration:5months 6. STAFF ASSIGNMENT: WannemacherJensenArchitects–ArchitectureandInteriors PrincipalinCharge–JasonJensen ProjectManager–SanchelleMercer CityofClearwaterStaff JeffWalker,P.E.ProjectManager TimKurtzEngineeringConstructionServicesManager ElliotShoberg,P.E.EngineeringAssistantDirector TaraKivett,P.E.CityEngineer/EngineeringDirector 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’sprojectcorrespondenceshallbedirectedto: SanchelleMercer 132MirrorLakeDriveNUnit301 St.Petersburg,FL33701 CONSULTANTWORKORDER FireStation47 WannemacherJensenArchitects18Ͳ0011ͲFDCityofClearwater ConsultantWorkOrderPage3of5Revised:7/31/2023 727.822.5566 sanchelle@wjarc.com AllCityprojectcorrespondenceshallbedirectedto: JeffWalker,P.E. 100S.MyrtleAve. Clearwater,FL33756 727562Ͳ4827 Jeff.walker@myclearwater.com 8. INVOICING/FUNDING PROCEDURES: CityInvoicingCode:FD00190001ͲDSGNͲPROSVC Forworkperformed,invoicesshallbesubmittedmonthlyto: Attn:BrookeFreeman,Accountant CityofClearwater,EngineeringDepartment POBox4748 Clearwater,Florida33758Ͳ4748. Contingencyserviceswillbebilledasincurredonlyafterwrittenauthorizationprovided bytheCitytoproceedwiththoseservices. 9. INVOICING PROCEDURES: Ataminimum,inadditiontotheinvoiceamount(s)thefollowinginformationshallbe providedonallinvoicessubmittedontheWorkOrder: 1. PurchaseOrder,ProjectandInvoiceNumbersandContractAmount. 2. Thetimeperiod(beginandenddate)coveredbytheinvoice. 3. Ashortnarrativesummaryofactivitiescompletedinthetimeperiod. 4. Contractbillingmethod–LumpSumorHourlyRate. 5. IfLumpSum,thepercentcompletion,amountdue,previousamountearnedand totalearnedtodateforalltasks(directcosts,ifany,shallbeincludedinlump sumamount). 6. IfHourlyRate,hours,hourlyrates,namesofindividualsbeingbilled,amount due,previousamountearned,thepercentcompletion,totalearnedtodatefor eachtaskandotherdirectcosts(receiptswillberequiredforanysingleitem withacostof$50orgreaterorcumulativemonthlyexpensesgreaterthan $100). 7. IftheWorkOrderisfundedbymultiplefundingcodes,anitemizationoftasks andinvoiceamountsbyfundingcode. 10. CONSIDERATIONS: Consultantacknowledgesthefollowing: CONSULTANTWORKORDER FireStation47 WannemacherJensenArchitects18Ͳ0011ͲFDCityofClearwater ConsultantWorkOrderPage4of5Revised:7/31/2023 1. TheConsultantnamedaboveisrequiredtocomplywithSection119.0701, FloridaStatutes,whereapplicable. 2. AllCitydirectivesshallbeprovidedbytheCityProjectManager. 3. “Alternateequals”shallnotbeapproveduntilCityProjectManageragrees. 4. Allsubmittalsmustbeaccompaniedbyevidenceeachhasbeeninternally checkedforQA/QCbeforeprovidingtoCity. 5. Consultants/ContractorsarenotpermittedtouseCityͲownedequipment(i.e. samplingequipment,etc.). 6. DocumentspostedonCitywebsitemustADAaccessible. 11. ADDITIONAL CONSIDERATIONS: Allworkordersshouldincludeconsiderationsforthefollowing: 1. SeaLevelRiseandFloodResilience,asapplicable. 2. SubmittalofaCriticalPathMethod(CPM)Schedule(s). 3. SubmittalofaProjectCatalogwiththefollowingitems,asappropriate: a. Datarequests,assumptions,criticalcorrespondence,meetingagenda, signͲinsheets,meetingminutes,documentcommentͲresponselog(s), technicalmemorandum/reports,addenda,progressreports,regulatory correspondence,andotherprojectͲrelateddocuments. b. Ifconstructionproject,alsoincludedesignplans,conformedplans, changeorders,fieldorders,RFIs,workchangedirectives,addenda, progressreports,shopdrawingandprogresssubmittals,asͲbuilts,record drawings,andotherprojectͲrelateddocumentssuchasO&Mmanuals andwarrantyinformation. c. Attheconclusionoftheproject,ENGINEERwillcombinethisinformation intoaProjectCatalogandsubmittotheCityforreviewandcomment. 4. ArcFlashlabelingrequirements: a. AllelectricaldesignsandconstructionshalladheretoNFPA70E “StandardforElectricalSafetyintheWorkplace”. b. UpdatedcalculationsofFaultandArcFlash,andprovisionsfornewor updatedArcFlashequipmentlabelingshallbeincludedinthecontract documents. 12. SPECIAL CONSIDERATIONS: N.A. CONSULTANT WORK ORDER Fire Station 47 Wannemacher Jensen Architects 18Ͳ0011ͲFD City of Clearwater Consultant Work Order Page 5 of 5 Revised: 7/31/2023 13. SIGNATURES: PREPARED BY:APPROVED BY: Jason JensenTara Kivett, P.E. PresidentCity Engineer Wannemacher Jensen Architects, Inc.City of Clearwater DateDate EPARED BY: on Jensssssssssssssssssssssssssssssssssssssssssssssssssssssssssssseeneeeeeee 7/31/23 ATTACHMENT“A” CONSULTANTWORKORDER–PROJECTFEESTABLE FireStation47 WannemacherJensenArchitects18Ͳ0011ͲFDCityofClearwater ConsultantWorkOrder–ProjectFeesTablePage1of1Revised:7/31/2023 CONSULTANT WORK ORDER PROJECTFEESTABLE TaskDescriptionSubconsultant Services LaborTotal 3.0FinalDesignPlansandSpecifications 3.4FinalConstructionDocuments$9,500$17,025$26,525 5.0ConstructionPhaseServices 5.1ExtendedConstructionAdministration$6,267$14,623$20,890 GRANDTOTAL:$47,415 ATTACHMENT“B” CONSULTANTWORKORDER–CITYDELIVERABLES FireStation47 WannemacherJensenArchitects18Ͳ0011ͲFDCityofClearwater ConsultantWorkOrder–CityDeliverablesPage1of1Revised:7/31/2023 CONSULTANT WORK ORDER CITYDELIVERABLES 1. FORMAT: Thedesignplansshallbecompiledutilizingthefollowingmethods: 1. CityofClearwaterCADstandards. 2. Datum:HorizontalandVerticaldatumshallbereferencedtoNorthAmerican VerticalDatumof1988(vertical)andNorthAmericanDatumof1983/90 (horizontal).TheunitofmeasurementshallbetheUnitedStatesFoot.Any deviationfromthisdatumwillnotbeacceptedunlessreviewedbyCityof ClearwaterEngineering/GeographicTechnologyDivision. 2. DELIVERABLES: Thedesignplansshallbeproducedonbondmaterial,24"x36"atascaleof1"=20’ unlessapprovedotherwise.Uponcompletiontheconsultantshalldeliveralldrawing filesindigitalformatwithallprojectdatainAutodeskCivil3Dfileformat. NOTE:IfapproveddeviationfromClearwaterCADstandardsareusedtheConsultant shallincludeallnecessaryinformationtoaidinmanipulatingthedrawingsincluding eitherPCP,CTBfileorpenscheduleforplotting.Thedrawingfileshallincludeonly authorizedfonts,shapes,linetypesorotherattributescontainedinthestandard releaseofAutodesk,Inc.software.Allblockreferencesandreferencescontainedwithin thedrawingfileshallbeincluded.PleaseaddressanyquestionsregardingformattoMr. TomMahony,at(727)562Ͳ4762oremailaddressTom.Mahony@myClearwater.com. Allelectronicfiles(includingCADandSpecificationfiles)mustbedeliveredupon completionofprojectorwith100%plansubmittaltoCityofClearwater. 1 RFQ 38-23, Construction Manager at Risk – Fire Station 47 CMAR Services Contract This CONTRACT made and entered into on this _____ day of _______________, 20__, by and between the C i t y of Clearwater, Florida, a municipal corporation, hereinafter designated as the “City” or “Owner”, and Biltmore Construction Company, Inc., authorized to do business in Pinellas County and State of Florida, hereinafter designated as the “Construction Manager”. The contracting entities shall collectively be known as the “Parties.” WITNESSETH: WHEREAS, the Clearwater City Council has approved using the Construction Manager at Risk approach on appropriate projects as determined by the City’s Engineering Department; and WHEREAS, the City desires to engage the services of the Construction Manager to provide management of the necessary construction, design, and preconstruction services (collectively referred to as the “Services”) subject to the terms and conditions set forth in this Contract and any agreement incorporated into this Contract by reference; and WHEREAS, the City selected the Construction Manager in accordance with the competitive selection process based on information and representations given by the Construction Manager in a response to Request for Qualifications 38-23. NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES THAT THE ABOVE RECITALS AND REPRESENTATIONS ARE TRUE AND ACCURATE AND ARE INCORPORATED HEREIN BY REFERENCE AND THE PARTIES FURTHER AGREE AS FOLLOW: ARTICLE 1: SCOPE OF WORK, CONTRACT DOCUMENTS, AND TERM 1.1 The Construction Manager and its successors, assigns, executors or administrators, in consideration of the sums of money, as herein after set forth to be paid by the City to the Construction Manager, shall and will at its own cost and expense perform all labor, furnish all materials, tools and equipment for all individual projects assigned as a result of this Contract. 1.2 For each individual project assigned, in accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings, if any, which may be herein referred to, are hereby made a part of this Contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. 1.3 Unless otherwise specified in this Contract, all work shall be completed in accordance with Section III and Section IV of the City of Clearwater Contract Specifications (the “Specifications”). For the purposes of this Contract, the term Contractor in Section III shall include the Construction Manager. The Specifications, as may be supplemented and changed, along with this Contract constitute the “Contract Documents.” All terms and 2 conditions set forth in RFQ 38-23, Standard Terms and Conditions are incorporated by reference and attached hereto. Any inconsistency in documents relating to this Contract shall be resolved by giving precedence in the following order: (i) Proposals(s); (ii) this Contract and any amendments; (iii) Specifications; (iv) RFQ 38-23, Standard Terms and Conditions. 1.4 The term of this Contract shall commence upon execution of this Contract by the Parties and shall terminate after completion and acceptance of the Projects as provided herein and upon final payment in accordance with the Contract Documents. ARTICLE 2: CONSTRUCTION MANAGER’S DUTIES AND STATUS 2.1 The Construction Manager recognizes the relationship of trust and confidence established between it and the City by this Contract, and agrees with the City to furnish its best skill and judgment and the overall supervision of its executives; to furnish efficient business administration and superintendence; and to use every effort to keep upon the project site at all times an adequate supply of workforce and materials to secure its execution and completion in the most expeditious and economical manner. 2.2 The Construction Manager represents that it has made a thorough examination of the premises and is thoroughly familiar with the conditions under which it is to work. 2.3 The Construction Manager agrees to perform and complete the Services in accordance with laws, rules, and regulations of all governmental authorities and departments thereof. 2.4 The Construction Manager agrees to cooperate with the City, Architect-Engineer, or any other Design Professional in all respects, including, but not limited to, providing necessary preconstruction services, such as evaluation of methods, availability and costs of the various components of the Services while under design consideration; supervising the Services and the progress thereof; the coordination of the Services and suggesting changes in the Services; and supplying information as to costs and availability of materials and methods of construction in order, amongst other things, to reduce costs wherever the same may be practicably consistent with the quality of the Services presented in the Contract Documents. 2.5 The Construction Manager agrees to the following: a) In connection with the performance of work under this Contract, the Construction Manager agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, national origin, or any other protected class under federal or state law. The aforesaid provision shall include, but not be limited to, the following employment: - upgrading - demotion or transfer - recruitment or recruitment advertising - lay-off or termination - rates of pay or other forms of compensation; and 3 - selection for training, including apprenticeship b) The Construction Manager agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. c) The Construction Manager further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker’s representatives, except sub-contractors for standard commercial supplies or raw materials. ARTICLE 3: SCOPE OF THE SERVICES 3.1 The services that the Construction Manager shall provide include but are not limited to those described in the following sections. 3.2 Reporting. Written reports shall be provided with the monthly pay requests as follows: a) Monthly Executive Summary which provides an overview of current issues and pending decisions, future developments and expected achievements, and any problems or delays, including code violations found by any permitting agency. b) A Monthly Construction Progress Report that includes a cost narrative, a scheduling narrative and that summarizes the work of the various subcontractors. This report shall include information from the weekly job site meetings as applicable such as: - general conditions - long lead supplies - current deliveries - safety and labor relations programs permits - construction problems and recommendations; and - plans for the succeeding month 3.3 Scheduling a) Upon award of this Contract, the Construction Manager shall submit a master project schedule covering the planning and design approvals, construction, and Owner occupancy of the project. This schedule will serve as the framework for the subsequent development of all detailed schedules. The master project schedule shall be produced and updated monthly throughout the project. b) Within thirty (30) days after the date of the Owner’s issuance of a Notice to Proceed, the Construction Manager shall prepare and submit to the Owner two copies of a Critical Path Method (CPM) construction schedule graphically depicting the activities contemplated to occur as a necessary incident to performance of the work required to complete the project, showing the sequence in which the Construction Manager proposes for each such activity to occur and duration (dates of commencement and completion, respectively) of each activity. 4 c) Following development and submittal of the construction schedule, the Construction Manager shall, at the end of each calendar month during the project, or at such earlier intervals as circumstances may require, update and/or revise the construction schedule to show the actual progress of the work performed and the occurrences of all events which have affected the progress of performance of work already performed or will affect the progress of the performance of the work yet to be performed in contrast with the planned progress of performance of such work, as depicted on the original construction schedule and all updates and/or revisions thereto as reflected in the updated and/or revised construction schedule last submitted prior to submittal of each such monthly update and revision. Each such update and/or revision to the construction schedule shall be submitted to the Owner in duplicate. d) The Construction Manager shall provide current scheduling information and provide direction and coordination regarding milestones, beginning and finishing dates, responsibilities for performance and the relationships of the Construction Manager’s work to the work of his subcontractors and suppliers to enable them to perform their respective tasks so that the development of construction progresses in a smooth and efficient manner in conformance with the overall project schedule. The schedule shall include all phases of the construction work, material supplies, long lease procurement, approval of shop drawings, change orders in progress, schedules for change orders, and performance testing requirements. The Construction Manager shall advise the Owner, its representatives and the Architect-Engineer of their required participation in any meeting or inspection giving each at least one-week notice unless such notice is made impossible by conditions beyond his control. The Construction Manager shall hold job- site meetings at least once each month with the Construction Team and at least once each week with the subcontractors and the Architect-Engineer’s Field Representative, or more frequently as required by work progress, to review progress, discuss problems and their solutions and coordinate future work with all subcontractors. e) Twice per month corresponding as closely as possible with progress review meetings, a “two week” look ahead report shall be prepared and submitted to Owner and Architect / Engineer. 3.4 Design Review and Recommendations a) The Construction Manager shall familiarize himself thoroughly with the evolving architectural, civil, mechanical, plumbing, electrical and structural plans and specifications and shall follow the development of design through Contract Documents. The Construction Manager shall make recommendations with respect to the selection of systems and materials, and cost reducing alternatives including assistance to the Architect-Engineer and Owner in evaluating alternative comparisons versus long term cost effect. The evaluation shall speak to the benefits of the speed of erection and early completion of the project. The Construction Manager shall furnish pertinent information as to the availability of materials and labor that will be required. The Construction Manager shall submit to the Owner and Architect-Engineer such comments as may be appropriate concerning construction, feasibility, and practicality. The Construction Manager shall bring to the Owner and the Architect-Engineer’s attention any apparent 5 defects in the design, drawing and specifications, or other documents. The Construction Manager shall prepare an estimate of the construction cost at appropriate milestones during the design and shall evaluate such estimate with the project budget. The Construction Manager shall recommend cost saving alternatives, as appropriate, at each design milestone. At each design milestone the Owner, Architect Engineer and Construction Manager shall conduct a value engineering review. b) After receiving the Construction Documents for each phase of the project, the Construction Manager shall perform a specific review thereof. Promptly after completion of the review, the Construction Manager shall submit to the Owner, with a duplicate to the Architect-Engineer, a written report covering suggestions or recommendations previously submitted, additional suggestions or recommendations as the Construction Manager may deem appropriate, and all actions taken by the Architect-Engineer with respect to same, any comments he may deem to be appropriate with respect to separating the work into separate contracts and/or alternative materials. c) At completion of the Construction Manager’s review of the plans and specifications, except only as to specific matters as may be identified by appropriate comments pursuant to this section, the Construction Manager shall warrant, without assuming any architectural or engineering responsibility, that the plans and specifications are consistent, practical, feasible and constructible. The Construction Manager shall warrant that the work described in the plans and specifications for the various bidding packages is constructible within the scheduled construction time. d) The Construction Manager shall review the design for the purpose of identifying long lead procurement items (i.e. machinery, equipment, materials, and supplies). When each item is identified, the Construction Manager shall notify the subcontractors, the Owner, and the Architect-Engineer of the required procurement and schedule. Such information shall be included in the bid documents and made a part of all affected sub- contracts. As soon as the Architect-Engineer has completed drawings and technical specifications and the Construction Manager has obtained permitting approval, the Construction Manager shall prepare invitations for bids. The Construction Manager shall keep informed of the progress of the respective subcontractors or suppliers, manufacturing or fabricating such items and advise Project Director, Owner and Architect-Engineer of any problems or prospective delay in delivery. 3.5 Staffing. Key personnel assigned to City projects by the Construction Manager shall not be removed from the project until alternate personnel acceptable to the City are approved in writing by the City. 3.6 Soliciting Bids a) Without assuming responsibilities of the Architect-Engineer, and unless waived in writing by the Owner, the Construction Manager shall prepare invitations for bids, or requests for proposal when applicable, for all procurements of long lead items, materials and services, and for Subcontractor contracts. Such invitations for bids shall be prepared in accordance with the following guidelines: 6 i) Contracts totaling $1,000 but not exceeding $10,000 may be entered into by the Construction Manager with the firm which is qualified and submits the lowest verbal quotation. The Construction Manager shall obtain a minimum of two (2) verbal quotations. These quotations shall be entered on a bid tabulation sheet and a copy of such tabulation sent to the Owner, Architect-Engineer and to each firm. The successful quotation shall be confirmed by written contract or purchase order to the low bid firm defining the scope and quality of work to be provided. ii) Contracts totaling $10,000 but not exceeding $200,000 may be entered into by the Construction Manager with the firm who is qualified and submits the lowest responsive proposal. The Construction Manager shall request at least three (3) firms to submit sealed written proposals based on written drawings and/or specifications. The written proposals shall all be opened publicly at the location, date and time named by the Construction Manager in his request for proposal. A tabulation of the results shall be furnished to the Owner, Architect-Engineer and to each firm. iii) Contracts totaling $200,000 but not exceeding $500,000 may be entered into by the Construction Manager with the firm who is pre-qualified and submits the lowest responsive proposal. The Construction Manager shall advertise these projects at least once with the last advertisement appearing at least 21 calendar days prior to the established bid opening date. These proposals shall be based on approved plans and specifications. Bids shall be received and opened publicly at the location, date and time established in the bid advertisement. iv) Contracts totaling $500,000 or greater shall be treated the same as described under iii above except that the advertisement shall be run for at least 30 days prior to the established bid opening and at least 5 days prior to any scheduled pre-bid conference. v) Individual purchases of materials or rentals or leases of equipment of up to $999.99 each may be made without bids or quotes when reasonably necessary to expedite work on the project; however, the Construction Manager shall not divide or separate a procurement in order to avoid the requirements set forth above. vi) Site utilities may be acquired at market rates from the entity(ies) providing such in the franchise area. b) For each separate construction contract exceeding $35,000, the Construction Manager shall, unless waived by Owner, conduct a pre-bid conference with prospective bidders, the Architect-Engineer, and the Owner. In the event questions are raised which require an interpretation of the bidding documents or otherwise indicate a need for clarification or correction of the invitation, the Construction Manager shall transmit these to the Architect-Engineer and upon receiving clarification or correction in writing shall prepare an addendum to the bidding document, and issue same to all of the prospective bidders. 3.7 Quality Control. The Construction Manager shall develop and maintain a program, acceptable to the Owner and Architect-Engineer that assures quality control of the construction. The Construction Manager shall supervise the work of all subcontractors providing instruction to each when their work does not conform to the requirements of the plans and specifications and shall continue to assert influence and control over each subcontractor to ensure that corrections are made in a timely manner so as to not affect the efficient progress of the work. Should disagreement occur between the Construction Manager, the Owner or the Architect-Engineer over acceptability of work and conformance with the requirements of the specifications and plans, the Owner shall be the final judge of performance and acceptability. 3.8 Subcontractor Interfacing. The Construction Manager shall be the single point of interface with all subcontractors for any work done under this Contract. The Construction Manager shall negotiate all change orders, field orders and request for proposals, with all affected subcontractors and shall review the costs of those proposals and advise the Owner and Architect-Engineer of their validity and reasonableness, acting in the Owner’s best interest prior to requesting approval of each change order from the Owner. Before any work is begun on any change order, a written authorization from the Owner must be issued. When health and safety are threatened, however, the Construction Manager shall act immediately to remove such threat to health and safety. The Construction Manager shall also carefully review all shop drawings and then forward the same to the Architect-Engineer for review and actions. The Architect-Engineer will transmit them back to the Construction Manager who will then issue the shop drawings to the affected subcontractor for fabrication or revision. The Construction Manager shall maintain a record to promote expeditious handling. The Construction Manager shall request the Architect-Engineer to make interpretations of the drawings or specifications requested of him by the subcontractors and shall maintain a record to promote timely response. The Construction Manager shall advise the Owner and Architect-Engineer when timely response is not occurring on any of the above. The Construction Manager shall collect, review, and submit to the Owner, all project closeout documentation including operation, maintenance, and training manuals. ARTICLE 4: MAXIMUM PROJECT COST AND FEES FOR SERVICES 4.1 Guaranteed Maximum Price for Construction a) When the Construction Documents are sufficiently complete to establish the scope of work for the project or any portion thereof, the Construction Manager will establish and submit in writing to the Owner for his approval a Guaranteed Maximum Price (GMP) guaranteeing the maximum price to the Owner, for the construction cost of the project or designated part thereof. Such Guaranteed Maximum Price will be subject to modification for changes in the project as provided in article 4.1(e) below. Actual price paid for the work by the Owner, however, shall be the actual cost of all work subcontracts, supply contracts, direct labor costs, direct supervision costs and direct job costs, plus the Construction Manager’s fees or the GMP, whichever is less when the work is complete. Invoicing shall occur monthly for completed work with 5% retainage withheld until final completion and acceptance of all work covered in the contract documents in accordance with the City’s General Conditions. GMP Proposals will be incorporated by reference 7 and attached hereto as exhibits. b) At the time of submission of a Guaranteed Maximum Price, the Construction Manager will verify the time schedule for activities and work which were adopted and used to determine the Construction Manager’s cost of work. In addition to the cost of work, a GMP will include an agreed upon sum as the construction contingency which is included for the purpose of defraying the expenses due to unforeseen circumstances relating to construction. The Construction Manager will be required to furnish documentation evidencing expenditures charged to the contingency prior to the release of funds by the Owner. If bids are received below the applicable line items in the GMP, the surplus will be added to the contingency. c) If bids are received above the applicable line item in the GMP, the deficiency will be taken from the contingency; however, such occurrence shall not be cause to increase the GMP. d) If bids are not received for a portion of the work at or below the applicable line item amount in the GMP, the Construction Manager reserves the right to perform that portion of the work as acknowledged by the Owner or negotiate for its performance for the specified line item lump sum amount or less. e) The increase or decrease in the Guaranteed Maximum Price resulting from a change in the project shall be determined in one or more of the following ways: i. By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation by the Architect-Engineer and Owner; ii. By unit prices stated in the agreement or subsequently agreed upon; iii. If none of the methods is agreed upon, the Construction Manager, provided it has received a signed written order by the Owner, shall promptly proceed with the work involved. The cost of such work shall then be determined on the basis of the reasonable expenditures and savings of those performing the work attributed to the change. In the event a change order is issued under these conditions, however, the Architect-Engineer will establish an estimated cost of the work and the Construction Manager shall not perform any work whose cost exceeds that estimate without prior written approval by the Owner. In such case, the Construction Manager shall keep and present, in such form as the Owner may prescribe, an itemized accounting together with appropriate supporting data of the increase in the cost of the project. The amount of decrease in the Guaranteed Maximum Price to be allowed by the Construction Manager to the Owner for any deletion or change which results in a net decrease in cost will be the amount of the actual net decrease; iv. The Architect-Engineer will have authority to order minor changes in the project not involving an adjustment in the Guaranteed Maximum Price or an extension of the Construction Completion Date and not inconsistent with the intent of the 8 9 Drawings and Specifications. Such changes shall be affected by written order. Documentation of changes shall be determined by the Architect-Engineer. Changes shall be approved by the Architect-Engineer. 4.2 Construction Manager’s Fee. In consideration of the performance of the contract, the Owner agrees to pay the Construction Manager as compensation for his services, fees as set forth below: Preconstruction Phase Fee. This fee shall be based on design costs if applicable, constructability review, value engineering and fee determination of Guaranteed Maximum Price. The fee for this phase in the amount of $38,972 shall be paid at the negotiated price upon receipt of the Guaranteed Maximum Price. Preconstruction Service Proposals will be incorporated by reference and attached hereto as exhibits. Construction Phase Fee. Prior to commencement of the Construction Phase, the Owner will direct the Construction Manager in writing to proceed into the Construction Phase. The Construction Manager’s compensation for work or service performed during the Construction Phase shall be a fee of $8,500,702. The Construction Phase Fee shall be invoiced and paid in 18 months. Payments will be remitted monthly at the cost of $~478,164 each and one final monthly payment of $~850,070. The first monthly payment shall become due thirty days following the issuance of the first Construction Authorization and the final monthly payment shall be paid only when construction of the project is completed and occupancy of the project accepted by the Owner. If construction is authorized only for a part of the project, the fee paid shall be proportionate to the amount of work authorized by the Owner. ARTICLE 5: TERMINATION AND TIME OF THE ESSENCE 5.1 If the Construction Manager is adjudged bankrupt or makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of its insolvency, or if refuses or fails, except in cases for which an extension of time is provided, to supply enough properly skilled workmen or proper materials for the Services, or otherwise be guilty of a substantial violation of any provision of this Contract as determined by the certificate of the Architect, the Owner may, without prejudice and reserving any other right or remedy the Owner may have, after giving the Construction Manager seven (7) days’ written notice, terminate this Contract with the Construction Manager and take possession of the premises and all materials, tools, and appliances thereon and finish the project in whatever manner the Owner may deem expedient. The City may also terminate this Contract pursuant to Article 15, Section III of the Contract Specifications. 5.2 It is mutually agreed between the Parties hereby that time is of the essence of this Contract, and in the event that the Substantial Completion Date is not achieved within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Construction Manager, the sum of $1,000.00 per day for each day that the work to be performed by the Construction Manager remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of 10 the Construction Manager to complete the work within the time stipulated, it being further agreed that the sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Construction Manager to complete and perform all work within the time period as specified in this Contract. ARTICLE 6: INDEMNIFICATION 6.1 To the fullest extent permitted by law, Construction Manager 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 the Construction Manager, its contractors, subcontractors, agents, employees, or personnel under this Contract; (ii) any negligent acts, errors, mistakes or omissions by Construction Manager, its contractors, subcontractors, agents, employees, or, personnel; and (iii) Construction Manager, its contractors, subcontractors, agents, employees, or personnel failure to comply with or fulfill the obligations established by this Contract. 6.2 The Construction Manager 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. 6.3 The City assumes no liability for actions of Construction Manager and will not indemnify or hold Construction Manager or any third party harmless for claims based on this Contract or use of Construction Manager provided supplies or services. 6.4 Nothing contained herein shall be construed as a waiver of any immunity from or limitation of liability the City (Owner) may be entitled to under the doctrine of sovereign immunity or section 768.28, Florida Statutes. 6.5 This article shall survive the termination of this Contract. ARTICLE 7: TITLE TO THE PROJECT 7.1 The title of all work, completed portions of the project and in the course of construction, and of all materials on account of which payment has been made shall be in the Owner. ARTICLE 8: ASSIGNMENT 8.1 This Contract shall be binding upon and inure to the benefit of the Parties hereto and their respective successors and assigns, except that this Contract may not be assigned by either party without the prior written consent of the other party. Any assignment made without such prior written consent shall not vest rights in the assignee. ARTICLE 9: ADDITIONAL PROVISIONS 11 9.1 This Contract shall be governed by and construed in accordance with the laws of the State of Florida, and the venue for any dispute under this Contract shall be an appropriate court of competent jurisdiction in Pinellas County, Florida. 9.2 Any notice required to be given by the terms and provisions of this Contract or by any law or governmental regulation, either by the Owner or Construction Manager, shall be in writing unless otherwise required by such law or regulation and shall be deemed to have been served and given when deposited in either Registered or Certified Mail in United States Branch Post Office, addressed to the party hereto to whom directed, at the address specified in the Specifications. 9.3 The language in this Contract shall be construed according to its customary meaning within the Florida building industry. Whenever used, the singular shall include the plural, the plural the singular, and the use of any gender shall be applicable to all genders. 9.4 If any provision of the Contract Documents is invalid or unenforceable as against any person or party, the remainder of the Contract Documents and the applicability of such provision to other persons or parties shall not be affected thereby. 9.5 The Parties are acting herein solely as independent contractors. Nothing herein contained will create or be construed as creating a partnership, joint venture, or agency relationship between the Parties. Each Party acknowledges and agrees that it neither has nor will give the appearance or impression of having any legal authority to bind or commit the other Party in any way. Each Party will be solely responsible for all wages, income taxes, worker’s compensation, and any other requirements for all personnel it supplies in connection with this Contract. 9.6 The City’s performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Clearwater City Council. 12 IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the date and year first above written. (Corporate Seal) FIRM NAME By: Print Name: Title: WITNESS: By: Print Name: Countersigned: CITY OF CLEARWATER Brian Aungst Jennifer Poirrier Mayor City Manager Approved as to form: Attest: Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33578-4748 727-562-4630 Tel REQUEST FOR QUALIFICATIONS #38-23 Construction Manager at Risk – Fire Station 47 April 5, 2023 NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of Clearwater (City) until 10:00 AM, Local Time, May 4, 2023, to provide Construction Manager at Risk Services for Fire Station 47. Brief Description: The City of Clearwater is seeking a Construction Manager at Risk firm to join the project team for the construction of Fire Station 47, Project No. 18-0011-FD. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. This Request for Qualifications, any attachments and addenda are available for download at https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the response in accordance with the instructions. This document (less this invitation and the instructions) and any required documents, attachments, and submissions will constitute the response. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement Manager. This Request for Qualifications is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS CMAR Services – FS 47 2 RFQ #38-23 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Contact listed on Page One (1). Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their response. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a response. i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: May 4, 2023 Time: 10:00 AM (Local Time) The City will open all responses properly and timely submitted and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, responses are available for inspection by contacting the Procurement Division. i.4 SUBMIT RESPONSES TO: It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Respondents may mail or hand-deliver responses to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Responses will be received at this address. Respondents may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a response that is not properly addressed and identified. i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City’s Procurement Division as the official time. i.6 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. INSTRUCTIONS CMAR Services – FS 47 3 RFQ #38-23 Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.7 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page One (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses shall be submitted on the forms provided. An original and the designated number of copies of each response are required. Responses, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the response is not properly signed or if any changes are not initialed, it may be considered non-responsive. The City may require that an electronic copy of the response be submitted. The response must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the response. i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a (sub)contractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be INSTRUCTIONS CMAR Services – FS 47 4 RFQ #38-23 the official solicitation document. i.12 ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the procurement process, including respondents and contractors. To achieve the purpose of this Article, it is essential that respondents and contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. i.14 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION CMAR Services – FS 47 5 RFQ #38-23 i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents shall not initiate discussions with any City employee or official. i.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. The criteria that will be evaluated and their relative weights are: Evaluation Criteria (pgs. 11-13) Points Qualifications, Experience, and References (Tab 2) 35 Project Approach (Tab 3) 30 Project Staff and Availability (Tab 4) 30 Construction Manager at Risk Fee and Safety Record (Tab 5) 5 i.17 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on a preliminary evaluation against the evaluation criteria. Only those short-listed proposers would be invited to give presentations and/or interviews. The City will finalize ranking of the firms upon conclusion of presentations/interviews. i.18 PRESENTATIONS/INTERVIEWS. If requested, the respondent must provide a formal presentation and/or interview. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City to accept the response as submitted. If respondent fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by INSTRUCTIONS – EVALUATION CMAR Services – FS 47 6 RFQ #38-23 the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s Purchasing website at https://www.myclearwater.com/business/rfp to view the Procurement Division’s Intent to Award postings. i.21 RFQ TIMELINE. All dates are tentative and subject to change. Release RFQ: 04/05/23 Advertise Tampa Bay Times: 04/12/23 Responses due: 05/04/23 Review responses/presentations: 05/04/23-05/24/23 Award recommendation: 05/24/23 Council authorization: July 2023 Contract begins: July 2023 DETAILED SPECIFICATIONS CMAR Services – FS 47 7 RFQ #38-23 1. PROJECT MISSION. The City of Clearwater is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City is looking for vendors who share that dedication and will help the City meet that goal. 2. BACKGROUND & SITE DESCRIPTION: The current Fire Station 47 located near the intersection of Lakeview Road and South Highland Avenue was built in the early 1970’s and no longer meets the operational needs of the Clearwater Fire & Rescue Department. A replacement Fire Station is proposed to be situated across from Clearwater High School on South Hercules Avenue. The new building will have four (4) apparatus bays and ten (10) dorm rooms and shall meet current building codes including Florida Building Code (FBC), Americans with Disabilities Act (ADA), and Stormwater requirements. Upon completion and commissioning of the new building, the old building will be decommissioned, demolished and the land repurposed. 3. SCOPE OF SERVICES. The City of Clearwater (City) intends to engage a Construction Manager at Risk (CMAR) firm to provide management of the preconstruction and construction phase services (collectively referred to as the Services) as described herein for Fire Station 47, Project #18-0011-FD. The fire station design is complete and construction is expected to be completed by Summer 2024. The chosen CMAR firm will join the project team after the 100% design phase to provide pre-construction phase services to the City under a purchase order for the negotiated pre-construction phase fees. When the project value engineering is sufficiently complete to establish the scope of work for the project or any portion thereof, the Construction Manager will establish and submit in writing to the City for approval a Guaranteed Maximum Price (GMP) for the project. Once the GMP for construction of the project is agreed upon, the City staff may recommend to City Council to award the CMAR firm the Construction Manager at Risk contract. A CMAR Services Contract_SAMPLE (Exhibit B) has been included with this solicitation. If a GMP cannot be agreed upon, the City may negotiate with the next highest ranked CMAR firm. The following documents are included with this RFQ: Exhibit A_FS 47 Aerial Exhibit B_CMAR Services Contract_SAMPLE. Standard Construction Manager at Risk Services contract to be entered into upon successful negotiation. Applicable terms for City construction contracts referenced in Exhibit B are available at https://www.myclearwater.com/government/city-departments/engineering/documents-publications/contract-specifications Exhibit C_Forms. Truth in Negotiation, E-Verify and Scrutinized Companies forms required per Florida Statute. Exhibit D_Standard Terms and Conditions. Standard Terms and Conditions applicable to the Purchase Order for pre-construction and construction phase services. 4. INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A- VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following DETAILED SPECIFICATIONS CMAR Services – FS 47 8 RFQ #38-23 the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If the Contractor is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then Contractor’s Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. f. Contractor shall maintain Pollution Liability Insurance to respond to bodily injury, property damage, and environmental damaged caused by a pollution incident. The minimum limits of liability shall be $1,000,000 (one million dollars) per Occurrence/$2,000,000 (two million dollars) Aggregate for the Project. 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 Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured.” In addition, when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFQ #38-23 P.O. Box 4748 Clearwater, FL 33758-4748 DETAILED SPECIFICATIONS CMAR Services – FS 47 9 RFQ #38-23 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for Contractor’s negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Contractor’s obligation to provide the insurance coverage specified. MILESTONES CMAR Services – FS 47 10 RFQ #38-23 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. July 2023 to August 2024 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. RESPONSE FORMAT CMAR Services – FS 47 11 RFQ #38-23 1. RESPONSE SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, six (6) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. 2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x 11" paper. A single 8½" x 11" sheet printed on both sides is two (2) pages. All information must be assembled and indexed in the order indicated below. The page count shall not exceed twenty-two (22) total pages, including typed text, graphics, charts and photographs. The total page count does not include documents submitted for Tabs 6 and 7, the tabbed separator pages, cover page, and back page. 1. TAB 1 – LETTER OF INTEREST (two [2] pages). The cover letter must include the full legal name of the firm, the following information, and must be signed by an authorized representative of the company, preferably the president. Offeror must attach proof to the letter of signing authority for any representative who signs the cover letter other than the president. a. A brief summary of the proposing firm’s interest in the providing the requested services b. A statement of the Offeror’s understanding of the Construction Manager at Risk (CMAR) services with Guaranteed Maximum Price (GMP) to be provided c. The address of the office conducting the CMAR services d. The address of the office that would administer the agreement e. List Corporate officers, partners, or owners of your organization with titles and addresses. If the Offeror is a publicly held company list chairman of the board, chief executive officer (CEO), and president. f. The names(s) of the person(s) that will be authorized to make representations for the Offeror, including their titles, addresses, telephone numbers, and e-mail addresses TAB 2 – QUALIFICATIONS, EXPERIENCE, AND REFERENCES (eight [8] pages). Explain related CMAR services for site development and building experience, include examples of similar completed projects, particularly with Fire Stations. Provide list of construction projects with construction value of $5 million or more, both active and completed in the past seven (7) years. Include the project name, location, owner, Architect/Engineer, description, dates services were performed for the project; color images of projects; initial and final construction cost (explain deviations from GMP), including change orders; initial and final contract duration (explain deviations); type of contract and the stage of design or construction that the construction contract amount (GMP) was agreed upon. Provide a minimum of three (3) references from similarly complex projects using a CMAR with the GMP process with a value of $5 million or more within the past seven (7) years. Reference projects must include: a. Offeror’s project management team assigned to respective project who will be designated for this RFQ’s project team b. Client project manager name, title, email address, and telephone numbers c. Reference letters from the project owner(s) must be specific to the referenced project (not included in page count) TAB 3 – PROJECT APPROACH (six [6] pages). Demonstrate the ability to provide the Concept Review and Cost Analysis, Pre-construction and Construction Phase services. Expand on items such as reporting systems, scheduling, construction phasing, cost estimating and value engineering (VE). Include examples of similar multi-phase projects where these processes have been used. a. Explain how the Offeror will provide the: (1) leadership; (2) management; and (3) administration required to be successful in the development of this project. RESPONSE FORMAT CMAR Services – FS 47 12 RFQ #38-23 b. Explain generally how Offeror will provide the Concept Review and Cost Analysis Services. c. Provide a summary of cost control methods for the (1) Pre-construction Phase; and (2) Construction Phase of the Project. d. Provide estimated duration of proposed construction phases. e. Describe how firm will maintain quality control methods for the (1) Pre-construction Phase; and (2) Construction Phase of the project. f. Describe how firm will maintain schedule control methods for the (1) Pre-construction Phase; and (2) Construction Phase of the project. g. Explain firm’s team approach to resolve potential conflicts with the (1) trade contractors and (2) City. h. Provide a brief narrative outlining why your firm is the best qualified to perform the CMAR services with GMP outlined in this RFQ. TAB 4 – PROJECT STAFF AND AVAILABILITY (four [4] pages). Provide a list of key personnel the Offeror will commit to the project for its duration. Identify specific roles for each listed staff (such as project executive, project manager, on-site senior staff, superintendent etc.). Confirm that no key staff changes will take place without written authorization of the City. Identify prior similar projects the key personnel listed have worked on together as a team on behalf of the Offeror. Demonstrate staff’s knowledge of local work force, permitting processes, potential challenges on this project and solutions. Explain how expert sub-contractors in their field will be selected in a cost compatible process. Provide a list of key sub-contractors, their references, and a MOU for their commitment to join your team. Identify prior projects the key sub-contractors have worked on with your team. TAB 5 – CONSTRUCTION MANAGER AT RISK FEE AND SAFETY RECORD (two [2] pages). Provide Construction Manager at Risk fee percentage (not dollar amount) of the yet-to-be-determined Guaranteed Maximum Price. Provide data on the Offeror’s safety record of the past three (3) years as a percentage of employees’ direct hire fixed work hours, rounded to the nearest 1,000’s. Data should include: number of injuries and illness; number of lost time accidents; number of recordable cases; number of fatalities. Provide number of direct hire fixed hours worked. List your organization’s Workers’ Compensation Experience Modification Rate (EMR) for the last seven (7) years as obtained from your insurance agent. TAB 6 – Litigation. NOTE: this is not considered Confidential or Proprietary information – any response indicating such may be deemed non-responsive to the RFQ. 1. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. 2. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. 3. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement; or (iii) any other matter before an administrative body.) RESPONSE FORMAT CMAR Services – FS 47 13 RFQ #38-23 4. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. TAB 7 - Other Forms. The following forms should be completed and signed: a. Exceptions, Additional Materials, Addenda form b. Company Information form c. Response Certification form d. Exhibit C_Forms e. Copy of the firm’s current Florida Department of Business and Professional Regulation’s License and Contractor License f. If the firm is a corporation, a copy of the current Florida Corporation Registration g. W-9 Form. All responses should include a fully completed, most current W-9 form. Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA CMAR Services – FS 47 14 RFQ #38-23 Respondents shall indicate any and all exceptions taken to the provisions or requirements in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Response non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this response Additional Materials attached (describe--attach additional pages if needed) Addenda Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website at https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any addenda issued may render a Bid Non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name__________________________________________________ Date__________________ COMPANY INFORMATION CMAR Services – FS 47 15 RFQ #38-23 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this response: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. RESPONSE CERTIFICATION CMAR Services – FS 47 16 RFQ #38-23 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: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER CMAR Services – FS 47 17 RFQ #38-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #38-23_CMAR Services – FS 47 Due Date: May 4, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #38-23_CMAR Services – FS 47 Due Date: May 4, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ DRUID RD S HERCULES AVECANTERBURY RDROGERS ST TURNER ST ALLEN DR524 525 535 545 555 565 674 705 575 686 675 540 694 706 693 680 699 705 681 687 712 7002015 19982025203920252007204219752024201920112048AERIAL MAP ² N.T.S.Scale: Parcel Size:+/- 1.47 ac. Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Exhibit A_FS 47 Aerial601 S Hercules Ave. Parcel Number: 13-29-15-00000-420-0700 Page 1 of 1Aerial Flown 2019 Date:3/6/2020WDMap Gen By: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\601 S Hercules Ave.mxd 601 JWReviewed By:13-29s-15eS-T-R:298BGrid #: 1) Biltmore Construction Co. Inc 2) The Robins & Morton Group 1055 Ponce de Leon Blvd dba Robins & Morton Belleair, FL 33756 14025 Riveredge Dr, Ste 100727.585.2084 Tampa, FL 33637 813.705.7927 3) The A.D. Morgan Corporation 716 N Renellie Dr. Tampa, FL 33609 813.832.3033 Certified: WBE ADVERTISED: TAMPA BAY TIMES 4/12/2023 POSTED:myclearwater.com 04/05/23-05/04/23 Due/Opening: May 4, 2023; 10:00 a.m. REQUEST FOR QUALIFICATIONS No. 38-23 Construction Manager at Risk - Fire Station 47 Solicitation Response Listing FOR THE CITY OF CLEARWATER 38-23, Construction Manager at Risk -Fire Station 47 EVALUATION SCORING SUMMARY Qualifications, Experience and References (Tab 2) Respondents 35 points ID MP JW 1 Biltmore Construction Co. Inc 28 35 32 2 Robins & Morton 21 30 25 3 The AD Morgan Corporation 28 25 22 Committee Members: Ivan Dimitrov, Engineering Division Manager Marvin Pettingill, Fire Deputy Chief Jeffrey Walker, Sr. Professional Engineer AVG 31.7 25.3 25 Project Approach (Tab 3) 30 points ID MP JW 18 28 28 24 25 28 13 25 24 Project Staff and Availability CMAR Fee and Safety Record TOTAL RANKING (Tab 4) (Tab S) 30 points 5 points 100 AVG ID MP JW AVG ID MP JW AVG points 24.7 18 28 33 26.3 3 5 4 4 86.67 1 25.7 18 25 25 22.7 3 5 5 4.33 78.00 2 20.7 18 25 25 22.7 3 5 4 4 72.33 3 Evaluation and Ranking Summary RFQ 38-23, CMAR -Fire Station 47 City of Clearwater Evaluator Name: ___._l !l,l,,&../A:..:..:.t\..,,._) _-il!~ ............ IM__,(__.:®/-i-..:....___ _______ _ Qualifications, Experience and Project Approach Project Staff and Availability CMAR Fee and Safety Record References TOTAL RANKING (Tab 2) (Tab 3} (Tab 4) (Tab 5} Respondents 35 points 30 points 30 points 5 points 100 points 2S l <l l<? 1 6:/- 1 Biltmore Construction Co. Inc 0 1 2 Robins & Morton 2( 2 4 ! ? 5> 'b 0 1 --i? l) It > GZ 3 The A.O. Morgan Corporation 0 1 Date: __ <r_~-+t ..:_l~--1-( .::......l, )_:__ __ _ Evaluation and Ranking Summary RFQ 38-23, CMAR -Fire Station 47 City of Clearwater Qualifications, Experience and Project Approach Project Staff and Availability CMAR Fee and Safety Record References TOTAL RANKING (Tab 2) (Tab3) (Tab4) (Tab 5) Respondents 35 points 30 points 30 points S points 100 points 1 Biltmore Construction Co. Inc 3 15 d' ( t ,)._ l I /6 0 1 __) 7 CJ ) / l . 2 Robins & Morton ) /. 0 ) ,.L J J 3 3 The A.O. Morgan Corporation ~ s J /" ) r 2'u a ....) ) I I~ d, ~ ., -Evaluator Signature. -~-----'t'---------------Date. _............,5 +-'-\ ~---+\--=s __ \ \ Evaluation and Ranking Summary Evaluator Name: ~~ W0--I k~ RFQ 38-23, CMAR -Fire Station 47 Respondents 1 Biltmore Construction Co. Inc 2 Robins & Morton 3 The A.D. Morgan Corporation Qualifications, Experience and References (Tab2) Project Approach (Tab 3) 35 points 30 points 3~ 2<& .c-'; Ff £.,r/' X 3 f ,,.-c..•---1--- Evaluator Signature: _ __,['-H-;_'J-1,1,~......,..1 ._,c;../""\._...~'-'--"'=---"-__ -.............._=---- 111 Project Staff and Availability (Tab4) 30 points -• ~3> , ~)/ t.•' ~> p, I I L-i•-»rf' L I t~/'. L c... ... l '--I< * :' *?I A, -,_,, /./, 1 / 7.-...; ~ , Cl ~5 -r---i- City of Clearwater CMAR Fee and Safety Record (Tab5} TOTAL RANKING 5 points 100 points ~ ~7 I r~? 'X s ~; '1- ~-.) . ~ ~ 7~ c..; t. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0197 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Authorize an increase to purchase order with St. Petersburg College for paramedic classes and as needed citywide training in the amount of $90,493.31, bringing the total amount of the purchase order to $184,504.05, pursuant to Clearwater Cide of Ordinances Section 2.563(1)(f) Professional Services not subject to CCNA (Academics) and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Fire and Rescue (CFR) will be sponsoring a group of 14 Clearwater Fire Department EMTs to attend paramedic school at the St. Petersburg College. This decision is in response to the critical need for qualified paramedics in our community. The paramedic school program spans three semesters, including Paramedic I, Paramedic II, and Paramedic III. Each student will be required to attend lecture and lab classes, creating a comprehensive curriculum. Classes are scheduled on Monday, Tuesday, Wednesday, and Thursday. Notably, Tuesday classes mirror Monday, and Thursday classes mirror Wednesday, ensuring that no overtime is incurred by attending paramedic school as personnel can attend on their days off. Throughout this comprehensive training, students will undergo essential hands-on clinical experiences both in the hospital and in the field. This hands-on approach ensures a well-rounded education, preparing our personnel to meet the dynamic challenges of emergency medical services. St. Petersburg College has generously offered to host an additional cohort, beginning on January 16, aligning perfectly with our commitment to sending 14 personnel for the upcoming Paramedic School Semester One/Semester Two. This collaboration underscores the shared dedication to enhancing emergency medical services within Clearwater. We extend our sincere gratitude to St. Petersburg College for their support, and we eagerly anticipate the positive impact the 14 newly trained paramedics will have on the safety and well-being of our community. CFR has already allocated funds for Phase I. Additional funding in the amount of $40,493.31 is needed to cover Phase II ($28,984.54) and Phase III ($11,508.77) of the training requirements. Note: One of the 14 personnel attending paramedic school will be paid for by the military, excluding books. The student is working with the Veterans Affair Counselor on the tuition expense. In addition, CFR is required to purchase the books through the SPC bookstore with Barnes & Noble Educations, Inc. which is expected to cost $12,192.70. The city has allocated $94,010.74 this FY for training. With the additional tuition expenses for CFR ($40,493.31) and additional funding needed for Clearwater Police ($25K) and citywide ($25K) training, the total amount needed in FY24 is $184,504.05. APPROPRIATION CODE AND AMOUNT: Funding for this purchase order is available in the general fund. Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0197 USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Through training and engagement, we are committed to superior public service. We encourage professional development through employee educational opportunities, skills-based training, and leadership succession planning. Page 2 City of Clearwater Printed on 3/5/2024 St. Petersburg College is committed to equal access/equal opportunity in its programs, activities, and employment. For additional information visit www.spcollege.edu/eaeo 02/02/2024 last updated SK Paramedic Certificate/EMS-AS Program Admission Requirements Checklist (Meeting minimum requirements does not guarantee admission) Term Applications Accepted Application Review Student Notified through MySPC email Fall: August Spring: January March 1 – May 15 July 1 – September 15 May 16 – May 31 September 16 – September 30 June 1 October 1 The Paramedic Certificate is the second completion point in the EMS-AS degree. □ New students must complete the St. Petersburg College Admission Application and pay the non-refundable fee. Returning students must complete the online Readmission steps in MySPC if you have not enrolled in the previous six semesters. Admissions and Readmissions □ Submit official, unopened (sealed) high school or GED transcripts indicating completion of standard high school diploma or equivalency. We do not accept unofficial copies or official copies that have been opened. Applicants who have earned an Associate in Arts, Associate in Science, Associate in Applied Science, Baccalaureate, or higher degree from a regionally accredited institution are waived from this requirement. Transcripts must be received and evaluated by St. Petersburg College prior to the application deadline to ensure consideration. Submitting Official Transcripts □ Submit official, unopened (sealed) transcripts from all regionally accredited college(s) and/or universities currently or previously attended. We do not accept unofficial copies or official copies that have been opened. Transcripts must be received and evaluated by St. Petersburg College prior to the application deadline to ensure consideration. Submitting Official Transcripts □ Your Academic Standing may have an impact on your admission, enrollment, and financial aid eligibility. See the SPC Academic Standing Policy for details. Academic Standing Policy □ Submit the Health Programs Application by going to https://web.spcollege.edu/hec/application/apply □ Enter your Florida State certified Emergency Medical Technician certificate number and issue date on the application or be enrolled in a program that will lead to certification by the end of Paramedic I. 02/02/2024 last updated SK Program Information • The Paramedic program will prepare the student for the Paramedic Certification Exam. • Students admitted: 30 - 36 • Clinical facilities may prohibit students who do not have an assigned social security number from participating in clinical experiences which are a mandatory component of the curriculum. If other placement options are not available, the student would need to withdraw from that semester and would not be able to progress in the program. These factors must be taken into consideration prior to pursuing admission to the program. • Classroom sessions meet two days per week and follow a shift friendly schedule. • Along with the classroom, students will complete a required number of hours and competencies in the clinical and field environment. • This program is offered at the SPC Allstate Center located at 3200 34th Street South, St Petersburg, FL Selection Criteria and Admissions • All application requirements must be satisfied by the closing of the application window. • Preference for admission (up to 12 seats) may be given to individuals employed by community partners. If the number of remaining eligible applicants exceed program availability, admission will be determined through a lottery system. An EMT Employment Verification Form is required. If you are admitted, you will need to complete the following pre-enrollment requirements prior to the start of the first program course to maintain eligible status. • Complete the Notice of Intent survey by the date indicated in the admission email. • Successfully pass a background check and drug screening by date indicated in the admission email. • Complete the Health Education Program orientation. Details provided in the admission email. • Complete the Health Examination Form and any required immunizations. Details provided at orientation. • Completion of BLS Provider from American Heart Association by date indicated at the orientation. If you are not admitted, you will need to reapply during the next application cycle. 02/02/2024 last updated SK Estimated Cost Tuition*¹ Background Check and Drug Screening Physical, Vaccines and Proof of Immunity Uniforms, Special Equipment, Lab Fees & Other Costs Textbooks State/National Exam and License fees TOTAL $5,229.70 $150.00 $700.00** $250.00 $1,100.00** $160.00 $7,439.70 *Tuition is estimated using the Florida residency rate of $111.75/credit hour. Non-resident rate is $386.90. ¹ Tuition is for core coursework only, excluding student fees. General Education and Support courses are not included. ** These are high estimates; actual costs may vary. The following requirements for all Health Programs at SPC will incur additional fees: • Background Check and Drug Screening for Health Program admissions • Health Insurance is required while you are enrolled in a Health Program Accessibility Services St. Petersburg College is committed to providing quality education and services to all students by ensuring that admission, academic programs, support services, student activities, and campus facilities are accessible to and usable by qualified students with disabilities. Each specific health program has its own technical standards which all students must meet with or without accommodation(s). To help students achieve success, Accessibility Services works with students, faculty, and staff to coordinate the provision of reasonable accommodations. To put your accommodations in place, please contact the Gibbs Campus Accessibility Services at (727) 341-4316 or visit http//www.spcollege.edu/accessibility St. Petersburg College Quote for Paramedic Classes Clearwater Fire & Rescue Personnel Phase I Phase II Phase III TOTAL 1 Adrain Zeqiri 2114.83 2229.58 885.29 2 Zachary Adkisson 2114.83 2229.58 885.29 3 Jacob Chellew 2114.83 2229.58 885.29 4 Jalen Jamison 2114.83 2229.58 885.29 5 Cody Kerr 2114.83 2229.58 885.29 6 Alex Sexton 2114.83 2229.58 885.29 7 Cameron Snyder 2114.83 2229.58 885.29 8 Stephen Sudu 2114.83 2229.58 885.29 9 Nicole Warder 2114.83 2229.58 885.29 10 Fisher Davis 2114.83 2229.58 885.29 11 Scott Mattis 2114.83 2229.58 885.29 12 Jose Quinones 2114.83 2229.58 885.29 13 Jason Jones 2229.58 885.29 25,377.96 28,984.54 11,508.77 $65,871.27 Received from T Tedesco 2/1/24 Page 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0198 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 6.14 SUBJECT/RECOMMENDATION: Approve a Purchase Order and Services Agreement to Convergint Technologies, LLC. of Schaumburg, IL, for software and existing hardware maintenance for security systems at city facilities in a not-to-exceed amount of $490,352.52 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and 2.563(1)(d) Non-competitive purchases (Impractical) and authorize the appropriate officials to execute same. (consent) SUMMARY: Convergint Technologies is the city standard for Building Security Hardware and Software for installation and maintenance of building access control systems. This purchase is for system maintenance and installation services and includes all hardware, software, and maintenance fees in support of the City’s enterprise access control platform. A breakdown of costs has been provided below: ·$153,887.00: Five-year service agreement for citywide software and existing hardware maintenance for building security. Current and upcoming projects subject to term of piggyback contract: ·$69,900.72: Fire Station 47 Access Control System ·$31,424.24: General Services Building Access Additions ·$29,239.76: Marshall Street Door Addition ·$55,900.80: MSB Lenel Upgrade ·$150,000.00: estimation for public facilities such as Building B Gate Access addition, CPD Armory, City Hall, Public Works remodel, etc. through term of piggyback contract. Services, maintenance, and hardware in the amount of $324,309.67 are covered under Sourcewell Contract #030421-CTL, Facility Security Systems valid through April 22, 2025. The contract includes a one (1) year warranty for all workmanship and hardware, service levels for unscheduled service and maintenance emergencies. Shipping/Freight ($13,713.08) is priced at the quote level and subcontractors ($2,329.77) is not included under the Sourcewell Contract and exempt from competitive purchase per section 2.563(1)(d) non-competitive purchase (impractical). These items are impractical as any deviation may cause delays in the delivery. An additional $150,000.00 is requested for upcoming public facilities such as City Hall, CPD Armory, Public Works remodel, etc. Services during this contract period will include upgrades to hardware at older city facilities and controller devices throughout the system. APPROPRIATION CODE AND AMOUNT: Funds are budgeted and available in the Information Technology operating budget, cost codes 5559864-530300 (contractual services) for planned expenditures in the current fiscal year. Expenditures for future fiscal years will be budgeted in the same line item of the IT Admin Services budget. Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0198 STRATEGIC PRIORITY: These purchase helps accomplish strategic objectives 1.2, 1.3, and 1.4. The Information Technology Department maintains critical public infrastructure to deliver sustain a high level of service to support a safe and healthy community. Page 2 City of Clearwater Printed on 3/5/2024 City of Clearwater CUSTOMER SUPPORT PROGRAM Sourcewell Contract 030421-CTL Date: 2/8/2024 Quotation #: LS03641898CSP To: City of Clearwater Attn: City of Clearwater 1900 Grand Ave Clearwater, Florida 33765 We are pleased to provide this proposal for your consideration. This quotation is valid for THIRTY (30) days. The intent of this Customer Support Program (CSP) is to partner with you in maintaining your system(s), minimizing malfunctions and associated downtime. Convergint is committed to providing long-term customer satisfaction and support throughout the service partnership. A properly planned Customer Support Program (CSP) will optimize the performance and integrity of your systems and extend the life of the systems without compromise to occupant safety and compliance. Upon review of the attached proposal, you’ll find that Convergint is uniquely qualified to meet your objectives and become your long-term service partner: · PREFERRED PRICING Through a CSP, you’ll receive preferred service discounts on labor rates and material costs in accordance with Convergint’s published Standard Rates. · PREFERRED PRIORITY SERVICE RESPONSE As a Convergint CSP customer, you will be given priority for emergency service calls. Specific response times are found under the Customer Support Program Implementation section of this proposal. · SERVICE DOCUMENTATION Each system test and service call will be documented using an inspection report and/or work order completed by our assigned Customer Support Specialist. The Specialist’s job will not be complete until their testing and/ or service call is formally documented and presented to a designated customer representative. · TRAINED AND QUALIFIED RESOURCES A professional team of certified and qualified personnel deliver services performed by Convergint. Specialists have the necessary knowledge, skills, and specialized tools to ensure highest-quality and efficient execution of tasks. · TELEPHONE SUPPORT AND CONSULTATION Telephone diagnostic support is available for all CSP customers. Our on-call technicians will provide diagnostic and troubleshooting support to help reduce your costs by trying to resolve issues prior to our arrival. CUSTOMER SUPPORT PROGRAM PROPOSAL CUSTOMER SUPPORT PROGRAM VALUE · MULTI-YEAR PARTNERSHIP We approach service as a long-term commitment and have a strong desire to maintain your business. As such, Convergint is committed to establishing mutually beneficial long- term agreements to drive down overall cost of service while allowing you focus on your core business. · LOCAL AND GLOBAL SUPPORT Convergint delivers services across cities, countries, and continents - but focuses on serving you where you are. When you call us, you reach the local market office - not a centralized call center. · ONLINE CUSTOMER PORTAL: iCare, a secure, user-friendly web-based customer portal, provides visibility, transparency, and collaboration with our customers. A seamless and efficient service experience, you can enjoy instant access to simplified work order entry, real-time updates on status and history, comprehensive service metrics and reporting, and much more – all at your fingertips. Comprehensive Labor Coverage ☒ Included ☐ Excluded For these customers seeking to manage their financial risk associated with service and repair labor, this option is intended to provide comprehensive labor coverage upfront for: 1. Service Calls 2. System Troubleshooting & Diagnostics 3. Component Repair Labor Comprehensive Equipment Coverage ☒ Included ☐ Excluded Comprehensive equipment coverage includes the replacement of failed system components noted in the bill of material at no additional cost. This allows customers to fix their potential financial risk that can be associated with unexpected repairs and/ or failed components. Please note that failed or damaged equipment is based on the conditions noted in the terms and conditions of this proposal and excludes such items as natural causes or intentional damage. ***The End of Life Micro boards and associated hardware will need to be upgraded if they are unrepairable. This upgrade is not included in this agreement and will need to be proposed as a separate project or service call.*** Note: Components will be replaced with same or similar technology available at the time of such replacement. Technology upgrades or system enhancements are not included as part of this coverage option. Password and Patch Management (PPM) | Provided By: ☐ Convergint ☒ Customer Password Management: Default, weak, and reused passwords pose a significant vulnerability to your security systems. Convergint offers unique password management solutions to protect your systems from compromise. By setting unique passwords on each system and site, we not only protect your security systems, but we also protect access to connected networks. Our industry-leading password management systems use 256-bit AES encryption to ensure that each system has unique, highly complex passwords that restrict access according to the principles of least privilege. Additionally, there is no integration or direct connection between Convergint’s database of passwords and on-premises systems. Software and Firmware Maintenance: Convergint provides software updates and patches to ensure that your systems are maintained in accordance with manufacturers' recommendations and operating with the latest features, fixes, and vulnerability patches. Firmware, which controls the operation of network-connected devices, is also maintained in accordance with manufacturers' recommendations. Our specialists will install any compatible software and firmware patch releases to the system at the time of password change to ensure system functionality and security. Systems and frequencies are identified in the Scope of Work section of this proposal. Limitations: INCLUDED SERVICES OPTIONAL SERVICES Please note that this offering does not include “user” passwords or settings and only covers access to specific security system devices. If the customer is self-performing PPM, please review the Cybersecurity Services Coverage page in this proposal. Preventive Maintenance ☐ Included ☒ Excluded On a scheduled basis, Convergint will provide systems preventive services for components listed within the equipment list contained herein. All preventive maintenance testing will be performed in accordance with manufacturer’s recommendations and will address areas that can adversely affect system performance. Preventive maintenance will include a visual inspection and functional test of system components. Remote Online Diagnostics ☐ Included ☒ Excluded Utilization of industry standard authentication technology to remotely access your system and resolve technical issues in real time resulting in a savings of both time and system downtime. A Convergint Support Specialist, with the support of a screen sharing session, will work directly with your personnel for initial call support and troubleshooting. If the issue cannot be resolved online, a more refined service response will result including the dispatching of a service representative. Embedded Specialist ☐ Included ☒ Excluded The Embedded System Specialist will report directly to Convergint, with day-to-day accountability to our customer. Specific goals will be established and progress against these goals will be measured quarterly during a formal goal review meeting. The Embedded System Specialist shall manage and administer standard, operational procedures, and assist personnel in day-to-day system operations, this option provides customers with a dedicated resource ensuring system integrity, standardization, and continuity. This is accomplished through program management, technical skills, and innovative communication tools. Priority Emergency Service Response ☐ Included ☒ Excluded We realize that many customers require a more immediate response to service calls deemed to be priority one. Be selecting this Priority On- Site Response option, Convergint will commit to responding to these service calls in (4) hours instead of the standard (8). Staff Training ☐ Included ☒ Excluded Provides scheduled system training service for your staff. Convergint will provide annual training designed to improve the knowledge and efficiency of your client personnel. Training will be customized to your specific facility and system(s) and will typically include the following topics: system architecture, overall system operation, alarm response procedures, troubleshooting techniques, management report generation, etc. the benefit of this training is that your staff will become more familiar and comfortable with the system(s) and be able to respond effectively and efficiently to alarm situations. Please reference the clarifications, qualifications, and exclusions noted below. 1. Convergint shall be provided unobstructed access to all devices in the building during the system test and inspection. 2. Convergint reserves the right to propose an annual adjustment to the CSP program cost if additional devices or appliances are added to the system during the term of the agreement. 3. Testing of the system does not include troubleshooting of pre-existing system conditions (ground faults, etc.). 4. The customer agrees to provide any necessary equipment to reach inaccessible or limited access equipment. A separate waiver, provided by Convergint Technologies, must be signed prior to operating customers lift. 5. Printouts of the existing system databases shall be made available to Convergint for validation of point count and device type. 6. If available, a copy of the system drawings shall be provided to Convergint prior to beginning the testing program. 7. Waterflow and sprinkler supervisory testing are dynamic tests assuming inspector’s test points are available, and drains are installed. Otherwise, simulated tests shall be performed at the monitoring device. 8. The device quantities listed are approximate counts that were estimated during the site walk. All currently installed devices will be included in the inspection. 9. This proposal pricing is based on a 5 Years Customer Support Program package deal. Rates are subject to change if services are individualized. 10. For comprehensive coverages on Fire Alarm Panels, not installed by Convergint Technologies, parts and/or labor will not take effect until the system has been fully inspected by Convergint Technologies and all deficiencies have been corrected. Convergint’s Responsibilities a. Company will, once annually, inspect, adjust, clean, lubricate as required, and test the operation of the Equipment. b. Company will provide the necessary corrective maintenance (the “Corrective Maintenance”) upon Customer request to correct a malfunction and will place the Equipment in operating condition, subject to the Exclusions contained in Section 3. Unless the Corrective Maintenance service call is covered by this Agreement, Customer will be billed separately pursuant to the customary billing rates of Company in effect at that time. c. Company will replace parts and/or assemblies in order to return the Equipment to its operating condition, subject to the Exclusions in Section 3. The parts replaced will relate only to the Equipment covered by this Agreement. d. Company will provide on-site service for the Equipment during the normal following hours, excluding Federal Holidays. Customer Responsibilities CLARIFICATIONS, QUALIFICATIONS, AND EXCLUSIONS a. Customer agrees to cooperate in the care of the Equipment and to promptly notify Company in the event of any malfunction in the operation of the Equipment. Requests for service are accepted by phone or online at iCare.convergint.com b. Customer agrees to give Company employees and representatives full and free access to the Equipment for the purpose of performing the required service hereunder. It is the responsibility of Customer to provide a safe working environment and safe access to Equipment for technicians. The final determination of a safe working environment will reside with the technician. c. Customer agrees to maintain at its expense, any software licensing agreements and installed software media required for the operation and or diagnostics of the Equipment. d. Customer agrees that when service must be provided when cash, negotiable securities, and other valuables are readily accessible, Company employees and representatives shall always be accompanied by Customer’s employee or representative. e. Customer agrees that additional equipment of like nature may be added to this Agreement at the same pricing rates as included herein and prorated to match the applicable coverage dates. Equipment coming out of warranty will automatically be added to your contract to prevent lapse of coverage. f. Payment is acceptance of terms of this agreement. g. Customer agrees to obtain and pay for all permits and licenses, and to discharge any fines, imposed by any governmental body or agency relating to the Equipment, its operation or malfunction. h. Customer acknowledges that it is its sole responsibility to determine the nature and extent of alarms and other security devices and measures necessary to protect its Equipment and other property, which is not in the possession of Company. Company shall not be liable for losses made possible or arising out of Customer’s or any of its contractor’s failure to provide, maintain, use or properly monitor and respond to alarms and other security devices necessary to protect Customer’s Equipment and other property. i. Customer will indemnify and defend Company, its officers, employees, representatives and agents against and hold them harmless from, without limitation, any and all liabilities, losses, costs, damages, claims, expenses, attorneys' fees, expenses of litigation, judgments and encumbrances brought, suffered or incurred by Company or third parties attributable to the acts or omissions of Customer, its employees, officers, agents, representatives or agents, while engaged in the performance of their duties under this Agreement. NOTE: REVIEW IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION PRIOR TO USING A CONVERGINT-INSTALLED SOLUTION: See “IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION” documentation, available at convergint.com/terms. Exclusions a. In the event of a failure of the Equipment to function due to: burglary, storm, power surge, power failure, fire, flood, war, riot, civil commotion, other acts of God, rodent/insect issues, settling of walls or foundation, abuse or usage of Equipment for purposes other than designed and/or intended or work performed by other than Company employees or representatives, Company shall have no obligation to perform any services whatsoever. Necessary repairs created by these conditions shall be billable to the Customer in full pursuant to the customary billing rates of Company then in effect. b. Problems related to network issues, communication issues, source voltage problems and other issues not directly related to Equipment components, circuitry or software are not covered under the terms of this Agreement. c. Consumable items are not included under this Agreement, such as carriers, print heads, batteries and other items consumed during normal use of the Equipment. d. When in Company’s evaluation, the Equipment or any major sub-system or major component thereof as so classified by Company 1) becomes worn out due to normal wear and tear or, 2) becomes obsolete or outdated due to advances in technology, Company will submit to the Customer a cost estimate for its replacement. If the Customer does not authorize such replacement (the cost of which is outside of this Agreement,) Company may terminate the portion of this Agreement which covers the affected Equipment. e. Company will not be responsible for failure or delay, or the consequences thereof, in rendering service occasioned by any circumstances beyond its reasonable control. f. The Annual Agreement Fee does not include costs for parts or labor incurred by Company for relocating equipment, changing set-up, changing original features or functions, modifications, or any major overhaul of the Equipment. If any Equipment is relocated, altered, or serviced by persons other than Company representatives during the term of this Agreement, then Company shall have the right to inspect the Equipment for any damage which may have occurred, and Company shall have the right to charge customer for parts and labor required to repair such Equipment at its prices and rates then in effect. If Customer refuses such inspection or repair, then Company has the option to delete such Equipment for coverage hereunder. g. This Agreement covers only the services detailed herein that Company is expressly agreeing to undertake. Any service not expressly provided by Company herein is specifically not covered under this Agreement. If Company is requested to provide emergency service outside the times set forth above, which service Company shall have the right to elect or not elect to undertake in its sole discretion, Customer agrees to pay Company overtime rates for hours worked or traveled during such times. BILL OF MATERIAL The following bill of materials is intended to establish the baseline for this proposal. This bill of material is not intended to be a comprehensive list of all system parts. Equipment Covered 54 LNL-1320-2RP Dual reader board 18 LNL-1100-20DI Input Board 1 LNL-1200-16DO Output Board 6 LNL-1340-M2K Bridge Board 2 LNL-2210 Intelligent Controller Single door 4 LNL-2220 Intelligent Controller 2 LNL-CTX CTX Enclosure 3 BADGING EQUIP. 2X ULTRA ELECTRONICS TURBO PRINTER & BADGING CAMERA 19 UTC MICRO ACCESS CONTROL PANEL - DIRECT CONNECT 21 UTC MICRO ACCESS CONTROL PANEL - NETWORK 157 GE 940 PROX CARD READER - STANDARD 5 GE 950 PROX CARD READER - MULLION 7 GE 1100 PROX CARD READER - LONG RANGE 65 MT15 Reader 269 VARIOUS DOOR POSITION SWITCH, REX DEVICES 57 VARIOUS CONTROL PANEL & LOCK POWER SUPPLY 121 SECURITRON/HES Etc. MAGLOCKS, LOCKING DEVICES, ELECTRIC STRIKES 1 GE DIRECDOOR ACCESS CONTROL PANEL & POWER SUPPLY - DIRECDOOR 1 UTC SECURITY PXN BOARD UPGRADE 14 UTC SECURITY TRANSITION CARD READER 12 UTC SECURITY MICRO JUNCTION BOX FOR TRANSITION CARD READERS 4 IFS FIBER OPTIC TRANSCEIVERS 9 VIKING & AIPHONE TELEPHONE ENTRY EQUIPMENT & INTERERCOM 5 UTC SECURITY MODEM, DIAL UP-----Delete 3 VARIOUS COMM CENTER & BCH SUB STATION MONITORS 1 Aiphone IX Master 3 Aiphone IP Video Door Station 1 AXIS Network Video Door Station ******The End of Life Micro boards and associated hardware will need to be upgraded if they are unrepairable. This upgrade is not included in this agreement and will need to be proposed as a separate project or service call.*** Locations with Equipment Covered Main MSB 100 So Myrtle Ave, Clearwater Waste Management 1701 N Hercules City Hall 112 S Osceola Ave, Clearwater Countryside PD Substation 2851 N McMullen Booth Rd, Clearwater Countryside Library 2642 Sabal Springs District 1 Beach Substation 700 Bayway Blvd, Clearwater East Waste Water Plant 3141 Gulf to Bay Blvd, Clearwater Fire Training Facility 1700 N. Belcher Rd, Clearwater Firestation 44 950 Gulf Blvd, Clearwater Firestation 45 1140 Court St Firestation 46 534 Mandalay Ave, Clearwater Firestation 47 1460 Lakeview Rd, Clearwater Firestation 48 1700 North Belcher Rd, Clearwater Firestation 49 565 Sky Harbor Dr, Clearwater Firestation 50 2681 Countryside Blvd, Clearwater Firestation 51 1720 Overbrook Ave, Clearwater Fresh Water Reservoir #1 1657 Palmetto St., Clearwater Fresh Water Reservoir #2 21133 US Hwy 19N, Clearwater Fresh Water Reservoir #3 2775 SR 580, Clearwater Garden Ave Garage 28 Garden Ave, Clearwater General Service Headquarters Building 1900 Grand Ave, Clearwater Hispanic Outreach Center 612 Franklin St, Clearwater Main Library 100 N Osceola Ave, Clearwater Marshall St Waste Water 1605 Harbor Dr, Clearwater North Greenwood PD Substation 1310 N Greenwood Ave, Clearwater Northeast Waste Water 3290 SR 580, Clearwater Police Dept HQ 645 Pierce St, Clearwater Public Works Complex 1650 Arcturas Ave N, Clearwater South Greenwood PD Substation 1498 S Greenwood Ave, Clearwater Wood Valley PD Substation 2816 Park Trail Lane, Clearwater Marina Parking Permit 25 Causeway Blvd Police Substation Equipment Not Covered Network Equipment: Servers, Workstations, switches, etc SERVICE RATES- Out of Scope Current labor rates Business Hours (8:00am to 5:00pm) After hours (Monday- Saturday) Sunday & Holiday Sourcewell Rates $158.00 $237.00 $237.00 · No mileage of travel time charge if within a 50-mile radius of local CTC. · Outside 50-mile radius will incur an additional charge for travel time. · Emergency service and T&M work will be subject to a two-hour minimum. · Same day emergency requests are subject to afterhours rates. · Standard rates are subject to change without notice and application at the time of service. · Service calls may be subject to truck/fuel charges and disposal fees for batteries AGREEMENT DETAILS CSP Start Date 2/15/2024 CSP Duration 5 Years Year 1 Year 2 Year 3 Year 4 Year 5 Total Annual Cost $ 28,986 $ 29,855 $ 30,750 $ 31,673 $ 32,623 Sales Tax Price excludes applicable sales tax Payment Schedule The CSP will be invoiced annually in the first month of the agreement period unless mutually agreed otherwise. Please provide all applicable billing information and point of contact for coordination and questions. Customer Name Attn Address Work Phone Suite (If Applicable) Cell Phone City, State & Zip Email This pricing is valid for 30 calendar days from the date of this proposal. To accept this proposal, please sign and date below and return to Convergint. By signing below, I accept this proposal and agree to the Convergint CSP Terms and Conditions Version 3.0 (US AND CANADA) July 2023 contained herein. Customer Name Date Authorized Signature Printed Name and Title BILLING CONTACT Convergint Technologies’ CSP Terms and Conditions Convergint Technologies’ CSP Terms and Conditions , , Phone Mobile patrick.mccarron@convergint.com February 20, 2024 Clearwater Fire Station #47 Quotation:PM10614126P Clearwater Fire Station #47 RFP#: 677 S. Hercules Ave. Clearwater, Florida 33764 License/Cert Sourcewell Contract #: 030421-CTL Attention: Reference: Clearwater Fire Station #47 Access Control On behalf of Convergint’s global network of colleagues, I would like to personally thank you for providing Convergint with the opportunity to present this proposal addressing your electronic security needs. We are confident that this proven solution is both comprehensive and customized to meet your needs today, and in the future. Convergint’s reputation for service excellence is backed by a foundational commitment to our core value of service, and we have been recognized as the #1 Systems Integrator by SDM Magazine. This recognition reflects the strong relationships Convergint has developed with the industry’s top technology manufacturers, and our history of success with providing exceptional service to our customers. Our guiding principle has always been to be our customers’ best service provider. Our dedicated and certified team of professionals strives to uphold our customer-focused, service-based mission to make a daily difference for our customers. After achieving a successful on-time and on-budget project installation, Convergint will provide you with the industry’s best ongoing service, including our 24/7 customer portal iCare, designed to track service work orders, project progress, and provide you with detailed metric reporting for continuous improvement. The following security proposal is specifically designed to meet your needs. As your single point of contact, please feel free to contact me with any additional questions you may have. Thank you again for trusting Convergint as your partner. Scope of Work THIS IS A BUDGETARY PROPOSAL. Installation of Access control system Lenel controllers and reader boards for 16 doors. Installation at 16 doors Reader, Door Position Switch, Rex Motion Detector and locking hardware. Installation of 1 Door Video Intercom at front main entrance. Installation of Master Intercom Station in the kitchen. Price includes wire, labor and all access and intercom parts. Programming and Training. One Year Warranty on equipment and labor. Pricing based on Specs and Plans provided for this RFP. Device Hardening (reduce cyber risk) Disable unused & non-essential device features Disable unused network comms (e.g., services, ports) Change default passwords Update firmware including patches PLEASE REVIEW THIS DOCUMENT CAREFULLY. It relates to the safe and proper operation of the security devices being installed for your organization (“Customer”). Customer has been advised of Convergint’s Device Hardening services. The Device Hardening services and procedures may vary depending on the specific devices involved, but typically include: disabling unused and non-essential device features and associated network communications capabilities (e.g., services, ports); changing default passwords to new passwords that meet complexity requirements; and updating firmware to latest available versions that incorporate available patches from the device manufacturer. These are one-time services - ongoing support is required. Please ask your Convergint point of contact for more details on the specific device hardening services available for your devices. These services reduce the risk of cyber vulnerabilities for the devices being installed. Convergint cannot guarantee the security of the devices it installs or of Customer’s IT environment, and no networked system can be completely secure. Convergint cannot guarantee that the systems or services will be error free or operate without interruption. However, these services reduce the risk of cyber vulnerabilities for the devices being installed. Please note that these services are intended to address specified potential cyber vulnerabilities of certain devices Convergint has installed - they do not address any other aspect of Customer’s IT environment or practices, which remain Customer’s responsibility. Materials Line Qty Part Description Unit Price Extended Price 1 Sourcewell Contract #: 030421-CTL 2 1.00 T2MK75F 16 TROVE2M2, 12/24VDC, 20A, FUSED $1,634.33 $1,634.33 3 1.00 TMV2 MERCURY/VERTX DOOR BACKPLANE F $179.25 $179.25 4 1.00 LNL- X2220 Intelligent Dual Reader Controller powered by 12 or 24 VDC @ 500mA (w/o Rdr Power),, size (6 (152mm) W x 8 (203mm) L x 1 (25mm)H); 6 MB standard cardholder flash memory, 50,000 of event memory, maximum of 32 devices, On- board Ethernet, Dual Path capability, on-board two door control, OSDP Secure Channel encryption with OnGuard 7.2, Wiegand or F2F; eight inputs, four outputs, cabinet tamper and power fault input monitors. Approvals: FCC Part 15, CE, RoHS, UL 294, UL 1076, CAN/ULC 60839-11-1:2016, CSA C22.2 No. 205-1983, cUL/ORD-C1076 $2,329.92 $2,329.92 5 7.00 LNL-1320- S3 Dual Reader Interface Module (Series 3 Supports OSDP Readers) 12/24 VDC, 2 Reader interface, W/M, 8 inputs, 6 (5A) form C relays , RoHS, CE, C-Tick and UL294 certified $843.73 $5,906.11 6 4.00 PS-1270 12 v 7 AH SLA Battery F1 $35.40 $141.60 7 16.00 SCH- MT15 Schlage WALL MOUNT READER Multi-Tech Reader Wall Mount (NON-STOCK ITEM, 75% RESTOCKING FEE APPLIES) $402.80 $6,444.80 8 16.00 DS160 PIR REQUEST TO EXIT SENSOR WITH SOUNDER GRAY $84.88 $1,358.08 9 16.00 TP160 TRIM PLATE FOR DS150/DS160 $1.82 $29.12 10 16.00 1006-630- LBSM ELECSTK BODY 12/24 NFS M 630 ELECTRIC STRIKE BODY ONLY $538.52 $8,616.32 11 1.00 IX-MV7-W 6 INCH WHITE MASTER STATION W/OUT HANDSET $1,342.43 $1,342.43 12 1.00 IX-DV IX2 VIDEO DOOR STATIONSURFACE, ALLOY HOUSING $1,111.84 $1,111.84 13 1.00 IXW-MA IXW-MA MULTI-PURPOSE ADAPTOR $630.09 $630.09 14 3.00 4461030 4 Element Composite Cable Plenum Yellow.$1,206.13 $3,618.39 15 0.25 556609 23-4P Unshielded Solid Plenum Cat6 Blu Jkt $443.81 $110.95 16 Labor was Quoted IAW Sourcewell Contract No: 030421-CTL Equipment Total $33,453.23 Program Manager $0.00 Professional Services $0.00 Project Management 40 $5,880.00 Specialist-Programming 8 $928.00 Specialist-Testing $0.00 Installation-Foreman 230 $23,000.00 Installation $0.00 Engineering 4 $616.00 Drafting/CAD $0.00 Subcontractors/Other Costs $1,522.08 Freight/Warranty $4,501.41 Total Project Price $69,900.72 Clarifications and Exclusion 1.All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am - 5:00 pm. 2.Low voltage wiring shall be installed via open air code approved methods. 3.Provision or installation of conduit, wire, boxes, fittings or other electrical installation materials unless specifically listed under Inclusions or Bill of Materials. 4.Permits or associated fees are not included. 5.Customer to provide static IP addresses and network connections at panel locations. 6.Customer to provide a secured staging & storage area for project related materials. 7.Pricing assumes that electronic Auto CAD files are available from customer for our use in creating submittal drawings. 8.Fifty percent (50%) of the proposed sell price shall be payable to Convergint for project mobilization. Mobilization shall be invoiced and due upon customer acceptance of this proposal. 9.Proposal does not include sales tax unless otherwise noted. 10.Anything in the Contract Documents notwithstanding, in no event shall either Contractor or Subcontractor be liable for special, indirect, incidental or consequential damages, including commercial loss, loss of use, or lost profits, even if either party has been advised of the possibility of such damages. 11.Convergint reserves the right to negotiate mutually acceptable contract terms and conditions with customer by making mutually agreeable changes to the formal contract included in the Bid Documents. 12.Customer acknowledges that supply-chain and shipping difficulties may result in unavoidable delays in deliveries of materials despite timely placement of orders and efforts by Convergint and its suppliers to avoid such delays. Customer agrees to provide Convergint with reasonable extensions of time to the extent of any such delays and Convergint agrees to make reasonable efforts to avoid or minimize such delays. Customer further acknowledges that the above-referenced supply-chain and shipping difficulties may result in unanticipated increases to Convergint’s proposal pricing on products covered by this quote or any resulting agreement and that such increases may occur between the time this quote is provided, or any resulting contract is executed and the time when Convergint actually purchases the products covered by this quote or a resulting agreement. Customer agrees that it will pay any such increase in Convergint’s initial pricing of obtaining the products above the proposal pricing upon which the quote or agreement was based, by change order or otherwise, and Convergint agrees that it shall make commercially reasonable efforts to minimize any such increase. REVIEW IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION PRIOR TO USING A CONVERGINT-INSTALLED SOLUTION: See the “IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION” documentation, available at convergint.com/terms. Performance Items Items Included Applicable Taxes Freight (prepaid) Installation of Control Panels Installation of Wire and Cable Loading Software on Customer Provided Computer Material (listed in the BOM) Mounting/Termination of Proposed Devices One-Year Warranty on Labor One-Year Warranty on Parts Owner to Provide Static IP Addresses Owner Training Project Management Servers by Others System Programming Termination of Control Equipment Enclosures Testing of all Proposed Devices Workstations by Others Items Excluded 120 VAC Power and Fused Disconnect Switch 120 VAC Power Receptacles Additional Lighting Requirements for Cameras Attend General Contractor Project Meetings Attend Owner Project Meetings Authority having Jurisdiction permit drawing (requires customer CAD) Cable Ceiling Tiles and Ceiling Grid Repairs Connection to Building Fire Alarm Panel Correction of Wiring Faults Caused by Others Door wiring typical connections Electrical Installation Permit Electrified Door Locking Hardware Engineering and Drawings Equipment rack layout drawing FA Permit and Plan Review Fees Fire Stopping (Excludes Existing Penetrations)Fire Watch Floor Coverings for Lifts Floor plan with device placement and numbering (requires customer CAD) Horizontal Core Drilling Installation of Bridle Rings Installation of CCTV Cameras Installation of Conduit, Boxes and Fittings Installation of Control Equipment Enclosures Installation of Intercom Systems Installation of Intrusion Panels Installation of Low Voltage Wire Installation of Network Cabling to Card Readers Installation of Network Cabling to IP Cameras Installation of Network Cabling to IP Intercoms Installation of Specialty Backboxes Installation of Terminal Cabinets Installation of Video Recorders (DVR/NVR) Installation of Wire Hangars Lifts Low Voltage Permits On-Site Lockable Storage Facility Operations & Maintenance Manuals Owner to Provide DHCP Lease Reservations for Network Connected Devices Panel Wall Elevation drawing (may require customer CAD) Panel wiring with point to point connections Patch and Paint Payment & Performance Bonds Record Documentation (As-Built)Riser drawing with home run wiring Servers by Convergint Specialty Backboxes Submittal Drawings System Engineering System is Design-Build System Meets Plans/Drawings Terminal Cabinets Vertical Core Drilling Wire Workstations by Convergint Total Project Investment:$ 69,900.72 Thank you for considering Convergint for your Security needs. If you have any questions or would like additional information, please don't hesitate to contact me immediately. If you would like to proceed with the scope of work as outlined in this proposal, please sign below and return to my attention. Sincerely, Patrick McCarron Convergint Patrick McCarron By signing below, I accept this proposal and agree to the Terms and Conditions contained herein Customer Name (Printed)Date Authorized Signature Title Convergint Technologies Install Terms & Conditions Convergint Technologies Install Terms & Conditions 6202 Benjamin Rd, Tampa,Florida 33634 Phone 912-313-0926 Mobile 912-313-0926 greg.waters@convergint.com February 20, 2024 City of Clearwater Quotation: GW02618961P City of Clearwater General Services Bldg. RFP#: 1900 Grand Ave Clearwater, Florida 33765 License/Cert Attention: Sandy Lear Reference: COCW General Services Bldg. Access Adds On behalf of Convergint’s global network of colleagues, I would like to personally thank you for providing Convergint with the opportunity to present this proposal addressing your electronic security needs. We are confident that this proven solution is both comprehensive and customized to meet your needs today, and in the future. Convergint’s reputation for service excellence is backed by a foundational commitment to our core value of service, and we have been recognized as the #1 Systems Integrator by SDM Magazine. This recognition reflects the strong relationships Convergint has developed with the industry’s top technology manufacturers, and our history of success with providing exceptional service to our customers. Our guiding principle has always been to be our customers’ best service provider. Our dedicated and certified team of professionals strives to uphold our customer-focused, service-based mission to make a daily difference for our customers. After achieving a successful on-time and on-budget project installation, Convergint will provide you with the industry’s best ongoing service, including our 24/7 customer portal iCare, designed to track service work orders, project progress, and provide you with detailed metric reporting for continuous improvement. The following security proposal is specifically designed to meet your needs. As your single point of contact, please feel free to contact me with any additional questions you may have. Thank you again for trusting Convergint as your partner. Scope of Work Convergint to provide a quote to add three new access control doors with readers and electric strikes. The customer will replace the lever sets to remove the thumb latches and make them lockable with free egress from the inside. The current access control system is no longer supported and there is no room on the existing boards to add to the current system. Convergint will move the old system to the 1st floor data room and install a new controller behind the lock room. We will use some of the existing cabinet as junction boxes. We suggest to take inventory of the existing boards and store them as backups for other sites with similar no supported systems. Device Hardening (reduce cyber risk) • Disable unused & non-essential device features • Disable unused network comms (e.g., services, ports) • Change default passwords • Update firmware including patches PLEASE REVIEW THIS DOCUMENT CAREFULLY. It relates to the safe and proper operation of the security devices being installed for your organization (“Customer”). Customer has been advised of Convergint’s Device Hardening services. The Device Hardening services and procedures may vary depending on the specific devices involved, but typically include: disabling unused and non-essential device features and associated network communications capabilities (e.g., services, ports); changing default passwords to new passwords that meet complexity requirements; and updating firmware to latest available versions that incorporate available patches from the device manufacturer. These are one-time services - ongoing support is required. Please ask your Convergint point of contact for more details on the specific device hardening services available for your devices. These services reduce the risk of cyber vulnerabilities for the devices being installed. Convergint cannot guarantee the security of the devices it installs or of Customer’s IT environment, and no networked system can be completely secure. Convergint cannot guarantee that the systems or services will be error free or operate without interruption. However, these services reduce the risk of cyber vulnerabilities for the devices being installed. Please note that these services are intended to address specified potential cyber vulnerabilities of certain devices Convergint has installed - they do not address any other aspect of Customer’s IT environment or practices, which remain Customer’s responsibility. Materials Line Qty Part Description Unit Price Extended Price 1 Budgetary Proposal 2 Sourcewell Contract No.: 030421-CTL 3 Access Control Panel Equipment 4 1.00 AX-TROVE2M2 TROVE2 W/MERCURY BACKPLANE $ 709.05 $ 709.05 5 1.00 AX-TMV2 MERCURY/ VERTX DOOR BACKPLANE $ 179.25 $ 179.25 6 1.00 LNL-X2220 Intelligent Dual Reader Controller powered by 12 or 24 VDC @ 500mA (w/o Rdr Power),, size (6 (152mm) W x 8 (203mm) L x 1 (25mm)H); 6 MB standard cardholder flash memory, 50,000 of event memory, maximum of 32 devices, On-board Ethernet, Dual Path capability, on-board two door control, OSDP Secure Channel encryption with OnGuard 7.2, Wiegand or F2F; eight inputs, four outputs, cabinet tamper and power fault input monitors. Approvals: FCC Part 15, CE, RoHS, UL 294, UL 1076, CAN/ULC 60839-11-1:2016, CSA C22.2 No. 205-1983, cUL/ORD-C1076 $ 2,329.92 $ 2,329.92 7 5.00 LNL-1320-S3 Dual Reader Interface Module (Series 3 Supports OSDP Readers) 12/24 VDC, 2 Reader interface, W/M, 8 inputs, 6 (5A) form C relays , RoHS, CE, C-Tick and UL294 certified $ 843.73 $ 4,218.65 8 2.00 AL600ULXB 12/24 @ 6A INTEGERAL P/S BRD $ 271.21 $ 542.42 9 2.00 ACM8 POWER SUPPLY RELAY8 FUSED RELAY/8 TRIGGERSACCESS CONTROL $ 111.37 $ 222.74 10 1.00 ALT-PD8CB Power Distribution Module - CoCONVERTS O $ 37.81 $ 37.81 11 Door devices 12 3.00 DS-DS160 REQUEST TO EXIT PIR - GRAY $ 84.88 $ 254.64 13 3.00 1078C-M CONTACT RECESSED STEEL DOOR3/4DIA.W/WIRE LEADS CLSD LOOP3/8 GAP SIZE BROWN $ 9.34 $ 28.02 14 11.00 LNL-R10320-05TB BlueDiamond Mobile Ready: US Single Gang. $ 279.01 $ 3,069.11 15 3.00 1006-630-LBM ELE STK BODY LBM 12/24 NFS 630 ELECTRIC STRIKE BODY ONLY $ 531.02 $ 1,593.06 Line Qty Part Description Unit Price Extended Price 16 Wire 17 0.50 5566060 23-4P Unshielded Solid Plenum Cat6 Grn Jkt $ 443.81 $ 221.90 18 0.50 444351-60 22-06 Overall-Shielded Stranded Plenum Grn Jkt $ 336.63 $ 168.32 19 0.50 4443460 22-04 Overall-Shielded Stranded Plenum Grn Jkt $ 295.84 $ 147.92 20 1.50 4461030 4 Element Composite Cable Plenum Ylw Jkt $ 1,206.13 $ 1,809.20 21 Misc. Construction material 22 4.00 20-1107 Conduit Spacer-Clear, for 3/4 Rigid Pipe, includes STI-3004 Gasket $ 37.03 $ 148.12 23 3.00 01243-001 T94C01M J-BOX/GANG BOX PLATE $ 37.83 $ 113.49 24 Off Contract/ Open Market 25 Labor was quoted IAW Sourcewell Contract No.: 0302421-CTL 26 1 year labor warranty and Convergint to pass through Manufacturer warranty on parts per Sourcewell Contract No. 0302421-CTL Equipment Total $ 15,793.62 Project Management 24 hrs $ 3,528.00 Specialist-Programming 24 hrs $ 2,784.00 Installation 72 hrs $ 7,200.00 Freight/Warranty $ 2,118.62 Total Project Price $ 31,424.24 Clarifications and Exclusion 1. All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am - 5:00 pm. 2. Low voltage wiring shall be installed via open air code approved methods. 3. Provision or installation of conduit, wire, boxes, fittings or other electrical installation materials unless specifically listed under Inclusions or Bill of Materials. 4. Permits or associated fees are not included. 5. Customer to provide static IP addresses and network connections at panel locations. 6. Customer to provide a secured staging & storage area for project related materials. 7. Pricing assumes that electronic Auto CAD files are available from customer for our use in creating submittal drawings. 8. Fifty percent (50%) of the proposed sell price shall be payable to Convergint for project mobilization. Mobilization shall be invoiced and due upon customer acceptance of this proposal. 9. Proposal does not include sales tax unless otherwise noted. 10. Anything in the Contract Documents notwithstanding, in no event shall either Contractor or Subcontractor be liable for special, indirect, incidental or consequential damages, including commercial loss, loss of use, or lost profits, even if either party has been advised of the possibility of such damages. 11. Convergint reserves the right to negotiate mutually acceptable contract terms and conditions with customer by making mutually agreeable changes to the formal contract included in the Bid Documents. 12. Customer acknowledges that supply-chain and shipping difficulties may result in unavoidable delays in deliveries of materials despite timely placement of orders and efforts by Convergint and its suppliers to avoid such delays. Customer agrees to provide Convergint with reasonable extensions of time to the extent of any such delays and Convergint agrees to make reasonable efforts to avoid or minimize such delays. Customer further acknowledges that the above-referenced supply-chain and shipping difficulties may result in unanticipated increases to Convergint’s proposal pricing on products covered by this quote or any resulting agreement and that such increases may occur between the time this quote is provided, or any resulting contract is executed and the time when Convergint actually purchases the products covered by this quote or a resulting agreement. Customer agrees that it will pay any such increase in Convergint’s initial pricing of obtaining the products above the proposal pricing upon which the quote or agreement was based, by change order or otherwise, and Convergint agrees that it shall make commercially reasonable efforts to minimize any such increase. REVIEW IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION PRIOR TO USING A CONVERGINT-INSTALLED SOLUTION: See the “IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION” documentation, available at convergint.com/terms. Total Project Investment: $ 31,424.24 Thank you for considering Convergint for your Security needs. If you have any questions or would like additional information, please don't hesitate to contact me immediately. If you would like to proceed with the scope of work as outlined in this proposal, please sign below and return to my attention. Sincerely, Greg Waters Convergint Greg Waters By signing below, I accept this proposal and agree to the Terms and Conditions contained herein Customer Name (Printed) Date Authorized Signature Title 6202 Benjamin Rd, Ste116, Tampa,Florida 33634 Phone Mobile 813-210-1408 kyle.young@convergint.com February 20, 2024 City of Clearwater Quotation:KY00498906P Marshall Street Waste Water Plant RFP#: 1605 Harbor Drive Clearwater, Florida 33755 License/Cert EC13008283 Attention: Sourcewell Contract #: 030421-CTL Reference: Marshall St Door add On behalf of Convergint’s global network of colleagues, I would like to personally thank you for providing Convergint with the opportunity to present this proposal addressing your electronic security needs. We are confident that this proven solution is both comprehensive and customized to meet your needs today, and in the future. Convergint’s reputation for service excellence is backed by a foundational commitment to our core value of service, and we have been recognized as the #1 Systems Integrator by SDM Magazine. This recognition reflects the strong relationships Convergint has developed with the industry’s top technology manufacturers, and our history of success with providing exceptional service to our customers. Our guiding principle has always been to be our customers’ best service provider. Our dedicated and certified team of professionals strives to uphold our customer-focused, service-based mission to make a daily difference for our customers. After achieving a successful on-time and on-budget project installation, Convergint will provide you with the industry’s best ongoing service, including our 24/7 customer portal iCare, designed to track service work orders, project progress, and provide you with detailed metric reporting for continuous improvement. The following security proposal is specifically designed to meet your needs. As your single point of contact, please feel free to contact me with any additional questions you may have. Thank you again for trusting Convergint as your partner. Scope of Work THIS IS A BUDGETARY PROPOSAL North Gate. Replace legacy panel with new Lenel panel. Return old panel to Sandy Lear. Convergint will install a new Lenel ACS panel, Schlage Gateway and 4 wireless integrated locksets on the main door, IDF, door to the garage and the door between the break /bathrooms and the lab. Replace and rewire the South gate card reader. Device Hardening (reduce cyber risk) Disable unused & non-essential device features Disable unused network comms (e.g., services, ports) Change default passwords Update firmware including patches PLEASE REVIEW THIS DOCUMENT CAREFULLY. It relates to the safe and proper operation of the security devices being installed for your organization (“Customer”). Customer has been advised of Convergint’s Device Hardening services. The Device Hardening services and procedures may vary depending on the specific devices involved, but typically include: disabling unused and non-essential device features and associated network communications capabilities (e.g., services, ports); changing default passwords to new passwords that meet complexity requirements; and updating firmware to latest available versions that incorporate available patches from the device manufacturer. These are one-time services - ongoing support is required. Please ask your Convergint point of contact for more details on the specific device hardening services available for your devices. These services reduce the risk of cyber vulnerabilities for the devices being installed. Convergint cannot guarantee the security of the devices it installs or of Customer’s IT environment, and no networked system can be completely secure. Convergint cannot guarantee that the systems or services will be error free or operate without interruption. However, these services reduce the risk of cyber vulnerabilities for the devices being installed. Please note that these services are intended to address specified potential cyber vulnerabilities of certain devices Convergint has installed - they do not address any other aspect of Customer’s IT environment or practices, which remain Customer’s responsibility. Materials Line Qty Part Description Unit Price Extended Price 1 Sourcewell Contract #: 030421-CTL 2 North Gate 3 1.00 LNL- X2220 Intelligent Dual Reader Controller powered by 12 or 24 VDC @ 500mA (w/o Rdr Power),, size (6 (152mm) W x 8 (203mm) L x 1 (25mm)H); 6 MB standard cardholder flash memory, 50,000 of event memory, maximum of 32 devices, On- board Ethernet, Dual Path capability, on-board two door control, OSDP Secure Channel encryption with OnGuard 7.2, Wiegand or F2F; eight inputs, four outputs, cabinet tamper and power fault input monitors. Approvals: FCC Part 15, CE, RoHS, UL 294, UL 1076, CAN/ULC 60839-11-1:2016, CSA C22.2 No. 205-1983, cUL/ORD-C1076 $2,329.92 $2,329.92 4 Lab Line Qty Part Description Unit Price Extended Price 5 1.00 LNL- X2220 Intelligent Dual Reader Controller powered by 12 or 24 VDC @ 500mA (w/o Rdr Power),, size (6 (152mm) W x 8 (203mm) L x 1 (25mm)H); 6 MB standard cardholder flash memory, 50,000 of event memory, maximum of 32 devices, On- board Ethernet, Dual Path capability, on-board two door control, OSDP Secure Channel encryption with OnGuard 7.2, Wiegand or F2F; eight inputs, four outputs, cabinet tamper and power fault input monitors. Approvals: FCC Part 15, CE, RoHS, UL 294, UL 1076, CAN/ULC 60839-11-1:2016, CSA C22.2 No. 205-1983, cUL/ORD-C1076 $2,329.92 $2,329.92 6 1.00 LNL-1320- S3 Dual Reader Interface Module (Series 3 Supports OSDP Readers) 12/24 VDC, 2 Reader interface, W/M, 8 inputs, 6 (5A) form C relays , RoHS, CE, C-Tick and UL294 certified $843.73 $843.73 7 1.00 SCH- PIM400- 485 PIM400-485; 16 wireless lock hub; RS-485 connection; includes weatherproof enclosure, internal antenna with ability to add remote antenna; requires 12 or 24 VDC power supply. (7.1 x 7.1 enclosure)[starting with OnGuard 6.6 SP1 this connects via RS-485 to downstream port on ISC] $1,360.00 $1,360.00 8 1.00 SCH- ANT400- REM-H Bi-Directional Remote Indoor Antenna Module. Includes Antenna, HALL, 15' Coax, Coax Whip. For indoor use with PIM400 and/or WRI400. $711.70 $711.70 9 4.00 SCH- AD400MS Schlage AD-400 Networked Wireless - Mortise, with multitech reader, with Standard Options. AD-400-MS STD Options $2,280.01 $9,120.04 10 4.00 PS-1270 12 v 7 AH SLA Battery F1 $35.40 $141.60 11 2.00 T1MK1F4 D POWER SUPPLY, 12/24VDC @ 4A,115VAC, PTC $788.28 $1,576.56 12 South Gate 13 1.00 LNL- R10320- 05TB BlueDiamond Mobile Ready: US Single Gang.$279.01 $279.01 14 Open Market 15 Labor was Quoted IAW Sourcewell Contract No: 030421-CTL Equipment Total $18,692.48 Program Manager $0.00 Professional Services $0.00 Project Management 8 $1,176.00 Specialist-Programming 8 $928.00 Specialist-Testing $0.00 Installation-Foreman 48 $4,800.00 Installation $0.00 Engineering $0.00 Drafting/CAD $0.00 Subcontractors/Other Costs $807.69 Freight/Warranty $2,834.59 Total Project Price $29,238.76 Clarifications and Exclusion 1.All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am - 5:00 pm. 2.Low voltage wiring shall be installed via open air code approved methods. 3.Provision or installation of conduit, wire, boxes, fittings or other electrical installation materials unless specifically listed under Inclusions or Bill of Materials. 4.Permits or associated fees are not included. 5.Customer to provide static IP addresses and network connections at panel locations. 6.Customer to provide a secured staging & storage area for project related materials. 7.Pricing assumes that electronic Auto CAD files are available from customer for our use in creating submittal drawings. 8.Fifty percent (50%) of the proposed sell price shall be payable to Convergint for project mobilization. Mobilization shall be invoiced and due upon customer acceptance of this proposal. 9.Proposal does not include sales tax unless otherwise noted. 10.Anything in the Contract Documents notwithstanding, in no event shall either Contractor or Subcontractor be liable for special, indirect, incidental or consequential damages, including commercial loss, loss of use, or lost profits, even if either party has been advised of the possibility of such damages. 11.Convergint reserves the right to negotiate mutually acceptable contract terms and conditions with customer by making mutually agreeable changes to the formal contract included in the Bid Documents. 12.Customer acknowledges that supply-chain and shipping difficulties may result in unavoidable delays in deliveries of materials despite timely placement of orders and efforts by Convergint and its suppliers to avoid such delays. Customer agrees to provide Convergint with reasonable extensions of time to the extent of any such delays and Convergint agrees to make reasonable efforts to avoid or minimize such delays. Customer further acknowledges that the above-referenced supply-chain and shipping difficulties may result in unanticipated increases to Convergint’s proposal pricing on products covered by this quote or any resulting agreement and that such increases may occur between the time this quote is provided, or any resulting contract is executed and the time when Convergint actually purchases the products covered by this quote or a resulting agreement. Customer agrees that it will pay any such increase in Convergint’s initial pricing of obtaining the products above the proposal pricing upon which the quote or agreement was based, by change order or otherwise, and Convergint agrees that it shall make commercially reasonable efforts to minimize any such increase. REVIEW IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION PRIOR TO USING A CONVERGINT-INSTALLED SOLUTION: See the “IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION” documentation, available at convergint.com/terms. Performance Items Items Included Items Excluded 120 VAC Power and Fused Disconnect Switch 120 VAC Power Receptacles Additional Lighting Requirements for Cameras Applicable Taxes Attend General Contractor Project Meetings Attend Owner Project Meetings Authority having Jurisdiction permit drawing (requires customer CAD) Cable Ceiling Tiles and Ceiling Grid Repairs Connection to Building Fire Alarm Panel Correction of Wiring Faults Caused by Others Door wiring typical connections Electrical Installation Permit Electrified Door Locking Hardware Engineering and Drawings Equipment rack layout drawing FA Permit and Plan Review Fees Fire Stopping (Excludes Existing Penetrations) Fire Watch Floor Coverings for Lifts Floor plan with device placement and numbering (requires customer CAD) Freight (prepaid) Horizontal Core Drilling Installation of Bridle Rings Installation of CCTV Cameras Installation of Conduit, Boxes and Fittings Installation of Control Equipment Enclosures Installation of Control Panels Installation of Intercom Systems Installation of Intrusion Panels Installation of Low Voltage Wire Installation of Network Cabling to Card Readers Installation of Network Cabling to IP Cameras Installation of Network Cabling to IP Intercoms Installation of Specialty Backboxes Installation of Terminal Cabinets Installation of Video Recorders (DVR/NVR)Installation of Wire and Cable Installation of Wire Hangars Lifts Loading Software on Customer Provided Computer Low Voltage Permits Material (listed in the BOM)Mounting/Termination of Proposed Devices On-Site Lockable Storage Facility One-Year Warranty on Labor One-Year Warranty on Parts Operations & Maintenance Manuals Owner to Provide DHCP Lease Reservations for Network Connected Devices Owner to Provide Static IP Addresses Owner Training Panel Wall Elevation drawing (may require customer CAD) Panel wiring with point to point connections Patch and Paint Payment & Performance Bonds Project Management Record Documentation (As-Built)Riser drawing with home run wiring Servers by Convergint Servers by Others Specialty Backboxes Submittal Drawings System Engineering System is Design-Build System Meets Plans/Drawings System Programming Terminal Cabinets Termination of Control Equipment Enclosures Testing of all Proposed Devices Vertical Core Drilling Wire Workstations by Convergint Workstations by Others Total Project Investment:$ 29,238.76 Thank you for considering Convergint for your Security needs. If you have any questions or would like additional information, please don't hesitate to contact me immediately. If you would like to proceed with the scope of work as outlined in this proposal, please sign below and return to my attention. Sincerely, Kyle Young Convergint Kyle Young By signing below, I accept this proposal and agree to the Terms and Conditions contained herein Customer Name (Printed)Date Authorized Signature Title Convergint Technologies Install Terms & Conditions Convergint Technologies Install Terms & Conditions 6202 Benjamin Rd, Tampa,Florida 33634 Phone 912-313-0926 Mobile 912-313-0926 greg.waters@convergint.com February 20, 2024 City of Clearwater Quotation: GW02647354P City of Clearwater Municipal Services Blg. RFP#: 100 S Myrtle Ave. Clearwater, Florida 33756 License/Cert Attention: Sandy Lear Reference: City of Clearwater Muni. Ser. Lenel upgrade On behalf of Convergint’s global network of colleagues, I would like to personally thank you for providing Convergint with the opportunity to present this proposal addressing your electronic security needs. We are confident that this proven solution is both comprehensive and customized to meet your needs today, and in the future. Convergint’s reputation for service excellence is backed by a foundational commitment to our core value of service, and we have been recognized as the #1 Systems Integrator by SDM Magazine. This recognition reflects the strong relationships Convergint has developed with the industry’s top technology manufacturers, and our history of success with providing exceptional service to our customers. Our guiding principle has always been to be our customers’ best service provider. Our dedicated and certified team of professionals strives to uphold our customer-focused, service-based mission to make a daily difference for our customers. After achieving a successful on-time and on-budget project installation, Convergint will provide you with the industry’s best ongoing service, including our 24/7 customer portal iCare, designed to track service work orders, project progress, and provide you with detailed metric reporting for continuous improvement. The following security proposal is specifically designed to meet your needs. As your single point of contact, please feel free to contact me with any additional questions you may have. Thank you again for trusting Convergint as your partner. Scope of Work • Convergint to replace the existing Micro 16/42 and upgrade them to a supported Lenel On-Guard System. We will replace the 24 readers and wiring as well as the door controllers and door control boards. We will reprogram the new system and update the On-Guard Software. • The project price is based off the system spreadsheet provided by Sandy. If for any reason we find more or less than the 24 doors on the system, we will make adjustment with a Change order. • We are also under the assumption that all doors and door hardware are currently functioning. If any devices not being replaced under the BOM in the proposal is not functioning, we will provide a change order for those deficiencies. Device Hardening (reduce cyber risk) • Disable unused & non-essential device features • Disable unused network comms (e.g., services, ports) • Change default passwords • Update firmware including patches PLEASE REVIEW THIS DOCUMENT CAREFULLY. It relates to the safe and proper operation of the security devices being installed for your organization (“Customer”). Customer has been advised of Convergint’s Device Hardening services. The Device Hardening services and procedures may vary depending on the specific devices involved, but typically include: disabling unused and non-essential device features and associated network communications capabilities (e.g., services, ports); changing default passwords to new passwords that meet complexity requirements; and updating firmware to latest available versions that incorporate available patches from the device manufacturer. These are one-time services - ongoing support is required. Please ask your Convergint point of contact for more details on the specific device hardening services available for your devices. These services reduce the risk of cyber vulnerabilities for the devices being installed. Convergint cannot guarantee the security of the devices it installs or of Customer’s IT environment, and no networked system can be completely secure. Convergint cannot guarantee that the systems or services will be error free or operate without interruption. However, these services reduce the risk of cyber vulnerabilities for the devices being installed. Please note that these services are intended to address specified potential cyber vulnerabilities of certain devices Convergint has installed - they do not address any other aspect of Customer’s IT environment or practices, which remain Customer’s responsibility. Materials Line Qty Part Description Unit Price Extended Price 1 Budgetary Proposal 2 Sourcewell Contract No.: 030421-CTL 3 Access Control Panel Equipment 4 Micro 16 01/02 Src bld Replacement 5 1.00 TROVE3M 3 INCLUDES TROVE3 ENCLOSUREAND TM3 BACKPLANE $ 1,394.54 $ 1,394.54 6 1.00 LNL-X2220 Intelligent Dual Reader Controller powered by 12 or 24 VDC @ 500mA (w/o Rdr Power),, size (6 (152mm) W x 8 (203mm) L x 1 (25mm)H); 6 MB standard cardholder flash memory, 50,000 of event memory, maximum of 32 devices, On-board Ethernet, Dual Path capability, on-board two door control, OSDP Secure Channel encryption with OnGuard 7.2, Wiegand or F2F; eight inputs, four outputs, cabinet tamper and power fault input monitors. Approvals: FCC Part 15, CE, RoHS, UL 294, UL 1076, CAN/ULC 60839-11-1:2016, CSA C22.2 No. 205-1983, cUL/ORD-C1076 $ 2,329.92 $ 2,329.92 7 7.00 LNL-1320-S3 Dual Reader Interface Module (Series 3 Supports OSDP Readers) 12/24 VDC, 2 Reader interface, W/M, 8 inputs, 6 (5A) form C relays , RoHS, CE, C-Tick and UL294 certified $ 843.73 $ 5,906.11 8 16.00 LNL- R10320-05TB BlueDiamond Mobile Ready: US Single Gang. $ 279.01 $ 4,464.16 9 1.00 RSB1 SINGLE ROCKER SWITCH BRACKET $ 36.63 $ 36.63 10 2.00 ACM8 POWER SUPPLY RELAY8 FUSED RELAY/8 TRIGGERSACCESS CONTROL $ 111.37 $ 222.74 11 2.00 AX-AL600ULX B AL600ULX BOARD ONLY 6AMPS $ 271.21 $ 542.42 12 1.00 TMV2 BACKPLANE FOR TROVE ENCLOSURESACCOMMODATES MERCURY/VERTXBOARDS $ 179.25 $ 179.25 13 1.00 ALT-PD16W POWER DISTRIBUTION MODULE; SING.OUTPUT T $ 56.05 $ 56.05 14 3.00 BT126 BATTERY 12VDC/7AH WIRE IN VERFOR USE W/POWER SUPPLY/CHARGERS RECHARGABLE $ 39.05 $ 117.15 15 Micro 42 Svc Bld Peplacement Line Qty Part Description Unit Price Extended Price 16 1.00 LNL-X2220 Intelligent Dual Reader Controller powered by 12 or 24 VDC @ 500mA (w/o Rdr Power),, size (6 (152mm) W x 8 (203mm) L x 1 (25mm)H); 6 MB standard cardholder flash memory, 50,000 of event memory, maximum of 32 devices, On- board Ethernet, Dual Path capability, on-board two door control, OSDP Secure Channel encryption with OnGuard 7.2, Wiegand or F2F; eight inputs, four outputs, cabinet tamper and power fault input monitors. Approvals: FCC Part 15, CE, RoHS, UL 294, UL 1076, CAN/ULC 60839-11-1:2016, CSA C22.2 No. 205-1983, cUL/ORD-C1076 $ 2,329.92 $ 2,329.92 17 3.00 LNL-1320-S3 Dual Reader Interface Module (Series 3 Supports OSDP Readers) 12/24 VDC, 2 Reader interface, W/M, 8 inputs, 6 (5A) form C relays , RoHS, CE, C-Tick and UL294 certified $ 843.73 $ 2,531.19 18 8.00 LNL-R10320- 05TB BlueDiamond Mobile Ready: US Single Gang. $ 279.01 $ 2,232.08 19 1.00 AX-TROVE2M 2 TROVE2 W/MERCURY BACKPLANE $ 709.05 $ 709.05 20 1.00 RSB1 SINGLE ROCKER SWITCH BRACKET $ 36.63 $ 36.63 21 1.00 ACM8 POWER SUPPLY RELAY8 FUSED RELAY/8 TRIGGERSACCESS CONTROL $ 111.37 $ 111.37 22 1.00 PD8UL 7 OUTPUT POWER DISTRIBUTIONMODULE $ 38.91 $ 38.91 23 1.00 AX- AL600ULXB AL600ULX BOARD ONLY 6AMPS $ 271.21 $ 271.21 24 1.00 TMV2 BACKPLANE FOR TROVE ENCLOSURESACCOMMODATES MERCURY/VERTXBOARDS $ 179.25 $ 179.25 25 2.00 BT126 BATTERY 12VDC/7AH WIRE IN VERFOR USE W/POWER SUPPLY/CHARGERS RECHARGABLE $ 39.05 $ 78.10 26 Wire 27 6.00 4461060 4 Element Composite Cable Plenum Grn Jkt $ 1,206.13 $ 7,236.78 28 Misc. Construction mat. 29 8.00 20-1107 Conduit Spacer-Clear, for 3/4 Rigid Pipe, includes STI-3004 Gasket $ 37.03 $ 296.24 30 8.00 01243-001 T94C01M J-BOX/GANG BOX PLATE $ 37.83 $ 302.64 31 Off Contract/ Open Market 32 Labor was quoted IAW Sourcewell Contract No.: 0302421-CTL 33 1 year labor warranty and Convergint to pass through Manufacturer warranty on parts per Sourcewell Contract No. 0302421-CTL Equipment Total $ 31,602.34 Project Management 24 hrs $ 3,528.00 Specialist-Programming 32 hrs $ 3,712.00 Installation 128 hrs $ 12,800.00 Freight/Warranty $ 4,258.46 Total Project Price $ 55,900.80 Clarifications and Exclusion 1. All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am - 5:00 pm. 2. Low voltage wiring shall be installed via open air code approved methods. 3. Provision or installation of conduit, wire, boxes, fittings or other electrical installation materials unless specifically listed under Inclusions or Bill of Materials. 4. Permits or associated fees are not included. 5. Customer to provide static IP addresses and network connections at panel locations. 6. Customer to provide a secured staging & storage area for project related materials. 7. Pricing assumes that electronic Auto CAD files are available from customer for our use in creating submittal drawings. 8. Fifty percent (50%) of the proposed sell price shall be payable to Convergint for project mobilization. Mobilization shall be invoiced and due upon customer acceptance of this proposal. 9. Proposal does not include sales tax unless otherwise noted. 10. Anything in the Contract Documents notwithstanding, in no event shall either Contractor or Subcontractor be liable for special, indirect, incidental or consequential damages, including commercial loss, loss of use, or lost profits, even if either party has been advised of the possibility of such damages. 11. Convergint reserves the right to negotiate mutually acceptable contract terms and conditions with customer by making mutually agreeable changes to the formal contract included in the Bid Documents. 12. Customer acknowledges that supply-chain and shipping difficulties may result in unavoidable delays in deliveries of materials despite timely placement of orders and efforts by Convergint and its suppliers to avoid such delays. Customer agrees to provide Convergint with reasonable extensions of time to the extent of any such delays and Convergint agrees to make reasonable efforts to avoid or minimize such delays. Customer further acknowledges that the above-referenced supply-chain and shipping difficulties may result in unanticipated increases to Convergint’s proposal pricing on products covered by this quote or any resulting agreement and that such increases may occur between the time this quote is provided, or any resulting contract is executed and the time when Convergint actually purchases the products covered by this quote or a resulting agreement. Customer agrees that it will pay any such increase in Convergint’s initial pricing of obtaining the products above the proposal pricing upon which the quote or agreement was based, by change order or otherwise, and Convergint agrees that it shall make commercially reasonable efforts to minimize any such increase. REVIEW IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION PRIOR TO USING A CONVERGINT-INSTALLED SOLUTION: See the “IMPORTANT PRODUCT SAFETY AND SERVICE INFORMATION” documentation, available at convergint.com/terms. Total Project Investment: $ 55,900.80 Thank you for considering Convergint for your Security needs. If you have any questions or would like additional information, please don't hesitate to contact me immediately. If you would like to proceed with the scope of work as outlined in this proposal, please sign below and return to my attention. Sincerely, Greg Waters Convergint Greg Waters By signing below, I accept this proposal and agree to the Terms and Conditions contained herein Customer Name (Printed) Date Authorized Signature Title Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0038 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 6.15 SUBJECT/RECOMMENDATION: Approve a proposal and Purchase order to American Infrastructure Development, Inc., of Tampa, Florida for the design and permitting of Clearwater Airpark Re-mill and Overlay (23-0014-AP) in the amount of $316,154.00 pursuant to RFQ 34-23 and authorize the appropriate officials to execute same. (consent). SUMMARY: July 20, 2023, City Council approved the use of Engineer of Record (EOR) for Professional Services Agreements (ID#23-0785) for American Infrastructure Development and other engineering firms for a period of four years. These firms were selected in accordance with Florida Statutes 255.103 and 287.055 under Request for Qualifications 34-23 based upon construction experience, financial capability, availability of qualified staff, local knowledge, and involvement in the community. On May 18, 2023, City Council approved Resolution 23-08 (Agenda Item ID#23-0509) authorizing the execution of a Joint Participation Agreement between the City of Clearwater and the State of Florida, Department of Transportation, for a grant to re-mill and overlay the asphalt on portions of the apron at the Clearwater Airpark. American Infrastructure Development was selected as they specialize in airports. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project G2306, Apron Relayment, to fund this proposal. STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0201 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.16 SUBJECT/RECOMMENDATION: Approve a Work Order under the City’s continuing contract with V and A Consulting Engineers, Inc., dba Metzger and Willard, Inc. (V and A), for Utilities Project Management Services (23-0057-UT) in the amount of $495,000.00 pursuant to RFQ 34-23, EOR Consulting Services and authorize the appropriate officials to execute same. (consent) SUMMARY: The Public Utilities Department is responsible for managing Capital Improvement Plan (CIP) projects. Due to the abundance of CIP projects and limited staff resources, additional project management support is needed. Public Utilities needs to do a significant amount of capital projects within the next 10 years but does not have the resources to manage it. This Work Order will help get Public Utilities additional project management personnel for those projects. V&A is an EOR for the City as approved by Council on July 20, 2023 under a continuing contract. V&A was selected due to the ability of their professional personnel (project managers) and past performance on similar projects. V&A is known for delivering a quality project and product. They have experience and understand different types of utilities as well as specific experience with Clearwater’s facilities. APPROPRIATION CODE AND AMOUNT: 4211345-530100 Professional and Contractual Services STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval of a Work Order and purchase order to V&A is requested. Page 1 City of Clearwater Printed on 3/5/2024 City of Clearwater Consultant Work Order 23-0126A Page 1 of 6 Revised: 11/28/2022 CONSULTANT WORK ORDER Date: February 7, 2024 1. PROJECT INFORMATION: Project Title: 2024 Utilities PM Services (V&A) City Project Number: 23-0057-UT City Plan Set Number: N/A Consultant Project Number: TBD 2. SCOPE OF SERVICES: The City of Clearwater (City) is embarking on several utilities, engineering, and capital improvements projects. The City has requested that ENGINEER perform project management services in support of these various projects, working as an extension of City staff. This Work Order provides for Project Management (PM) services by ENGINEER. All services under this Work Order have been categorized under “Phase I - Pre-Design”. Work under other Phases is not part of this Work Order. Some projects may be “in-house”; while for others, the City may select Consultants to execute, for which ENGINEER could serve as the City’s PM, as the City elects. I. PRE-DESIGN PHASE: Task 1: As-Needed PM Support Services will be provided by ENGINEER project management professional(s) who shall be available and dedicated to support City projects for a minimum of sixteen (16) hours per week commitment as City and ENGINEER decide and as City needs, while budget allows. The types of services that ENGINEER may provide under this task include a variety of activities which have been grouped by category. These examples of project management support services / duties to be performed are not intended to be subtasks, rather to illustrate the breadth of services that are offered under this task. a. Undergo training on the City Project Management systems, policies, and procedures. CONSULTANT WORK ORDER 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order Page 2 of 6 Revised: 11/28/2022 b. Coordinate / correspond with multiple contractors, consultants, City staff, and other stakeholders. c. Review contracts, scopes of services, and fee proposals. d. Review and comment on deliverables. e. Review and comment on schedules. f. Review and process invoices and payment applications. g. Distribute deliverables and route other documents for review by City staff. Compile comments and return City comments to contracted parties. h. Process requests for information by contractors and consultants and coordinate the provision of requested / available documentation. i. Track schedule and budget of contractor and consultant contracts on behalf of the City. j. Attend meetings, both internal to the City as well as with consultants and contractors. When appropriate, lead meetings and distribute meeting minutes. k. Perform site visits to observe City facilities, operations, and construction progress. l. Monitor the consultant and to ensure project participants complete activities to support a defined project plan, schedule, and budget. m. Other tasks/ duties as the City identifies. Task 2: Project Management and Administration ENGINEER will perform general administrative duties associated with the project, including project set-up, resource management, progress monitoring, scheduling, general correspondence, office administration, and invoicing. ENGINEER will maintain an accurate project documentation, filing, and project cost accounting system throughout the project. ENGINEER will maintain continuous control over the quality of all its work efforts. Monthly progress reports will be delivered with each ENGINEER’s invoice. II. DESIGN PHASE: Not applicable. III. FINAL DESIGN PHASE: Not applicable. CONSULTANT WORK ORDER 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order Page 3 of 6 Revised: 11/28/2022 IV. BIDDING PHASE: Not applicable. V. CONSTRUCTION PHASE: Not applicable. 3. PROJECT GOALS: The primary goals of this project are to assist the City by serving as an extension of staff (staff augmentation) and performing in a Project Management role to carry out various City projects. Task 1 Deliverables: Dependent on services requested. To be determined. Task 2 Deliverables: Monthly progress reports provided with ENGINEER’s invoices. 4. FEES: See Attachment “A”. Billing rates will utilize the 2023-2027 Engineer of Record master contract rates schedule. This price includes all labor and expenses anticipated to be incurred by ENGINEER for the completion of these tasks in accordance with Professional Services Method “A” – Hourly Rate, for a fee not to exceed Four Hundred, Ninety-Five Thousand Dollars ($495,000.00). Travel expenses for Tampa Bay area professionals will be charged for the net differential of what a normal commute to the ENGINEER office would be. No permit costs are anticipated or included for this project. 5. SCHEDULE: ENGINEER will provide project management support services for a period of approximately 16 months of issuance of notice to proceed (NTP), adjusting the Full- Time-Equivalents (FTEs) as needs and budget allows. Project deliverables are to be phased as follows: Task Deliverable/ Milestone Weeks Following NTP Notice to Proceed (NTP) 1 To Be Determined Varies 2 Progress Reports Monthly CONSULTANT WORK ORDER 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order Page 4 of 6 Revised: 11/28/2022 6. STAFF ASSIGNMENT: The City’s staff assignments to this project include: Richard Gardner, P.E. Public Utilities Director Michael Flanigan Public Utilities Assistant Director Kaylynn Price Engineering Manager, Utilities; Project Manager Fred Hemerick Water Production Manager Michael Vacca Public Utilities WWCS, WD, WP Manager Daniel Trueblood Public Utilities Infrastructure Maintenance Manager Christina Goodrich Public Utilities WET Manager The ENGINEER’s staff assignments to this project include: Jeffrey T. Crowley, PE, DBIA SE Regional Manager Susan G Martelli, PE, ENV SP Sr Project Manager Jacob Cruse, EI Associate Engineer/Project Manager (for this V&A WO) Various Professionals City PM (extension of staff) 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Susan Martelli, Senior Project Manager, at 813-977-6005 or smartelli@metzgerwillard.com. All City project correspondence shall be directed to: Utilities Engineering Manager with copies to Richard Gardner (Public Utilities Director) and Mike Flanigan (Public Utilities Assistant Director). 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: _____________________________ For work performed, invoices shall be submitted monthly to: CONSULTANT WORK ORDER 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order Page 5 of 6 Revised: 11/28/2022 CITY OF CLEARWATER, PUBLIC UTILITIES DEPARTMENT ATTENTION: PU ACCOUNTING 1650 N ARCTURAS AVE BLDG-C CLEARWATER, FLORIDA 33765-1945 PUEngineering@myclearwater.com Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e., sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: CONSULTANT WORK ORDER 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order Page 6 of 6 Revised: 11/28/2022 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 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: None. 13. SIGNATURES: PREPARED BY: APPROVED BY: Jeffrey Crowley, P.E. Richard Gardner, P.E. Southeast Regional Manager Public Utilities Director V&A Consulting Engineers, Inc. City of Clearwater Date Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total Pre-Design & Design 1 As-Needed PM Support $0 $425,896 $425,896 2 Project Management and Administration $0 $33,992 $33,992 Pre-Design Total: $459,888 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $459,888 3 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $11,541 Permit Fees $0 SUBTOTAL, WITHOUT CONTINGENCY: $471,429 4 Contingency (5%) $23,571 GRAND TOTAL: $495,000 ATTACHMENT “B” (Include if applicable) CONSULTANT WORK ORDER – CITY DELIVERABLES 2024 Utilities PM Services (V&A) 23-0057-UT City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER CITY DELIVERABLES (Not Applicable) 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. System Type CITY PROJECT #(Current) PROJECTS Water Reclamation 21-0017-UT NE WRF Clarifier Gates Water Reclamation 23-0013-UT NE WRF Digester Repairs Water 23-0058-UT 2023 UIC Annual Report (RO2) System Type CITY PROJECT #(Future Potential) PROJECTS Sanitary Sewer XX-XXXX-XX WWCS Master Plan Update Water XX-XXXX-XX Water Master Plan Update Water XX-XXXX-XX Replace MW 19-60 Water XX-XXXX-XX Update AWIA ERP Water Reclamation 17-0026-UT NE WRF Reuse PS & Controls Water Reclamation 17-0024-UT MS/NE/E Entrance Upgrades Water Reclamation 17-0024-UT MS WRF Control Bldg Leak PROJECT NUMBER: 23-0057-UT PROJECT NAME: 2024 UTILITIES PM SERVICES (V&A) PROJECT MANAGER: KAYLYNN PRICE (2024-02-08) DEPARTMENT: PUBLIC UTILITIES Engineer of Choice: V&A Consul�ng System Type (select one): ☐ Li� Sta�on ☐ Potable Water Supply/Distribu�on ☐ Reclaimed Water Distribu�on ☐ Joint Project Agreement/ FDOT Project ☐ Sanitary Sewer Collec�on ☐ WRF (Water Reclama�on Facility) ☐ WTP (Water Treatment Plant) ☒ Other: __Project Management___ Ques�ons: 1. Are they an Engineer of Record? ☒ Yes ☐ No a. If the answer is ‘No’ were they acquired by RFQ? ☐ Yes ☐ No ☒ N/A 2. Have they done a project with the department previously? ☒ Yes ☐ No 3. Have they done a project with the City previously? ☒ Yes ☐ No 4. Have they done a project at the project area previously? ☐ Yes ☒ No 5. Do they have personnel experienced in the design and construc�on of similar systems men�oned above? ☒ Yes ☐ No a. Ask for resumes accordingly 6. Do they have a posi�ve track record of past performance with the City and or Public U�li�es Department? ☒ Yes ☐ No 7. Is the firm a cer�fied minority business or woman owned enterprise? ☐ Yes ☒ No 8. Has the firm demonstrated that they can meet the �me restric�ons and budget requirements of the project? ☒ Yes ☐ No 9. Does the firm have an office within 50 miles of the project area? ☒ Yes ☐ No 10. Has the firm demonstrated the capacity to take on this addi�onal work? ☒ Yes ☐ No Reasoning Why: The Public U�li�es Department has had success using consultants as project managers to help us manage the mul�ple projects that need to be done. V&A are known for delivering a quality project. They have experience and understanding of a variety of different u�lity systems and posi�ve work history with the City. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0030 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.17 SUBJECT/RECOMMENDATION: Approve a Contract with WestRock CP, LLC d/b/a WestRock Tampa Recycle (WestRock) of Atlanta, GA for the sale of old, corrugated cardboard recycling for initial term March 7, 2024, through March 6, 2026, with one, two-year renewal option pursuant to ITB 05-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: On November 6, 2023, Procurement issued Invitation to Bid (ITB) 05-24, Old Corrugated Cardboard (OCC) Recycling for the sale of old, corrugated cardboard recyclable material. The City received two responses on December 6, 2023, with WestRock representing lowest overall processing fee and most responsible bidder in accordance with the bid specifications. Solid Waste and Recycling collects old, corrugated cardboard from multifamily and commercial locations as well as our drop off center at 1701 N Hercules Ave in Clearwater. The annual revenue amount, which will be paid to the City, is estimated to be $243,562.00. The initial contract term is from March 7, 2024, through March 6, 2026, with the option for one, two-year renewal term. Contract renewals allow for processing fee increases based on the appropriate PPI Index. APPROPRIATION CODE AND AMOUNT: Funds will be credited as part of the FY 2024 budget for Solid Waste and Recycling to fund this contract: 426-365508 (Recycling Fund - Sale of Recyclables Commercial) USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objective 1.5 (drives continuous improvement) within High Performing Government and objective 4.2 within Environmental Stewardship (waste reduction practices). Page 1 City of Clearwater Printed on 3/5/2024 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #05-24 Old Corrugated Cardboard Recycling November 6, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, December 6, 2023, to provide cardboard recycling. Brief Description: The City of Clearwater is seeking bids from qualified vendors for the proper disposal and recycling of Old Corrugated Cardboard (OCC). 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 Old Corrugated Cardboard (OCC) Recycling 2 ITB #05-24 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: December 6, 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 Old Corrugated Cardboard (OCC) Recycling 3 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 4 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 5 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 6 ITB #05-24 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: November 6, 2023 Advertise Tampa Bay Times: November 15, 2023 Bids due: December 6, 2023 Review bids: December 6 – 13, 2023 Award recommendation: December 2023 Council authorization: January 2023 Contract begins: January 2023 STANDARD TERMS AND CONDITIONS Old Corrugated Cardboard (OCC) Recycling 7 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 8 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 9 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 10 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 11 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 12 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 13 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 14 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 15 ITB #05-24 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 118,904 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 SERVICES. The City of Clearwater Solid Waste and Recycling (City) seeks a vendor with experience and expertise in recycling services for baled and/or unbaled old, corrugated cardboard (OCC). The City’s objective is to establish cost effective and operationally efficient pickup and/or drop off OCC. On occasion, the City may haul OCC to Awardee’s facility using staff or a contracted vendor. 3. VENDOR RESPONSIBILITIES. • Vendors shall own and operate, at their facility, a state certified scale of sufficient capacity and precision to accurately weigh OCC. The weight shall be determined by Florida state certified scales at the vendor’s location. The City reserves the right to verify weight tickets submitted by Vendor. • Vendor shall purchase and remove baled and/or unbaled OCC from the Solid Waste Recycling Facility. • Vendor is responsible to provide all transportation and equipment necessary to pick up recycling. • Vendor is responsible to provide all necessary licenses, certifications, permits and insurance for legal transportation of recyclables. • Vendor shall pick up recyclables within forty-eight (48) hours from notification. 4. CITY’S RESPONSIBILITIES. • The City shall provide awarded Vendor access and manpower necessary to load recyclable OCC onto Vendor’s vehicles. • The City will notify awarded Vendor when a pickup is required, to include whether OCC is baled and/or unbaled. 5. FACILITY LOCATION AND PICK-UP: When applicable, vendor shall pick up baled and/or unbaled OCC at the following location and times: Solid Waste and Recycling Facility 1701 N. Hercules Ave. Clearwater, FL 33765 Day/Times: Monday-Friday from 7:00AM – 3:30PM (excluding holidays) 6. PAYMENT TO CITY. Payment shall be made based on the weight of baled and/or unbaled DETAILED SPECIFICATIONS Old Corrugated Cardboard (OCC) Recycling 16 ITB #05-24 cardboard retrieved or delivered by the vendor for recycling in accordance with the bid price as percent of current index. Pricing shall be based on the index Recycling Markets Secondary Materials Pricing – Atlanta (Southeast USA) for Corrugated Containers (PS11) at https://recyclingmarkets.net. Payments are to be made payable to the City of Clearwater and mailed to: City of Clearwater Attn: Accounting Division PO Box 4748 Clearwater, FL 33758. The vendor shall submit with each monthly payment a summary to include the following items: • Date of pick up and/or drop off • Delivery scale ticket number • Category of load (baled or unbaled) • Net weight of load • Scale Ticket Copies – a copy of scale tickets At the City’s discretion a Monthly Contamination Report may be requested in addition to the whom the awarded vendor is selling the cardboard to. 7. SAFETY. Vendor shall observe all OSHA standards for workplace safety and follow all Federal, State and Municipal laws, ordinances, rules, and regulations governing the collection, disposal and processing of solid waste and recyclables during the term of this contract. Failure to comply may result in a violation, which includes but is not limited to verbal and/or written warnings, stoppage of work, and/or termination of contract. All equipment shall be equipped with audible back-up alarm to protect the safety of site personnel. 8. REFERENCES. Vendor shall provide a minimum of three (3) references for which similar services have been performed within the past two (2) years. 9. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two DETAILED SPECIFICATIONS Old Corrugated Cardboard (OCC) Recycling 17 ITB #05-24 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, ITB #05-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Old Corrugated Cardboard (OCC) Recycling 18 ITB #05-24 1. BEGINNING AND END DATE OF INITIAL TERM. January 2024 – January 2026 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. One (1), Two (2) year renewal is possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of two (2) years, 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. During the sixty (60) day period prior to each renewal, the Contractor may submit a written price adjustment to be considered for approval. 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 next two (2) year term. No fuel surcharges will be accepted. BID SUBMISSION Old Corrugated Cardboard (OCC) Recycling 19 ITB #05-24 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 Minimum of three customer (3) references W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Old Corrugated Cardboard (OCC) Recycling 20 ITB #05-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish recycling services for baled and/or unbaled old, corrugated cardboard (OCC) to the City of Clearwater at the price(s) stated below. TYPE PROCESSING FEE ($ PER TON) DELIVERY METHOD BALED OLD CORRUGATED CARDBOARD (OCC) $ VENDOR PICK-UP AT SOLID WASTE AND RECYCLING FACILITY UNBALED OLD CORRUGATED CARDBOARD (OCC) $ VENDOR PICK-UP AT SOLID WASTE AND RECYCLING FACILITY BALED OLD CORRUGATED CARDBOARD (OCC) $ CITY DROPOFF AT VENDOR FACILITY UNBALED OLD CORRUGATED CARDBOARD (OCC) $ CITY DROPOFF AT VENDOR FACILITY NOTE: The City estimates 2400 tons annually. The “Processing Fee” will be deducted from the first monthly posted price, based on the Southeast USA Regional High Price for Corrugated Containers (PS11) under https://recyclingmarkets.net. Pricing shall be inclusive of all transportation costs including fuel, equipment, labor, permits, licenses, etc. PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Old Corrugated Cardboard (OCC) Recycling 21 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 22 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 23 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 24 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 25 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 26 ITB #05-24 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 Old Corrugated Cardboard (OCC) Recycling 27 ITB #05-24 Instructions: Vendor shall provide with bid a minimum of three (3) customer references for which similar services have been performed within the past two (2) years. 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 Old Corrugated Cardboard (OCC) Recycling 28 ITB #05-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #05-24, Old Corrugated Cardboard Recycling Due Date: December 6, 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 #05-24, Old Corrugated Cardboard Recycling Due Date: December 6, 2023, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 1) Recycling Services of Florida, Inc 2) WestRock CP, LLC 3560 126th Ave N WestRock Tampa Recycle Clearwater, FL 33762 1000 Abernathy Rd NE 727.573.9150 Atlanta, GA 30328 813.238.6433 ADVERTISED: TAMPA BAY TIMES 11/15/2021 POSTED:myclearwater.com 11/06/2023-12/06/2023 FOR THE CITY OF CLEARWATER Due/Opening: December 6, 2023; 10:00 a.m. INVITATION TO BID No. 05-24 Old Corrugated Cardboard (OCC) Recycling Solicitation Response Listing CITY OF CLEARWATER ITB # 05-24, Old Corrugated Cardboard (OCC) Recycling DUE DATE: December 6, 2023; 10:00 AM BID TABULATION Recycling Services of Florida WestRock CP, LLC Item No.Description DELIVERY METHOD PROCESSING FEE ($ PER TON)PROCESSING FEE ($ PER TON) 1 BALED OLD CORRUGATED CARDBOARD (OCC) VENDOR PICK-UP ATSOLID WASTE AND RECYCLING FACILITY $ 20.00 $ 17.76 2 UNBALED OLD CORRUGATED CARDBOARD (OCC) VENDOR PICK-UP ATSOLID WASTE AND RECYCLING FACILITY $ 90.00 $ 64.08 3 BALED OLD CORRUGATED CARDBOARD (OCC)CITY DROPOFF AT VENDOR FACILITY $ - $ 7.05 4 UNBALED OLD CORRUGATED CARDBOARD (OCC)CITY DROPOFF AT VENDOR FACILITY $ 40.00 $ 35.11 NOTE: Items with a star ( ) indicates intent to award. Page 1 of 1 January 5, 2024 NOTICE OF INTENT TO AWARD Solid Waste & Recycling and the Procurement Division recommend award of ITB No. 05-24, Old Corrugated Cardboard (OCC) Recycling, to WestRock CP, LLC of Atlanta, Georgia, for a period of two (2) years, with one (1), two (2) year renewal option. This Award recommendation is expected to be considered by the City Council at the January 29, 2024, Work Session (1:30 p.m.) and voted on at the February 1, 2024, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at 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 CONTRACT BETWEEN THE CITY OF CLEARWATER AND WESTROCK CP, LLC INVITATION TO BID #05-24 OLD CORRUGATED CARDBOARD RECYCLING THIS CONTRACT, entered into this 7th day of March 2024, by and between the CITY OF CLEARWATER (“City”), a Florida municipal corporation, P.O. Box 4748, Clearwater, Florida 33758 and WESTROCK CP, LLC (“WestRock” or “Vendor”), 1000 Abernathy Rd NE, Atlanta, GA 30328, and collectively as “Parties”. WHEREAS, the City is seeking a contract from a qualified vendor for the proper disposal and recycling of Old Corrugated Cardboard (“OCC”). WHEREAS, WestRock agrees to provide the services on an as-needed basis. WHEREAS, the City selected Vendor based on Invitation to Bid (“ITB”) #05-24 and responses by Vendor to ITB #05-24, all of which are incorporated by reference and form a basis for this Contract. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties further agree as follows: 1. SCOPE OF PROJECT. Vendor agrees to provide services for the proper disposal and recycling of Old Corrugated Cardboard under the terms and conditions set forth in ITB #05-24 and responses by Vendor to ITB #05-24, and more fully described in Exhibit A. 2. TIME OF PERFORMANCE. The initial Contract Term shall commence on March 7, 2024, and end March 6, 2026. At the end of the initial term, this Contract may be renewed for an additional two- year term, upon mutual written agreement by the Parties. The City will give written notice of its request to renew the Contract no later than thirty (30) days prior to the expiration of the initial term. 3. COMPENSATION. Vendor agrees to pay the City in accordance with the fee schedule as more fully described in Exhibit B. The City may, from time to time, require changes in the scope of the project. Such changes 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. Fees will be invoiced monthly and submitted for approval and payment in accordance with the Florida Local Government Prompt Payment Act, Section 218.70, Florida Statutes. 4. NOTICES AND CHANGES OF ADDRESS. Any notice required or permitted to be given by the provisions of this Contract shall be conclusively deemed to have been received by a party hereto on the date it is hand delivered to such party at the address indicated below (or at such other address as such party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid) on the fifth (5th) business day after the day on which such notice is mailed and properly addressed. WESTROCK CP, LLC CITY OF CLEARWATER General Counsel Kervin 1000 Abernathy Road NE P.O. Box 4748 Atlanta GA 30328 Clearwater, Florida 33758 Telephone # (813) 238-6433 Telephone # (727) 562-4920 5. ITB #05-24, STANDARD TERMS AND CONDITIONS. All terms and conditions as set forth in ITB #05-24, Standard Terms and Conditions are incorporated by reference and attached hereto as Exhibit C. 6. INSURANCE REQUIREMENTS. Insurance Requirements are set forth in ITB #05-24, Detailed Specifications, Section 9, which is incorporated by reference. 7. 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. 8. INTERESTS OF PARTIES. Vendor covenants that its officers, employees, and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance and/or provision of services required under the terms and conditions of this Contract. 9. 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. 10. GOVERNING LAW AND VENUE. The laws of the State of Florida shall govern this Contract, and any action brought by either party shall lie in Pinellas County, Florida. IN WITNESS WHEREOF, the Parties have caused this Contract to be signed in its corporate/legal name by its authorized representatives or persons authorized to execute this Contract on the date and year first above written. WESTROCK CP, LLC BY: Name: Matt Glastetter Title: VP, Recycle Plant Operations Attest: CITY OF CLEARWATER Brian Aungst Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk EXHIBIT A – SCOPE OF SERVICES The City of Clearwater Solid Waste and Recycling (City) seeks a vendor with experience and expertise in recycling services for baled and/or unbaled old, corrugated cardboard (OCC). The City’s objective is to establish cost effective and operationally efficient pickup and/or drop off OCC. On occasion, the City may haul OCC to Vendor’s facility using staff or a contracted vendor. VENDOR RESPONSIBILITIES • Vendors shall own and operate, at their facility, a state certified scale of sufficient capacity and precision to accurately weigh OCC. The weight shall be determined by Florida state certified scales at the vendor’s location. The City reserves the right to verify weight tickets submitted by Vendor. • Vendor shall purchase and remove baled and/or unbaled OCC from the Solid Waste Recycling Facility. • Vendor is responsible to provide all transportation and equipment necessary to pick up recycling. • Vendor is responsible to provide all necessary licenses, certifications, permits and insurance for legal transportation of recyclables. • Vendor shall pick up recyclables within forty-eight (48) hours from notification. CITY’S RESPONSIBILITIES • The City shall provide awarded Vendor access and manpower necessary to load recyclable OCC onto Vendor’s vehicles. • The City will notify awarded Vendor when a pickup is required, to include whether OCC is baled and/or unbaled. FACILITY LOCATION AND PICK-UP When applicable, Vendor shall pick up baled and/or unbaled OCC at the following location and times: Solid Waste and Recycling Facility 1701 N. Hercules Ave. Clearwater, FL 33765 Day/Times: Monday-Friday from 7:00AM – 3:30PM (excluding holidays) EXHIBIT B – COMPENSATION FEE SCHEDULE BID PRICING Pricing formulas are using the Pulp & Paper Week (PPI) as the industry standard index published monthly, normally by the 5th or 6th of each month. PAYMENT TO CITY Payment shall be made based on the weight of baled and/or unbaled cardboard retrieved or delivered by the vendor for recycling in accordance with the bid price as percent of current index. Pricing shall be based on the index Recycling Markets Secondary Materials Pricing – Atlanta (Southeast USA) for Old Corrugated Containers (PS11) at https://recyclingmarkets.net. Payments are to be made payable to the City of Clearwater and mailed to: City of Clearwater Attn: Accounting Division PO Box 4748 Clearwater, FL 33758. The Vendor shall submit with each monthly payment a summary to include the following items: 1. Date of pick up and/or drop off 2. Delivery scale ticket number 3. Category of load (baled or unbaled) 4. Net weight of load 5. Scale Ticket Copies – a copy of scale tickets At the City’s discretion a Monthly Contamination Report may be requested in addition to the whom the awarded Vendor is selling the OCC to. EXHIBIT C – STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 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.4 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.5 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.6 [Omitted] S.7 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.8 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.9 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 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 and274B 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.10 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.11 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.12 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 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.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. g) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. h) 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.13 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.14 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.15 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.16 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 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.17 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.18 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.19 [Omitted] S.20 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.21 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.22 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.23 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.24 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed inharmony 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.25 WARRANTY. Contractor warrants that the services 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 provided by Contractor will not relieve Contractor from its obligations under this warranty. If any 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.26 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.27 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.28 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.29 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.30 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.31 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.32 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.33 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.34 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.35 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.36 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.37 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.38 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.39 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.40 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.41 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.42 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.43 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#24-0134 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.18 SUBJECT/RECOMMENDATION: Approve a work order to Ardurra of Tampa, FL, for Solid Waste Truck Wash Replacement Design, Permitting and Construction Services, Project No. 23-0021-SW, in the amount of $247,547.00 pursuant to Request for Qualifications (RFQ) 34-23, Engineer of Record Consulting Services (EOR), and authorize the appropriate officials to execute same. (consent) SUMMARY: The City would like to engage Ardurra Group, Inc (Ardurra) to produce engineering specifications and drawings to construct an automated truck washing system and up to two manual washing bays with new equipment. The existing equipment does not provide adequate facilities for city staff to perform their required tasks. The work order will provide design services, permitting, procurement and construction administration services for this project. On July 20, 2023, City Council approved the use of Engineer of Records (EOR) for professional services, with Ardurra being one of the awarded firms. Ardurra was selected for this project based on past extensive experience with similar projects, including the ability to optimize space suggested to them and experience with site supervision during the construction phase. Ardurra has a great understanding of city facility functions and the ability to achieve the required results. They deliver a quality product, meet designated timelines and do so in a professional manner. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish capital project C2411, SW Truck Wash Facility, and provide a transfer of $536,796.92 from capital improvement project SRTS180001, SW Transfer Station Rebuild, to create the project budget and fund this work order. 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 3/5/2024 !1701 NHERCULESAVEDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Replacement Fuel Tanks\Replacement Fuel Tanks.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 Solid Waste Truck Wash Project Number: 23-0021-SW ² N.T.S.Scale:KFMap Gen By:PHReviewed By:1/18/2024Date: AERIAL MAP PROPOSED TRUCK WASH Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0186 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.19 SUBJECT/RECOMMENDATION: Approve a purchase order to Safety-Kleen Systems, Inc., of Norwell, MA, to pump, transfer and dispose leachate from the Solid Waste Transfer Station in the annual not-to-exceed amount of $169,000.00 with two, one-year renewal options at City’s discretion pursuant to Invitation to Bid (ITB) No. 10-24, Pump, Transport and Dispose of Leachate and authorize the appropriate officials to execute same. (consent) SUMMARY: On January 2, 2024, Procurement Issued ITB 10-24, Pump, Transport and Dispose of Leachate and two responsive and responsible bids were received. Safety-Kleen Systems, Inc., was the lowest responsive and responsible bidder in accordance with the bid specifications. Pricing was based on estimated weekly usage of 3,500 gallons, with a minimum of 1,000 gallons collected in a single load. The Florida Department of Environmental Protection (FDEP) requires all liquid waste (Leachate) created at the City of Clearwater Transfer Station to be collected in a closed system. The leachate flows from the Transfer Station’s tipping floor and the Transfer Station’s truck tunnel into a holding tank. The holding tank requires regular pumping, and the leachate requires proper disposal at a FDEP registered processing facility. The contract purchase order with Safety-Kleen Systems, Inc., of Norwell, MA, enables the City of Clearwater to comply with FDEP at the lowest qualified price. APPROPRIATION CODE AND AMOUNT: Funds are available as part of the FY 2023/2024 operating budget of the Solid Waste Fund and will also be included in the proposed FY 2024/2025 operating budget of the Solid Waste Fund. Funds are available in cost code 4242084-530300, Contractual Services, to fund this contract. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objective 1.32 (adopting responsive levels of service for public facilities) within High Performing Government and objective 4.2 within Environmental Stewardship (waste reduction practices). Page 1 City of Clearwater Printed on 3/5/2024 February 5, 2024 NOTICE OF INTENT TO AWARD The Solid Waste Department and the Procurement Division recommend award of ITB No. 10-24, Pump, Transport, and Dispose of Leachate, to Safety-Kleen Systems, Inc. of Norwell, MA, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount of $169,000.00, for a period of one (1) year, with two (2), one (1) year renewal options. This Award recommendation will be considered by the City Council at the March 4, 2024, Work Session (1:30 p.m.) and voted on at the March 7, 2024, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at 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 # 10-24, LEACHATE PUMP, TRANSFER AND DISPOSE DUE DATE: FEBRUARY 2, 2024; 10:00 AM BID TABULATION Cliff Berry, Inc.Safety-Kleen Systems, Inc. Item No.Description Unit of Measure Unit Price(UOM)Unit Price(UOM) 1 Price per gallon to provide pumping, transportation, and disposal of all forms of Leachate (liquid, suspended organic solids and sediments) with solids ranging from 0% - 30% Per Gallon $1.81 $0.70 2 Price per gallon to provide pumping, transportation, and disposal of all forms of Leachate (liquid, suspended organic solids and sediments) with solids ranging from 31% - 100%Per Gallon $2.16 $1.10 3 Additional Fees: (Truck Fee, Service Fee, etc.)Per Service $215.00 $450.00 4 Price for pumping, transportation, and disposal of the cleaning of the tank on an as needed basis. Per Service $6,850.00 included in the gallon pricing 5 Toxicity Characteristic Leaching Procedure (TCLP) testing on an as needed basis.Per Service $950.00 $240.00 - $1428.00See TCLP pricing attachment Items with a star ( ) indicates intent to award. The City’s estimated weekly usage is 3,500 gallons with a minimum of 1,000 gallon to be collected in a single load Page 1 of 1 1) Cliff Berry, Inc.2) Safety-Kleen Systems, Inc. PO Box 13079 42 Longwater Drive Fort Lauderdale, FL 33316 Norwell, MA 02061(954)763-3390 (312)550-2820 ADVERTISED: TAMPA BAY TIMES 1/3/2024 POSTED:myclearwater.com 1/2/24 - 2/2/24 FOR THE CITY OF CLEARWATER Due/Opening: February 2, 2024; 10:00 a.m. INVITATION TO BID No. 10-24 Pump, Transport and Dispose of Leachate 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 #10-24 Pump, Transport and Dispose of Leachate January 2, 2024 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, February 2, 2024, to provide Pump, Transport and Dispose of Leachate. Brief Description: The City of Clearwater’s Solid Waste Department seeks a qualified contractor to pump, transport, and dispose of leachate from the City of Clearwater’s Solid Waste Transfer Station. 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 Pump, Transport and Dispose of Leachate 2 ITB #10-24 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 SITE VISIT FOR SAMPLE COLLECTION (ONLY): Yes No Mandatory Attendance: Yes No Reference DETAILED SPECIFICATIONS, 3. SITE VISIT FOR SAMPLE COLLECTION, page 18 for additional information. DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: February 2, 2024 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.4 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.5 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 order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if INSTRUCTIONS Pump, Transport and Dispose of Leachate 3 ITB #10-24 any, will be returned to Contractor upon the expiration or termination of the contract. i.6 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.7 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.8 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.9 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.10 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, 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. INSTRUCTIONS Pump, Transport and Dispose of Leachate 4 ITB #10-24 i.11 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.12 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.13 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.14 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.15 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.16 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.17 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to INSTRUCTIONS Pump, Transport and Dispose of Leachate 5 ITB #10-24 copy shall be for internal use in evaluating the proposal. i.18 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.19 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.20 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 Pump, Transport and Dispose of Leachate 6 ITB #10-24 i.21 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.22 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.23 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.24 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.25 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: January 2, 2024 Advertise Tampa Bay Times: January 3, 2024 Bids due: February 2, 2024 Review bids: February 2 – 9, 2024 Award recommendation: February 2024 Council authorization: February 2024 Contract begins: February 2024 STANDARD TERMS AND CONDITIONS Pump, Transport and Dispose of Leachate 7 ITB #10-24 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 Pump, Transport and Dispose of Leachate 8 ITB #10-24 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 Pump, Transport and Dispose of Leachate 9 ITB #10-24 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 Pump, Transport and Dispose of Leachate 10 ITB #10-24 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 Pump, Transport and Dispose of Leachate 11 ITB #10-24 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 Pump, Transport and Dispose of Leachate 12 ITB #10-24 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 Pump, Transport and Dispose of Leachate 13 ITB #10-24 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 Pump, Transport and Dispose of Leachate 14 ITB #10-24 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 Pump, Transport and Dispose of Leachate 15 ITB #10-24 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 118,904 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 SERVICES. The purpose of this solicitation is to establish a contract for the pumping, transportation, and disposal of leachate liquid, suspended organic solids, and sediments in conjunction with the City of Clearwater’s Solid Waste Transfer Station (Transfer Station) needs. The City requires the contractor to properly transport and dispose of solid waste leachate from Solid Waste Transfer Station to a Florida Department of Environmental Protection (FDEP) approved disposal facility. The City’s estimated weekly usage is 3,500 gallons with a minimum of 1,000 gallon to be collected in a single load. The City’s estimated annual volume is one hundred eighty-two thousand (182,000) gallons. These quantities are estimated amounts and are not guaranteed. A. GENERAL REQUIREMENTS. I. The contractor shall provide all labor, trucks, pumps, connection hoses and associated waste handling equipment for the collection, transportation, and disposal of leachate from the Transfer Station to a FDEP approved disposal facility. The contractor agrees to provide only trained personnel to perform collection, transportation, and disposal of leachate. II. The contractor shall have vehicles at the Transfer Station within twenty-four (24) hours of City’s notification. The contractor’s tankers shall be empty and free of any contaminants that may affect the chemical characteristics of the leachate. The contractor shall have vehicles weigh in before leachate removal and after removal before leaving the facility at the Transfer Station scale house. III. The contractor shall have the ability to dispose of at least fifteen thousand (15,000) gallons within a twenty-four (24) hour period during peak times. Weather conditions and solid waste operations will affect leachate quantities. The City may not require the contractor services during certain weeks due to small quantities of leachate being generated. IV. The contractor shall have the ability to pump greater than 30% solids from the leachate tank and dispose of the leachate at a FDEP approved disposal facility. This operation will be infrequent and shall be organized and approved by the Transfer Station’s Supervisor. V. The contractor shall have the ability to perform Toxicity Characteristic Leaching Procedure (TCLP) testing and other tests as directed by the Transfer Station’s Supervisor. This type of testing will be infrequent, and a separate fee may be charged. DETAILED SPECIFICATIONS Pump, Transport and Dispose of Leachate 16 ITB #10-24 VI. With bid submittal the contractor shall provide the Transfer Station’s Supervisor with contact information (i.e. name/title/contact number) for its designated representatives to be reached twenty-four (24) hours a day, seven (7) days a week, including holidays with a responsive time of one (1) hour. Only during a disaster situation shall the City require services on weekends or holidays. VII. The contractor shall comply with Chapter 316, Florida Statues, State Uniform Traffic Control, as applicable. VIII. Contractor representatives who operate a motor vehicle in the performance of the resulting Contract shall be properly licensed by the State of Florida for the operation of the corresponding vehicle. Proof shall be provided to the City upon request. IX. The contractor’s work shall be subject, at any time, to inspection by the Transfer Station’s Supervisor for compliance with applicable regulations, permit requirements and the specifications set forth in this bid. X. The contractor shall correct all work that is determined to be unsatisfactory within forty- eight (48) hours of notification by City officials. The contractor shall not invoice the City until all unsatisfactory work has been corrected. B. ORIGINATION FACILITY. City of Clearwater Solid Waste Transfer Station 1005 N Old Coachman Road Clearwater, FL 33765 The City’s current leachate system consists of one (1) fifteen thousand (15,000) gallon holding tank and appurtenances that can provide fast filling of a pump truck. Days of Operation Hours of Operation Monday through Friday 7:00 am to 3:00 pm • The City’s preferred day/time for service is Wednesday Mornings. • Other days that many be deemed necessary to address natural disasters and/or unforeseen events. Saturdays, Sundays and Holidays Closed C. DISPOSAL FACILITY. I. The contractor shall pump, transport, and dispose of leachate from the Transfer Station to a disposal facility that is approved by FDEP. The contractor shall adhere to all rules and regulations set forth by FDEP. D. EQUIPMENT. I. The contractor shall provide all necessary equipment to perform services according to these specifications, including but not limited to, a tanker/trailer, truck tractor, necessary pumps, discharge pump, and all required hoses and adapters. Maximum capacities should be provided for each type of equipment for tanker or vacuum truck. II. All pumps and adapters shall be capable of pumping below ground tanks. III. Equipment used shall be designated for such usage and not be contaminated with any other material, such as sludge, diesel fuel, oil, etc. IV. All tanker/trailers shall be capable of both top loading and hose connection loading. DETAILED SPECIFICATIONS Pump, Transport and Dispose of Leachate 17 ITB #10-24 V. The contractor shall display their company logo on all equipment including but not limited to tankers, pumps, and trucks while on City property. VI. Equipment shall comply with Motor Carrier (MC) 306 code compliance in the Guidelines for the Operations, Assembly, Repair, Testing, and Inspection of Hazardous Material Cargo Tanks. i. (https://www.fmcsa.dot.gov/sites/fmcsa.dot.gov/files/docs/Guidelines-for-Operation-Assembly-Repair-Inspection-of-HM-Cargo-Tanks-June-09-508.pdf) VII. Contractor shall have dedicated tankers to prevent any cross-contamination. VIII. Backup equipment shall be available for twenty-four (24) hour substitutions to avoid downtime in performing services according to these specifications. IX. Backup equipment shall be on-site within two (2) hours. X. The contractor shall notify the Transfer Station’s Supervisor of any delays or the substitution of backup equipment. XI. The City reserves the right to visually inspect all contractor equipment that shall be utilized for the resulting contract at any time. XII. If the City observes any type of contamination within a contractor’s tanker before loading the tanker with the City’s leachate, the tanker shall be rejected. E. INVOICES. I. The basis of payment of collection, transportation, and unloading shall be the net weight of liquid loaded into the trucks which are transported across the scales at Clearwater, Solid Waste Transfer Station Facility. Prior to the contractor or its representative leaving the City’s Transfer Station with a load of leachate, the City will provide the contractor with a transportation receipt (weight ticket) showing the gross, tare and net tons of each load removed. This will require the contractor’s vehicle to weigh upon arrival and weigh out prior to departure. The weight ticket will be generated immediately prior to departure. II. Prior to leaving the City’s Transfer Station, the contractor shall provide the City a receipt of services rendered. III. Payment shall be based on total tabulated gallons and not on tanker/trailer capacity. IV. Contractor shall submit invoices to the City within ten (10) days from date of service. Invoices should include at a minimum; invoice number, date of service, services performed, quantity, and unit price. V. In order for invoices to be processed, copies of each weight ticket associated with that invoice shall be included. F. DISASTER RESPONSE. I. In the event of a hurricane, tornado, major storm, or other disasters, natural or man-made, the contractor shall respond to the Transfer Station Supervisor’s request for service within one (1) hour of notification, either written or verbal and report for service within twelve (12) hours of such notification. II. In the event of an officially declared emergency, the contractor shall give priority to the City. G. CLEAN-UP. DETAILED SPECIFICATIONS Pump, Transport and Dispose of Leachate 18 ITB #10-24 I. Upon completion, the contractor shall thoroughly clean-up all areas where work has been involved as mutually agreed upon with the Transfer Station’s Supervisor. H. SPILL PROCEDURES. I. Contractor shall have an emergency action plan for spill prevention or accidental discharge. A copy of these procedures shall be included with your bid submittal. II. The contractor shall clean up any leachate spills caused by the contractor or by its agents, employees, or subcontractors. III. The contractor shall be responsible for all costs and/or damages associated with leachate spills. If a spill occurs because of negligence from the contractor, the contractor shall be responsible for all fines and penalties that are charged by any governmental agency. IV. A copy of the spill incident report shall be submitted to the Transfer Station’s Supervisor via email within twenty-four (24) hours after an incident. I. FEDERAL/STATE/LOCAL STANDARDS. I. Contractor agrees that spill control, reporting and clean up in accordance with federal, state, and local standards associated with truck loading, transportation and unloading is the sole responsibility of the contractor. J. CONTRACTOR PERSONNEL. I. The contractor agrees to provide only trained personnel to perform collection, transportation, and disposal of leachate. II. The contractor shall direct and supervise competent and qualified personnel and shall devote time and attention to the direction of the operation to ensure performance of obligations and duties as set forth herein. The City shall have the right to request removal or replacement of any of the contractor’s personnel if personnel are unqualified, rude, belligerent, or offer a nuisance or threat. III. Contractor personnel shall visibly display a means of identifying him or her as an employee of the contractor (e.g., a uniform with a name tag and company logo) at all times while performing services for the City according to these specifications. K. SAFETY. I. The awarded contractor shall be responsible for instructing its employees in all safety measures. II. All contractor personnel shall wear appropriate personal protective equipment (PPE). III. The contractor shall immediately report any injuries occurring on City property to the Transfer Station Supervisor. 3. SITE VISIT FOR SAMPLE COLLECTION: If the Contractor wishes to take a sample collection, the City will allow one (1) representative per contractor to obtain a sample of the leachate on January 9, 2024, from 8:00 am to 11:30 am only. Samples will be collected at the Solid Waste Transfer Station located at 1005 N Old Coachman Road, Clearwater, FL 33765. Pre-registration is required. Contact Tony Hadley at 727-224-7334 or Julian Johnson Sr. at 727-224-7803 to set-up an appointment. NOTE: No questions will be answered at the facility. All questions must be submitted IN WRITING, to the Procurement Analyst Milisa.Harris@myclearwater.com at stated in the ITB. DETAILED SPECIFICATIONS Pump, Transport and Dispose of Leachate 19 ITB #10-24 4. REFERENCES. The contractor shall submit a minimum of three (3) customer references for which they have performed similar services in the last five (5) years. 5. 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 Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired, or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate 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 DETAILED SPECIFICATIONS Pump, Transport and Dispose of Leachate 20 ITB #10-24 Attn: Procurement Division, ITB #10-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. BID SUBMISSION Pump, Transport and Dispose of Leachate 21 ITB #10-24 1. BEGINNING AND END DATE OF INITIAL TERM. February 2024 – February 2025 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewal is possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance, and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this 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 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/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 Pump, Transport and Dispose of Leachate 22 ITB #10-24 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 Contact information for designated representatives Minimum of three customer (3) references Emergency action plan procedures W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Pump, Transport and Dispose of Leachate 23 ITB #10-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Pump, Transport, and Disposal of Leachate liquid and solid to the City of Clearwater at the price(s) stated below. Pricing is based on an estimated 3,500 gallons every week. Item No. Description Unit of Measure Price Per Unit 1 Price per gallon to provide pumping, transportation, and disposal of all forms of Leachate (liquid, suspended organic solids and sediments) with solids ranging from 0% - 30% Per Gallon $ 2 Price per gallon to provide pumping, transportation, and disposal of all forms of Leachate (liquid, suspended organic solids and sediments) with solids ranging from 31% - 100% Per Gallon $ 3 Additional Fees: (Truck Fee, Service Fee, etc.) Per Service $ 4 Price for pumping, transportation, and disposal of the cleaning of the tank on an as needed basis. Per Service $ 5 Toxicity Characteristic Leaching Procedure (TCLP) testing on an as needed basis. Per Service $ 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 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH) Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Pump, Transport and Dispose of Leachate 24 ITB #10-24 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 Pump, Transport and Dispose of Leachate 25 ITB #10-24 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 Pump, Transport and Dispose of Leachate 26 ITB #10-24 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 Pump, Transport and Dispose of Leachate 27 ITB #10-24 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 Pump, Transport and Dispose of Leachate 28 ITB #10-24 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 Pump, Transport and Dispose of Leachate 29 ITB #10-24 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 Pump, Transport and Dispose of Leachate 30 ITB #10-24 Instructions: Vendor shall provide with bid a minimum of three (3) customer references for which they have performed similar services in the last five (5) years. 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 Pump, Transport and Dispose of Leachate 31 ITB #10-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #10-24, Pump, Transport and Dispose Leachate Due Date: February 2, 2024, 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 #10-24, Pump, Transport and Dispose Leachate Due Date: February 2, 2024, 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0051 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 6.20 SUBJECT/RECOMMENDATION: Approve a First Amendment to Lease and Property Operation Agreement for the Clearwater Airpark between the City of Clearwater (Lessor) and FlyUSA PV, LLC (Lessee) to provide for a 30-year initial term ending on February 29, 2053, with five five-year renewal options subject to mutual agreement of both parties among other minor revisions; and authorize the appropriate officials to execute same. (consent) SUMMARY: On January 17, 2023, City Council approved a Lease and Property Operation Agreement (Agreement) between the City of Clearwater (the City or Lessor) and FlyUSA PV, LLC (Lessee) for an initial five-year term through February 29, 2028, with one five-year unilateral renewal option, at the discretion of Lessee, and four subsequent five-year renewal options subject to mutual agreement of both parties. As part of the partnership between FlyUSA and the City of Clearwater, FlyUSA is encouraged to make capital investments into the Airpark. FlyUSA will be making investments on multiple capital projects, including new corporate hangars, terminal, and parking lot. Therefore, the Lessee requests, and staff supports, amending the Agreement to provide for a 30-year initial term with five five-year renewal options subject to mutual agreement of both parties. The Amendment also updates the language associated with monthly rent to ensure the rent payments agreed to in the initial agreement remain the same. STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic & Housing Opportunity: 2.2 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 3/5/2024 1 FIRST AMENDMENT TO LEASE AND PROPERTY OPERATION AGREEMENT This First Amendment to Lease and Property Operation Agreement (this “First Amendment”) is entered into as of February ___, 2024, by and between The City of Clearwater, Florida, a Florida municipal corporation (“Lessor”) and FlyUSA PV, LLC, a Florida limited liability company (“Lessee”)(collectively, Lessor and Lessee shall be referred to as the “Parties” and each individually as a “Party” herein.) RECITALS WHEREAS, Lessor and Lessee entered into that certain Lease and Property Operation Agreement dated January 17, 2023 (the “Agreement”) relating to the Clearwater Airpark located at 1000 N. Hercules Avenue, Clearwater, Florida 33765 and more particularly described in the Agreement (the “Premises”); and WHEREAS, Lessor and Lessee desire to modify and amend the Agreement to revise the provisions relating to term length and rent. NOW, THEREFORE in consideration of the Premises and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Lessor and Lessee agree as follows: 1. Recitals and Capitalized Terms. The recitals set forth herein are true, accurate and correct and are incorporated herein by reference. All capitalized terms, unless otherwise defined or modified hereby, shall have the same meaning as set forth in the Agreement. 2. Amendments to Article 3. Notwithstanding anything in the Agreement to the contrary, Article 3 of the Agreement is hereby deleted in its entirety and replaced with the following: “3.1 Initial Term. Unless terminated earlier pursuant to the terms and conditions of this Agreement, the initial term of this Agreement shall begin on March 1, 2023, and shall continue until February 29, 2053 (the “Initial Term”). 3.2 Renewal Periods. a) Upon the expiration of the Initial Term and provided that Lessee is not then in default, the Parties may mutually agree to renew this Agreement for up to five (5) five (5) year renewal periods (each a “Renewal Period”). b) Lessee shall provide Lessor with written notice of Lessee’s intent to renew this Agreement no later than one hundred and twenty (120) days 2 prior to the expiration of the Initial Term or, if renewed previously, one hundred and twenty (120) days prior to the expiration of any of the aforementioned renewal terms (“Notice of Renewal”). In the event Lessee does not agree to renew this Agreement within the notice period, this Agreement shall be subject to termination at the end of the current term at the discretion of Lessor without penalty to Lessor.” 3. Amendments to Article 11. Notwithstanding anything in the Agreement to the contrary, Article 11, Sections 11.1 and 11.2 of the Agreement are hereby deleted in their entirety and replaced with the following: “11.1 Rent. Rent shall be due in monthly installments (the “Monthly Rent”). For the first ten (10) years of the Initial Term, the Monthly Rent shall be in the amount of twenty thousand dollars ($20,000.00). The Monthly Rent shall increase annually by the higher of 3% or the increase in the CPI-U, based on the twelve (12) month period ending two (2) months prior to the effective date of the increase. Additionally, beginning in eleventh (11th) year of the initial term and for the remainder of the length of this Agreement, the Monthly Rent shall experience a one-time increase of twenty-five thousand dollars ($25,000.00) per month for a new total of forty-five thousand dollars ($45,000.00) per month. Lessee agrees to pay the pro rata share of any partial year during the beginning or end of this Agreement. The Monthly Rent shall be due on or before the first day of each calendar month for that calendar month’s rent payment. Lessee agrees to pay Lessor’s sales tax on all rent payments. Lessor shall invoice Lessee for the Monthly Rent via U.S. Mail with invoices deemed “received” five (5) calendar days after mailing or through such other means mutually agreed upon by the Parties in writing. 11.2 Deferred Rent Increase. Notwithstanding Section 11.1, for each twenty-five thousand dollars ($25,000.00) that Lessee reimburses Lessor in excess of two million four hundred thousand dollars ($2,400,000.00) (the “Monetary Threshold”) towards FDOT Projects (as identified in Article 12, Section 12.2), there will be a one (1) month delay in commencement of the twenty-five thousand dollar ($25,000.00) per month rent increase scheduled to become due at the beginning of the eleventh (11th) year of this Agreement. Should Lessee’s reimbursement costs exceed the Monetary Threshold after the eleventh (11th) has begun, the twenty-five thousand dollar ($25,000.00) rent increase shall be suspended beginning the next calendar month for a period of one (1) month per every twenty-five thousand dollars ($25,000.00) reimbursed to Lessor over the Monetary Threshold. In any event, Lessee shall remain responsible for reimbursing all of Lessor’s costs for the aforementioned FDOT Projects. Nothing in this section obligates Lessor to construct any of the FDOT Projects outlined in Article 12, Section 12.2. Such obligations solely arise under Article 12.” 3 4. Miscellaneous. Except as modified herein, the Agreement remains unchanged and is hereby expressly ratified and confirmed. In the event of a conflict between the Agreement and this First Amendment, this First Amendment shall control and govern. This First Amendment shall not be effective unless fully executed by Lessor and Lessee. 5. Remaining Provisions Enforceable. If any provision of this First Amendment shall be found invalid, illegal or unenforceable by a court of competent jurisdiction, the validity, legality and enforceability of the remaining portions hereof shall in no way be affected or impaired. 6. Authority. Each Party represents and warrants that it has the power and authority to execute this First Amendment and that there are no third-party approvals required to execute this First Amendment or to comply with the terms or provisions contained herein. 7. Counterparts. This First Amendment may be executed in counterparts, each of which will be deemed an original, and both of which together shall be deemed to constitute one and the same instrument. Each of the Parties hereto shall be entitled to rely upon a counterpart of the instrument executed by the other Party and sent by facsimile transmission or other electronic format. IN WITNESS WHEREOF, the Parties have hereunto set their hands and seals on the date and year first above written. [SIGNATURE PAGES FOLLOW] 4 (LESSOR SIGNATURE PAGE) LESSOR: THE CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. ___________________________ By: __________________________ Brian Aungst, Sr. Jennifer Poirrier Mayor City Manager Date: ______________________ Date: ___________________________ Approved as to form: Attest: ___________________________ ________________________________ Matthew J. Mytych, Esq. Rosemarie Call Assistant City Attorney City Clerk Date: ______________________ Date: ___________________________ 5 (LESSEE SIGNATURE PAGE LESSEE: FLYUSA PV, LLC, a Florida limited liability company. By:___________________________ Name: Barry L. Shevlin Title: Manager Date:_________________________ STATE OF FLORIDA ) COUNTY OF ) The foregoing instrument was acknowledged before me by [ ] physical presence or [ ] online notarization, this _____ day of ____________, 2024, by Barry L. Shevlin, as Manager of FlyUSA PV, LLC, a Florida limited liability company, on behalf of the company. He/She is personally known to me or produced ___________________ as identification. ______________________________ Print Name:____________________ Notary Public Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0174 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.21 SUBJECT/RECOMMENDATION: Approve an amendment to the legal services agreement with Manson Bolves Donaldson Varn for representation in litigation regarding ownership issues of the Seminole Boat Ramps to increase the not to exceed amount from $100,000 to $118,500, and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 7, 2019, City Council authorized hiring the law firm of Manson Bolves Donaldson Varn as outside counsel to provide expertise as it relates to water law/submerged lands and act as liaison to the FDEP and other parties as may be necessary to assist in clearing any cloud on title of the lands being developed under the Seminole Street Boat Ramp - North Marina District Improvements Project and approved a Legal Services Agreement for an amount not to exceed $50,000.00. The ownership issues were more complex than originally anticipated and required litigation to quiet title on the property. On September 3, 2020, Council approved an increase in the amount of the contract for a not exceed amount of exceed $25,000, for a new contract total of not to exceed $75,000. On November 4, 2021, Council approved another increase in the amount of the an increase in the amount of the contract for a not exceed amount of exceed $25,000, for a new contract total of not to exceed $100,000. The City went to mediation with the owners of the submerged land in question, which was unsuccessful. The City then successfully prevailed on the claim at arbitration and a final judgment was rendered in the City’s favor. This amendment will be a final increase to the contract in the amount of $18,500, for a new total not to exceed amount of $118,500, to cover the fees and costs incurred through judgment. APPROPRIATION CODE AND AMOUNT: Funds are available in cost code 0109600-530100, Professional Services, to fund this contract. Page 1 City of Clearwater Printed on 3/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0281 Agenda Date: 3/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.22 SUBJECT/RECOMMENDATION: Appoint Jennifer Frazier and Mikhail Khodortsov to serve on the revised Downtown Development Board. (consent) SUMMARY: On February 15, 2024, the Council adopted an ordinance revising the structure of the Clearwater Downtown Development Board. The new Board will remain a seven-member Board, consistent with the current structure. However, the new structure requires the five Council members, as an additional duty in office, to serve as five of the seven members of the Board. The new structure also requires the Council to appoint the two additional members. To ensure adequate representation of downtown stakeholders, the two additional members must be selected from among the current Board members - and more specifically, must be selected among those most recently elected. Three individuals were elected or reelected this year; their applications are attached to this agenda item. The Council must choose two to serve a Board term that will conclude on December 31, 2027. At the March 4 work session, there was council consensus to appoint Jennifer Frazier and Mikhail Khodortsov. Page 1 City of Clearwater Printed on 3/5/2024 Ordinance No. 9744-24 ORDINANCE NO. 9744-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING CHAPTER 2, ARTICLE III, DIVISION 5 OF THE CLEARWATER CODE OF ORDINANCES; AMENDING THE STATEMENT OF POLICY AND FINDINGS OF THE DOWNTOWN DEVELOPMENT BOARD; AMENDING THE GOVERNANCE STRUCTURE OF THE BOARD; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Florida Legislature created the Clearwater Downtown Development Board (“the DDB”) on July 2, 1970 through Ch. 70-635, Laws of Fla.; and WHEREAS, the Florida Legislature subsequently converted governance of the DDB to local ordinance on June 30, 1977 through Ch. 77-637, Laws of Fla.; and WHEREAS, the City of Clearwater (“the City”) subsequently codified the DDB’s purpose, functions, and powers in Chapter 2, Article III, Division 5 of its Code of Ordinances; and WHEREAS, the City has, from time to time, amended that part of the Code of Ordinances which governs the DDB; and WHEREAS, the City has been advised by Jonathan Darden, Policy Chief for the Florida House of Representatives, that the City can by ordinance restructure the governance of the DDB; and WHEREAS, the City intends to create strategic alignment and more efficient operations involving itself, its Community Redevelopment Agency (“CRA”), and the DDB; now therefore BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That section 2.143, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: Sec. 2.143. - Statement of policy and findings. (1) It is the policy of the city to preserve property values and prevent deterioration in the District by revitalizing and preserving the District as a central business district with places to live, work, and spend leisure time. Recognizing that property owners in the District directly benefit from such a program, it is a purpose of this division to provide the means whereby those property owners bear the substantial cost of the program in order to solve a local problem on a local level. DocuSign Envelope ID: 8855D26B-0AED-4645-A53E-42D8552F359F 2 Ordinance 9744-24 (2) The city council hereby declares that the many challenges that have limited economic growth and development in the District include the following: obsolete and insufficient infrastructure, insufficient availability of office space and housing, and obsolete and substandard office space and housing. Voluntary cooperation for coordinated development has limitations because of fragmentary ownership, distant absentee ownership, unusual conditions of title, and other conditions. (3) It is in some instances a proper function of government to remove blight and blighting influences from commercial areas. The police power may be inadequate to accomplish this purpose. Effective devices for removal include: planning and implementation of planning for appropriate land use, beautification projects, construction of new infrastructure, and the removal of deteriorated and obsolete structures. (4) Responsibility for the planning and implementation in the District rests primarily with the city and the CRA. The city council declares that the powers of the Board are to: (a) Assist the city and the CRA to guide and accomplish the coordinated, balanced and harmonious development of the District in accordance with existing and future needs; (b) Create strategic alignment among Serve as a voice for property owners, businesses, residents and both governmental and private organizations in the District; (c) Create a sense of community that supports existing businesses and residents and attracts new businesses and residents to the District; (d) Assist the city and the CRA in implementation of the Clearwater Downtown Redevelopment Plan and any amendment or successor thereto; and (e) Assist the city and the CRA to provide a way of life which combines the conveniences and amenities of modern living with the traditions and pleasures of the past. Section 2. That section 2.145, “Freeholders’ referenda and elections,” Clearwater Code of Ordinances is hereby stricken in its entirety and repealed. Section 3. That section 2.146, “Eligibility to vote,” Clearwater Code of Ordinances, is hereby stricken in its entirety and repealed. Section 4. That section 2.147, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: Sec. 2.147. – Creation; members. (1) There is hereby created a Board composed of seven members to be known as the Clearwater Downtown Development Board. DocuSign Envelope ID: 8855D26B-0AED-4645-A53E-42D8552F359F 3 Ordinance 9744-24 (2) Notwithstanding any City ordinance to the contrary, each voting Board member who was most recently elected, reelected, appointed, or reappointed in the years 2022 or 2023 shall conclude their Board service on March 31, 2024. (3) Beginning April 1, 2024, and without further action being required by the City, the five members of the City Council shall, as an additional duty in public office, also serve as voting members of the Board. The Mayor shall serve as the chairperson of the Board. (4) In addition, the City Council shall at a public meeting in March of 2024 appoint or reappoint two citizens to serve on the Board as voting members alongside the City Council. These two citizens shall be selected from those Board members who were elected or reelected to the Board in 2024. These two Board members shall remain in office throughout the three -year term to which they were elected, said term ending on December 31, 2027. (5) At a public meeting in October 2027, and every three years thereafter, the City Council shall appoint or reappoint two citizens to serve as Board members alongside the five City Council members. To qualify for service on the Board and to remain qualified for service on it, the two citizens a Board members shall either reside within the District, have the member's principal place of business ownership or employment in the District, or shall own real property in the District. Each citizen appointed pursuant to this subsection shall serve a term of three years, beginning January 1, 2028, and may succeed himself or herself in office if reappointed. (6) Any vacancy on the Board caused by a vacancy in a City Council seat shall be filled in the same manner and by the same person appointed to serve in the vacant City Council seat. Any other vacancy among a citizen’son the Board seat in office shall be filled by majority vote of the remaining Board members within 60 days of the vacancy, and the person appointed shall serve as a Board member until the next annual electionfor the duration of the three year term applicable to that seat. Any person appointed shall possess all the qualifications required of a Board member. If the majority of the Board is unable to appoint someone to fill the vacancy within 60 days, the cCity cCouncil shall have the power to make the appointment. At the next annual election, the number of Board members to be elected shall be increased to include the appointed position and enable the Freeholders to elect a Board member to serve the remainder of the unexpired term, if any. The nominee receiving the greatest number of votes after those elected for three-year terms shall be elected and shall serve for the remainder of the unexpired term. (7) Each member of the Board shall serve without compensation for services rendered as a member, but may be reimbursed by the Board for necessary and reasonable expenses incurred in the performance of duty. The Board may require that all its members or any or all of its officers or employees be required to post bond for faithful performance of duty. With the exception of accounts managed for the Board by the city, the Board shall require such bond of all persons authorized to sign checks or disbursements on accounts of the Board, and the Board shall pay bonding costs. No member of the Board shall be DocuSign Envelope ID: 8855D26B-0AED-4645-A53E-42D8552F359F 4 Ordinance 9744-24 personally liable for any action taken in attempting in good faith to perform the member's duty or for a decision not to act, except in instances of fraud or willful neglect of duty. Section 5. That section 2.148, Clearwater Code of Ordinances, be amended by adding the underlined language and deleting the stricken language as follows: (1) Except in relation to decorum rules, Tthe Board shall formulate and may amend its own rules of procedure and written bylaws, not inconsistent with this division, by majority vote of the Board. Among other provisions, the bylaws shall provide for conduct of referenda and elections, maintenance of funds of the Board, internal supervision and control of its accounts, maintenance of minutes and other official records, preparation and adoption of a budget, and conduct of an external audit, all in compliance with applicable laws, ordinances and regulations. The rules of decorum applicable to Board meetings shall be the same as those applicable to the City Council, as amended from time to time. (2) Four voting members of the Board shall constitute a quorum for the transaction of business, but fewer than a quorum may adjourn from time to time and may compel the attendance of absent members. All action shall be taken by vote of at least a majority of the Bboard members. (3) The Board shall schedule regular meetings at least once a month and shall provide in its bylaws a method for holding special meetings. Regular meetings may be cancelled by the chairperson if there is nothing on the agenda, or there is otherwise no necessity to have a meeting. All Freeholders in the District shall be notified of the time and place of all regular and special meetings as required forin the same manner and to the same extent that the public is notified of meetings held by the City Council or the Community Redevelopment Agencys. As provided in Florida Statute § 286.0114, members of the public, including but not limited to Freeholders in the District, public meetings by Florida constitutional and statutory law and shall have be afforded a reasonable opportunity to be heard prior to official action being taken by the Board regarding the matter on which the right to attend and voice opinions at the meetingsthe citizen desires to speak. Section 6. That section 2.152, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: Sec. 2.152. – Millage limitations. This division provides for the establishment of a special taxing district under the Florida Constitution, art. VII, § 9, and the millage limitations are specified within this division as authorized by the constitution. Should any court construe this division to be within the ten-mill limitation of the city or ten-mill limitation of the county, then all provisions of this division shall be null and void, and this division shall be repealed. Should any court construe this division to be within the ten-mill limitation of the city, said millage shall be upheld as municipal millage and count against the ten-mill limitation described in Article VII, § 9(b) of the Florida Constitution. DocuSign Envelope ID: 8855D26B-0AED-4645-A53E-42D8552F359F 5 Ordinance 9744-24 Section 7. 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 8. This ordinance shall take effect upon passage. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Brian Aungst, Senior Mayor Approved as to form: Attest: __________________________ ____________________________ David Margolis Rosemarie Call City Attorney City Clerk February 15, 2024 February 1, 2024 DocuSign Envelope ID: 8855D26B-0AED-4645-A53E-42D8552F359F Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0218 Agenda Date: 3/7/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Declare as surplus, a certain portion of real property located at 1000 N. Hercules Avenue (a.k.a the Clearwater Airpark), for the purpose of the City of Clearwater entering into a certain First Amendment to Lease and Property Operation Agreement with FlyUSA PV, LLC. (APH) SUMMARY: The leased premises is described as that certain portion of the property located at 1000 N. Hercules Avenue, being more particularly described as follows: Commence at the center of Section 12, Township 29 South, Range 15 East: thence run N 89° 19' 10" W, along the East-West centerline of said Section 12, a distance of 50.00', to a point on the West right-of-way line of Hercules Avenue and the Point of Beginning; thence N 00° 16' 59" E, along said West right-of-way line of Hercules Avenue, a distance of 34.91'; thence N 89° 29' 00" W, a distance of 252.19'; thence N 00° 40' 34" E, a distance of 173.37'; thence N 89° 19' 26" W, a distance of 328.99'; thence N 00° 16' 55" E, a distance of 300.00' to a point on the South right-of-way of Grand Avenue; thence N 89° 19' 26" W, along said South right-of-way of Grand Avenue, a distance of 475.00'; thence N 00° 16' 59" E, a distance of 756.48'; thence N 89° 19' 26" W, a distance of 401.74'; thence N 25° 13' 17" W, a distance of 1610.02'; thence S 65° 50' 39" W, a distance of 294.56'; thence S 24° 09' 21" E, a distance of 633.55'; thence N 89° 01' 19" W, a distance of 8.74'; thence S 25° 13' 17" E, a distance of 3715.92'; thence S 00° 16' 59" W, a distance of 160.49'; thence S 89° 20' 18" E, a distance of 564.75' to a point on said West right-of-way line of Hercules Avenue; thence N 00° 16' 59" E, along said West right-of-way line of Hercules Avenue, a distance of 1489.39' to the Point of Beginning. Containing 60.21 Acres, more or less. a.k.a the City of Clearwater Airpark The Property includes portions of the following tax folio numbers: 12-29-15-55836-001-0012, 12-29-15-55836-001-0001, 12-29-15-70182-200-1200, 12-29-15-70182-200-0701, 12-29-15-70182-200-0702, 12-29-15-55836-001-0013, 12-29-15-55836-001-0006, 12-29-15-55836-001-0011, 12-29-15-55836-001-0007, and 01-29-15-70164-300-2501. The Property is currently being leased to FlyUSA PV, LLC through February 29, 2028, with FlyUSA, PV, LLC having a unilateral option to renew the agreement for one five-year renewal period (First Renewal Period). Subsequent to the First Renewal Period, the Parties currently have the option to mutually agree extend the Agreement for four additional five-year renewal periods. The City and FlyUSA PV, LLC intend to amend the Lease and Property Operations Agreement to provide for an intial term to begin on March 1, 2023 and continue until February 28, 2053. Upon the expiration of the initial term, the Parties will have the option to mutually agree to renew the Agreement for up to five five-year renewal periods. The First Amendment to the Lease and Property Operations Agreement between the City and FlyUSA PV, Page 1 City of Clearwater Printed on 3/5/2024 File Number: ID#24-0218 LLC is contingent upon the declaration of the property as surplus. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic & Housing Opportunity: 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investments, supports Eco-friendly enterprises, and encourages high-quality job growth. Page 2 City of Clearwater Printed on 3/5/2024 CITY OF CLEARWATER CITY COUNCIL NOTICE OF PUBLIC HEARING The City Council of the City of Clearwater, Florida, will hold a public hearing on Thursday, March 7, 2024, beginning at 6:00 p.m., or as soon thereafter as the matter may be heard, in the City Council Chambers, Clearwater Main Library, 100 North Osceola Avenue, Clearwater, Florida, to consider declaring the following property as being surplus for the purpose of entering into a certain First Amendment to Lease and Property Operation Agreement with FlyUSA PV, LLC: A portion of 1000 N. Hercules Ave. – Tax Assessor Parcel Numbers: 12-29-15-55836-001-0012, 12-29-15-55836-001-0001, 12-29-15-70182-200-1200, 12-29-15-70182-200-0701, 12-29-15-70182-200-0702, 12-29-15-55836-001-0013, 12-29-15-55836-001-0006, 12-29-15-55836-001-0011, 12-29-15-55836-001-0007, and 01-29-15-70164-300-2501 The leased premises is described as that certain portion of the property located at 1000 N. Hercules Avenue, being more particularly described as follows: Commence at the center of Section 12, Township 29 South, Range 15 East: thence run N 89° 19' 10" W, along the East-West centerline of said Section 12, a distance of 50.00', to a point on the West right-of-way line of Hercules Avenue and the Point of Beginning; thence N 00° 16' 59" E, along said West right-of-way line of Hercules Avenue, a distance of 34.91'; thence N 89° 29' 00" W, a distance of 252.19'; thence N 00° 40' 34" E, a distance of 173.37'; thence N 89° 19' 26" W, a distance of 328.99'; thence N 00° 16' 55" E, a distance of 300.00' to a point on the South right-of-way of Grand Avenue; thence N 89° 19' 26" W, along said South right-of-way of Grand Avenue, a distance of 475.00'; thence N 00° 16' 59" E, a distance of 756.48'; thence N 89° 19' 26" W, a distance of 401.74'; thence N 25° 13' 17" W, a distance of 1610.02'; thence S 65° 50' 39" W, a distance of 294.56'; thence S 24° 09' 21" E, a distance of 633.55'; thence N 89° 01' 19" W, a distance of 8.74'; thence S 25° 13' 17" E, a distance of 3715.92'; thence S 00° 16' 59" W, a distance of 160.49'; thence S 89° 20' 18" E, a distance of 564.75' to a point on said West right-of-way line of Hercules Avenue; thence N 00° 16' 59" E, along said West right-of-way line of Hercules Avenue, a distance of 1489.39' to the Point of Beginning. Containing 60.21 Acres, more or less. a.k.a the City of Clearwater Airpark Interested parties may appear and be heard at the hearing or file written notice of approval or objection with the City Clerk prior to the hearing. Any person who decides to appeal any decision made by the Board or Council, with respect to any matter considered at such hearings, will need a record of the proceedings and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based per Florida Statute § 286.0105. City of Clearwater Rosemarie Call, MPA, CMC P.O. Box 4748 City Clerk Clearwater, FL 33758-4748 A COPY OF THIS AD IN LARGE PRINT IS AVAILABLE IN THE OFFICIAL RECORDS AND LEGISLATIVE SERVICES DEPT. ANY PERSON WITH A DISABILITY REQUIRING REASONABLE ACCOMMODATION IN ORDER TO PARTICIPATE IN THIS MEETING SHOULD CALL THE OFFICIAL RECORDS AND LEGISLATIVE SERVICES DEPT. WITH THEIR REQUEST AT (727) 562-4090. To learn more about presenting to Clearwater boards and City Council, go to http://clearwater.granicus.com/ViewPublisher.php?view_id=11 and click on "Resident Engagement Video." You can also check the informational video out from any Clearwater public library. Ad: The modern day 4,100 foot airstrip on 47 acres of land at the Clearwater Executive Airpark, with the furthest northwestern takeoff point on runway 34 less than 200 feet from residential housing, is not the same 185 acre grass facility that catered primarily to transient aircraft when it officially opened as an airpark in 1939, nearly 85 years ago. The population density has dramatically increased from approximately 300 people per square mile in 1930, to approximately 4,600 people per square mile of land in 2020, that's an increase of over 1,500%! The sense from the residents has been that: Operating hours from 9am-9pm is safest and most appropriate Arrivals and departures should only be permitted during daylight hours, and only while FIyUSA Management Officers are present in the building The Airpark should be permanently closed so that the valuable improvable land can be developed into more profitable ventures that would benefit everyone. Presently, Takeoffs and landings are permitted from 7am to 11pm The airpark operations building is open daily from 7am to 9pm FIyUSA management is not always present during the times when takeoffs and landings are permitted or when the operations building is open FIyUSA has staff present when the building is open, along with 24 hour nighttime security after it's closed Never, in the entire 85 years of the City's oversight of this airpark: has there ever been any evidence that the City made any rulings in favor of the concerns voiced by the residents the airpark has never been profitable, and the airpark has never been used in an emergency situation in which the other airports in Pinellas County were inoperable. The people who recently died did not live in a neighborhood adjacent to the Airpark, and the entire world is looking at Clearwater, the County Seat of Pinellas County, to care and make a change. FIyUSA has always been clear in their intent to make the Airpark more profitable, and it is the City's responsibility to implement the controls and funding to ensure a safe path to profitability, if they choose to allow it to operate in the current densely populated, residential area. As the current Neighborhood Liaison for the Airpark Advisory Board, I have attended many meetings and submitted hundreds of emails documenting flight path violations over the past year. While I have seen that FIyUSA has been exceptional at meeting their obligations with regard to their lease agreement with the City of Clearwater, the ultimate problem is the safety concern that lies with the lack of accountability measures that change the flight activity at this public airport. My recommendation is to further limit the hours of operation. 9am-9pm should be standard operating hours, but until a beacon is installed, takeoffs and landings should be limited to daylight hours only. Residents have reached out directly to the: FAA FDOT Clearwater City Council City of Clearwater's Management Team for the Marine and Aviation Dept Clearwater PD FIyUSA's Management Team Tampa Bay Aviation's Management Team The sentiment has consistently been that none of the above listed entities have any ability to enforce the noise abatement procedures or flight paths, nor do they have the ability to impose repercussions on pilots who violate the flight procedures or hours for landings and takeoffs. 1930 -> 2020: 15x as many people per square mile, and nearly 110k more people in total! In the 1930s, the population of Clearwater was 7,607 people, and 117,292 people as of the 2020 census. Of the city's total area of 39.2 square miles, only 25.6 square miles are land. As a small daily snapshot: The flight statistic published online at Airnav of an average of 139 aircraft operations per day for the 12 -month period ending 14 Dec 2017 is not only outdated, but highly inaccurate in reference to the actual number of average daily aircraft operations that take off and land on the airstrip at the Clearwater Airpark, along with the actual air traffic activity over the surrounding neighborhoods. On 2/14/24 there were 180 departures and arrivals documented on FlightAware at the Clearwater Airpark. Many of those planes are training over the neighborhood and repeatedly take off and land, but are only shown as one departure or arrival because they don't officially "arrive" according to FlightAware, even if they touch the ground, making a full and complete stop, and subsequently take off several times during one flight. On that same day, FlightAware showed a 30% increase of flight activity compared to the same week in 2022. All of this information is available without a subscription by looking at the FlightAware website. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0122 Agenda Date: 3/7/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 7.2 SUBJECT/RECOMMENDATION: . Approve the Joint Participation Agreement (JPA) G2S84 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), for a grant to purchase vessels, refurbishment/construction of docks, and water transportation service, authorize the appropriate officials to execute same, and adopt Resolution 24-07. SUMMARY: FDOT JPA Agreement G2S84 provides for an 83% grant from FDOT for the purchase of vessels, refurbishment/construction of docks, and water transportation service, with a 17% cash match from the City. The project cost is estimated at $1,200,000 with FDOT contributing up to $1,000,000 in grant funding and the City of Clearwater contributing up to $200,000 in matching funds. The grant allows for up to $800,000 of grant funds to be used for the purchase of vessels and the refurbishment and construction of docks and up to $200,000 of grant funds to be used for water transportation service operations including maintenance and supplies. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish capital improvement project G2410, Water Transportation Ferry Grant, recognizing a budget increase of $1,000,000 in grant revenue. The required cash match will be provided by a transfer of General Fund revenues included in the budget request over the next three budget years (FY25-FY27) moving planned funding for the Clearwater Ferry agreement to the capital project. USE OF RESERVE FUNDS: STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Economic & Housing Opportunity: 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. Community Well-Being: 3.2 Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Environmental Stewardship: 4.4 Develop accessible and active transportation networks that enhance pedestrian safety and reduce citywide greenhouse gas emissions. Page 1 City of Clearwater Printed on 3/5/2024 RESOLUTION NO 24-07 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AUTHORIZING THE EXECUTION OF A JOINT PARTICIPATION AGREEMENT BETWEEN THE CITY OF CLEARWATER AND THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, FOR A GRANT TO PURCHASE VESSELS, REFURBISHMENT/ CONSTRUCTION OF DOCKS, AND WATER TRANSPORTATION SERVICE, PROVIDING AN EFFECTIVE DATE. WHEREAS, the Florida Department of Transportation (FDOT) has agreed to a grant to provide funding for purchase of vessels, refurbishment/construction of docks, and water transportation service under Joint Participation Agreement Financial Project No.: 453243-1-94-01, Contract No.: G2S84 (the Agreement), a copy of which is attached hereto as Exhibit “A”; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Council hereby accepts and approves the Agreement between the City and the State of Florida Department of Transportation and authorizes appropriate City officials to take all necessary action as may be necessary or appropriate to perform all obligations and commitments of the City of Clearwater in accordance with the provisions of the Agreement. Section 2. This resolution shall take effect immediately upon adoption PASSED AND ADOPTED this _______ day of _____________, 2024. ____________________________ Brian Aungst Sr. Mayor Approved as to form: Attest: __________________________ _____________________________ Matthew J. Mytych, Esq. Rosemarie Call Assistant City Attorney City Clerk STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 Financial Project Number(s): (item-segment-phase-sequence) Fund(s): GR24 FLAIR Category: 088862 453243-1-94-01 Work Activity Code/Function: 215 Object Code: 751000 Federal Number/Federal Award Identification Number (FAIN) – Transit only: Org. Code: 55072020729 Vendor Number: F596000289046 Contract Number: G2S84 Federal Award Date: CFDA Number: N/A Agency SAM/UEI Number: SG2DQRMWJYL6 CFDA Title: N/A CSFA Number: 55.039 CSFA Title: LEGISLATIVE PGM PROJECTS THIS PUBLIC TRANSPORTATION GRANT AGREEMENT (“Agreement”) is entered into _ __ _, by and between the State of Florida, Department of Transportation, (“Department”), and City of Clearwater, Florida, (“Agency”). The Department and the Agency are sometimes referred to in this Agreement as a “Party” and collectively as the “Parties.” NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following: 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit “D”, Agency Resolution and made a part of this Agreement, has authorized its officers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 341.051, Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department’s participation in to provide the City of Clearwater with State GR24 Earmark funding for the purchase of vessel(s), refurbishment/construction of docks and water transportation service between Clearwater Beach and Clearwater/Dunedin., as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement (“Project”), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed. 3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply): Aviation Seaports X Transit Intermodal Rail Crossing Closure Match to Direct Federal Funding (Aviation or Transit) (Note: Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. The following Exhibits are attached and incorporated into this Agreement: X Exhibit A: Project Description and Responsibilities X Exhibit B: Schedule of Financial Assistance *Exhibit B1: Deferred Reimbursement Financial Provisions *Exhibit B2: Advance Payment Financial Provisions *Exhibit B3: Alternative Advanced Pay (Transit Bus Program) *Exhibit C: Terms and Conditions of Construction X Exhibit D: Agency Resolution X Exhibit E: Program Specific Terms and Conditions X Exhibit F: Contract Payment Requirements Page 1 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 X *Exhibit G: Audit Requirements for Awards of State Financial Assistance *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance *Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor *Additional Exhibit(s): *Indicates that the Exhibit is only attached and incorporated if applicable box is selected. 5. Time. Unless specified otherwise, all references to “days” within this Agreement refer to calendar days. 6. Term of Agreement. This Agreement shall commence upon full execution by both Parties (“Effective Date”) and continue through June 30, 2026. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department. a. If this box is checked the following provision applies: Unless terminated earlier, work on the Project shall commence no later than the day of , or within days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above-required dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department’s obligations under this Agreement for the Agency’s failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected. a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree upon the termination conditions. c. If the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department’s maximum financial assistance. If any portion of the Project is located on the Department’s right-of-way, then all work in progress on the Department right-of-way will become the property of the Department and will be turned over promptly by the Agency. d. In the event the Agency fails to perform or honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation of the Agreement. Page 2 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 e. The Department reserves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes. 9. Project Cost: a. The estimated total cost of the Project is $1,200,000. This amount is based upon Exhibit "B", Schedule of Financial Assistance. The timeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by both Parties in the same form as this Agreement. b. The Department agrees to participate in the Project cost up to the maximum amount of $1,000,000 and, the Department’s participation in the Project shall not exceed 83.33% of the total eligible cost of the Project, and as more fully described in Exhibit “B’’, Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department’s participation and any cost overruns or deficits involved. 10. Compensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit “A”, Project Description and Responsibilities, and as set forth in Exhibit “B”, Schedule of Financial Assistance. b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit “A”, Project Description and Responsibilities. Modifications to the deliverables in Exhibit “A”, Project Description and Responsibilities requires a formal written amendment. c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre-audit and post-audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit “A”, Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department. d. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit “A”, Project Description and Responsibilities has been met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit “F”, Contract Payment Requirements. e. Travel Expenses. The selected provision below is controlling regarding travel expenses: X Travel expenses are NOT eligible for reimbursement under this Agreement. Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department’s Page 3 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061, Florida Statutes, and the most current version of the Department’s Disbursement Handbook for Employees and Managers. f. Financial Consequences. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the Department’s Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time-frame to be specified by the Department. The Agency shall, within thirty (30) days after notice from the Department, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period. If the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement’s term. g. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer than 20 days from the Department’s receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved. If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. h. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to the Department upon request. Records of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the Project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs. i. Progress Reports. Upon request, the Agency agrees to provide progress reports to the Department in the standard format used by the Department and at intervals established by the Department. The Department will be entitled at all times to be advised, at its request, as to the status of the Project and of details thereof. Page 4 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 j. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the Project as the Department may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to and incorporated into this Agreement. k. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. l. Final Invoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120-day time period may not be paid. m. Department’s Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department’s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department’s project manager must be received prior to costs being incurred by the Agency. See Exhibit “B”, Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when funds are available. n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agency in violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency files shall not constitute a waiver of the Department's rights as the funding agency to verify all information at a later date by audit or investigation. p. Non-Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit “A”, Project Page 5 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 Description and Responsibilities, and as set forth in Exhibit “B”, Schedule of Financial Assistance, costs agreed to be borne by the Agency or its contractors and subcontractors for not meeting the Project commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable costs may be listed in Exhibit “A”, Project Description and Responsibilities. 11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound, economical, and efficient manner, and in accordance with the provisions in this Agreement and all applicable laws. a. Necessary Permits Certification. The Agency shall certify to the Department that the Agency’s design consultant and/or construction contractor has secured the necessary permits. b. Right-of-Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required. c. Notification Requirements When Performing Construction on Department’s Right-of-Way. In the event the cost of the Project is greater than $250,000.00, and the Project involves construction on the Department’s right-of-way, the Agency shall provide the Department with written notification of either its intent to: i. Require the construction work of the Project that is on the Department’s right-of-way to be performed by a Department prequalified contractor, or ii. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement. d. If this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies: Use of Agency Workforce. In the event the Agency proceeds with any phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead). e. If this box is checked, then the Agency is permitted to utilize Indirect Costs: Reimbursement for Indirect Program Expenses (select one): i. Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate). ii. Agency has selected to apply a de minimus rate of 10% to modified total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a rate. A cost policy statement and de minimis certification form must be submitted to the Department for review and approval. iii. Agency has selected to apply a state or federally approved indirect cost rate. A federally approved rate agreement or indirect cost allocation plan (ICAP) must be submitted annually. f. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The Agency shall comply and require its contractors and subcontractors to comply with all terms Page 6 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. g. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency will make best efforts to obtain the Department’s input in its decisions. The Department is not obligated to reimburse for claims or requests for additional work. 12. Contracts of the Agency: a. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency’s Authorized Official shall certify to the Department that the Agency’s purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department, in accordance with this Agreement. c. Consultants’ Competitive Negotiation Act. It is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency’s full compliance with provisions of Section 287.055, Florida Statutes, Consultants’ Competitive Negotiation Act. In all cases, the Agency’s Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants’ Competitive Negotiation Act. d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency and its contractors Page 7 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commodities then the following provisions are incorporated into this Agreement: a. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement. 14. Sale, Transfer, or Disposal of Department-funded Property: a. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department. b. If a sale, transfer, or disposal by the Agency of all or a portion of Department-funded real property, facilities, or equipment is approved by the Department, the following provisions will apply: i. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department-funded property. ii. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale. iii. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department. iv. If any portion of the proceeds from the sale to the Agency are non-cash considerations, reimbursement to the Department shall include a proportional amount based on the value of the non-cash considerations. c. The terms of provisions “a” and “b” above shall survive the termination of this Agreement. i. The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project items installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement. ii. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds. 15. Single Audit. The administration of Federal or State resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below. Federal Funded: a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F – Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Page 8 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO), or State of Florida Auditor General. b. The Agency, a non-Federal entity as defined by 2 CFR Part 200, Subpart F – Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, is subject to the following requirements: i. In the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F – Audit Requirements, the Agency must have a Federal single or program-specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F – Audit Requirements. Exhibit “H”, Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F – Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F – Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F – Audit Requirements, will meet the requirements of this part. ii. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F – Audit Requirements. iii. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F – Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency’s audit period for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F – Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F – Audit Requirements, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from the Agency’s resources obtained from other than Federal entities). iv. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at https://harvester.census.gov/facweb/ the audit reporting package as required by 2 CFR Part 200, Subpart F – Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor’s report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F – Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FDOTSingleAudit@dot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor’s report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart F – Audit Requirements. Page 9 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 v. Within six months of acceptance of the audit report by the FAC, the Department will review the Agency’s audit reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F – Audit Requirements, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following: 1. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department; 2. Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance; 3. Wholly or partly suspend or terminate the Federal award; 4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency); 5. Withhold further Federal awards for the Project or program; 6. Take other remedies that may be legally available. vi. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Agency’s records, including financial statements, the independent auditor’s working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. vii. The Department’s contact information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSingleAudit@dot.state.fl.us State Funded: a. In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring procedures to monitor the Agency’s use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General. b. The Agency, a “nonstate entity” as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements: Page 10 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 i. In the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project-specific audit conducted for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Exhibit “G”, Audit Requirements for Awards of State Financial Assistance, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215.97, Florida Statutes. In determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. ii. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. iii. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency’s audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency’s resources (i.e., the cost of such an audit must be paid from the Agency’s resources obtained from other than State entities). iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 FDOTSingleAudit@dot.state.fl.us And State of Florida Auditor General Local Government Audits/342 111 West Madison Street, Room 401 Tallahassee, FL 32399-1450 Email: flaudgen_localgovt@aud.state.fl.us v. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as Page 11 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 applicable. vi. The Agency, when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency in correspondence accompanying the reporting package. vii. Upon receipt, and within six months, the Department will review the Agency’s financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance. viii. As a condition of receiving state financial assistance, the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency’s records, including financial statements, the independent auditor’s working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS, or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department. 16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties’ respective Administrators or their designees. 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. Page 12 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 c. Non-Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non-responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency. d. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes. e. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state-appropriated funds, then the Agency must comply with the requirements of Section 255.0991, Florida Statutes. g. E-Verify. The Agency shall: i. Utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. h. Executive Order 20-44. Pursuant to Governor’s Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole-source, public-private agreement; or through contract or other agreement with the State, annually receives 50% or more of its budget from the State or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, including the most recent IRS Form 990, detailing the total compensation for each member of the Agency executive leadership team. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the period between the filing of Annual Reports within 60 days of any change taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state.fl.us within 180 days following the end of each tax year of the Agency receiving Department funding. i. Design Services and Construction Engineering and Inspection Services. If the Project is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes, the entity performing design and construction engineering and inspection services may not be the same entity. 18. Indemnification and Insurance: Page 13 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 a. It is specifically agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Agency guarantees the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Agency or any subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify, defend, and hold harmless the State of Florida, Department of Transportation, including the Department’s officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement. This indemnification shall survive the termination of this Agreement. Additionally, the Agency agrees to include the following indemnification in all contracts with contractors/subcontractors and consultants/subconsultants who perform work in connection with this Agreement: “To the fullest extent permitted by law, the Agency’s contractor/consultant shall indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transportation, including the Department’s officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant in the performance of this Agreement. This indemnification shall survive the termination of this Agreement.” b. The Agency shall provide Workers’ Compensation Insurance in accordance with Florida’s Workers’ Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers’ Compensation Insurance for their employees in accordance with Florida’s Workers’ Compensation law. If using “leased employees” or employees obtained through professional employer organizations (“PEO’s”), ensure that such employees are covered by Workers’ Compensation Insurance through the PEO’s or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proprietorships, or partners are covered by insurance required under Florida’s Workers' Compensation law. c. If the Agency elects to self-perform the Project, then the Agency may self-insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant to cause, the Department to be made an Additional Insured as to such insurance. Such coverage shall be on an “occurrence” basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with or diminished by claims unrelated to the Agreement. The policy/ies and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. No policy/ies or coverage described herein may contain or be subject to a Retention or a Self-Insured Retention unless the Agency is a state agency or subdivision of Page 14 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 the State of Florida that elects to self-perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, the Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department’s approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have. d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right-of-way, including any encroachments thereon from work or operations in the vicinity of the railroad right-of-way, the Agency shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO Form CG 00 35) where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policy/ies procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department’s approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights the Department may have. e. When the Agreement involves work on or in the vicinity of utility-owned property or facilities, the utility shall be added along with the Department as an Additional Insured on the Commercial General Liability policy/ies procured above. 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith. b. Non-Admission of Liability. In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. c. Severability. If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. Page 15 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Form 725-000-01 STRATEGIC DEVELOPMENT OGC 7/22 e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project. g. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services’ Florida Accountability Contract Tracking System (FACTS). i. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. j. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided. IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above. AGENCY City of Clearwater, Florida By: Name: Jennifer Poirrier Title: City Manager STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION By: Name: Justin Hall Title: Director of Transportation Development STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION Legal Review: Martin D Hernandez Page 16 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT A Project Description and Responsibilities A. Project Description (description of Agency’s project to provide context, description of project components funded via this Agreement (if not the entire project)): The purpose of this agreement is to provide the City of Clearwater with State GR24 Earmark funding for the purchase of vessel(s), refurbishment/construction of docks and water transportation service between Clearwater Beach and Clearwater/Dunedin. B. Project Location (limits, city, county, map): City of Clearwater, Florida/Clearwater, FL/Pinellas C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): "Service Development Projects specifically include projects involving the use of new technologies, services, routes, or vehicle frequencies; the purchase of special transportation services, and other such techniques for increasing service to the riding public as are applicable to specific localities and transit user groups. Projects involving the application of new technologies or methods for improving operations, maintenance, and marketing in public transit systems can be funded through the Service Development program. Eligible capital costs are any costs that would be defined as capital costs by the Federal Transit Administration. Examples would include, but not be limited to: the acquisition of buses for fleet and service expansions; transfer facilities; intermodal terminals and park and ride facilities; and passenger amenities, such as passenger shelters and bus stop signs. Eligible net operating costs are all operating costs of a project; less any federal funds, fares, or other sources of income to the project." D. Deliverable(s): Expected benefits include alleviating parking and traffic congestion, aiding economic activity in the waterfront merchant community by bringing tourists from Clearwater Beach directly to downtown Clearwater and Dunedin, increasing tourism throughout the Pinellas County communities, adding employment opportunities with the Clearwater Ferry, and helping to solve staffing challenges for local businesses by providing an alternative option of travel to work. Benefits will be measured by a survey of ridership following each trip. In the event agreed upon deliverables or performance measures are not met, the associated funding would be returned to the state. The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency. E. Unallowable Costs (including but not limited to): Indirect Costs F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met. Page 17 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT B Schedule of Financial Assistance FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: A. Fund Type and Fiscal Year: Financial Management Number Fund Type FLAIR Category State Fiscal Year Object Code CSFA/ CFDA Number CSFA/CFDA Title or Funding Source Description Funding Amount 453243-1-94-01 GR24 088862 2024 751000 55.012 Transit Service Development Program $800,000.00 Total Financial Assistance $800,000.00 B. Estimate of Project Costs by Grant Phase: Phases* State Local Federal Totals State % Local % Federal % Land Acquisition $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Planning $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Environmental/Design/Construction $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Capital Equipment/ Preventative Maintenance $800,000.00 $160,384.00 $0.00 $960,384.00 83.30 16.70 0.00 Match to Direct Federal Funding $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Mobility Management (Transit Only) $0.00 $0.00 $0.00 $0.00 0.00 0.00 0.00 Totals $800,000.00 $160,384.00 $0.00 $960,384.00 *Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant Agreement. Scope Code and/or Activity Line Item (ALI) (Transit Only) BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Dave Newell Department Grant Manager Name Signature Date Page 18 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT B Schedule of Financial Assistance TRANSIT OPERATING ONLY FUNDS AWARDED TO THE AGENCY PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: A. Fund Type and Fiscal Year: Financial Project Number Fund Type FLAIR Category State Fiscal Year Object Code CSFA/ CFDA Number CSFA/CFDA Title or Funding Source Description Funding Amount 453243-1-94-01 GR24 088862 2024 751000 55.012 Transit Service Development Program $200,000.00 Total Financial Assistance $200,000.00 B. Operations Phase - Estimate of Project Costs by Budget Category: Budget Categories State Local Federal Total Operations (Transit Only) * Salaries $0 $0 $0 $0 Fringe Benefits $0 $0 $0 $0 Contractual Services $200,000 $39,616 $0 $239,616 Travel $0 $0 $0 $0 Other Direct Costs $0 $0 $0 $0 Indirect Costs $0 $0 $0 $0 Totals $200,000 $39,616 $0 $239,616 * Budget category amounts are estimates and can be shifted between items without amendment (because they are all within the Operations Phase). C. Cost Reimbursement The Agency will submit invoices for cost reimbursement on a: Monthly Quarterly X Other: No longer than 6 months basis upon the approval of the deliverables including the expenditure detail provided by the Agency. Scope Code and/or Activity Line Item (ALI) (Transit Only) BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I certify that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Dave Newell Department Grant Manager Name Signature Date Page 19 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT D AGENCY RESOLUTION PLEASE SEE ATTACHED Page 20 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT E PROGRAM SPECIFIC TERMS AND CONDITIONS – TRANSIT (Service Development) 1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 341.051, F.S. 2. Bus Transit System. In accordance with Section 341.061, F.S., and Rule Chapter 14-90, Florida Administrative Code, the Agency shall submit and the Department shall have on file, an annual safety certification that the Agency has adopted and is complying with its adopted System Safety Program Plan pursuant to Rule Chapter 14-90, F.A.C., and has performed annual safety inspections of all buses operated. 3. Transit Vehicle Inventory Management. The agency will follow the Department’s Transit Vehicle Inventory Management Procedure (725-030-025), which outlines the requirements for continuing management control, inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock using the FTA Section 5310, Section 5311, Section 5316, and Section 5317 programs as the funding source, or where the Department participates in 50% or more of the public transit vehicle’s purchase price. This may include vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State Transit Service Development Program, or other applicable Department programs. 4. Progress Reports. The Agency will submit Semi-Annual Progress Reports on monthly ridership data. Reports are due no later than January 30th for the period ending December 31st and July 30th for the period ending June 30th. 5. Project Goals and Service Data. The Agency must report on work efforts and provide a detailed, side-by-side comparison of the project goals and actual service data. 6. Submittal of Proposed Timeline. The Agency will submit a Proposed Time Line for Service Development Activities prior to the commencement of the project. 7. Final Report. At any time when it becomes necessary to terminate the project or at the end of the two years, a Final Report will be submitted by the Agency. This report will accompany the Final Invoice for reimbursement. The Final Report will include the following: a) An evaluation of the attainment of the goals and objectives. b) The reasons any of the goals were not met. c) The benefit accrued by the Agency. d) A statement of the Agency’s intent to continue with the service demonstrated. -- End of Exhibit E -- Page 21 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Listed below are types and examples of supporting documentation for cost reimbursement agreements: (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. (5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address https://www.myfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.pdf. Page 22 of 23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7/22 EXHIBIT G AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:~ Awarding Agency: Florida Department of Transportation State Project Title: Legislative Program Projects CSFA Number: 55.039 *Award Amount: $1,000,000 *The award amount may change with amendments Specific project information for CSFA Number 55.039 is provided at: https://apps.fldfs.com/fsaa/searchCatalog.aspx COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.039 are provided at: https://apps.fldfs.com/fsaa/searchCompliance.aspx The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx Page 23 of 23 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9743-24 2nd rdg Agenda Date: 3/7/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9743-24 on second reading, vacating a drainage easement at 309 Coronado Drive, Clearwater, from the property owners DC Clearwater Beach 1 Property, LLC as recorded in O.R. Book 15904, Page 863-868, and in the Public Records of Pinellas County, Florida. SUMMARY: Page 1 City of Clearwater Printed on 3/5/2024 ! ! ! ! ! 321 309 309 317CORONADO DRHAMDENDRTHIRD ST Document Path: C:\Users\Thomas.Campbell\City of Clearwater\Engineering Geographic Technology - Documents\_Staff\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\309 Coronado Proposed Easement Vacation\309 Coronado Proposed Easement Vacation.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 Proposed Drainage and Utility Easement and Vacation 309 Coronado Dr ² N.T.S.Scale:TCMap Gen By:PDReviewed By:12/26/2023Date: AERIAL MAP PROPOSED EASEMENT VACATION Exhibit "A" Exhibit "A" Ordinance 9743-24 ORDINANCE NO. 9743-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A 15 FOOT DRAINAGE AND UTILITY EASEMENT AS SHOWN ON THE ATTACHED EXHIBIT "A" AND AS RECORDED IN O.R. BOOK 15904 PAGES 863-868, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, DC CLEARWATER BEACH 1 PROPERTY, LLC., are the owners in fee simple title of real property located at 309 Coronado Drive, Clearwater, FL 33767, to which have requested the City to vacate said easement located therein; and WHEREAS, the City Council of the City of Clearwater, Florida finds this easement 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: An easement described as follows: See Exhibit "A” 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 of Drainage and Public Utility facilities located on the property and other recorded Easements therein, which are reserved and remain unaffected by this vacation. Section 2. This vacation is conditioned upon the fee simple owners executing and delivering to the City of Clearwater a Drainage and Public Utility Easement, as approved by the City, to be simultaneously recorded following this ordinance adoption. Section 3. The City Clerk shall record this Ordinance in the Public Records of Pinellas County, Florida, following adoption, and this Ordinance shall take effect immediately upon recording in the Public Records. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Ordinance 9743-24 ___________________________ Brian J. Aungst, Sr. Mayor Approved as to form: Attest: ___________________________ ____________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk D OWN T OWN CLEARWATER City of Clearwater Community Redevelopment Agency Vacancy Reduction Grant Program A. Program Overview The purpose of the Community Redevelopment Agency (CRA) Vacancy Reduction grant program is to reduce vacancy in ground floor, commercial spaces by assisting property owners with funding to renovate vacant spaces for occupancy by uses that generate significant pedestrian foot traffic in downtown. Grants may be awarded to property owners for exterior and interior improvements to commercial property within the CRA district. The CRA will fund provide a 50% match towards the total project cost for building improvements that stay with the building up to a maximum of $500,000 for Part A. Additional funding up to $500,000 will be available for catalytic uses that serve as a destination in downtown for Part B. The amount of grant funds for the program will be established by the CRA Trustees on an annual basis. All grant awards are subject to budget availability and CRA Trustee approval. Applications will be accepted on a rolling basis. The application form is available at www.downtownclearwater.com. We have spent over 1.8 million as tenant. The Vacancy Reduction grant program directly promotes goals and objectives of the 2018 Clearwater Downtown Redevelopment Plan, specifically: People Goals (page 46) — Downtown shall be a place that attracts residents, visitors, businesses, and their employees and enable the development of community. The City shall encourage a vibrant and active public realm, recreation and entertainment opportunities and support the community and neighborhoods. Objective 1E: Maintain Cleveland Street as Downtown's Main Street which is valued for its historic character and pedestrian scale. We have done all theses improvement while keeping the original architecture Urban Design Goal (page 48) — Downtown will be a dynamic built environment of dense and livable patterns and active and attractive streets through quality urban design and architecture. Objective 4D: Encourage renovation, restoration, and reuse of existing historic structures to maintain the character of Downtown's neighborhoods. The Vacancy Reduction grant program's objectives are as follows: Reduce the number of vacant properties in Downtown Clearwater by bringing older, vacant properties up to current building and fire codes to allow occupancy The majority of our delay have been updating the building to fire code. Increase the number of commercial spaces suitable to create new restaurant, retail and cultural destinations in downtown We have filled 3 vacant lots by ourselves all on the 500 block Incentivize the attraction of new businesses that generate pedestrian foot traffic to occupy vacant or underutilized spaces by reducing the costs of renovation We have a created a night life that has not existed in the downtown providing multiple this to do for tourist 3 live music venues with all catering to a different demographic B. Program Eligibility and Activities The Community Redevelopment Agency staff will administer the Vacancy Reduction grant program. Funding for this grant program is based on budget availability and will be considered on a first-come, first-served basis. Application submission does not guarantee approval. Applications will be reviewed for completeness and compliance with program criteria to determine eligibility for grant funding. Applications that do not comply with the program criteria and conditions will not be eligible for funding. No grants will be awarded for work completed prior to an executed grant agreement. The funding decision of the CRA Trustees is final. This program is intended to assist with significant renovations that meet a minimum threshold of $300,000 in total project costs. Smaller projects are encouraged to apply for other CRA grant programs. This program may not be combined with any other CRA grant program. This program has two parts — Part A for buildout for standard pedestrian generating uses and Part B additional financial support for unique, destination businesses/uses that will generate significant visitors to downtown. Property owners can apply for one or both parts of the program. No more than one grant from this program may be awarded to the same subject property or the same business. All applications for Part A must meet the following criteria: 1. Property owners may apply for grant funding to support a project that will occur in one or more subject property(s). The subject property must be a ground floor, commercial or mixed-use property located within the CRA. The applicant must be the property owner of the subject property(s). Ad -valorem property tax exempt properties are not eligible (in cases where a portion of the property is tax-exempt, funding may be made only to the taxable portion/percentage of the property). 2. Property owners may combine adjacent parcels, buildings and/or individual storefronts within a building to create one grant request. Properties must be vacant at the time of application or leased to a non - eligible business tenant. If properties are already leased to retail/restaurant businesses, personal service industries or other eligible business tenants as defined by this grant program, the property cannot participate in this grant program. 3. Applications must include a concept site plan, interior and exterior concept plans, narrative description of the proposed improvements, description of the future tenant/use, project timeline, and a scope of work with a minimum of two quotes from qualified vendors for completing the work. Every project must include interior improvements. No applications will be accepted with exterior improvements only. The total project cost is determined by the total costs of eligible grant expenses. Grant funds can only be used towards eligible expenses. Property owners must match CRA grant funds on a dollar per dollar basis. Matching funds must be used towards eligible expenses. The maximum grant amount per project is 500,000, which requires a total project cost of a minimum of $1,000,000. Applicants may spend more than $1,000,000, however the maximum grant will remain $500,000. 4. The subject property must have an eligible business tenant(s) that will open for business once the building improvements are complete. Applicants must supply proof of a lease that identifies at least a minimum of a five-year term and an eligible business tenant. Grants funds must be used to attract the following kinds 2 of businesses as defined in the Downtown Zoning code: Retail and restaurant businesses Personal Services Industries (e.g., barber and beauty shops, health spas, dance studios, photography and art studios, tailoring, and other similar services) Galleries, theaters, other cultural and community gathering spaces 5. Prior to execution of a grant agreement, the subject property(s) must be free from any liens (except mortgage liens), judgments, or encumbrances (except easements) of any kind, and all city obligations must be current. Part A: Eligible Grant Expenditures Grant funds must be used to make exterior and interior improvements to the building, that remain with the building and the site to reduce visual blight and prepare the building for occupancy. The CRA's general rule for improvements that qualify towards a property owner's match is that the improvement should remain with the property. CRA funding may be used for materials and labor costs directly related to the following building improvements: ADA requirements $80,000 on second floor and bar accessible Window/Doors Upward $50,000 on fire rated doors and window repair and upkeep Interior Water Fountains Florida Fire Protection Code Requirements $129,000 sprinkler for all tenants/ $64000 water and trenching Mechanicals and HVAC systems $25,000 HVAC prelude $74000 for HVAC Nash Keys Plumbing and electrical, including utility connections and upgrades $143,000 for electric& and plumbing Structure stabilization (repair and replacement of foundations, footers, load bearing walls, roofing systems) 8400 for fortifying cement columns for fire escape and $12,300 for fortification of roof and window Room and space reconfiguration including wall relocationsOver $460,000 in redesign flooring bathrooms and waliE Energy efficiency improvements Over $18000 in decreasing our carbon foot print (Cieling/hvac/insolation) Outdoor hardscape improvements and lighting Exterior Signage Over $52,000 in Nash/Captain signage Painting (including exterior murals) Over $9,000 in sponsorship of local artist for murals General exterior surface repairs, new roof, or roof repairs Roof repairs $22,000 Siding Materials Minor site improvements, e.g., driveway repair, re -striping parking lot All applications for Part B must meet the following criteria: 1. Property owners may apply for grant funding to support a project that will occur in one or more subject property(s). The subject property must be a ground floor, commercial or mixed-use property located within the CRA. The applicant must be the property owner of the subject property(s). Ad -valorem property tax exempt properties are not eligible (in cases where a portion of the property is tax-exempt, funding may be made only to the taxable portion/percentage of the property). 2. Property owners may combine adjacent parcels, buildings and/or individual storefronts within a building to create one grant request. Properties must be vacant at the time of application or leased to a non - eligible business tenant. If properties are already leased to retail/restaurant businesses, personal service 3 industries or other eligible business tenants as defined by this grant program, the property cannot participate in this grant program. 3. The subject property must have an eligible business tenant(s) that will open for business once the building improvements are complete. Tenants must have a minimum of a five-year lease from the issuance of a Certificate of Occupancy. Grants funds must be used to attract the following kinds of businesses as defined in the Downtown Zoning code: Retail and restaurant businesses Personal Services Industries (e.g., barber and beauty shops, health spas, dance studios, photography and art studios, tailoring, and other similar services) Galleries, theaters, other cultural and community gathering spaces In addition to meeting the basic criteria above, the applicant must illustrate how the proposed tenant will serve as a unique destination in downtown. For example, an award-winning chef or dining concept that would be new in downtown or a cultural attraction with an established audience. The applicant will be asked to submit the following information to show evidence of the tenant's ability to generate significant visitors: Awards, press etc. recognizing the idea/business ability to generate visitors Previous financial success of the tenant or development team Partnerships with state and federal organizations Evidence that the idea/business is unique in this region Financial performance and visitor data of the idea/business in other places 4. Applications must include a concept site plan, interior and exterior concept plans, narrative description of the proposed improvements, description of the future tenant/use, project timeline, and a scope of work with a minimum of two quotes from qualified vendors for completing the work. Depending on the type of business/tenant proposed additional information will be required including, but not limited to, a narrative description of why the use is destination worthy, the total project costs and sources of funding, a multi- year pro forma for the business operations and breakdown of grant expenditures that will stay with the building versus any funds for specialty equipment. 5. The maximum grant available for Part B is up to $500,000 per project with a 50% match from the property owner to attract and maintain the unique, destination use. For Part B, the property owner can match the CRA grant funds in the following ways any construction costs, rent abatement for the tenant, and any Part B eligible expenditures. Matching funds cannot be counted twice. Any matching funds used for a Part A grant, cannot be used for Part B grant. CRA grant funds can only be used towards eligible expenses. 6. Prior to execution of a grant agreement, the subject property must be free from any liens (except mortgage liens), judgments, or encumbrances (except easements) of any kind, and all city obligations must be current. Part B: Eligible Grant Expenditures In addition to the eligible expenditures in Part A, grant funds under Part B can be used to purchase specialty equipment needed to support the catalytic uses. Applicants will need to provide a narrative description to show 4 how the specialty equipment will be used by the proposed tenant. Some examples include, but are not limited to: Stages Have 2 and was held to the highest code standard A/V equipment Machinery for certain food/drink production or other kinds of equipment that needs to be installed to support a unique business Over $30,000 in new restaurant equipment and $22,000 kitchen hood Specialty Lighting Over $37,000 in custom lighting C. Grant Process for Part A and Part B: Property owners first complete a grant application. CRA staff reviews the application for funding eligibility. Once an application is determined complete and in compliance with the grant program, CRA staff will prepare a grant agreement that outlines the proposed funding amount, total project costs, project timeline and scope of work for consideration by the CRA Trustees. The application form is available at www.downtownclearwater.com. Application Submission 1. Applications can be submitted via email, in person, or postal services. The applicant must meet with the CRA staff. Staff will provide the applicant with general guidance on proposed project and if the project qualifies for grant funds for submission. Incomplete applications will not be accepted. 2. Each application will be reviewed according to the following criteria: Consistency with the goals of the Downtown Redevelopment Plan Feasibility of the proposed scope of services and timeline Ability to meet the program objectives, legal and financial requirements of the grant program 3. If the application is approved by the CRA Director, the funding request and proposed grant agreement will be considered at a regularly scheduled CRA public hearing. The CRA Director will recommend a funding amount and other conditions based on the applicant's request in the form of a proposed grant agreement. The CRA Trustees may choose to approve, modify or deny the CRA Director's recommendation. After the grant agreement has been approved by the CRA Trustees and has been signed, the applicant may begin work on the project. The CRA Trustee's decision is final. Proiect Timeline Building permits must be obtained prior to the execution of a grant agreement. Any work requiring a permit must be performed by a licensed and insured contractor and comply with the Downtown Design Guidelines of the City of Clearwater Code of Ordinances. The applicant must obtain a Certificate of Occupancy and the tenant must be open for business within 18 months from the execution of the grant agreement. The CRA Director has the authority to extend time limits for up to six months for project completion based on extenuating circumstances. Grantees must request an extension in writing and if approved, an amendment to the grant agreement will be executed. Financial Security The CRA will require the property owner to commit to a five-year loan to grant agreement secured through one or more of the following methods: 5 A mortgage on the property A personal guarantee A promissory note For Part A grants, if a tenant goes out of business in Tess than five years, the property owner will have six months to replace the tenant with any eligible business under this grant program. For Part B grants, if a tenant goes out of business in Tess than five years, the property owner will have nine months to find a similar tenant or will have to seek approval to amend the grant agreement from the CRA Trustees for another eligible use. The five-year loan to grant agreement requires a full five years of occupancy by an eligible tenant. Payment Process Grant funds will be disbursed by the CRA to the applicant on a reimbursement basis for eligible project expenses. CRA staff must review and approve all reimbursement requests. Applicants must submit paid invoices as proof of payment. The CRA will reserve 10% of the total grant amount until after the CO has been received and the tenant has opened for business. The CRA Director has the authority to modify the payment process based on extenuating circumstances as outlined in the grant agreement. D. Next Steps If you are interested in learning more about the Vacancy Reduction grant program please visit www.downtownclearwater.com or contact Howard Smith at howard.smith@mvclearwater.com. 6 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0209 Agenda Date: 3/7/2024 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: City Council Agenda Number: 10.1 SUBJECT/RECOMMENDATION: North Beach Update Page 1 City of Clearwater Printed on 3/5/2024 INDIVIDUAL SPEAKER Citizen Comment Card Name:nrl) I F1dinc Address: 2)b5 Bri'orvucty City: C P/ r N dPr Zip: 33J3 Telephone Number: 727 211-i - 152o Email Address: je nail IO25 yahoo. Cara Speaking under citizens to be heard re items not on the agenda? CX Agenda item(s) to which you wish to speak• i ree cery)ova) C(ewtce by Dude Er , y. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: LuC61,5 A +i c Address: 1 Qi 7 J / 4 i Pis J-t City: C Zip: 3 J 7 6 Telephone Number: (61 ! ) 55-0 -7 i e i,a;,ca„ Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 1't nA 0 V GSI What is your position on the item? For Against y INDIVIDUAL SPEAKER Citizen Comment Card Name: ,5[V\6004\41r Address: J A city. iU - P: ' Telephone Number: 2 (QQ7 Speaking under citizens to be ea items not on the agenda? a csmk. Agenda item(s) to which you wish to speak: Email Address: What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: 6 Address: ' LI 9 AO' k PE City: C / Zip: Telephone Number: oZ 7 .1 -1 -?-7f LP el k(*LciivEmailAddress: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against i INDIVIDUAL SPEAKER Citizen Comment Card Name: miCA4tE.rG Address: t A& lB ld o '417(9 7 City: &/ 2w,Qfe,z L. Zip: 3 3 7 1 7 Telephone Number: - y I L 3 0-1 Email Address: sZtJ0-7 1,a -1s G-`). 1°Gte1- C -0M Speaking under citizens to be heard re items not on the agenda? $J Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: l({''Yl 1 S-pei:nceY- A/e City alrW Ch k- Zip: S3 7 Telephone Number: -7„i7 qy l06 67 Email Address: Speaking under citizens to be heard re items not on the agend Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: )COAV ,-1-=(Qtv 1, _I 1 Address: -` 111 is c{'" City• 0}19.11911 1(l-C `Y Zip: J Telephone Number: `` 3'L) S.- 3 Email Address: 1,'y FG --1 it C ()).c..raw1 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 6, II What is your position on the item? For Against%c INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: MivaA1,J ly STPre.u. G 14( P2 • City: "' "' Zip: J,1 5 Telephone Number: 121 " ( 3i e/ Email Address: J (4)(IAd'W\ 'S @ a ,I I - (/01\1) Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak• cOft CL-mPrno1 kb - What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: _b/?n/S'1CriDgd'M' Address: / 7#0?4 /64-zi/;€4.4) City: Ch.Art4104 Zip: _33 7.00 Telephone Number: ) ` 7 " 6 .3 0 Email Address: w4 1rGif ! / Q a' ` M Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against GROUP SPEAKER Citizen Comment Card As stated in Council Rules, "Representatives of a group may speak for three minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of ten minutes." Please have each member of the group in attendance sign and print their name on the reverse of this card. Name: Address: City: Zip: Telephone Number: Email Address: Agenda item to which you wish to speak: What is your position on the item? For Against BRIGHT AND BEAUTIFUL • BAYTOBEACH CLEARWATER GROUP SPEAKER LIST We the undersigned waive our right to speak and designate: as our spokesperson on the subject agenda item. Print Name Signature Print Name Signature Print Name Signature Print Name Signature Print Name Signature Print Name Signature Print Name Signature As stated in Council Rules, "Representatives of a group may speak for three minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of ten minutes." Please have each member of the group in attendance sign and print their name on the reverse of this card. Name: Address: t yAl 0,-;16 City: Ckli, Wtiil.,/ Zip: 3'3"1-b Telephone Number: C 17 - 510 30 9 Email Address: tIVIt V\`-Zi15S4 SII S COa Ski ,Cc'vY Agenda item to which you wish to speak:0r, 9.0 1.y What is your position on the item? For Against, GROUP SPEAKER Citizen Comment Card BRIGHT AND BEAUTIFUL • BAY TO BEACH CLEARWATER GROUP SPEAKER LIST We the undersigned waive our right to speak and designate: P (;55r; j7k w,O as our spokesperson on the subject agenda item. Print Name Signature Print Name Signature Print Name Signature Print Name Signature Print Name Signature Print Name Signature Print Name Signature 01105/1N- go, 1111 5/`h