Loading...
03/18/2024Monday, March 18, 2024 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda March 18, 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 Americans for the Arts Arts and Economic Prosperity 6 Social Impact Study Findings for the city of Clearwater and Pinellas County - Randy Cohen, Vice President of Research at Americans for the Arts. 4.2 Marine Advisory Board Presentation - Michael Grohman, Marine Advisory Board Chair 5. Approval of Minutes 5.1 Approve the minutes of the March 7, 2024 City Council Meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 3/15/2024 March 18, 2024City Council Meeting Agenda Public Hearings - Not before 6:00 PM 6. 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 6.1 Amend the City’s fiscal year 2023/24 operating and capital improvement budgets at first quarter and pass Ordinances 9755-24 and 9756-24 on first reading. 6.2 Authorize a purchase order to Frontier, Inc. for internet service provision in an amount not to exceed $412,638.00 for the period March 1, 2024 through February 28, 2027, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchase, and authorize the appropriate officials to execute same. (consent) 6.3 Award a purchase order to Hose and Hydraulics, Inc. of Clearwater, FL, for hydraulic maintenance, repair, and parts in the annual not-to-exceed amount of $425,000.00 for one year with two, one-year renewal options pursuant to Invitation to Bid (ITB) No. 13-24 and authorize the appropriate officials to execute same. (consent) 6.4 Authorize a Purchase Order to Alfred Benesch and Company (Benesch) of Tampa, Florida in the amount of $255,978.00 to prepare amendments to the city’s Community Development Code implementing recommendations from the North Greenwood Community Redevelopment Area (CRA) Plan, per Code of Ordinance 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same. 6.5 Approve the purchase of excess Property insurance, including Bridges, Boiler and Machinery, and Terrorism coverages, from April 1, 2024 through April 1, 2025, at the level of insurance provided for in this agenda item, in a not-to-exceed amount of $6,020,000, and authorize the appropriate officials to execute same. 6.6 Ratify and confirm a payment to ServPro of Largo in the amount of $136,552.32 for preventative repairs and maintenance on the sprinkler system at the Main Library. Page 3 City of Clearwater Printed on 3/15/2024 March 18, 2024City Council Meeting Agenda 6.7 Approve a Locally Funded Agreement (LFA) between the State of Florida, Department of Transportation (FDOT), and the City of Clearwater to fund $750,000 for the construction of the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail and approve a Maintenance Memorandum of Agreement (MOA) for the maintenance of the aesthetic features of the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass (Bridge) from Courtney Campbell Trail to Bayshore Trail and that the appropriate officials be authorized to execute same. (consent) 6.8 Authorize an increase and an extension to purchase order with The Goodyear Tire and Rubber Co. dba Goodyear Commercial Tire and Service Center and Monro, Inc. for the purchase of Goodyear tire products and services for city motorized equipment in a cumulative not-to-exceed amount of $200,000.00 bringing the total amount to $870,000.00 and extend through June 30,2024 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. 6.9 Award Invitation to Bid 03-24, Surplus of Clearwater Gas System Propane Customer and Assets, approve an Assets Purchase Agreement with Suburban Propane, L.P. of Whippany, New Jersey, in the amount of $4,250,000, and authorize the appropriate officials to execute same. 6.10 Authorize the City Attorney to retain the services of Allen, Norton, and Blue to defend the City in an employment lawsuit filed by a former employee. 7. 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. 8. City Manager Verbal Reports 8.1 North Beach Update 9. City Attorney Reports Page 4 City of Clearwater Printed on 3/15/2024 March 18, 2024City Council Meeting Agenda 10. Other Council Action 10.1 Sign Ordinance - Councilmember Beckman 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor 13. Adjourn Page 5 City of Clearwater Printed on 3/15/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1540 Agenda Date: 3/18/2024 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: City Council Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Americans for the Arts Arts and Economic Prosperity 6 Social Impact Study Findings for the city of Clearwater and Pinellas County - Randy Cohen, Vice President of Research at Americans for the Arts. SUMMARY: Every five years the national arts non-profit Americans for the Arts conducts a nation-wide study to identity the impacts arts and cultural programming has on local and state economies. This 2022/2023 study collected data from 373 regions across all 50 sates and Puerto Rico. These regions ranged in population from 4,000-4 million and represented rural, suburban, and large urban communities. Within Pinellas County, surveys were collected from the cities of Clearwater, St. Petersburg, Tarpon Springs, Largo and Safety Harbor. Page 1 City of Clearwater Printed on 3/15/2024 The Economic & Social Impact ofNonprofit Arts & Culture Industry March 18, 2024 Randy Cohen Americans for the Arts Clearwater! @ArtsInfoGuy $125.6 Million in Spending (2022) @ArtsInfoGuy Jobs Supported @ArtsInfoGuy 1,810 Government Revenue (Local, State, Federal) @ArtsInfoGuy $24.6 Million Attendees Spent $39.88 Per Person, Per Event @ArtsInfoGuy Audiences: Local vs. Non-Local @ArtsInfoGuy (Non-local = Outside the County) Event-Related Spending Local vs. Non-Local @ArtsInfoGuy 83% of non-local attendees said, “This arts event is the primary purpose for my trip.” Social Impact Responses by Attendees “This venue or facility is an important pillar for me within my community .” 74% “I would feel a great sense of loss if this activity or venue were no longer available” 77% “This activity or venue is inspiring a sense of pride in this neighborhood or community” 82% “My attendance is my way of ensuring that this activity or venue is preserved for future generations” 80% AEP6 National Partners AEP6.AmericansForTheArts.org rcohen@artsusa.org Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0113 Agenda Date: 3/18/2024 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: Marine Advisory Board Presentation - Michael Grohman, Marine Advisory Board Chair Page 1 City of Clearwater Printed on 3/15/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0224 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the March 7, 2024 City Council Meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 3/15/2024 City Council Meeting Minutes March 7, 2024 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, March 7, 2024 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes March 7, 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 Fire Oaths The City Clerk administered the Oath of Office to Firefighter/EMTs Zachary Adkisson, Justin Blocker, Jacob Chellew, Camilo Espinal, Michael Girton, Jalen Jamison, Jason Jones, Cody Kerr, Cameron Mills, Alex Sexton, Cameron Snyder, Stephen Sudu, Nicole Warder, and Adrian Zeqiri. 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, March 2024 - Allison Dolan of Clearwater Historical Society 5. Approval of Minutes Draft City Council Meeting Minutes March 7, 2024 Page 3 City of Clearwater 5.1 Approve the minutes of the February 15, 2024 City Council Meeting as submitted in written summation by the City Clerk. Councilmember Beckman moved to approve the minutes of the February 15, 2024 City Council Meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. The Mayor requested a motion to take Item 6.20 (Airpark Lease) off the Consent Agenda and hear it after Item 7.1 (Airpark Surplus), as requests to provide public comment have been received. Vice Mayor Bunker moved to take Item 6.20 off the Consent Agenda and hear it after Item 7.1. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as amended, less Item 6.11. 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) Draft City Council Meeting Minutes March 7, 2024 Page 4 City of Clearwater 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) See below. 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 Draft City Council Meeting Minutes March 7, 2024 Page 5 City of Clearwater officials to execute same. (consent) 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) Draft City Council Meeting Minutes March 7, 2024 Page 6 City of Clearwater 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) Councilmember Teixeira moved to approve the Consent Agenda as amended, less Item 6.11, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 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) 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. Draft City Council Meeting Minutes March 7, 2024 Page 7 City of Clearwater One individual spoke in opposition. Councilmember Allbritton moved to 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. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings 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) 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 Draft City Council Meeting Minutes March 7, 2024 Page 8 City of Clearwater 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, LLC is contingent upon the declaration of the property as surplus. 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. Two individuals spoke in opposition. One individual submitted an email opposing Item 7.1 (see page 16). Vice Mayor Bunker moved to 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. The motion was duly seconded and carried unanimously. 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 Draft City Council Meeting Minutes March 7, 2024 Page 9 City of Clearwater (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) 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. In response to questions, FlyUSA CEO Barry Shevlin said when the lease was being negotiated, many assumptions were made and over the past year staff has identified which assumptions were accurate and which were not. He said FDOT is no longer funding 80% of the improvement projects as assumed in the original agreement. FDOT is providing a 50% match for all of the vertical construction (revenue generating properties). He said FlyUSA will now have to invest significantly more capital and that is why the request to extend the lease period is before Council. The City is not being asked for additional funding. Mr. Shevlin said FlyUSA agreed to reduce the intensity of the operations at the Airpark by instituting additional restrictions on the hours on the helicopter flight training, which was the neighborhood's biggest complaint, reduced the number of helicopters providing flight Draft City Council Meeting Minutes March 7, 2024 Page 10 City of Clearwater training (six helicopters to one), and increased the frequency of the Young Eagles events to every other month. He said all uninsured planes have been removed from the Airpark and employees are undergoing standardized training. A rotating beacon and an instrument approach are in the plan, with the instrument approach being the biggest safety improvement available. The instrument approach allows a pilot to program their avionics to fly the plane to the airport, even if they could not see the airpark. Four individuals spoke in opposition. One individual said FlyUSA did everything they could to get the beacon but the neighborhood did not want the beacon. The neighborhood expressed concerns with the light shining into their homes 24 hours a day. She opposed extending the hours of operation to 11:00 p.m. In response to questions, Assistant City Manager Dan Slaughter said Council will have the ability to approve, or not, a grant funding agreement with FDOT for the beacon. Mr. Shevlin said modern beacons are designed to be seen from the air and not by the neighborhood. Marine and Aviation Director Michael MacDonald said the design phase will identify the type of beacon recommended for the Airpark and its location on the airfield. A consultant must be hired to design and construct the beacon. Mr. Slaughter said there never was a beacon at the Airpark. The City Attorney said the physical footprint of the Airpark is not changing; it is not expanding and the lease property is not changing. It is impossible for the City to expand into the golf course because the golf course is zoned Open Space Recreation (OSR). Under the city charter, land that is zoned OSR cannot be developed or maintained as anything other than OSR, unless voters approve that at referendum. He said the parcel ID associated with the Airpark includes a wide swath of territory, which goes beyond the footprint of the Airpark and the footprint FlyUSA is entitled to occupy under the lease. FlyUSA has stated on many occasions that they have no intention of expanding into the park. Mr. Margolis said there is nothing in the lease that would authorize FlyUSA to expand their operations into the park. In order to lease any portion of The Landings for a new use, such as an expanded airpark, would require a rezoning and voter approval at referendum. Councilmember Teixeira moved to 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. The motion Draft City Council Meeting Minutes March 7, 2024 Page 11 City of Clearwater was duly seconded and carried unanimously. 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. 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. 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. Draft City Council Meeting Minutes March 7, 2024 Page 12 City of Clearwater Resolution 24-07 was presented and read by title only. Councilmember Allbritton moved to 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. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton, Councilmember Beckman and Councilmember Teixeira 8. 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. Ordinance 9743-24 was presented and read by title only. Councilmember Beckman moved to adopt Ordinance 9743-24 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. Tony Teller reviewed his CRA Vacancy Reduction Grant Application and Draft City Council Meeting Minutes March 7, 2024 Page 13 City of Clearwater efforts he is pursuing to improve the corner of the 500-block on Cleveland Street, as a tenant and not a property owner. Jennifer Harding, Lucas Altic, and Patricia Kirby expressed concerns with Duke Energy removing neighborhood trees as part of their routine vegetation work and requested city assistance to ensure trees are not removed completely. Assistant City Manager Dan Slaughter said the City is sympathetic to the concerns raised but the City does not have authority over Duke Energy. Staff has shared the concerns with Duke Energy, who has temporarily paused work on 2165 Briarway Drive. He said staff will continue to advocate for the residents. Alexandra Nixon opposed the proposed dock that was recently approved by the Community Development Board. She said the proposed dock is for a multi-family property that is not located in the immediate area of the proposed dock. Hoyt Hamilton quoted a comment made by former City Commissioner Bob Clark regarding the election and the “good ole boys.” He said all who sat at the dais understood the importance of neighborhoods and that Bob Clark said the good ole boys did a heck of a job developing this city, making it a destination for tourists and future residents. Mr. Holuba expressed concerns regarding the Clearwater Police Department. The Council recessed from 7:43 p.m. to 7:45 p.m. James Hart opposed the Drew Street concept plan and questioned how many accidents were caused by design, running stops, impaired drivers, and obstructed views. Rudy Michalek thanked Council and staff for the work they do for the city and said people need to be more civil. 10. City Manager Reports 10.1 North Beach Update Public Works Director Marcus Williamson provided a PowerPoint presentation and reviewed the inspections and cleanings conducted to date. He said when contractors and landscapers dump debris into the sewer, it costs the City money. The cost associated for the Vactor truck is $750,000 and $500,000 for the camera truck. He urged residents to Draft City Council Meeting Minutes March 7, 2024 Page 14 City of Clearwater remind their contractors and landscapers not to dump in the sewer. 11. City Attorney Reports The City Attorney said he will share some ideas on how the City may approach Duke Energy's vegetation maintenance efforts with the City Manager. 12. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Beckman thanked the community leaders who spoke tonight and advocated for what is best in their community. She reviewed recent and upcoming events. Wished students and parents a safe and wonderful Spring Break. Vice Mayor Bunker reported that a recent article mentioned him as a victim of a mini crime wave that hit various locations around the city. He was able to turnover video from a Ring camera, that the Clearwater Police Department used to apprehend the two individuals involved. He said he did not press charges but found out that he was targeted by the individuals because of his comments regarding Scientology. He said when he talks about Scientology it is not about the Scientologists but the organization, how it is run by David Miscavige, and the abuses targeting Scientologists. Councilmember Teixeira reviewed recent and upcoming events. Councilmember Allbritton reviewed upcoming events, encouraged all to use the free Park and Ride during Spring Break, and reminded residents that there are 12 more days to the election. 13. Closing Comments by Mayor The Mayor reviewed recent and upcoming events and encouraged all to go vote in the upcoming March 19 election. 14. Adjourn The meeting adjourned at 8:08 p.m. Mayor City of Clearwater Attest Draft City Council Meeting Minutes March 7, 2024 Page 15 City of Clearwater City Clerk Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9755-24 9756-24 Agenda Date: 3/18/2024 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Amend the City’s fiscal year 2023/24 operating and capital improvement budgets at first quarter and pass Ordinances 9755-24 and 9756-24 on first reading. SUMMARY: The fiscal year 2023/24 operating and capital improvement budgets were adopted in October 2023 by ordinances 9714-23 and 9715-23. Section 2.521 of the City’s Code of Ordinances requires the City Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation of significant variances, as well as the financial status of all capital improvement projects. STRATEGIC PRIORITY: The budgeting process aligns resource allocation to the advancement of our community in all five strategic priorities: high performing government, economic and housing opportunity, community well-being, environmental stewardship, and superior public service. Page 1 City of Clearwater Printed on 3/15/2024 First Quarter Budget Review Fiscal Year 2023-24 Memorandum TO: Mayor and City Council FROM: Jennifer Poirrier, City Manager COPIES: Michael Delk, Assistant City Manager Daniel Slaughter, Assistant City Manager SUBJECT: First quarter budget review - amended City Manager's annual budget report DATE: March 8, 2024 Attached is the first quarter budget review in accordance with the City Code of Ordinances. This report is based on the first three months of activity in the current fiscal year (October 2023 through December 2023). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $3,714,675. The General Fund expenditure increase at first quarter includes the Council approved appropriations of General Fund reserves which, total $3,679,163. Amendments include $250,000 to fund the Amplify Clearwater sublease agreement, $213,785 to fund the North Ward building condition assessment, $660,000 to fund the balance needed for Fire Station 47 construction, $46,070 to fund the annual pay increases of the City Manager and City Attorney, and $2,509,308 to fund the implementation of the classification and compensation study. Other amendments include an increase of $6,900 in Economic Development & Housing for administrative costs for grant administration offset by revenues recognizing a transfer of interest earnings from ARPA revenue recovery funds; and an increase of $28,612 for training expenditures in the Fire Department offset by revenues transferred from the special program fund. General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Estimated General Fund reserves at first quarter are approximately $56.9 million, or 28.5% of the fiscal year 2023/24 General Fund expenditure budget, exceeding our minimum reserve requirement by $39.9 million. First Quarter Budget Review Fiscal Year 2023-24 Significant amendments to other city operating funds are noted as follows: At first quarter, amendments to the Water and Sewer Fund, Stormwater Fund, Gas Fund, Solid Waste and Recycling Fund, Marina Fund, Clearwater Harbor Marina Fund, Parking Fund, General Services Fund, Administrative Services Fund, and Central Insurance Fund reflect expenditure increases to salaries and wages to fund the implementation of the classification and compensation study. These increases are offset by allocations of their respective fund reserves. Airpark Fund Amendments to Airpark Fund expenditures reflect an increase of $14,165. Amendments include a transfer of $12,840 to fund the Airpark Maintenance and Repair project and salary increases of $1,325 per the classification and compensation study. Both increases were previously approved by the Council, with offsetting revenues recognized from fund reserves. Garage Fund Amendments to Garage Fund expenditures reflect an increase of $213,372. Amendments include a transfer of $147,630 to fund the Fuel Site Replacement project and salary increases of $65,742 per the classification and compensation study. Both increases were previously approved by the Council, with offsetting revenues recognized from fund reserves. Capital Improvement Program First quarter amendments to the capital improvement program reflect a net increase of $6,351,013. This increase is primarily related to the following amendments previously approved by the Council: increases of $213,785 in General Fund revenues for the North Ward Preservation project; $147,630 in Garage Fund revenues in the Fuel Site Replacement project; $428,152 in lease purchase revenues in the Motorized Equipment Purchase project; $1,130,000 in county reimbursement and $660,000 in General Fund revenues in the Fire Station 47 Replacement project; $51,360 in Florida Department of Transportation (FDOT) grant revenue and $12,840 in Airpark Fund revenue in the Airpark Maintenance & Repair project; $640,000 in FDOT grant revenue and $160,000 in reimbursement revenues from FlyUSA in the Aviation Operation Center project; $80,000 in FDOT grant revenue and $20,000 in reimbursement revenues from FlyUSA in the new Airpark Property Survey project; $1,154,763 transferred from the CRA in the Mercado – Downtown Gateway project; $620,000 in Open Space Impact Fees transferred for the Park Land Acquisition project; and $302,106 in revenues anticipated to be reimbursed by insurance and Federal Emergency Management Agency (FEMA) in the South Basin Attenuator project. Project activity not previously approved by the Council is summarized on page 22. Significant amendments include: an increase of $20,415 in grant revenue and $5,475 in equipment trade-in credit in the Police Equipment Replacement project; an increase of $152,689 to property owners share revenue in the Pinellas New Mains/Service Lines project; an increase of $44,000 in Stormwater Fund revenue transferred back to the Allen’s Creek project; an increase of $25,746 in insurance reimbursements in the Traffic Signals project; an increase of $127,644 in Parking Fund revenue in the Seminole Boat Launch Maintenance project; and an increase of $283,250 in grant revenues in the Parks and Beautification project. First Quarter Budget Review Fiscal Year 2023-24 Special Program Fund The Special Program Fund reflects a net budget increase of $5,428,078 at first quarter. Significant amendments include an increase of $1,637,567 in HUD revenue for the HOME-ARP program as previously approved by the Council; $40,000 transferred from the General Fund for policing at special events, $48,930 in public safety grant/governmental revenues and agency assistance programs; $290,686 in FEMA reimbursement revenues; $663,063 in contractual service revenue for police extra duty; $296,284 in opioid settlement funds received; $6,800 in donation revenues to support Police programs; $3,600 in foreclosure registry fees collected; $395,606 in fines and court proceeds for public safety programs, lien foreclosures, and the tree replacement program; $54,600 in insurance reimbursements in the Police Vehicle Replacement program; $486,211 from the Juvenile Welfare Board for 2023/24 summer and after school programs; $21,528 in special events revenues; $13,947 in interest earnings; and $1,469,257 transferred between existing special programs. CITY OF CLEARWATER FIRST QUARTER SUMMARY 2023/24 FY 23/24 Variance %First Adopted Year to Date YTD Actual vs.YTD vs.Quarter Amended Description Budget Actual Adopted Budget Budget Adjustment Budget General Fund: Revenues 199,458,520 98,007,980 101,450,540 49%3,714,675 203,173,195 Expenditures 199,458,520 64,182,382 135,276,138 32%3,714,675 203,173,195 Utility Funds: Water & Sewer Fund Revenues 114,894,840 27,403,906 87,490,934 24%859,700 115,754,540 Expenditures 114,894,840 66,185,257 48,709,583 58%859,700 115,754,540 Stormwater Fund Revenues 18,684,120 4,741,754 13,942,366 25%144,048 18,828,168 Expenditures 17,685,150 10,574,395 7,110,755 60%144,048 17,829,198 Gas Fund Revenues 53,733,140 10,497,188 43,235,952 20%255,144 53,988,284 Expenditures 53,733,140 19,276,965 34,456,175 36%255,144 53,988,284 Solid Waste and Recycling Fund Revenues 36,353,830 7,810,910 28,542,920 21%173,085 36,526,915 Expenditures 36,353,830 13,162,837 23,190,993 36%173,085 36,526,915 Enterprise Funds: Marine Fund Revenues 7,007,270 1,474,022 5,533,248 21%45,158 7,052,428 Expenditures 7,007,270 2,313,403 4,693,867 33%45,158 7,052,428 Airpark Fund Revenues 262,000 79,362 182,638 30%1,325 263,325 Expenditures 173,760 58,376 115,384 34%14,165 187,925 Clearwater Harbor Marina Fund Revenues 1,136,500 260,675 875,825 23%18,231 1,154,731 Expenditures 1,130,850 399,746 731,104 35%18,231 1,149,081 Parking Fund Revenues 22,486,780 2,393,566 20,093,214 11%95,962 22,582,742 Expenditures 22,486,780 16,078,596 6,408,184 72%95,962 22,582,742 Internal Service Funds: General Services Fund Revenues 7,355,520 1,864,626 5,490,894 25%103,471 7,458,991 Expenditures 7,306,030 1,699,998 5,606,032 23%103,471 7,409,501 Administrative Services Revenues 17,398,400 4,251,660 13,146,740 24%328,986 17,727,386 Expenditures 17,260,770 4,542,775 12,717,995 26%328,986 17,589,756 Garage Fund Revenues 19,602,010 4,226,971 15,375,039 22%213,372 19,815,382 Expenditures 19,602,010 3,299,385 16,302,625 17%213,372 19,815,382 Central Insurance Fund Revenues 38,477,320 13,538,735 24,938,585 35%31,853 38,509,173 Expenditures 38,473,130 11,723,060 26,750,070 30%31,853 38,504,983 1 FIRST QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2023-24 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget .................................................................................................... 10 Other Enterprise Funds Operating Budgets ................................................................................. 14 Internal Service Funds Operating Budgets ................................................................................... 18 Capital Improvement Program Budget ........................................................................................ 22 Special Program Fund Budget ....................................................................................................... 37 Special Development Fund ........................................................................................................... 44 Administrative Change Orders ...................................................................................................... 47 Ordinances ..................................................................................................................................... 49 The amended 2023/24 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents three months, October 1, 2023, through December 31, 2023. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after December 31, 2023. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on October 2, 2023. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2023/24 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of October 1, 2023, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed. Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description - At first quarter,approximately 84%of property tax revenue has been received.As projected,most property tax payments are made within the first six months of the fiscal year. No amendment is proposed at this time. - At first quarter,approximately 37%of budgeted local option,fuel and other taxes revenues have been collected.As projected,most business tax receipts are received within the first three months of the fiscal year. No amendment is proposed at this time. 35,512 First quarter amendments to Transfer In revenues reflect a net increase of $35,511.72.Amendments include the following increases:1)$6,900.00 from the Special Program Fund to offset expenditures for software license fees in Economic Development and Housing;and 2) $28,611.72 from the Special Program Fund to offset training expenditures in the Fire Department. First quarter amendments reflect the appropriation of $3,679,163.00 from General Fund retained earnings. Amendments include the following: 250,000 1)An appropriation of $250,000.00 from fund reserves to provide funding for the Amplify Clearwater sublease agreement,as approved by the Council on November 2, 2023. 213,785 2)An appropriation of $213,785.00 from fund reserves to provide funding for capital project C2101,North Ward Preservation,to complete a building conditions assessment of North Ward School,as approved by the Council on February 15, 2024. 660,000 3)An appropriation of $660,000.00 from fund reserves to provide funding for capital project FD00190002,Fire Station 47 Replacement,as approved by the Council on March 7, 2024. Local Option, Fuel & Other Taxes Transfers In Transfer (to) from Surplus City of Clearwater General Fund RevenuesFirst Quarter Amendments FY 2023/24 Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund RevenuesFirst Quarter Amendments FY 2023/24 46,070 4)An appropriation of $46,070.00 from fund reserves to provide funding for the annual pay increases of the City Attorney and City Manager,as approved by the Council on October 18, 2023. 2,509,308 5)An appropriation of $2,509,308.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. 3,679,163 3,714,675 Net General Fund Revenue Amendment Net Transfer (to) from Retained Earnings Transfer (to) from Surplus (continued) 4 Increase/ (Decrease)Description 1,252 At first quarter,expenditures reflect an increase of $1,252.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 566,857 At first quarter,expenditures reflect a net increase of $566,857.00.Amendments include:1)an increase of $37,537.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023;2)an increase of $33,700.00 to salaries and wages for the City Manager's annual pay increase,as approved by the Council on October 18,2023;and 3)an increase of $495,620.00 transferred from the Office of Innovation to fund the costs of the Neighborhoods Division now budgeted in the City Manager's Office. 26,072 At first quarter,expenditures reflect a net increase of $26,072.00.Amendments include:1)an increase of $13,702.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7,2023;and 2) an increase of $12,370.00 to salaries and wages for the City Attorney's annual pay increase,as approved by the Council on October 18, 2023. 4,406 At first quarter,expenditures reflect an increase of $4,406.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 35,262 At first quarter,expenditures reflect an increase of $35,262.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 22,804 At first quarter,expenditures reflect an increase of $22,804.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. City Clerk City of Clearwater General Fund Expenditures First Quarter Amendments FY 2023/24 City Manager's Office City Council City Audit City Attorney's Office CRA Administration 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2023/24 54,692 At first quarter,expenditures reflect a net increase of $54,692.00.Amendments include:1)an increase of $6,900.00 to maintenance contracts to fund software license fees,which is offset by revenues recognizing the use of ARPA interest;and 2) an increase of $47,792.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 154,956 At first quarter,expenditures reflect an increase of $154,956.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 205,020 First quarter amendments reflect a net increase of $205,019.72. Amendments include:1)an increase of $28,611.72 to employee training,which is offset by revenues from the Special Program Fund;and 2)an increase of $176,408.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 72,984 At first quarter,expenditures reflect an increase of $72,984.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 281,045 At first quarter,expenditures reflect an increase of $281,045.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. (667,967) First quarter amendments to the Office of Innovation reflect a decrease of $667,967.00 transferring this budget to the City Manager's Office ($495,620)and Public Works ($172,347)to account for the reallocation of staff due to department reorganization approved by the Council on February 1, 2024. Finance Library Human Resources Fire Office of Innovation Economic Development and Housing 6 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2023/24 819,174 At first quarter,Parks and Recreation expenditures reflect 37% of total budget resulting from transfers to the capital fund occurring in the first period of the year. First quarter amendments reflect a net increase of $819,174.00. Amendments include:1)an increase of $250,000.00 to Payment to Agencies to fund the Amplify Clearwater sublease agreement, as approved by the Council on November 2,2023;and 2)an increase of $569,174.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 298,117 At first quarter,expenditures reflect an increase of $298,117.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 423,650 At first quarter,amendments reflect a net increase of $423,650.00.Amendments include:1)a net zero amendment decreasing the budget for event overtime by $40,000.00 transferred to special program PRSE240001,FY24 Special Events, to account for policing costs at the Sea-Blues Festival;and 2)an increase of $423,650.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 50,200 At first quarter,expenditures reflect an increase of $50,200.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 492,366 At first quarter,Public Works expenditures reflect 44%of total budget resulting from transfers to the capital fund occurring in the first period of the year. First quarter expenditures reflect an increase of $320,019.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7,2023;and an increase of $172,347.00 transferred from the Office of Innovation to fund the costs of the Sustainability Division now budgeted in the Public Works.Public Works Planning & Development Police Public Communications Parks & Recreation 7 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2023/24 At first quarter,Non-Departmental expenditures reflect 66%of total budget resulting from transfers occurring in the first period of the year. Amendments reflect City Council approved interfund transfers to capital improvement programs as follows: 213,785 1) A transfer of $213,785.00 to capital project C2101, North Ward Preservation, to fund a building conditions assessment of North Ward School, as approved by the Council on February 15, 2024. 660,000 2) A transfer of $660,000.00 to capital project FD00190002, Fire Station 47 Replacement, as approved by the Council on March 7, 2024. 873,785 3,714,675 Net General Fund Expenditure Non-Departmental 8 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 90,683,430 76,025,841 14,657,589 84%- 90,683,430 Utility Taxes 18,655,000 3,552,794 15,102,206 19%- 18,655,000 Local Option, Fuel and Other Taxes 6,300,000 2,299,990 4,000,010 37%- 6,300,000 Franchise Fees 11,220,000 1,935,088 9,284,913 17%- 11,220,000 Other Permits & Fees 3,934,500 820,633 3,113,867 21%- 3,934,500 Intergovernmental 29,859,340 4,977,063 24,882,277 17%- 29,859,340 Charges for Services 17,368,355 4,042,853 13,325,502 23%- 17,368,355 Judgments, Fines and Forfeitures 1,384,000 357,739 1,026,261 26%- 1,384,000 Miscellaneous Revenues 6,718,020 1,283,000 5,435,020 19%- 6,718,020 Transfers In 13,335,875 2,712,979 10,622,896 20%35,512 13,371,387 Total Revenues 199,458,520 98,007,980 101,450,540 49%35,512 199,494,032 Transfer (to) from Surplus - - - ~3,679,163 3,679,163 Adjusted Revenues 199,458,520 98,007,980 101,450,540 49%3,714,675 203,173,195 General Fund Expenditures City Council 553,197 171,985 381,212 31%1,252 554,449 City Manager's Office 1,085,258 336,799 748,459 31%566,857 1,652,115 City Attorney's Office 2,488,743 578,357 1,910,386 23%26,072 2,514,815 City Audit 461,573 93,237 368,336 20%4,406 465,979 City Clerk 1,420,406 276,201 1,144,205 19%35,262 1,455,668 CRA Administration 982,526 137,712 844,814 14%22,804 1,005,330 Economic Development and Housing 2,146,301 590,658 1,555,643 28%54,692 2,200,993 Finance 3,142,043 668,694 2,473,349 21%154,956 3,296,999 Fire 35,243,722 9,543,162 25,700,560 27%205,020 35,448,742 Human Resources 2,181,218 535,256 1,645,962 25%72,984 2,254,202 Library 9,110,053 2,213,268 6,896,785 24%281,045 9,391,098 Non-Departmental 12,725,240 8,351,283 4,373,958 66%873,785 13,599,025 Office of Innovation 1,003,260 183,204 820,056 18%(667,967) 335,293 Parks & Recreation 44,790,781 16,588,635 28,202,147 37%819,174 45,609,955 Planning & Development 8,577,878 1,875,351 6,702,527 22%298,117 8,875,995 Police 56,780,344 15,132,103 41,648,241 27%423,650 57,203,994 Public Communications 1,761,372 431,697 1,329,675 25%50,200 1,811,572 Public Utilities 445,580 105,135 340,445 24%- 445,580 Public Works 14,559,025 6,369,646 8,189,379 44%492,366 15,051,391 Total Expenditures 199,458,520 64,182,382 135,276,138 32%3,714,675 203,173,195 For the Three Month Period of October 1, 2023 - December 31, 2023 GENERAL FUND FIRST QUARTER REVIEW 9 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 107,302,650 26,274,461 81,028,189 24%- 107,302,650 Judgments, Fines and Forfeits 275,000 77,759 197,241 28%- 275,000 Miscellaneous 3,502,200 1,051,686 2,450,514 30%- 3,502,200 Transfers In - - - ~- - Fund Equity 3,814,990 - 3,814,990 0%859,700 4,674,690 Total Revenues 114,894,840 27,403,906 87,490,934 24%859,700 115,754,540 Water & Sewer Expenditures: Public Utilities Administration 4,313,747 849,398 3,464,349 20%54,007 4,367,754 Wastewater Collection 25,665,870 21,008,096 4,657,774 82%85,427 25,751,297 Public Utilities Maintenance 9,130,868 4,092,765 5,038,103 45%141,513 9,272,381 WPC / Plant Operations 21,999,320 9,500,405 12,498,915 43%176,444 22,175,764 WPC / Laboratory Operations 579,767 134,259 445,508 23%5,438 585,205 WPC / Industrial Pretreatment 1,023,207 240,374 782,833 23%20,262 1,043,469 Water Distribution 26,223,970 18,049,533 8,174,437 69%182,821 26,406,791 Water Supply 22,621,229 11,238,114 11,383,115 50%120,781 22,742,010 Reclaimed Water 3,336,862 1,072,313 2,264,549 32%73,007 3,409,869 Total Expenditures 114,894,840 66,185,257 48,709,583 58%859,700 115,754,540 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:859,700 Water and Sewer Fund Expenditures:859,700 For the Three Month Period of October 1, 2023 - December 31, 2023 At first quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $859,700.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $859,700.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7,2023.Year to date expenditures reflect 58%of total budget due to transfers to the capital fund which occur in the first period of the fiscal year. UTILITY FUNDS FIRST QUARTER REVIEW 10 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Three Month Period of October 1, 2023 - December 31, 2023 UTILITY FUNDS FIRST QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,720,120 4,476,243 13,243,877 25%- 17,720,120 Judgments, Fines and Forfeits 73,000 13,259 59,741 18%- 73,000 Miscellaneous 891,000 252,252 638,748 28%- 891,000 Transfers In - - - ~- - Fund Equity - - - ~144,048 144,048 Total Revenues 18,684,120 4,741,754 13,942,366 25%144,048 18,828,168 Stormwater Expenditures: Stormwater Management 11,487,288 9,311,627 2,175,661 81%20,658 11,507,946 Stormwater Maintenance 6,197,862 1,262,769 4,935,093 20%123,390 6,321,252 Total Expenditures 17,685,150 10,574,395 7,110,755 60%144,048 17,829,198 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:144,048 Stormwater Fund Expenditures:144,048 At first quarter, anticipated revenues of the Stormwater Fund exceed anticipated expenditures by $998,970 for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $144,048.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $144,048.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7,2023.Year to date expenditures reflect 60%of total budget due to transfers to the capital fund which occur in the first period of the fiscal year. 11 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Three Month Period of October 1, 2023 - December 31, 2023 UTILITY FUNDS FIRST QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 51,351,740 10,336,859 41,014,881 20%- 51,351,740 Judgments, Fines and Forfeits 100,000 19,380 80,620 19%- 100,000 Miscellaneous 691,290 140,948 550,342 20%- 691,290 Transfers In - - - ~- - Fund Equity 1,590,110 - 1,590,110 0%255,144 1,845,254 Total Revenues 53,733,140 10,497,188 43,235,952 20%255,144 53,988,284 Gas Expenditures: Administration & Supply 25,436,036 3,813,402 21,622,634 15%63,174 25,499,210 Pinellas Gas Operations 13,420,262 7,794,838 5,625,424 58%95,044 13,515,306 Pasco Gas Operations 8,417,065 5,450,209 2,966,856 65%69,907 8,486,972 Marketing & Sales 6,459,777 2,218,516 4,241,261 34%27,019 6,486,796 Total Expenditures 53,733,140 19,276,965 34,456,175 36%255,144 53,988,284 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:255,144 Gas Fund Expenditures:255,144 At first quarter, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $255,144.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $255,144.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 12 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Three Month Period of October 1, 2023 - December 31, 2023 UTILITY FUNDS FIRST QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 853 148 85%- 1,000 Charges for Service 27,735,010 7,365,937 20,369,073 27%- 27,735,010 Judgments, Fines and Forfeits 95,000 21,192 73,808 22%- 95,000 Miscellaneous 1,248,000 406,622 841,378 33%- 1,248,000 Transfers In - - - ~- - Solid Waste Revenues 29,079,010 7,794,604 21,284,406 27%- 29,079,010 Recycling Revenues: Other Permits and Fees 350 - 350 0%- 350 Intergovernmental - - - ~- - Charges for Service 2,653,170 7,235 2,645,935 0%- 2,653,170 Judgments, Fines and Forfeits 8,000 1,938 6,063 24%- 8,000 Miscellaneous 220,280 7,133 213,147 3%- 220,280 Transfers In - - - ~- - Recycling Revenues 2,881,800 16,306 2,865,494 1%- 2,881,800 Fund Equity 4,393,020 - 4,393,020 0%173,085 4,566,105 Total Revenues 36,353,830 7,810,910 28,542,920 21%173,085 36,526,915 Solid Waste Expenditures: Collection 20,410,477 4,399,099 16,011,378 22%116,245 20,526,722 Transfer 2,441,444 466,602 1,974,842 19%13,924 2,455,368 Container Maintenance 876,229 195,534 680,695 22%4,739 880,968 Administration 8,288,520 7,225,963 1,062,557 87%12,611 8,301,131 Solid Waste Expenditures 32,016,670 12,287,199 19,729,471 38%147,519 32,164,189 Recycling Expenditures: Residential 1,477,411 311,587 1,165,824 21%10,526 1,487,937 Multi-Family 394,181 87,727 306,454 22%3,691 397,872 Commercial 2,465,568 476,325 1,989,243 19%11,349 2,476,917 Recycling Expenditures 4,337,160 875,639 3,461,521 20%25,566 4,362,726 Total Expenditures 36,353,830 13,162,837 23,190,993 36%173,085 36,526,915 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:173,085 Solid Waste and Recycling Fund Expenditures:173,085 At first quarter, anticipated revenues of the Solid Waste and Recycling Fund equal anticipated expenditures for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $173,085.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $173,085.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 13 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 5,895,430 1,312,648 4,582,782 22%- 5,895,430 Judgments, Fines and Forfeits 1,000 50 950 5%- 1,000 Miscellaneous Revenue 530,500 146,324 384,176 28%- 530,500 Transfers In 15,000 15,000 - 100%- 15,000 Fund Equity 565,340 - 565,340 0%45,158 610,498 Total Revenues 7,007,270 1,474,022 5,533,248 21%45,158 7,052,428 Marine Expenditures: Marina Operations 7,007,270 2,313,403 4,693,867 33%45,158 7,052,428 Total Expenditures 7,007,270 2,313,403 4,693,867 33%45,158 7,052,428 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:45,158 Marine Fund Expenditures:45,158 For the Three Month Period of October 1, 2023 - December 31, 2023 ENTERPRISE FUNDS FIRST QUARTER REVIEW At first quarter, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $45,158.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $45,158.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 14 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Three Month Period of October 1, 2023 - December 31, 2023 ENTERPRISE FUNDS FIRST QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 1,033,500 230,940 802,560 22%- 1,033,500 Judgments, Fines and Forfeits 500 - 500 0%- 500 Miscellaneous Revenue 102,500 29,735 72,765 29%- 102,500 Transfers In - - - ~- - Fund Equity - - - ~18,231 18,231 Total Revenues 1,136,500 260,675 875,825 23%18,231 1,154,731 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 1,130,850 399,746 731,104 35%18,231 1,149,081 Total Expenditures 1,130,850 399,746 731,104 35%18,231 1,149,081 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:18,231 Clearwater Harbor Marina Fund Expenditures:18,231 At first quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $5,650 for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $18,231.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $18,231.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 15 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Three Month Period of October 1, 2023 - December 31, 2023 ENTERPRISE FUNDS FIRST QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service - - - ~- - Miscellaneous Revenue 262,000 79,362 182,638 30%- 262,000 Transfers In - - - ~- - Fund Equity - - - ~1,325 1,325 Total Revenues 262,000 79,362 182,638 30%1,325 263,325 Airpark Expenditures: Airpark Operations 173,760 58,376 115,384 34%14,165 187,925 Total Expenditures 173,760 58,376 115,384 34%14,165 187,925 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:1,325 Airpark Fund Expenditures:14,165 At first quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $75,400 for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $1,325.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. First quarter amendments to expenditures reflect a net increase of $14,165.00.Amendments include:1)a transfer of $12,840.00 to capital improvement project 94817,Airpark Maintenance and Repair,as approved by the Council on January 18,2024.This increase is offset by revenues budgeted in excess of expenditures this fiscal year;and 2)an increase of $1,325.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 16 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Three Month Period of October 1, 2023 - December 31, 2023 ENTERPRISE FUNDS FIRST QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 9,849,484 1,761,873 8,087,611 18%- 9,849,484 Judgments, Fines and Forfeits 1,357,706 414,480 943,226 31%- 1,357,706 Miscellaneous Revenue 518,000 217,214 300,786 42%- 518,000 Transfers In - - - ~- - Fund Equity 10,761,590 - 10,761,590 0%95,962 10,857,552 Total Revenues 22,486,780 2,393,566 20,093,214 11%95,962 22,582,742 Parking Expenditures Public Works/Parking System 19,925,598 15,439,880 4,485,718 77%30,476 19,956,074 Public Works/Parking Enforcement 1,109,050 215,097 893,953 19%25,034 1,134,084 Fire Dept/Beach Guards 1,293,527 369,189 924,338 29%40,094 1,333,621 M&A/Seminole Street Boat Ramp 158,605 54,431 104,174 34%358 158,963 Total Expenditures 22,486,780 16,078,596 6,408,184 72%95,962 22,582,742 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:95,962 Parking Fund Expenditures:95,962 At first quarter, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $95,962.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $95,962.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 17 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,980,520 1,763,988 5,216,532 25%- 6,980,520 Miscellaneous Revenues 375,000 100,638 274,362 27%- 375,000 Transfers In - - - ~- - Fund Equity - - - ~103,471 103,471 Total Revenues 7,355,520 1,864,626 5,490,894 25%103,471 7,458,991 General Services Expenditures: Administration 432,172 107,279 324,893 25%18,391 450,563 Building & Maintenance 6,873,858 1,592,719 5,281,139 23%85,080 6,958,938 Total Expenditures 7,306,030 1,699,998 5,606,032 23%103,471 7,409,501 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:103,471 General Services Fund Expenditures:103,471 At first quarter, anticipated revenues of the General Services Fund exceed anticipated expenditures by $49,490 for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $103,471.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $103,471.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the Three Month Period of October 1, 2023 - December 31, 2023 18 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the Three Month Period of October 1, 2023 - December 31, 2023 ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 16,982,400 4,152,780 12,829,620 24%- 16,982,400 Miscellaneous Revenues 416,000 98,880 317,120 24%- 416,000 Transfers In - - - ~- - Fund Equity - - - ~328,986 328,986 Total Revenues 17,398,400 4,251,660 13,146,740 24%328,986 17,727,386 Administrative Services Expenditures: Info Tech / Admin 679,033 223,691 455,342 33%15,859 694,892 Info Tech / Network Ops & User Suport 4,642,827 867,872 3,774,955 19%49,410 4,692,237 Info Tech / Network Security & Architecture 2,839,489 861,157 1,978,332 30%69,348 2,908,837 Info Tech / Solutions & Programming 934,558 322,524 612,034 35%31,420 965,978 Info Tech / Telecommunications - - - ~- - Info Tech / Enterprise Systems & Training 3,709,424 1,242,447 2,466,977 33%59,177 3,768,601 Public Comm / Courier 206,143 24,880 181,263 12%2,326 208,469 Clearwater Customer Service 4,249,296 1,000,204 3,249,092 24%101,446 4,350,742 Total Expenditures 17,260,770 4,542,775 12,717,995 26%328,986 17,589,756 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:328,986 Administrative Services Fund Expenditures:328,986 At first quarter,amendments to revenues reflect an allocation of $328,986.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $328,986.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $137,630 for fiscal year 2023/24. 19 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the Three Month Period of October 1, 2023 - December 31, 2023 GARAGE FUND Garage Fund Revenues Charges for Service 18,748,510 4,073,589 14,674,921 22%- 18,748,510 Miscellaneous Revenues 753,000 153,381 599,619 20%- 753,000 Transfers In - - - ~- - Fund Equity 100,500 - 100,500 0%213,372 313,872 Total Revenues 19,602,010 4,226,971 15,375,039 22%213,372 19,815,382 Garage Fund Expenditures: Fleet Maintenance 17,909,676 3,163,937 14,745,739 18%212,702 18,122,378 Radio Communications 1,692,334 135,448 1,556,886 8%670 1,693,004 Total Expenditures 19,602,010 3,299,385 16,302,625 17%213,372 19,815,382 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:213,372 Garage Fund Expenditures:213,372 At first quarter, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2023/24. At first quarter,amendments to revenues reflect a net increase of $213,372.00.Amendments include:1)an allocation of $147,630.00 from reserves to fund the replacement of above ground fuel tanks at the Solid Waste Fuel Site,as approved by the Council on October 5,2023;and 2)an allocation of $65,742.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,amendments to Garage Fund expenditures reflect a net increase of $213,372.00.Amendments include:1) a transfer of $147,630.00 to capital improvement project C2305,Fuel Site Replacement,as approved by the Council on October 5,2023;and 2)an increase of $65,742.00 to salaries and wages per the classification and compensation study,as approved by the Council on December 7, 2023. 20 2023/24 Variance %2023/24 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the Three Month Period of October 1, 2023 - December 31, 2023 CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 37,633,320 8,729,442 28,903,878 23%- 37,633,320 Miscellaneous Revenues 844,000 4,809,293 (3,965,293) 570%- 844,000 Transfers In - - - ~- - Fund Equity - - - ~31,853 31,853 Total Revenues 38,477,320 13,538,735 24,938,585 35%31,853 38,509,173 Central Insurance Expenditures: Finance / Risk Management 456,593 100,881 355,712 22%17,809 474,402 HR / Employee Benefits 464,359 71,006 393,353 15%14,044 478,403 HR / Employee Health Clinic 1,730,900 146,179 1,584,721 8%- 1,730,900 Non-Departmental 35,821,278 11,404,995 24,416,283 32%- 35,821,278 Total Expenditures 38,473,130 11,723,060 26,750,070 30%31,853 38,504,983 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:31,853 Central Insurance Fund Expenditures:31,853 At first quarter, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $4,190 for fiscal year 2023/24. At first quarter,amendments to revenues reflect an allocation of $31,853.00 from fund reserves to provide funding for the implementation strategy outlined in the classification and compensation study,as approved by the Council on December 7, 2023. At first quarter,expenditures reflect an increase of $31,853.00 to salaries and wages per the classification and compensation study, as approved by the Council on December 7, 2023. 21 CAPITAL IMPROVEMENT PROGRAM First Quarter Summary FY 2023/24 22 The amended 2023/24 Capital Improvement Program budget report is submitted for the City Council's first quarter review. The proposed amendment is a net budget increase in the amount of $6,351,013. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity:  Police Equipment Replacement – a budget increase of $25,890 in grant and equipment reimbursements.  Pinellas New Mains/Service Lines – a budget increase of $152,689 in property owners share revenue.  Allen’s Creek – a budget increase of $44,000 in stormwater revenue.  Traffic Signals – a budget increase of $25,746 in insurance reimbursements revenue.  Seminole Boat Launch Maintenance – a budget increase of $127,644 in parking revenue.  Parks & Beautification – a budget increase of $283,250 in CDBG grant from the special program fund. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval  North Ward Preservation $213,785 02/15/24  Fuel Site Replacement $147,630 10/05/23  Motorized Equipment Purchase – Lease Purchase $428,152 12/07/23  Fire Station 47 Replacement $1,790,000 03/07/24  Airpark Maintenance & Repair $64,200 01/18/24  Aviation Operation Center $800,000 02/15/24  Airpark Property Survey $100,000 02/15/24  Mercado – Downtown Gateway $1,154,763 02/15/24  Park Land Acquisition $620,000 11/16/23  South Basin Attenuator $302,106 11/16/23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment City-wide Connectivity 1 94729 561,000 To record a budget transfer of $134,000.00 in administrative revenue from project M1911,IT Disaster Recovery and a budget transfer of $427,000.00 in administrative revenue from project M2202, Telecommunications Upgrade.561,000 Microsoft Licensing / Upgrades 2 94830 (157,000) To record a budget transfer of $157,000.00 in administrative revenue to project 94873,Citywide-Camera System.(157,000) City-wide Camera System 3 94873 189,000 To record a budget transfer of $157,000.00 in administrative revenue from project 94830,Microsoft Licensing/Upgrades and a budget transfer of $32,000.00 in administrative revenue from project 94874,City Enterprise Timekeeping System.189,000 City Enterprise Timekeeping System 4 94874 (32,000) To record a budget transfer of $32,000.00 in administrative revenue to project 94873, City-wide Camera System.(32,000) Beach Radio Tower -CLOSE PROJECT 5 C1901 (852,370) To record a budget transfer of $852,370.00 in garage revenue to project C2305,Fuel Site Replacement,as approved by council on October 5th,2023.This will close the project.(852,370) Citywide Audio/Visual Solutions 6 C2007 (200,000) To record a budget transfer of $200,000.00 in administrative revenue to project M1912,Network Infrastructure & Server R&R.(200,000) North Ward Preservation 7 C2101 213,785 To record a budget increase of $213,785.00 in General Fund revenue,as approved by council on February 15th, 2024.213,785 City Hall Demolition - CLOSE PROJECT 8 C2212 (43,398) To record a budget transfer of $43,397.51 in General Fund revenue to project FD001900002 Fire Station 47 Replacement. This will close the project.(43,398) CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Fuel Site Replacement - NEW PROJECT 9 C2305 147,630 852,370 To establish the project and record a budget transfer of $852,370.00 in garage revenue from project C1901,Beach Radio Tower and a budget increase of 147,630.00 in garage reserves, as approved by council on October 5th, 2023.1,000,000 Telecommunications Upgrade 10 M2202 (427,000) To record a budget transfer of $427,000.00 in administrative revenue to project 94729,City-wide Connectivity.(427,000) IT Disaster Recovery 11 M1911 (134,000) To record a budget transfer of $134,000.00 in administrative revenue to project 94729,City-wide Connectivity.(134,000) Network Infrastructure & Server R&R 12 M1912 200,000 To record a budget transfer of $200,000.00 in administrative revenue from project C2007,Citywide Audio/Visual Solutions.200,000 Garage - Off Cycle Replacements 13 L1911 13,800 To record a budget increase of $13,800.00 in insurance proceeds to bring the budget in line with actual revenues received.13,800 Motorized Equipment Purchases - Lease Purchase 14 L2301 428,152 To record a budget increase of $428,152.00 in lease purchase revenue,as approved by council December 7, 2023.428,152 Police Equipment Replacement 15 P1802 25,890 To record a budget increase of $20,415.00 in grant reimbursements for a drone and $5,475.00 in surplus machinery and equipment for trade-in credit.This will bring the budget in line with actual revenues received.25,890 Thermal Imaging Cameras 16 91260 17,720 To record a budget increase of $17,719.90 in surplus machinery and equipment revenue for equipment trade-in credit to bring the budget in line with actual revenues received.17,720 24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Fire Station 46 - Beach 17 FD00190001 (430,000) To record a budget transfer of $430,000 in General Fund revenue to project FD190002, Fire Station 47 Replacement.(430,000) Fire Station 47 Replacement 18 FD00190002 1,790,000 473,398 To record a budget increase of $2,263,397.51 representing the following amendments:1)an increase of $1,130,00.00 in reimbursement revenues from Pinellas County EMS Tax; 2)$43,397.51 in General Fund revenue transferred from project C2212,City Hall Demolition;3)$430,000 in General Fund revenue transferred from project FD00190001,Fire Station 46 -Beach;and 4)an increase of $660,000.00 in General Fund revenue,as approved by council March 7th, 2024.2,263,398 Automated External Defibrillator Program 19 91257 14,000 To record a budget increase of $14,000.00 in surplus machinery and equipment revenue for equipment trade-in credit to bring the budget in line with actual receipts received.14,000 Pinellas New Mains / Service Lines 20 96377 152,689 To record a budget increase of $152,688.52 in property owners share revenue to bring the budget in line with actual receipts received.152,689 Solid Waste Truck Wash Facility - NEW PROJECT 21 C2411 536,797 To establish the project and record a budget transfer of $536,796.92 in solid waste revenue from project SRTS180001, Solid Waste Transfer Station Rebuild.536,797 Solid Waste Transfer Station Rebuild -CLOSE PROJECT 22 SRTS180001 (536,797) To record a budget transfer of $536,796.92 in solid waste revenue to project C2411,Solid Waste Truck Wash Facility. This project is complete and will be closed.(536,797) Sanitary Sewer Upgrades/Improvement 23 96212 (30,649) To record a budget transfer of $30,649.00 in sewer revenue to project C2407, Nash Street.(30,649) Public Utility Administrative Building - CLOSE PROJECT 24 96526 (1,104,306) To record a budget transfer of $610,000.00 in water revenue and a transfer of $494,306.00 in sewer revenue to project C2412,Enterprise Asset Management.This will close the project.(1,104,306) 25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Sanitary Sewer Relocation 25 96634 258,673 To record a budget transfer of $258,672.55 in Utility R&R from project C2103, Downtown Streetscaping.258,673 Sanitary Sewer R&R 26 96665 (1,382,903) To record a budget transfer of $882,903.00 in sewer revenue to project C2412,Enterprise Asset Management and a budget transfer of $500,000.00 in Utility R&R to project 96784, Reclaim Water Distribution System R&R.(1,382,903) System R & R - Maintenance 27 96721 481,104 To record a budget transfer of $481,103.77 in Utility R&R from project C2103, Downtown Streetscaping.481,104 Reclaimed Water Distribution System 28 96739 (126,906) To record a budget transfer of $126,906.20 in water revenue to project C2407, Nash Street.(126,906) Water System Upgrades/Improvements 29 96783 (12,176) To record a budget transfer of $12,175.50 in water revenue to project, C2407 Nash Street.(12,176) Reclaim Water Distribution System R&R 30 96784 845,416 To record a budget transfer of $500,000.00 in Utility R&R from project 96665,Sanitary Sewer R&R and a budget transfer of $345,415.88 in Utility R&R from project C2103, Downtown Streetscaping.845,416 Enterprise Asset Management - NEW PROJECT 31 C2412 1,987,209 To record a net increase of $1,987,209.00 representing the following transfers:1)$610,000.00 in water revenue and $494,306.00 in sewer revenue from project 96526,Public Utility Administrative Building;and 2)$882,903.00 in sewer revenue from project 96665, Sanitary Sewer R&R.1,987,209 Stormwater Vehicles & Equipment 32 C1908 612,951 To record a budget transfer of $612,950.63 in stormwater revenue from project C2103, Downtown Streetscaping.612,951 Stormwater Pipe System Improvements 33 ENST180001 (1,563,000) To record a budget transfer of $1,063,000.00 in stormwater revenue to project C2407,Nash Street and a budget transfer of $500,000.00 in stormwater revenue to project ENST180004, Stevenson Creek.(1,563,000) 26 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Allen's Creek 34 ENST180002 44,000 92,000 To record a budget increase of $44,000.00 in stormwater revenue transferred from project FD00190001,Fire Station 46 -Beach,and a budget transfer of $92,000.00 from project ENST180003, Stormwater System Expansion.136,000 Stormwater System Expansion 35 ENST180003 (92,000) To record a budget transfer of $92,000.00 in stormwater revenue to project ENST180002, Allen's Creek.(92,000) Stevenson Creek 36 ENST180004 500,000 To record a budget transfer of $500,000.00 in stormwater revenue from project ENST180001,Stormwater Pipe System Improvements.500,000 Alligator Creek Watershed 37 ENST180006 (111,395) To record a budget transfer of $111,394.82 in stormwater revenue to project C2407, Nash Street.(111,395) Clearwater Municipal Cemetery Renovation 38 M2210 20,000 To record a budget increase of $20,000.00 in administrative services revenue transferred from project 94736, Geographic Information System as approved by council December 7, 2023.20,000 Downtown Streetscaping 39 C2103 (1,698,143) To record a net decrease of $1,698,142.93 representing the following transfers:1)$481,103.77 in Utility R&R to project 96721,System R&R Maintenance;2)$345,415.88 in Utility R&R to project 96784,Reclaimed Water Distribution System R&R ;3)$258,672.55 in Utility R&R to project 96634,Sanitary Sewer Relocation;and 4)$612,950.63 in stormwater revenue to project C1908,Stormwater Vehicles and Equipment.(1,698,143) Nash Street 40 C2407 1,344,126 To record a net increase of $1,344,125.52 representing the following transfers:1)$30,649.00 in sewer revenue from project 96212,Sanitary Sewer Upgrades/Improvements;2) $126,906.20 in water revenue from project 96739, Reclaimed Water Distribution System;3)$12,175.50 in Water Revenue from project 96783,Water System Upgrades/Improvements;4)1,063,000.00 in stormwater revenue from project ENST180001,Stormwater Pipe System Improvements;and 5)$111,394.82 from project ENST180006, Alligator Creek Watershed.1,344,126 27 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Streets and Sidewalks 41 ENRD180004 - To record a budget transfer of $490,000.00 in multimodal impact fees from project ENRD180007,Traffic Safety Infrastructure and a transfer of $490,000 in road millage revenue to project ENRD180007,Traffic Safety Infrastructure. These transfers net to zero.- Traffic Signals 42 ENRD180006 25,746 To record a budget increase of $25,746.10 in insurance reimbursement revenue received for damaged traffic signals.25,746 Traffic Safety Infrastructure 43 ENRD180007 1,013 To record a net increase of $1,013.07 representing the following amendments:1)a transfer of $490,000.00 in multimodal impact fees to project ENRD180004,Streets and Sidewalks;2)a transfer of $490,000 in road drainage millage from project ENRD180004,Streets and Sidewalks; and 3)an increase of $1,013.07 consisting of $284.85 from private insurance reimbursements and $728.22 from risk insurance reimbursements for damaged signs and pedestrian signals.1,013 Airpark Maintenance & Repair 44 94817 64,200 To record a budget increase of $51,360.00 in FDOT grant revenue and $12,840.00 in airpark revenue,as approved by council on January 18th, 2024.64,200 Aviation Operation Center 45 G2307 800,000 To record a budget increase of $640,000.00 in FDOT grant revenue and $160,000.00 in reimbursement revenue from FlyUSA as approved by council on February 15th, 2024.800,000 Airpark Property Survey - NEW PROJECT 46 G2409 100,000 To establish the project and record a budget increase of $80,000.00 in FDOT grant revenue and $20,000.00 in reimbursement revenue from FlyUSA as approved by council on February 15th, 2024.100,000 Seminole Boat Launch Maintenance 47 M2102 127,644 To record a budget increase of $127,643.99 in parking revenue to bring the budget in line with revenues received.127,644 28 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Mercado-Downtown Gateway - NEW PROJECT 48 C2105 1,154,763 To establish the project and record a budget increase of $1,154,762.61 in CRA TIF funds as approved by council on February 15th, 2024.1,154,763 Park Land Acquisition 49 93133 620,000 To record a budget increase of $620,000.00 in open space impact fees revenue,as approved by council on November 16, 2023.620,000 Parks & Beautification R&R 50 M2206 283,250 To record a budget increase of $283,250.00 in special program fund revenue to recognize the CDBG funds received for Ross Norton pier and playground renovations.283,250 Clearwater Harbor Marina Maintenance R&R 51 93410 2,126 To record a budget increase of $2,125.73 in reimbursement revenue to bring the budget in line with actual receipts received. 2,126 Athletic Fields & Facility Renovation/Improvements 52 C2001 (600,000) To record a budget transfer of $600,000.00 in penny revenue to project M2204,Carpenter &BayCare R&R as approved by council on November 2, 2023.(600,000) South Basin Attenuator - NEW PROJECT 53 C2409 302,106 To establish the project and record a budget increase of $302,106.00 to recognize revenues anticipated from insurance reimbursements and/or FEMA,as approved by council on November 16, 2023.302,106 Marine Facility Maintenance Dock R&R 54 M1902 2,500 To record a budget increase of $2,500.00 in reimbursement revenue to bring the budget in line with actual receipts received.2,500 Carpenter & BayCare R&R 55 M2204 600,000 To record a budget transfer of $600,000.00 in penny revenue from project C2001,Athletic Fields &Facility Renovation/Improvements as approved by council on November 2, 2023.600,000 6,351,013 - 6,351,013 TOTAL 29 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2023/24 Fire Station 46 - Beach FD00190001 44,000 To record a transfer of $44,000.00 in stormwater revenue to project ENST180002, Allen's Creek. Geographic Information Systems 94736 20,000 To record a transfer of $20,000.00 in administrative revenue to M2210, Municipal Cemetery Improvements. TOTAL INTERFUND TRANSFERS:64,000 INTERFUND TRANSFERS 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Budget Revised Project Open Available Amend Description 10/1/23 Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demolition 75,000 - 75,000 - - 75,000 94233 Motorized Equip-Cash 2,884,601 - 2,884,601 2,678,434 19,765 186,402 94246 Fleet Management & Mapping 710,000 - 710,000 615,964 5,189 88,848 94729 City-wide Connectivity 5,823,089 561,000 6,384,089 4,538,256 - 1,845,833 1 94736 Geographic Information Sys 1,410,997 - 1,410,997 934,455 - 476,542 94828 Financial Systems Upgrades 4,308,165 - 4,308,165 2,826,914 - 1,481,251 94829 CIS Upgrades / Replacement 1,532,376 - 1,532,376 650,388 93,400 788,588 94830 MS Licensing / Upgrades 1,400,000 (157,000) 1,243,000 842,601 - 400,399 2 94850 Backfile Conversion of Records 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 700,000 - 700,000 328,512 - 371,488 94873 City-wide Camera System 560,000 189,000 749,000 289,590 - 459,410 3 94874 City Enterprise Timekeep Sys 435,000 (32,000) 403,000 202,802 - 200,198 4 94880 Granicus Agenda Mgt Sys 285,000 - 285,000 41,136 - 243,864 94883 Business Proc Review & Improve 1,375,735 - 1,375,735 478,245 156,157 741,333 94888 City EOC & Disaster Recovery Fac 3,360,000 - 3,360,000 3,199,825 - 160,175 C1901 Beach Radio Tower 852,370 (852,370) - - - - C 5 C2004 Lift Stations - General Gov 2,320,000 - 2,320,000 176,562 - 2,143,438 C2006 ADA Transition Plan 1,500,000 - 1,500,000 383,657 - 1,116,343 C2007 Citywide Audio/Visual Solutions 565,053 (200,000) 365,053 64,111 - 300,942 6 C2101 North Ward Preservation 77,920 213,785 291,705 64,687 - 227,018 7 C2106 Greenprint Implementation 857,848 - 857,848 610,581 77,629 169,638 C2212 City Hall Demolition 850,000 (43,398) 806,602 806,602 - C 8 C2305 Fuel Site Replacement 1,000,000 1,000,000 2,000,000 36,429 877,711 1,085,860 9 G2211 ARPA Fiber Upgrades 3,500,000 - 3,500,000 298,580 534,795 2,666,625 G2214 ARPA Solar Panels 2,000,000 - 2,000,000 - - 2,000,000 ENGF220001 New City Hall 28,700,300 - 28,700,300 720,388 2,953,979 25,025,933 ENGF230001 MSB Renovations 10,000,000 - 10,000,000 - 773,713 9,226,287 GSBM180001 Air Cond Replace-City Wide 2,529,436 - 2,529,436 1,621,487 31,580 876,369 GSBM180002 Flooring for Facilities 1,927,837 - 1,927,837 1,521,430 85,880 320,527 GSBM180003 Roof Repair and Replacement 3,479,213 - 3,479,213 2,496,688 11,574 970,952 GSBM180004 Painting of Facilities 1,117,923 - 1,117,923 577,382 76,046 464,494 GSBM180005 Fencing of Facilities 193,170 - 193,170 73,199 - 119,970 GSBM180006 Light Replacement & Repair 828,197 - 828,197 494,001 - 334,195 GSBM180007 Elevator Refurbish/Modern 960,576 - 960,576 80,818 8,400 871,358 GSBM180008 Building Systems 2,768,377 - 2,768,377 915,857 40,375 1,812,145 GSBM180009 New A/C Chiller System 5,900,000 - 5,900,000 1,804,663 444,788 3,650,550 GSBM180010 General Services R&R 700,000 - 700,000 414,201 - 285,799 GSBM180011 Generator Maintenance 690,000 - 690,000 78,003 - 611,997 GSBM180012 General Faci Bldg Major Reno 3,585,242 - 3,585,242 627,346 - 2,957,897 GSFL180001 Fleet Facility R&R 944,520 - 944,520 148,921 12,992 782,607 L1906/M2202 Telecommunications Upgrade 2,369,047 (427,000) 1,942,047 435,280 - 1,506,767 10 L1907/M1911 IT Disaster Recovery 905,396 (134,000) 771,396 308,691 29,687 433,018 11 L1908/M1912 Network Infra & Server R&R 3,191,417 200,000 3,391,417 2,979,627 4,466 407,324 12 L1910 Motorized Equip Replace - LP 31,663,827 - 31,663,827 18,601,001 8,652,626 4,410,199 L1911 Garage - Off Cycle Replacements 640,000 13,800 653,800 575,338 - 78,462 13 L2301 Motorized Equip Purchases - LP 4,548,350 428,152 4,976,502 1,280,435 1,375,648 2,320,420 14 M1914 Sustainability Initiatives 200,000 - 200,000 146,710 - 53,290 M2007 City EOC Maintenance 150,000 - 150,000 36,284 - 113,716 L2001/M2010 P25 Radio Equipment & Infrast 4,507,104 - 4,507,104 2,924,707 52,082 1,530,315 M2201 Studio/Production Eqp.81,344 - 81,344 - - 81,344 M2211 Neighborhood Reinvest Fund 200,000 - 200,000 - - 200,000 Sub-Total 151,664,429 759,969 152,424,398 59,122,831 16,318,480 76,983,087 Actual Expenditures 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Budget Revised Project Open Available Amend Description 10/1/23 Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Police Protection 94238 Police Vehicles 2,952,032 - 2,952,032 2,538,530 108,980 304,522 C2201 Police CAD Replacement 900,000 - 900,000 312,791 317,615 269,594 C2206 PD Equipment Facility 750,000 - 750,000 - - 750,000 P1802 Police Equipment Replacement 985,547 25,890 1,011,437 803,225 - 208,212 15P1902Police Information Systems 475,000 - 475,000 376,790 - 98,210 P2102 Training Range Sound Mitigation 820,000 - 820,000 801,742 - 18,258 PD00180001 Police District 3 Station 13,050,000 - 13,050,000 12,486,648 498,985 64,367 Sub-Total 19,932,579 25,890 19,958,469 17,319,726 925,580 1,713,163 Fire Protection 91218 Fire Engine Replacement 5,029,176 - 5,029,176 4,206,250 773,138 49,789 91244 Aerial Truck 2,653,479 - 2,653,479 2,653,479 - - C 91260 Thermal Imaging Cameras 346,490 17,720 364,210 236,266 - 127,944 16 91261 Personal Protection Equip 2,814,250 - 2,814,250 2,380,071 - 434,179 91264 Fire Hose Replacement 551,460 - 551,460 344,312 - 207,148 C2207 FD Equipment Facility 750,000 - 750,000 13,582 - 736,418 C2410 Fire Squad Replacement - - - - 1,714,452 (1,714,452) FD00190001 Fire Station 46 - Beach 10,350,693 (430,000) 9,920,693 9,678,989 115,148 126,556 17 FD00190002 Fire Station 47 Replacement 8,120,127 2,263,398 10,383,525 1,255,820 62,112 9,065,593 18 M2005 Fire Training Tower 430,286 - 430,286 67,787 34,040 328,459 Sub-Total 31,045,961 1,851,117 32,897,079 20,836,555 2,698,890 9,361,633 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,534,314 - 1,534,314 973,141 - 561,173 91236 Rescue Vehicle 1,164,500 - 1,164,500 495,780 327,648 341,072 91257 AED Program 340,510 14,000 354,510 279,236 - 75,274 19 91263 Extrication Tools 177,000 - 177,000 175,143 - 1,857 ENGF190002 Beach Guard Tower 390,239 - 390,239 253,420 - 136,819 ENGF200002 Beach Guard Admin Building 185,000 - 185,000 65,660 - 119,340 Sub-Total 3,791,563 14,000 3,805,563 2,242,379 327,648 1,235,535 Gas Utility Services 96358 Environmental Remediation 2,134,794 - 2,134,794 1,972,960 8,710 153,123 96365 Line Relocation-Pinellas Maint 861,569 - 861,569 591,950 - 269,619 96367 Gas Meter Change Out-Pinellas 4,963,000 - 4,963,000 4,473,446 - 489,554 96374 Line Relocation-Pinellas Capital 3,633,500 - 3,633,500 2,807,430 16,100 809,970 96376 Line Relocation - Pasco Maint 386,384 - 386,384 146,395 - 239,989 96377 Pinellas New Mains / Serv Lines 51,459,056 152,689 51,611,744 38,901,016 85,497 12,625,232 20 96378 Pasco New Mains / Serv Lines 31,036,207 - 31,036,207 26,076,923 92,313 4,866,970 96379 Pasco Gas Meter Change Out 1,792,821 - 1,792,821 929,973 - 862,848 96381 Line Reloc-Pasco-Capitalized 2,147,300 - 2,147,300 1,278,075 - 869,225 96382 Gas Inventory - Work Mgmt Sys 3,242,000 - 3,242,000 856,268 - 2,385,732 96384 Gas System - Pinellas Building 28,857,855 - 28,857,855 28,069,261 - 788,594 96385 Gas Main Extensions 1,807,845 - 1,807,845 1,547,495 - 260,350 96386 Expanded Energy Conservation 17,378,589 - 17,378,589 12,535,083 - 4,843,506 96387 Natural Gas Vehicle 7,884,584 - 7,884,584 6,573,611 374,050 936,922 96389 Future IMS Software & Hardware 1,500,000 - 1,500,000 361,793 - 1,138,207 96391 Gas System Pasco Building 1,200,000 - 1,200,000 1,392 - 1,198,608 C2301 Pasco Gate Station 1,500,000 - 1,500,000 - - 1,500,000 M1904 Pinellas Building Equip R&R 1,200,000 - 1,200,000 - - 1,200,000 Sub-Total 162,985,503 152,689 163,138,191 127,123,072 576,670 35,438,450 32 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Budget Revised Project Open Available Amend Description 10/1/23 Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Solid Waste Control Services C2005 Underground Refuse Program 1,900,862 - 1,900,862 1,214,723 83,736 602,404 C2302 Rebuild SW Adm Comp 15,360,526 - 15,360,526 16,499 12,864 15,331,164 C2411 Solid Waste Truck Wash Facility - 536,797 536,797 - - 536,797 21 M2301 SW Facility R&R 400,000 - 400,000 14,825 45,724 339,451 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 (536,797) 19,113,333 19,073,488 39,845 0 C 22 Sub-Total 37,311,517 - 37,311,517 20,319,534 182,168 16,809,815 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 20,170,431 (30,649) 20,139,782 8,805,548 5,672,132 5,662,102 23 96213 Marshall Street Upgrades/Impr 21,844,299 - 21,844,299 12,161,509 3,670,059 6,012,731 96214 East Plant Upgrades/Improve 6,150,000 - 6,150,000 677,858 133,222 5,338,919 96215 N.E. Plant Upgrades/Improve 31,024,945 - 31,024,945 20,082,362 2,722,301 8,220,282 96216 Laboratory Upgrade/Improve 1,155,079 - 1,155,079 12,168 - 1,142,912 96217 Pump Station R&R 1,350,192 - 1,350,192 1,102,708 - 247,485 96523 Pub Utilities Adm Bldg R&R 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 1,104,306 (1,104,306) - - - - C 24 96630 Sanitary Sewer Extension 14,257,148 - 14,257,148 12,615,157 4,557 1,637,435 96634 Sanitary Sewer Relocation 4,400,885 258,673 4,659,557 3,569,627 123,772 966,158 25 96645 Laboratory Upgrade & R&R 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 12,029,876 - 12,029,876 10,588,663 296,536 1,144,678 96664 Water Pollution Control R & R 32,581,864 - 32,581,864 21,229,725 4,515,624 6,836,515 96665 Sanitary Sewer R&R 97,858,508 (1,382,903) 96,475,605 60,499,886 27,763,580 8,212,139 26 96686 Pump Station Replacement 19,776,162 - 19,776,162 6,505,761 10,891,125 2,379,276 96721 System R & R - Maintenance 19,282,716 481,104 19,763,819 8,619,371 1,309,170 9,835,279 2796722Line Relocation - Maintenance 5,606,588 - 5,606,588 3,630,489 66,181 1,909,918 96739 Reclaimed Water Dist Sys 55,116,014 (126,906) 54,989,107 46,549,602 7,848,239 591,266 28 96742 Line Relocation-Capitalized 9,693,095 - 9,693,095 4,255,721 - 5,437,374 96744 System Expansion 4,181,043 - 4,181,043 3,633,998 - 547,045 96764 RO Plant Exp Res #1 21,727,067 - 21,727,067 13,243,654 - 8,483,413 96767 RO Plant at Res #2 45,038,939 - 45,038,939 42,000,865 756,835 2,281,240 96773 Groundwater Replenishm Fac 6,264,570 - 6,264,570 5,917,653 2,987 343,930 96782 RO Plant @WTP #3 4,511,854 - 4,511,854 1,682,812 537,569 2,291,473 96783 Water Sys Upgrades/Improve 9,236,100 (12,176) 9,223,925 2,993,945 621,395 5,608,584 29 96784 Reclaim Water Distrib Sys R&R 5,842,078 845,416 6,687,494 1,544,552 1,591,628 3,551,314 30 96785 Feasibility Studies/Evalu - Water 3,805,000 - 3,805,000 2,448,986 40,563 1,315,451 96786 Devices/Equipments - Water 1,250,000 - 1,250,000 - - 1,250,000 C2412 Enterprise Asset Management - 1,987,209 1,987,209 - - 1,987,209 31 G2206 Portable Generators 771,000 - 771,000 - 212,380 558,620 L1904/L1905 /M2008 Vehicle & Equip-Sewer 1,077,913 - 1,077,913 1,000,239 - 77,674 M1905 Marshall Street Plant R&R 4,160,000 - 4,160,000 456,642 - 3,703,358 M1906 Northeast Plant R&R 2,279,313 - 2,279,313 431,377 - 1,847,936 M1907 East Plant R&R 5,165,000 - 5,165,000 453,751 81,147 4,630,102 M1908 RO Plant Exp Res #1 R&R 1,300,000 - 1,300,000 47,996 - 1,252,004 M1909 RO Plant at Res #2 R&R 1,250,000 - 1,250,000 354,765 - 895,235 M1910 Water Treatment Plant #3 R&R 898,851 - 898,851 152,278 - 746,573 M2103 Utilities Bldg & Maint 1,905,000 - 1,905,000 342,740 77,581 1,484,679 Sub-Total 475,769,299 915,462 476,684,760 299,175,861 68,938,582 108,570,317 33 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Budget Revised Project Open Available Amend Description 10/1/23 Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 5,795,930 612,951 6,408,881 4,499,484 654,027 1,255,369 32 ENST180001 Stormwater Pipe System Improve 16,653,157 (1,563,000) 15,090,157 4,864,924 1,828,775 8,396,458 33 ENST180002 Allen's Creek 6,808,982 136,000 6,944,982 2,849,189 51,284 4,044,509 34 ENST180003 Stormwater System Expansion 662,055 (92,000) 570,055 50,853 - 519,202 35 ENST180004 Stevenson Creek 3,731,316 500,000 4,231,316 179,972 473,502 3,577,842 36 ENST180005 Coastal Basin 5,052,570 - 5,052,570 2,824,148 234,220 1,994,202 ENST180006 Alligator Creek Watershed 3,522,592 (111,395) 3,411,197 534,094 102,383 2,774,720 37 ENST180010 Lower Spring Branch Improve 5,459,000 - 5,459,000 358,144 94,750 5,006,106 Sub-Total 47,685,603 (517,444) 47,168,158 16,160,808 3,438,941 27,568,409 Other Physical Environment 93422 Dredging of City Waterways 1,446,204 - 1,446,204 483,487 - 962,717 C2208 Coopers Point 1,877,440 - 1,877,440 - - 1,877,440 C2214 Public Works Complex 4,437,278 - 4,437,278 - - 4,437,278 ENGF180006 City-wide Docks and Seawall 2,686,739 - 2,686,739 1,794,552 - 892,188 ENGF180011 Environmental Assmt & Clean-up 1,279,664 - 1,279,664 145,801 36,506 1,097,357 ENGF180014 Seminole Boat Launch Improve 6,752,000 - 6,752,000 4,295,087 - 2,456,913 M2002 Environ Park Remediate & Protect 1,000,000 - 1,000,000 32,730 86,483 880,787 M2006 Right of Way Tree Mgt Prog 1,100,000 - 1,100,000 287,425 - 812,575 M2210 CW Municipal Cemetery Reno 750,000 20,000 770,000 186,302 140,100 443,598 38 Sub-Total 21,329,325 20,000 21,349,325 7,225,384 263,089 13,860,852 Road and Street Facilities C2102 Fort Harrison Reconstruction 21,082,776 - 21,082,776 1,807,083 960,594 18,315,099 C2103 Downtown Streetscaping 17,601,407 (1,698,143) 15,903,264 14,565,149 267,145 1,070,970 39 C2407 Nash Street 231,030 1,344,126 1,575,156 - - 1,575,156 40 C2408 Osceola Ave St.scape/Util Inf Re 1,310,110 - 1,310,110 - - 1,310,110 ENGF200003 Memorial Causeway Bridge Lighting 200,000 - 200,000 152,656 - 47,344 ENRD180002 Bridge Maintenance & Improve 11,093,247 - 11,093,247 4,467,901 266,994 6,358,353 ENRD180004 Streets and Sidewalks 30,928,009 - 30,928,009 19,139,598 2,692,213 9,096,198 41 ENRD180005 City-Wide Intersection Improve 4,622,907 - 4,622,907 1,335,697 29,369 3,257,841 ENRD180006 Traffic Signals 2,764,534 25,746 2,790,280 1,111,094 108,230 1,570,956 42 ENRD180007 Traffic Safety Infrastructure 1,554,576 1,013 1,555,589 1,014,710 44,169 496,710 43 G2213 ARPA Streets & Sidewalks 2,000,000 - 2,000,000 1,562,412 - 437,588 Sub-Total 93,388,596 (327,258) 93,061,338 45,156,301 4,368,714 43,536,323 Airports 94817 Airpark Maintenance & Repair 399,245 64,200 463,445 364,494 - 98,951 44 G1901 Replace Hangar C 1,305,000 - 1,305,000 1,264,714 - 40,286 G2108 Security System Upgrade 228,000 - 228,000 126,242 - 101,758 G2306 Apron Relayment 2,000,000 - 2,000,000 - - 2,000,000 G2307 Aviation Operation Center 300,000 800,000 1,100,000 - - 1,100,000 45 G2401 Airpark Hangars 3,030,000 - 3,030,000 - - 3,030,000 G2409 Airpark Property Survey - 100,000 100,000 - - 100,000 46 Sub-Total 7,262,245 964,200 8,226,445 1,755,450 - 6,470,996 Water Transportation System 93415 Waterway Maintenance 1,050,000 - 1,050,000 827,552 43,139 179,310 Sub-Total 1,050,000 - 1,050,000 827,552 43,139 179,310 34 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Budget Revised Project Open Available Amend Description 10/1/23 Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Parking Facilities ENPK180001 Parking Lot Resurfacing 858,476 - 858,476 61,304 - 797,172 ENPK180002 Parking Lot Improvements 1,168,802 - 1,168,802 846,068 22,628 300,107 ENPK180003 Parking Facilities 5,012,348 - 5,012,348 2,827,685 14,000 2,170,663 ENPK230001 Downtown Parking Garage 24,700,000 - 24,700,000 293,968 1,318,292 23,087,740 M2102 Seminole Boat Launch Maint 553,674 127,644 681,318 34,462 9,875 636,982 47 Sub-Total 32,293,301 127,644 32,420,945 4,063,487 1,364,795 26,992,664 Other Transportation 92842 City Wayfinding Project 2,050,000 - 2,050,000 1,576,740 276,664 196,596 ENGF180002 Downtown Intermodal 924,756 - 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 454,146 - 454,146 373,082 2,389 78,675 ENGF180004 Survey Equipment Replacement 60,288 - 60,288 - - 60,288 ENGF180013 Imagine Clearwater 84,661,322 - 84,661,322 81,267,326 3,322,032 71,964 Sub-Total 88,150,513 - 88,150,513 83,217,148 3,601,085 1,332,280 Other Economic Environment C2105 Mercado-Downtown Gateway - 1,154,763 1,154,763 - - 1,154,763 48 Sub-Total - 1,154,763 1,154,763 - - 1,154,763 Libraries 93527 Books & Other Lib Materials 7,696,601 - 7,696,601 7,689,968 - 6,633 93530 Consolidated Eastside/SPC Libr 5,300,608 - 5,300,608 5,300,608 - - C 93532 Libr Maker Space Maint. & Up 282,560 - 282,560 229,194 - 53,366 93534 Library FF&E Repair & Replace 550,000 - 550,000 185,215 - 364,785 94861 Library Technology 1,575,000 - 1,575,000 1,321,171 - 253,829 C2211 Main Library Renovation 1,350,000 - 1,350,000 14,700 - 1,335,300 Sub-Total 16,754,769 - 16,754,769 14,740,855 - 2,013,913 Parks & Recreation 93133 Park Land Acquisition 1,977,351 620,000 2,597,351 2,577,461 - 19,889 49 93272 Bicycle Paths-Bridges 6,870,232 - 6,870,232 4,458,233 621,503 1,790,496 93602 Sp Events Equip Rep & Rplcmnt 410,000 - 410,000 323,389 - 86,611 93618 Miscellaneous Park & Rec Contract 1,240,000 - 1,240,000 869,861 238,533 131,606 93646 Rest Rm Expan-Barefoot Bch House 520,950 - 520,950 518,374 - 2,576 93667 Del Oro Park Renovations 2,686,000 - 2,686,000 2,638,723 - 47,277 C1904 Ruth Eckerd Hall 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright/Norton Park Renovations 855,272 - 855,272 - - 855,272 C2202 Long Center Major Reno 10,000,000 - 10,000,000 92,073 191,270 9,716,657 C2209 Neighborhood Park Renovations 500,000 - 500,000 - - 500,000 C2403 McKay Playfield Improvements 1,250,000 - 1,250,000 69,600 1,180,400 C2404 Edgewater Drive Park Impv 50,000 - 50,000 - - 50,000 C2405 Moccasin Lake Nature Park 100,000 - 100,000 - - 100,000 C2406 Pour-in-place Playgrnd Safe Prg 200,000 - 200,000 - - 200,000 G2218 ARPA State Street Park Impv 700,000 - 700,000 - 12,500 687,500 L1901 P&R Vehicle and Equip Additions 546,210 - 546,210 520,438 - 25,772 M2206 Parks & Beautification R&R 3,704,890 283,250 3,988,140 1,568,546 401,183 2,018,411 50 M2401 Amphitheater Repair & Impv 806,000 - 806,000 - - 806,000 ENGF180007 Phillip Jones Park Renovations 224,726 - 224,726 64,044 - 160,682 Sub-Total 41,141,631 903,250 42,044,881 20,631,143 1,534,588 19,879,150 Cultural Services A1901 Miscellaneous Minor Public Art 252,079 - 252,079 130,255 - 121,824 A2201 Cultural Arts Plan 100,000 - 100,000 15,085 - 84,915 Sub-Total 352,079 - 352,079 145,340 - 206,739 35 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Budget Revised Project Open Available Amend Description 10/1/23 Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Special Recreation Facilities 93410 Clwr Harbor Marina Maint R&R 522,500 2,126 524,626 418,027 - 106,598 51 93420 Fuel System R & R 322,752 - 322,752 180,909 - 141,842 93499 Pier 60/Sailing Center Maint 571,952 - 571,952 374,015 - 197,937 C1905 Beach Marina Upgrade 28,492,258 - 28,492,258 1,310,790 363,334 26,818,134 C1906 Clw Harbor Marina Repl & Up 2,895,695 - 2,895,695 1,544,402 1,179,762 171,531 C2001 Athletic Flds & Fac Reno/Improve 8,750,000 (600,000) 8,150,000 - - 8,150,000 52 C2204 Soccer Reno EC Moore 100,000 - 100,000 - - 100,000 C2210 Sailing Center Dock Replacement 732,852 - 732,852 633,812 - 99,040 C2213 Athletic Field Shade Structures 770,000 - 770,000 722,595 - 47,406 C2402 Frank Tack Improvements 250,000 - 250,000 5,371 - 244,629 C2409 South Basin Attenuator - 302,106 302,106 - 302,106 - 53 M1902 Marine Fac Maint Dock R&R 714,970 2,500 717,470 514,437 7,856 195,177 54 M2204 Carpenter & BayCare R&R 4,881,513 600,000 5,481,513 1,416,904 1,450,672 2,613,936 55 M2205 Recreation Center R&R 2,235,601 - 2,235,601 418,490 - 1,817,111 M2207 Athletic Field R&R 2,617,568 - 2,617,568 166,736 4,737 2,446,095 M2208 Beach Walk/Pier 60 Park R&R 1,898,735 - 1,898,735 1,282,532 453,646 162,557 Sub-Total 55,756,394 306,732 56,063,126 8,989,020 3,762,114 43,311,992 TOTAL ALL PROJECTS 1,287,665,307 6,351,013 1,205,865,807 665,835,298 104,743,398 435,287,111 36 Increase/ Amdmt Program (Decrease)Intrafund Net BudgetNumberNumberAmountTransfer Amount Description Amendment General Government Programs Lien Foreclosure Program 1 M1913 148,699 To record a budget increase of $148,699.26 in fine revenues to bring the budget in line with actual receipts.148,699 General Government Totals:148,699 - 148,699 Public Safety Programs Foreclosure Registry - Nuisance Abatement 2 98609 3,600 To record a budget increase of $3,600.00,which represents foreclosure registry fees collected to date,to bring the budget in line with actual receipts.3,600 Police Extra Duty 3 99215 663,063 To record a budget increase of $663,063.00 in police service revenue to bring the budget in line with actual receipts.663,063 Federal Forfeiture Treasury 4 99281 1,268 To record a budget increase of $1,267.76 in interest earnings, which will bring the budget in line with actual receipts.1,268 Police Education Fund 5 99317 12,631 To record a budget increase of $12,631.31 in police education fine revenue which,will bring the budget in line with actual receipts.12,631 Investigative Costs Recovery 6 99329 66,350 To record a budget increase of $66,350.46 in fines,forfeitures, and penalties revenue to bring the budget in line with actual receipts. 66,350 Florida Contraband Forfeiture Fund 7 99330 82,063 To record a budget increase of $78,404.96 in fines,forfeitures, and penalties revenue and $3,658.38 in interest earnings to bring the budget in line with actual receipts.82,063 Vehicle Replacement Fund 8 99350 54,600 To record a budget increase of $54,600.00 in insurance reimbursements to bring the budget in line with actual receipts.54,600 Safe Neighborhood Program 9 99356 44,500 To record an increase of $44,500.00 transferred from 99330, Florida Contraband Forfeiture Fund,to support community outreach programs.44,500 Special Program Fund First Quarter Amendments FY 2023/24 37 Increase/ Amdmt Program (Decrease)Intrafund Net BudgetNumberNumberAmountTransfer Amount Description Amendment Special Program Fund First Quarter Amendments FY 2023/24 Public Safety Programs (continued) Crime Prevention Program 10 99364 6,800 To record a budget increase of $6,800.00 in donation revenues. This will bring the budget in line with actual receipts.6,800 Federal Forfeiture Sharing 11 99387 20,717 To record an increase of $11,697.05 in governmental revenues from the US Department of Justice,and $9,020.42 in interest earnings to bring the budget in line with actual receipts.20,717 Emergency Operations 12 99927 152,360 To record an increase of $152,359.51 in FEMA reimbursement revenues for damages from Hurricane Ian.152,360 Hurricane Idalia - NEW PROGRAM 13 D2302 1,350,894 To establish the program and record a budget increase of $1,212,567.47 in governmental revenues transferred from 181- 98610,Hurricane Irma.This project will account for expenditures and FEMA reimbursements related to damages to Pier 60 from Hurricane Idalia,as approved by Council on December 7, 2023. Amendments also include an increase of $138,326.38 in FEMA reimbursement revenue anticipated for Sailing Center dock repairs, as approved by Council on March 7,2024.1,350,894 Pedestrian/Bicycle Safety Grant 2024 14 G2308 27,233 To establish the program and create a budget of $27,233.22 in governmental revenues from the University of North Florida, as approved by Council on September 7, 2023.27,233 DEA Overtime Reimbursement 15 P2201 10,000 To record a budget increase of $10,000.00 in reimbursement revenue from the Drug Enforcement Agency (DEA)to account for special duty assignments.10,000 Public Safety Program Totals:2,496,080 - 2,496,080 Physical Environment Programs Tree Replacement Program 16 99970 89,520 To record a budget increase of $89,520.00 in fines,forfeiture, and penalties revenue to bring the budget in line with actual receipts.89,520 Physical Environment Program Totals:89,520 - 89,520 38 Increase/ Amdmt Program (Decrease)Intrafund Net BudgetNumberNumberAmountTransfer Amount Description Amendment Special Program Fund First Quarter Amendments FY 2023/24 Economic Environment Programs Public Facilities 2022 - CLOSE PROGRAM 17 G2201 (5,447) To record a budget transfer of $5,447.01 in Community Development Block Grant (CDBG)revenue to G2402,Public Facilities 2024 and close the program.(5,447) Economic Development 2022 - CLOSE PROGRAM 18 G2202 (17,643) To record a budget transfer of $17,643.47 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close the program.(17,643) Program Administration 2022 - CLOSE PROGRAM 19 G2203 (25) To record a budget transfer of $25.00 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close the program.(25) Public Facilities 2023 - CLOSE PROGRAM 20 G2301 (7,975) To record a budget transfer of $7,975.04 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close the program.(7,975) Economic Development 2023 - CLOSE PROGRAM 21 G2302 (88,559) To record a budget transfer of $88,559.00 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close the program.(88,559) Program Administration 2023 22 G2303 (16,535) To record a budget transfer of $16,534.79 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close the program.(16,535) Public Services 2023 - CLOSE PROGRAM 23 G2305 (3,903) To record a budget transfer of $3,903.41 in Community Development Block Grant (CDBG)revenues to G2402,Public Facilities 2024 and close the program.(3,903) Public Facilities 2024 24 G2402 140,088 To record the following transfers of Community Development Block Grant (CDBG)revenues:1)$5,447.01 from G2201,Public Facilities 2022;2)$17,643.47 from G2202,Economic Development 2022;3)$25.00 from G2203,Program Administration 2022;4)$7,975.04 from G2301,Public Facilities 2023;5)$88,559.00 from G2302,Economic Development 2023;6)$16,634.79 from G2303,Program Administration 2023; and 7) $3,903.41 from G2305, Public Services 2023.140,088 39 Increase/ Amdmt Program (Decrease)Intrafund Net BudgetNumberNumberAmountTransfer Amount Description Amendment Special Program Fund First Quarter Amendments FY 2023/24 Economic Environment Programs (Continued) HOME-ARP - NEW PROGRAM 25 G2408 1,637,567 To establish the program and create a budget of $1,637,567.00 in HOME-ARP revenues from the US Department of Housing and Urban Development as approved by Council on November 16, 2023.1,637,567 Economic Environment Program Totals:1,637,567 - 1,637,567 Human Services Programs JWB Youth Programming 26 G2107 486,211 To record a budget increase of $486,211.00 in governmental revenue from the Juvenile Welfare Board (JWB)for fiscal year 2023/24 youth programs approved by Council on September 7, 2023.486,211 Opioid Settlement Funds 27 M2209 296,284 To record a budget increase of $296,283.52 representing Clearwater's portion of opioid settlement funds received from the State of Florida.This will bring the budget in line with revenues received to date.296,284 Human Services Program: Totals:782,495 - 782,495 Culture and Recreation Programs Special Events @ Coachman Park - CLOSE PROGRAM 28 PRSE230001 30,542 To record a budget increase of $5,902.75 in sales revenue and $15,625.24 in reimbursement revenue received from opening events at Coachman Park to bring the budget in line with actual receipts. Amendments also include a transfer of $9,013.60 of special events revenue from PRSE190001,Special Events to provide funding needed to balance and close this special program.30,542 FY24 Special Events 29 PRSE240001 243,176 To establish the program,which will account for City sponsored/co-sponsored events for fiscal year 2023/24 and provide a transfer of $203,175.76 in special events/General Fund revenues transferred from closed special program PRSE190001,Special Events;and a transfer of $40,000 in General Fund revenues transferred from the Police Department to fund policing costs of the Sea-Blues Festival.243,176 Culture and Recreation Program Total:273,717 - 273,717 5,428,078 - 5,428,078 Total Budget Increase/(Decrease): 40 Increase/ Amdmt Program (Decrease)Intrafund Net BudgetNumberNumberAmountTransfer Amount Description Amendment Special Program Fund First Quarter Amendments FY 2023/24 Intrafund/Interfund Transfers Fund Balance 6,900 To record a transfer of $6,900.00 from fund balance, recognizing interest earned on ARPA revenue recovery funds. This revenue is transferred to the General Fund to cover direct costs in Economic Development for ARPA grant administration. Hurricane Irma - CLOSE PROGRAM 98610 1,212,567 To record a transfer of $1,212,567.47 to D2302,Hurricane Idalia.This program is complete and will be closed;this excess represents the "seed"revenues transferred from Emergency Operations to fund expenditures in advance of FEMA reimbursements. Florida Contraband Forfeiture Fund 99330 44,500 To record a transfer of $44.500.00 in fines,forfeiture,and penalty revenue to 99356, Safe Neighborhood Program. EMS Incentive/Recognition - CLOSE PROGRAM 99982 28,612 To record a transfer of $28,611.72 to the General Fund to assist in the cost of paramedic school for 14 Fire Department employees seeking their license and close the program. Special Events - CLOSE PROGRAM PRSE190001 212,189 To record transfers of special events/general fund revenues of $9,013.60 to PRSE230001,Special Events @ Coachman Park, and $203,175.76 to PRSE240001,FY24 Special Events.This historical project will be closed. Total Interfund Transfers:1,504,769 41 SPECIAL PROGRAM STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Actual Expenditures Original Revised Project Open Available Amend Description Budget Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 - 289,000 149,927 - 139,073 99928 Nagano Sister City Program 416,279 - 416,279 193,646 - 222,633 M1913 Lien Foreclosure Program 1,169,784 148,699 1,318,484 605,299 - 713,185 1 M2101 Planning Studies Fund 1,225,000 - 1,225,000 420,458 44,999 759,543 Sub-Total 3,100,063 148,699 3,248,762 1,369,329 44,999 1,834,434 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 183,700 3,600 187,300 22,163 - 165,138 2 98610 Hurricane Irma 3,918,686 - 3,918,686 3,918,686 - (0) C 99215 Police Extra Duty 7,610,386 663,063 8,273,449 8,210,116 - 63,332 3 99279 Police Recruitments 291,010 - 291,010 154,758 50,960 85,292 99281 Fed Forfeitures - Treasury 196,485 1,268 197,753 160,579 - 37,174 4 99316 Police Volunteers 183,519 - 183,519 148,210 - 35,308 99317 Police Education Fund 1,469,839 12,631 1,482,471 1,304,567 - 177,903 5 99329 Investigative Recovery Costs 3,060,634 66,350 3,126,985 2,780,902 50,410 295,673 6 99330 FL Contraband Forfeiture Fund 1,315,678 82,063 1,397,742 1,228,028 - 169,714 7 99350 Vehicle Replacement Fund 977,247 54,600 1,031,847 583,086 53,519 395,242 8 99356 Safe Neighborhood Program 1,508,203 44,500 1,552,703 1,445,161 - 107,542 9 99364 Crime Prevention Program 252,609 6,800 259,409 248,875 - 10,534 10 99387 Federal Forfeiture Sharing 2,582,004 20,717 2,602,721 2,106,139 - 496,582 11 99927 Emergency Operations 4,328,870 152,360 4,481,229 3,274,147 - 1,207,082 12 99982 EMS Incentive/Recognition 69,700 - 69,700 69,700 - - C C2304 Emergency Alert System 845,305 - 845,305 422,652 - 422,652 D2001 COVID-19 Prep & Response 1,981,240 - 1,981,240 1,494,379 - 486,861 D2302 Hurricane Idalia - 1,350,894 1,350,894 16,589 252,198 1,082,108 13 G2308 Pedestrian/Bicycle Safety Grant 2024 - 27,233 27,233 18,280 - 8,953 14 P1801 School Resource Officers 3,541,523 - 3,541,523 3,028,485 - 513,039 P2002 Police Body Worn Camera Program 882,922 - 882,922 812,924 - 69,998 P2101 Mental Health Co-Responder Team 594,422 - 594,422 398,300 - 196,122 P2201 DEA OT Reimbursement Program 45,000 10,000 55,000 45,997 - 9,003 15 P2202 ESST OT Reimbursement Program 3,000 - 3,000 2,327 - 673 P2203 FBI OT Reimbursement Program 45,000 - 45,000 37,157 - 7,843 P2204 Secret Service OT Reimb Program 45,000 - 45,000 38,451 - 6,549 P2301 The Sound Acoustic Study 168,500 - 168,500 40,607 112,576 15,317 P2302 PSO - Countryside Christian 129,960 - 129,960 21,818 - 108,142 Sub-Total 36,230,442 2,496,080 38,726,522 32,033,082 519,663 6,173,778 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 2,058,786 89,520 2,148,306 1,062,966 - 1,085,340 16 Sub-Total 2,058,786 89,520 2,148,306 1,062,966 - 1,085,340 ECONOMIC ENVIRONMENT PROGRAMS 99802 Brownfield Revolving Loan 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 - 166,879 71,591 - 95,288 G2010 CDBG-CV Fund 1,549,338 - 1,549,338 911,286 339,218 298,835 M2009 Afford Housing & Comm Development 290,853 - 290,853 21,483 - 269,370 M2105 ED Strategic Plan 153,896 - 153,896 - - 153,896 G2201 Public Facilities 2022 570,471 (5,447) 565,024 565,024 - - C 17 G2202 Economic Development 2022 90,246 (17,643) 72,603 72,603 - 0 C 18 G2203 Program Administration 2022 184,550 (25) 184,525 184,525 - - C 19 G2207 Brownfield MAC Grant 300,000 - 300,000 53,565 63,821 182,614 G2209 Duke Energy ED Grant 50,000 - 50,000 24,500 - 25,500 G2210 ARPA North Greenwood CRA 5,000,000 - 5,000,000 1,767,681 11,218 3,221,101 G2212 ARPA Affordable Housing 3,300,000 - 3,300,000 1,939,471 - 1,360,529 G2219 ARPA Business Incubator 250,000 - 250,000 200,000 50,000 - G2301 Public Facilities 2023 703,591 (7,975) 695,616 535,522 160,094 - C 20 42 SPECIAL PROGRAM STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2023 - DECEMBER 31, 2023 Actual Expenditures Original Revised Project Open Available Amend Description Budget Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED) G2302 Economic Development 2023 235,574 (88,559) 147,015 147,015 - - C 21 G2303 Program Administration 2023 179,495 (16,535) 162,960 162,960 - - C 22 G2305 Public Services 2023 104,621 (3,903) 100,718 100,718 - - C 23 G2402 Public Facilities 2024 838,269 140,088 978,357 19,300 807,227 151,830 24 G2403 Economic Development 2024 215,402 - 215,402 1,575 178,425 35,402 G2404 Program Administration 2024 182,667 - 182,667 (6,935) 13,001 176,601 G2405 Infill Housing 2024 177,222 - 177,222 - 22,833 154,389 G2406 Public Services 2024 136,998 - 136,998 1,134 113,031 22,833 G2408 HOME-ARP - 1,637,567 1,637,567 - 6,343 1,631,224 25 Sub-Total 15,896,805 1,637,567 17,534,372 7,193,398 1,765,211 8,575,764 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 - 9,000 7,941 - 1,059 98607 Senior Citizens Services - Trips 14,000 - 14,000 13,965 - 35 99562 HUD Special Education 30,000 - 30,000 27,600 - 2,400 99844 United Way 19,580 - 19,580 13,368 - 6,212 99869 Health Prevention Program 190,269 - 190,269 180,134 - 10,135 26 G2107 JWB Youth Programming 1,665,220 486,211 2,151,431 1,363,324 - 788,107 G2215 ARPA Pinellas Community Foundation 1,000,000 - 1,000,000 704,010 295,990 - G2216 ARPA Non-profit Grants 1,000,000 - 1,000,000 571,150 - 428,850 G2217 ARPA Education Grants & Partnerships 750,000 - 750,000 375,000 375,000 - M2209 Opioid Settlement Funds 135,281 296,284 431,565 - - 431,565 27 Sub-Total 4,813,350 782,495 5,595,845 3,256,491 670,990 1,668,364 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 - 106,077 - - 106,077 99910 Library Special Account 956,577 - 956,577 933,612 - 22,966 C2303 Library - Machan Estate 1,176,297 - 1,176,297 - - 1,176,297 G1907 Clearwater for Youth Grants 100,579 - 100,579 72,315 - 28,264 PRSE190001 Special Events 3,048,251 - 3,048,251 2,836,061 - 212,189 PRSE230001 Special Events @ Coachman Park 614,172 30,542 644,714 644,714 - - C 28 PRSE240001 FY24 Special Events - 243,176 243,176 32,295 11,075 199,806 29 Sub-Total 6,001,954 273,717 6,275,671 4,518,997 11,075 1,745,599 TOTAL ALL PROJECTS 68,101,400 5,428,078 73,529,478 49,434,263 3,011,937 21,083,278 43 City of Clearwater SPECIAL DEVELOPMENT FUND First Quarter FY 2023/24 Increase/ (Decrease)Description Revenues Allocation of Assigned Fund Balance 620,000.00 First quarter amendments reflect an allocation of $620,000.00 in open space impact fees to capital project 93133,Park Land Acquisition,as approved by the Council on November 16, 2023. 620,000$ Net Revenue Amendments Expenditures Transfer to Capital Improvement Fund 620,000.00 First quarter amendments reflect a transfer of $620,000.00 in open space impact fees to capital project 93133,Park Land Acquisition,as approved by the Council on November 16, 2023. 620,000$ Net Expenditure Amendments 44 SPECIAL REVENUE FUNDS First Quarter: October 1, 2023 - December 31, 2023 Original First Quarter Budget Amended Budget 2023/24 2023/24 Amendments Revenues: Ad Valorem Taxes 4,536,570 4,536,570 - Infrastructure Tax 16,585,900 16,585,900 - Interest Earnings 950,000 950,000 - Multi-Modal Impact Fees 400,000 400,000 - Local Option Gas Tax 1,427,150 1,427,150 - Allocation of Assigned Fund Balance 9,148,130 9,768,130 620,000 33,047,750 33,667,750 620,000 Expenditures: Transfer to Capital Improvement Fund Road Millage 4,536,570 4,536,570 - Infrastructure Tax 24,994,030 24,994,030 - Open Space Impact Fees - 620,000 620,000 Multi-Modal Impact fees 1,140,000 1,140,000 - Local Option Gas Tax 1,427,150 1,427,150 - 32,097,750 32,717,750 620,000 SPECIAL DEVELOPMENT FUND 45 SPECIAL REVENUE FUNDS First Quarter: October 1, 2023 - December 31, 2023 Original First Quarter Budget Amended Budget 2023/24 2023/24 Amendments Revenues: CDBG/Home Funds 913,337 913,337 - Interest Earnings 479,000 492,947 13,947 Intergovernmental Revenue - 2,463,394 2,463,394 Charges for Service Revenue - 666,663 666,663 Judgments, Fines and Forfeit Revenue - 395,606 395,606 Miscellaneous Revenue - 379,212 379,212 Transfers from General Fund: Sister City Program 37,380 37,380 - Planning Study Fund 200,000 200,000 - United Way Campaign Fund 1,500 1,500 - Special Events 70,000 70,000 - Police Recruitments 30,000 30,000 - School Resource Officers 210,000 210,000 - Police Mental Health Co-Responder Team 12,000 12,000 - Transfers from Special Programs - 1,509,257 1,509,257 1,953,217 7,381,295 5,428,078 Expenditures: General Government 237,380 386,079 148,699 Public Safety 252,000 2,748,080 2,496,080 Physical Environment - 89,520 89,520 Economic Environment 551,926 2,189,493 1,637,567 Human Services 1,500 783,995 782,495 Culture and Recreation 70,000 343,717 273,717 Interfund Transfers 361,411 361,411 - Transfer to Capital Fund - - - 1,474,217 6,902,295 5,428,078 Revenues: HOME Investment Partnerships 532,649 532,649 - State Housing Initiatives Partnerships 1,127,930 1,127,930 - Total - HOME/SHIP Funds 1,660,579 1,660,579 - Expenditures: Economic Environment 1,211,435 1,211,435 - Interfund Transfers 449,144 449,144 - Total - HOME/SHIP Programs 1,660,579 1,660,579 - SPECIAL PROGRAM FUND OTHER HOUSING ASSISTANCE FUNDS 46 ADMINISTRATIVE CHANGE ORDERS First Quarter Review FY 2023/24 47 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 11/13/23 Administrative Change Order #3 & Final – Imagine Clearwater Sitework GMP 2 (17-0031-EN2). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. Skanska USA Building, Inc. (36,377.08) 11/15/23 Administrative Change Order #3 – Imagine Clearwater Flatwork & Vertical Construction GMP 3 (17-0031-EN3). This change order decreases items in accordance with field conditions resulting in a net decrease to the contract. Skanska USA Building, Inc. (7,504,530.52) 11/15/23 Administrative Change Order #4 – Imagine Clearwater Flatwork & Vertical Construction GMP 3 (17-0031-EN3). This change order increases items in accordance with field conditions resulting in a net increase to the contract. Skanska USA Building, Inc. 36,377.08 11/28/23 Administrative Change Order #1 – Clearwater Police District Substation 3 (18-0004-PD). This change order decreases items in accordance with field conditions resulting in a net decrease to the contract. Ajax Building Company, LLC (2,075,215.63) 11/28/23 Administrative Change Order #2 & Final – Clearwater Police District Substation 3 (18-0004-PD). This change order increases and decreases items in accordance with field conditions resulting in a net increase to the contract. Ajax Building Company, LLC 76,688.52 ADMINISTRATIVE CHANGE ORDERS First Quarter Review FY 2023/24 48 12/14/23 Administrative Change Order #6 – Cleveland St Streetscape Phase 3 & Festival Core (16-0003-EN). This change order increases, decreases, and adds items in accordance with field conditions resulting in a net decrease to the contract. Gibbs & Register, Inc. (2,016,620.30) 12/21/23 Administrative Change Order #1 – Fire Station 46 (18-0028-FD). This change order decreases items in accordance with field conditions resulting in a net decrease to the contract. Biltmore Construction Company, Inc. (471,283.08) 12/21/23 Administrative Change Order #2 – Fire Station 46 (18-0028-FD). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. Biltmore Construction Company, Inc. (444,262.44) 49 Ordinance #9755-24 ORDINANCE NO. 9755-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2024 TO REFLECT INCREASES AND DECREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, SPECIAL DEVELOPMENT FUND, SPECIAL PROGRAM FUND, WATER & SEWER FUND, STORMWATER FUND, SOLID WASTE & RECYCLING FUND, GAS FUND, AIRPARK FUND, MARINE FUND, CLEARWATER HARBOR MARINA FUND, PARKING FUND, ADMINISTRATIVE SERVICES FUND, GENERAL SERVICES FUND, GARAGE FUND, AND CENTRAL INSURANCE FUND AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2024, for operating purposes, including debt service, was adopted by Ordinance No. 9714-23; and WHEREAS, at the first quarter review it was found that an increase of $12,033,088 is necessary for revenues and an increase of $12,045,928 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9714-23 is amended to read: Pursuant to the Amended City Manager's Annual Report and estimate for the fiscal year beginning October 1, 2023 and ending September 30, 2024 a copy, of which is on file with the City Clerk, the City Council hereby adopts an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. 50 Ordinance #9755-24 Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _________________________ PASSED ON SECOND AND FINAL _________________________ READING AND ADOPTED _______________________________ Brian J. Aungst Sr., Mayor Approved as to form: Attest: _______________________________ ________________________________ David Margolis, City Attorney Rosemarie Call, City Clerk FirstQuarter Budgeted Use of Total AmendedRevenues Reserves Revenues Budget 2023/24 2023/24 2023/24 2023/24 Amendments General Fund: Ad Valorem Taxes 90,683,430 - 90,683,430 90,683,430 - Utility Taxes 18,655,000 - 18,655,000 18,655,000 - Local Option, Fuel & Other Taxes 6,300,000 - 6,300,000 6,300,000 - Franchise Fees 11,220,000 - 11,220,000 11,220,000 - Other Permits & Fees 3,934,500 - 3,934,500 3,934,500 - Intergovernmental Revenues 29,859,340 - 29,859,340 29,859,340 - Charges for Services 17,368,355 - 17,368,355 17,368,355 - Judgments, Fines & Forfeitures 1,384,000 - 1,384,000 1,384,000 - Miscellaneous Revenues 6,718,020 - 6,718,020 6,718,020 - Transfers In 13,335,875 - 13,335,875 13,371,387 35,512 Transfer (to) from Reserves - - - 3,679,163 3,679,163 Total, General Fund 199,458,520 - 199,458,520 203,173,195 3,714,675 Special Revenue Funds: Special Development Fund 23,899,620 9,148,130 33,047,750 33,667,750 620,000 Special Program Fund 1,953,217 - 1,953,217 7,381,295 5,428,078 Local Housing Asst Trust Fund 1,660,579 - 1,660,579 1,660,579 - Utility & Other Enterprise Funds: Water & Sewer Fund 111,079,850 3,814,990 114,894,840 115,754,540 859,700 Stormwater Utility Fund 18,684,120 - 18,684,120 18,828,168 144,048 Solid Waste & Recycling Fund 31,960,810 4,393,020 36,353,830 36,526,915 173,085 Gas Fund 52,143,030 1,590,110 53,733,140 53,988,284 255,144 Airpark Fund 262,000 - 262,000 263,325 1,325 Marine Fund 6,441,930 565,340 7,007,270 7,052,428 45,158 Clearwater Harbor Marina 1,136,500 - 1,136,500 1,154,731 18,231 Parking Fund 11,725,190 10,761,590 22,486,780 22,582,742 95,962 Internal Service Funds: Administrative Services Fund 17,398,400 - 17,398,400 17,727,386 328,986 General Services Fund 7,355,520 - 7,355,520 7,458,991 103,471 Garage Fund 19,501,510 100,500 19,602,010 19,815,382 213,372 Central Insurance Fund 38,477,320 - 38,477,320 38,509,173 31,853 Total, All Funds 543,138,116 30,373,680 573,511,796 585,544,884 12,033,088 EXHIBIT A 2023-24 BUDGET REVENUE 51 Ordinance #9755-24 FirstQuarter Original AmendedBudgetBudget 2023/24 2023/24 Amendments General Fund: City Council 553,197 554,449 1,252 City Manager's Office 1,085,258 1,652,115 566,857 City Attorney's Office 2,488,743 2,514,815 26,072 City Audit 461,573 465,979 4,406 City Clerk 1,420,406 1,455,668 35,262 CRA Administration 982,526 1,005,330 22,804 Economic Development & Housing 2,146,301 2,200,993 54,692 Finance 3,142,043 3,296,999 154,956 Fire 35,243,722 35,448,742 205,020 Human Resources 2,181,218 2,254,202 72,984 Library 9,110,053 9,391,098 281,045 Non-Departmental 12,725,240 13,599,025 873,785 Office of Innovation 1,003,260 335,293 (667,967) Parks & Recreation 44,790,781 45,609,955 819,174 Planning & Development 8,577,878 8,875,995 298,117 Police 56,780,344 57,203,994 423,650 Public Communications 1,761,372 1,811,572 50,200 Public Utilities 445,580 445,580 - Public Works 14,559,025 15,051,391 492,366 Total, General Fund - 199,458,520 203,173,195 3,714,675 Special Revenue Funds: Special Development Fund 32,097,750 32,717,750 620,000 Special Program Fund 1,474,217 6,902,295 5,428,078 Local Housing Asst Trust Fund 1,660,579 1,660,579 - Utility & Other Enterprise Funds: Water & Sewer Fund 114,894,840 115,754,540 859,700 Stormwater Utility Fund 17,685,150 17,829,198 144,048 Solid Waste & Recycling Fund 36,353,830 36,526,915 173,085 Gas Fund 53,733,140 53,988,284 255,144 Airpark Fund 173,760 187,925 14,165 Marine Fund 7,007,270 7,052,428 45,158 Clearwater Harbor Marina 1,130,850 1,149,081 18,231 Parking Fund 22,486,780 22,582,742 95,962 Internal Service Funds: Administrative Services Fund 17,260,770 17,589,756 328,986 General Services Fund 7,306,030 7,409,501 103,471 Garage Fund 19,602,010 19,815,382 213,372 Central Insurance Fund 38,473,130 38,504,983 31,853 Total, All Funds - 570,798,626 582,844,554 12,045,928 EXHIBIT A (Continued) 2023-24 BUDGET EXPENDITURES 52 Ordinance #9755-24 53 Ordinance #9756-24 ORDINANCE NO. 9756-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2024, TO REFLECT AN INCREASE OF $6,351,013 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2024 was adopted by Ordinance No. 9715-23; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9715-23 is amended to read: Pursuant to the First Quarter Amended Capital Improvement Program Report and estimated budget for the fiscal year beginning October 1, 2023, and ending September 30, 2024, a copy of which is on file with the City Clerk, the City Council hereby adopts a First Quarter Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Brian J. Aungst Sr., Mayor Approved as to form: Attest: ______________________________ ____________________________ David Margolis, City Attorney Rosemarie Call, City Clerk EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24 First Qtr. Original Amended Budget Budget 2023/24 2023/24 Amendments Other General Government 22,363,700 23,123,669 759,969 Police Protection 355,000 380,890 25,890 Fire Protection 1,006,030 2,857,147 1,851,117 Fire Rescue Services 593,000 607,000 14,000 Gas Utility Services 12,725,000 12,877,689 152,689 Solid Waste Services 7,200,000 7,200,000 - Water-Sewer Services 40,427,330 41,342,792 915,462 Flood Protection/Stormwater Mgmt 5,942,140 5,424,696 (517,444) Other Physical Environment 4,420,980 4,440,980 20,000 Road and Street Facilities 14,177,970 13,850,712 (327,258) Airports 3,065,000 4,029,200 964,200 Water Transportation Systems 150,000 150,000 - Parking Facilities 13,909,000 14,036,644 127,644 Other Transportation 70,000 70,000 - Other Economic Environment - 1,154,763 1,154,763 Libraries 110,000 110,000 - Parks & Recreation 4,455,000 5,358,250 903,250 Cultural Services 40,000 40,000 - Special Recreation Facilities 22,375,530 22,682,262 306,732 TOTAL PROJECT EXPENDITURES 153,385,680 159,736,693 6,351,013 GENERAL SOURCES: General Operating Revenue 16,456,290 17,350,075 893,785 Penny for Pinellas 24,994,030 24,994,030 - Road Millage 4,536,570 4,536,570 - Local Option Gas Tax 1,427,150 1,427,150 - Grants 1,656,000 2,447,775 791,775 County Fire Reimbursements 387,780 1,517,780 1,130,000 Other Governmental - 302,106 302,106 Special revenue Funds - 1,438,013 1,438,013 Multi-Modal Impact Fee 1,140,000 1,140,000 - Open Space Impact Fee - 620,000 620,000 Donations 150,000 150,000 - Other - 37,195 37,195 Reimbursements 1,515,000 1,541,759 26,759 54 Ordinance # 9756-24 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24 First Qtr. Original Amended Budget Budget 2023/24 2023/24 Amendments SELF SUPPORTING FUNDS: Parking Revenue 14,025,000 14,152,644 127,644 Marine Revenue 1,150,000 1,152,500 2,500 Clearwater Harbor Marina Revenue 175,000 177,126 2,126 Airpark Revenue 35,000 227,840 192,840 Water Revenue 17,583,790 17,583,790 - Sewer Revenue 14,308,780 14,308,780 - Utility R&R 13,816,850 13,816,850 - Water Impact Fees 160,000 160,000 - Sewer Impact Fees 50,000 50,000 Stormwater Utility Revenue 7,639,740 7,683,740 44,000 Gas Revenue 12,725,000 12,877,689 152,689 Solid Waste Revenue 7,200,000 7,200,000 INTERNAL SERVICE FUNDS: Garage Revenue 429,500 590,930 161,430 Administrative Services Revenue 1,475,000 1,475,000 - General Services Revenue 100,000 100,000 - Central Insurance Revenue 175,000 175,000 - BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 9,624,200 10,052,352 428,152 Lease Purchase - Administrative Services 450,000 450,000 - TOTAL ALL FUNDING SOURCES:153,385,680 159,736,693 6,351,013 55 Ordinance # 9756-24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0054 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to Frontier, Inc. for internet service provision in an amount not to exceed $412,638.00 for the period March 1, 2024 through February 28, 2027, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchase, and authorize the appropriate officials to execute same. (consent) SUMMARY: Frontier is the sole RBOC (Regional Bell Operating Company) in Pinellas County and is a Certified Ethernet and Managed Solutions provider. Frontier Communications will be providing internet and communication services for the City’s data network. Frontier will be the fourth internet services provider (ISP) to the City’s wide-area network (other providers: Spectrum, Crown Castle, CenturyLink/Lumen). Using all providers is necessary to provide diversification and redundancy for these services. Additional competition cannot be obtained. For these reasons, this purchase with Frontier is non-competitive. On October 6, 2022, Council authorized a contract with Frontier for managed wireless LAN services under agreement S0000317856. Since this award, demand has changed therefore it no longer fits the needs of the city. A new service schedule S0000365362, replacing our existing service schedule, has been provided by Frontier which increases the capacity and will also provide diversification and redundancy of internet service for support of operations. Services will be connected to the City’s network at three diverse locations to increase resiliency of service in the event that service is interrupted at any single location. Services will be billed monthly for the term of service and governed by Service Level Agreement (SLA) at 99.99% availability and a 4-hour Mean-Time-To-Repair (MTTR) in the event of service interruption. APPROPRIATION CODE AND AMOUNT: Funds are available in the Information Technology operating budget, in cost code 5559862-530300. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: These purchases help 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 1 City of Clearwater Printed on 3/15/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0205 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Award a purchase order to Hose and Hydraulics, Inc. of Clearwater, FL, for hydraulic maintenance, repair, and parts in the annual not-to-exceed amount of $425,000.00 for one year with two, one-year renewal options pursuant to Invitation to Bid (ITB) No. 13-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) No. 13-24, Hydraulic Maintenance & Repair, Parts, and Other Miscellaneous Services, was issued in December 2023, and the City received two responsive responses on January 30, 2024. This award will cover city vehicles and equipment on an as needed basis for Fleet Maintenance, Public Utilities, Solid Waste and Marine & Aviation. The pricing structure was based on an hourly rate for both normal and emergency hours and included a percentage for parts. Authorization is requested to award ITB No. 13-24 to Hose & Hydraulics, Inc., the lowest most responsible bidder in accordance with the specifications, for a one year term with two, one-year renewal options. APPROPRIATION CODE AND AMOUNT: Budgeted funds are available in cost center 5666611-546500 (Garage Equip Repairs): ·FY24 $425,000.00 ·Future fiscal year budgets will include requests for funding. STRATEGIC PRIORITY: 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 3/15/2024 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #13-24 Hydraulic Maintenance & Repair, Parts, and Other Miscellaneous Services December 28, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, January 30, 2024, to provide hydraulic maintenance & repair, parts, and other miscellaneous services. Brief Description: The City of Clearwater seeks to establish term contract(s) for hydraulic maintenance & repair, parts, and other miscellaneous services, on City vehicles and equipment on an as needed basis. 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: Krissie Cook Procurement Analyst Kristina.Cook@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS HYDRAULIC MAINTENANCE AND REPAIR 2 ITB #13-24 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: Location: 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: January 30, 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.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money INSTRUCTIONS HYDRAULIC MAINTENANCE AND REPAIR 3 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 4 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 5 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 6 ITB #13-24 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: December 28, 2023 Advertise Tampa Bay Times: January 3, 2024 Bids due: January 30, 2024 Review bids: January 30 – February 9, 2024 Award recommendation: February 9, 2024 Council authorization: March 2024 Contract begins: March 2024 STANDARD TERMS AND CONDITIONS HYDRAULIC MAINTENANCE AND REPAIR 7 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 8 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 9 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 10 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 11 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 12 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 13 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 14 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 15 ITB #13-24 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 119,208 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. 2. DESCRIPTION OF SERVICES The City of Clearwater (City) is interested in obtaining services for hydraulic maintenance and repair, parts and other miscellaneous services at City facilities to include Fleet Maintenance, Public Utilities, Solid Waste and Marine & Aviation. Work may also be conducted at the awarded Contractor(s) facility and road service may be required. ANTICIPATED SERVICES The service contract(s) shall be based on hourly rate and include but not be limited to hydraulic parts and services on a diverse fleet of garbage trucks, dump trucks, loaders, mowers, tractors, street sweepers, forklifts, cranes, trash compactors, power units and other miscellaneous equipment. In addition, all phases of temporary or permanent assembly, installation, maintenance, repair, and other related miscellaneous items which are maintenance and repair projects and/or emergency repair projects may be required. 3. WORK SPECIFICATIONS. General Requirements: • The Contractor shall provide all labor, supervision, materials, supplies, equipment, tools, disposal, freight, travel, and all other related items necessary to provide the services as requested herein. • The City will utilize this contract on an “as needed” basis during the established normal work hours to be billed on a time and material basis. • Labor rates shall be all inclusive of transportation/trip fees, fuel surcharges, environmental fees, shop supplies, etc. • The Contractor shall be experienced with maintenance and repairs for alternatively fueled and/or electric vehicles and the tools and equipment to repair and maintain them. Personnel Requirements: • All drivers performing work under this contract must possess a valid Florida Driver's license. Minimum Facility Requirement: • Contractor shall have a secure, full-service repair facility that has ability to provide security to vehicles and/or equipment such as a fenced in area, locked lot, or inside of a secure building. Such facility shall be available for inspection by the City prior to award of the contract and at any time during the contract term. DETAILED SPECIFICATIONS HYDRAULIC MAINTENANCE AND REPAIR 16 ITB #13-24 Availability Requirements: • Hours of Availability: City service hours are defined as 7:00 am to 5:00 pm Monday through Friday, excluding weekends and observed City holidays. Services outside the normal service hours shall be billed at the after normal business hours fixed hourly rate. It is expected that 90% or more of the work will be performed during the City’s normal business hours. • Emergency Response Time: Awarded Contractor will be required to provide the City with a 24- hour contact. Contractor shall respond to the job site within two (2) hours after notification. • Road Service: Contractor shall respond to Road Service (field repair) requests within thirty (30) minutes of call from the City Representative and provide time commitment for field repair at such time. Repair Requirements: • Contractor shall have the ability to provide maintenance and service repairs, to included but not be limited to cylinders, pumps, motors, and the ability to perform machine work and fabricate an array of hoses. • Scheduling of work and timeframe of completion of work shall be determined and agreed upon by the City and Contractor before each work request is started. • Services will be performed in conformance with all provisions of this agreement, legal statutes, code requirements, applicable Original Equipment Manufacturer (OEM) specifications, and City Policies. Equipment Demonstration: • If requested by the City, the Vendor shall be prepared to provide a free demonstration of the equipment prior to award and at any time during the term of the contract. Rates: • All hourly rates shall be all-inclusive but not limited to labor, supervision, materials, supplies, equipment, tools, disposal, freight charges, and travel necessary to provide the services as request herein. • Labor Rate: Normal business hours fixed hourly rate is defined 7:00am – 5:00pm. Afterhours fixed hourly rate is defined as 5:00pm – 7:00am, weekends and observed City holidays. Repairs will be billed at the established hourly labor rate in quarter hour increments (.25, .50, .75). The hourly labor rate is defined as the actual time spent evaluating and repairing the vehicle and/or equipment. Travel and standby time will not be payable. • Emergency repair work may be conducted upon approval by the City representative for any day or time as needed. • Road service is defined as vehicle repair work “on the road”, during operation on a route or out in the field. • General hydraulic shop work is defined as, work that does not require specialized equipment such as assembly and rebuilding. Hydraulic machine shop work is defined as, work that requires specialized equipment such as lathes, boring machines and/or milling machine. Shop labor hourly rate is the same for one (1) person or several persons working on the vehicle and/or equipment at the same time. Number of shop labor hours billed shall not exceed number of hours vehicle and/or equipment is in contractor’s possession. No overtime shall be charged unless an emergency situation arises, and prior written approval has been authorized by the City. DETAILED SPECIFICATIONS HYDRAULIC MAINTENANCE AND REPAIR 17 ITB #13-24 •The Contractor agrees to quote charges for services at the actual hourly rates shown on the Bid Pricing Form on page 24 of this solicitation and shall not be governed by any pre-determined rates that may be customarily or otherwise used in calculating charges for work performed. •Work shall be performed on a time and materials basis, at prices indicated on the Bid Pricing Form on page 24 of this solicitation. In no instance shall any repairs costing above the original estimate be performed without first notifying the City’s representative and providing a supplemental, written estimate indicating additional parts and labor. The City’s representative must approve any additional repairs. Any unauthorized work performed will be at the Contractor's risk and expense. •The parts and materials pricing shall be based on Contractor’s actual cost plus a percentage mark-up. The City may require proof of Contractor’s cost on any parts or materials during the term of the contract. •No charge will be allowed for providing repair estimates. •Fixed flat rate for pick-up and delivery shall be billed as a separate item. 3.8 Pick-Up & Delivery: If applicable: •Contractor shall be responsible for pick-up and delivery to/from their repair site unless amutually agreed upon arrangement is made prior to the commencement of repair. Pick-up anddelivery may be required at all City facilities located within the City of Clearwater city limits. •City prefers same-day pick-up and delivery of vehicle and/or equipment including parts, or atminimum, shall be scheduled one (1) business day in advance with the City’s representative. •The Contractor shall ensure that pick-up and delivery of vehicle and/or equipment includingparts is completed during normal business hours of Monday through Friday between 7:00amand 5:00pm. •The Contractor shall ensure that all City vehicles and/or equipment are operated exclusivelyfor the purpose of pick-up and delivery or diagnostic road test while in the possession of thecontractor. •Vehicle and/or equipment including parts shall be delivered the same day the repair iscompleted if time allows, or the next business day at the earliest time possible. 3.9 Estimates: •Contractor agrees to furnish a written, detailed estimate of repairs needed, to include laborrate, labor hours, and required parts, with the exception of any hidden damage that may not be obvious until repairs are initiated, within five (5) business days of examining the vehicle and/orequipment. Contractor can email (preferred) or fax the estimates to the city representative. •When hidden damages are discovered after repairs have commenced, the Contractor shalladvise the City of the full extent of the hidden damages and provide to the City a writtenestimate of additional repairs needed and required parts. Contractor shall NOT perform anyadditional repair services exceeding original estimate prior to City representative or designeereview and written approval. DETAILED SPECIFICATIONS HYDRAULIC MAINTENANCE AND REPAIR 18 ITB #13-24 Parts & Materials: •Repair parts will be new, suitable for their intended uses, and obtained from or recommended by the OEM. Equivalent or remanufactured parts may be used if written and approved by the City. •Any materials received damaged or not in first quality condition upon receipt shall be exchanged within twenty-four (24) hours of notice to the Contractor at no charge to the City. •Common replacement parts shall be locally available or have the ability to be delivered within two (2) business days. •The Contractor shall establish and maintain a sufficient supply of maintenance and repair parts to adequately support the needs of the City. The City, at its discretion, may request to inspect the Contractor’s facility to validate this request. •Upon award, the awarded Contractor shall provide a current copy of all price lists or a link to the manufacturers’/suppliers’ web site for parts supplied. •Miscellaneous part components shall be supplied at manufacturers’ suggested retail price (MSRP) less a percentage (%) discount as shown on the Bid Pricing Form on page 24 of this solicitation. •All hoses, fittings, wraps, and any additional parts used shall be new and meet or exceed OEM specifications and standards for the intended working pressure(s), burst pressure(s), type and numbers of braid, length, flex/bend radius, fitting size, angles and configuration, internal dimensions and number and location of mounting clamps to the part(s) replaced. Mounting clamps should firmly hold the hose or tubing in place without causing damage to the hose or interfering with or damaging surrounding items. •All OEM hose clamps, ties, and hydraulic hose mounts are required to be reinstalled to ensure hose routing is secure and routed as originally installed by the equipment manufacturer to prevent premature failure. All hydraulic hose replacements must include the replacement of new o-ring(s) installed in o-ring type fittings. All replacement o-rings are required to be of proper design and material types as specified by the hose and fitting manufacturer. Warranty & Guarantee: •All materials and services/workmanship provided under this contract shall be free from defectsand will conform to the requirements of this contract for a period of ninety (90) days; all partswarranties longer than ninety (90) days, including those extended by part manufactures and orOEMs will be honored by the Contractor and extended to the City. •The Contractor will remedy all warranty defects within twenty-four (24) hours after notificationand at no additional expense to the City. An authorized City representative shall approve anyexceptions to the twenty-four (24) hour rule for repairing defects. •The Contractor shall include on warranty invoices the detailed labor hours and costs that wouldhave been charged had the work not been covered under warranty. •The Contractor shall rectify and fully warrant repairs (labor, material, replacement parts, andrelated freight and transport costs) for a minimum of ninety (90) days from the warranty repairdate or the remainder of the warranty period, whichever is greater. DETAILED SPECIFICATIONS HYDRAULIC MAINTENANCE AND REPAIR 19 ITB #13-24 Invoices: • The Contractor shall furnish complete itemized invoices for work performed to the City representative, itemizing labor hours for the service(s) performed and itemized part information, including part numbers with list price, discount percentage and discounted price to the City. The invoices shall contain, but not be limited to the following information: o Purchase order number o Labor time and charges o Itemized parts and materials at contractor’s cost o Markup of parts and materials o Pick-up/delivery charges (if applicable) Safety, Precautions and Cleanliness: • Contractor shall have sole responsibility for means, methods, techniques, procedures, and safety precautions in connection with the performance of the services herein. • Contractor shall be responsible for the supervision and execution of services by its employees. • Contractor shall have available sufficient protective barriers and warning signs, where necessary, to conduct specified services safely. • Contractor shall always follow all local, state, and national regulations, including Occupational Safety and Health Administration (OSHA), National Fluid Power Association (NFPA) standards, state, local, and manufacturer safety operating procedures, and generally accepted safety procedures. • Unless otherwise requested by the Contractor, it will be assumed that the Contractor has copies of the manufacturer's instruction manuals for the equipment to be used. • Contractor shall supply and wear the required personal protection equipment (PPE) while servicing equipment or vehicles under this agreement. • Contractor shall maintain a high standard of cleanliness during and after repairs. Spillage of products (i.e., grease, sealant), markings (i.e., greasy fingerprints), tools, and miscellaneous materials (i.e., shop towels, used parts, trash) shall be removed from equipment and City property upon completion of services. The disposal of waste shall comply with all local, city, state, and federal laws. NON-EXCLUSIVE CONTRACT: • Award of this Contract shall impose no obligation on the City to utilize the awarded contractor(s) for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the City's best interest. In the case of multiple-term contracts, this provision shall apply separately to each term. 4. MINIMUM QUALIFICATIONS: • Contractor shall have a minimum of two (2) years’ experience in hydraulic equipment repairs. • Contractor shall provide a minimum of three (3) current or former customer references for whom they have provided like or similar services in the last two (2) years. 5. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to DETAILED SPECIFICATIONS HYDRAULIC MAINTENANCE AND REPAIR 20 ITB #13-24 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. Garage Keeper’s Liability Insurance coverage, including but not limited to, damages such as bodily injury, property damage, and pollution costs and expenses in the minimum amount of $1,000,000 (one million dollars) per occurrence. 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 #13-24 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 DETAILED SPECIFICATIONS HYDRAULIC MAINTENANCE AND REPAIR 21 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 22 ITB #13-24 1. BEGINNING AND END DATE OF INITIAL TERM. March 2024 through 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 renewals are possible at the City’s option. . 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://www.bls.gov/cpi/home.htm) The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION HYDRAULIC MAINTENANCE AND REPAIR 23 ITB #13-24 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, page 24 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 (3) customer references W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING HYDRAULIC MAINTENANCE AND REPAIR 24 ITB #13-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Hydraulic Maintenance & Repair, Parts, And Other Miscellaneous Services to the City of Clearwater at the price(s) stated below. All fixed hourly rates shall be all-inclusive but not limited to labor, supervision, materials, supplies, equipment, tools, disposal, freight charges, and travel necessary to provide the services as request herein. Item Description Unit Total 1 Fixed hourly rate for general hydraulic shop work performed at vendors or City Fleet or other City of Clearwater locations during normal business hours (7:00 am – 5:00 pm) Per hour $ 2 Fixed hourly rate for hydraulic machine shop work performed at vendors or City Fleet or other City of Clearwater locations during normal business hours (7:00 am – 5:00 pm) Per hour $ 3 Fixed hourly rate for after normal business hours (5:00 pm – 7:00 am, weekends and observed City holidays) for general hydraulic and hydraulic machine shop work Per hour $ 4 Emergency fixed hourly rate Per Hour $ 5 Fixed hourly field (Road Services) labor rate Per hour $ 6 Fixed hourly rate for miscellaneous services Per hour $ 7 Fixed flat rate for pick-up and delivery from City of Clearwater facilities. (Each trip includes both pick-up and delivery) Each Trip $ 8 PERCENT MARK UP FOR PARTS ONLY % 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 HYDRAULIC MAINTENANCE AND REPAIR 25 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 26 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 27 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 28 ITB #13-24 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 HYDRAULIC MAINTENANCE AND REPAIR 29 ITB #13-24 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 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 HYDRAULIC MAINTENANCE AND REPAIR 31 ITB #13-24 Instructions: Contractor shall provide a minimum of three (3) current or former customer references for whom they have provided like or similar services in the last two (2) years. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER HYDRAULIC MAINTENANCE AND REPAIR 32 ITB #13-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #13-24, Hydraulic Maintenance & Repair, Parts, and Other Miscellaneous Services Due Date: January 30, 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 #13-24, Hydraulic Maintenance & Repair, Parts, and Other Miscellaneous Services Due Date: January 30, 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 February 8, 2024 NOTICE OF INTENT TO AWARD General Services and the Procurement Division recommend award of ITB No. 13-24, Hydraulic Maintenance & Repair, Parts and Other Miscellaneous Services, to Hose & Hydraulics, Inc of Clearwater, FL, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount of $425,000, for the term of one (1) year, with two (2), one (1) year (1) year renewal options. This Award recommendation will be considered by the City Council at the March 4, 2024, Work Session (1:30 p.m.) and voted on at the March 7, 2024, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Kristina.cook@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Krissie Cook Krissie Cook Procurement Analyst CITY OF CLEARWATER ITB #13-24, HYDRAULIC MAINTENANCE & REPAIR, PARTS AND OTHER MISCELLANEOUS SERVICES DUE DATE: JANUARY 30, 2024; 10:00 AM BID TABULATION Description Unit Hose & Hydraulics, Inc Hydraulic Hose of Pinellas LLC DBA Pirtek Pinellas Fixed hourly rate for general hydraulic shop work performed at vendors or City Fleet or other City of Clearwater locations during normal business hours (7:00 am – 5:00 pm)Per Hour 70.00$ 125.00$ Fixed hourly rate for hydraulic machine shop work performed at vendors or City Fleet or other City of Clearwater locations during normal business hours (7:00 am – 5:00 pm)Per Hour 70.00$ 125.00$ Fixed hourly rate for after normal business hours (5:00 pm – 7:00 am, weekends and observed City holidays) for general hydraulic and hydraulic machine shop work Per Hour 70.00$ 160.00$ Emergency fixed hourly rate Per Hour 95.00$ 160.00$ Fixed hourly field (Road Services)labor rate Per Hour 70.00$ 125.00$ Fixed hourly rate for miscellaneous services Per Hour 70.00$ 125.00$ Fixed flat rate for pick-up and delivery from City of Clearwater facilities. (Each trip includes both pick-up and delivery) Each Trip -$ -$ PERCENT MARK UP FOR PARTS ONLY %20%35% REMARKS: Price(s) with star ( ) indicates apparent low bidder, intent to award. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0271 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize a Purchase Order to Alfred Benesch and Company (Benesch) of Tampa, Florida in the amount of $255,978.00 to prepare amendments to the city’s Community Development Code implementing recommendations from the North Greenwood Community Redevelopment Area (CRA) Plan, per Code of Ordinance 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same. SUMMARY: In January of 2023, City Council approved the North Greenwood CRA Plan followed by Pinellas County approval in May of 2023. Included in this plan are recommendations to encourage redevelopment and infill development and provide a variety of housing opportunities while working to prevent displacement. Prior to the final approval of the CRA Plan, the city was awarded a grant from Forward Pinellas to conduct a design charrette for the North Martin Luther King Jr. Avenue corridor within the North Greenwood community. This design charrette allowed staff to continue to build on work the CRA Plan started with a focus on the historic center of the community and what can be done to revitalize this historically important area. The charrette resulted in recommendations to create form-based code regulations in the city’s Community Development Code (CDC) specific to the North Martin Luther King Jr. Avenue corridor. As detailed in the attached scope of work, Benesch will build on past efforts to initiate amendments to the CDC to implement the recommendations from the CRA Plan and the design charrette. City staff will work alongside Benesch and their team of subconsultants to amend the CDC to provide opportunities for incremental, small-scale redevelopment and infill development that will allow residents and business owners to build generational wealth within the neighborhood. Community engagement will be integrated throughout the process including a listening session and cultural mapping workshop. Additionally, a special team has been assembled to conduct an interactive workshop to refine the community’s vision and visualize what could be built with changes to the CDC regulations for this neighborhood. This project is anticipated to take 11 months inclusive of the city’s adoption process. In 2023, Forward Pinellas, acting as the Pinellas Planning Council and Pinellas County Metropolitan Planning Organization, approved nine firms to provide professional planning support services including Alfred Benesch & Company. Code of Ordinances Sec. 2.563 (1)(c) allows for direct contracting with consultants utilizing contracts previously awarded by other governmental entities. APPROPRIATION CODE AND AMOUNT: Funding for this contract has been included in the fiscal year 2023/24 budget in special program M2101, Planning Study Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 3/15/2024 File Number: ID#24-0271 Amending the Community Development Code to provide regulations to meet the unique conditions of the North Greenwood neighborhood supports Strategic Plan Objectives 3.2 and 3.4. Page 2 City of Clearwater Printed on 3/15/2024 Alfred Benesch & Company www.benesch.com P 813-224-8862 February 20, 2024 Jayme Lopko, AICP Long Range Planning Manager Planning & Development Department City of Clearwater RE: North Greenwood CRA Implementation: Community Development Code Changes Ms. Lopko, Please find attached Benesch’s proposed scope of work and fee for the project. Please do not hesitate to contact me if you have questions regarding our proposed scope of work. Sincerely, Catherine M. Hartley, AICP, CNU-a Senior Project Manager | Associate Introduction The City of Clearwater is undertaking the implementation of the North Greenwood Community Redevelopment Area (CRA) Plan with the intention of updating the Community Development Code (CDC). To that end, the city desires to hire the Benesch Team via the Forward Pinellas GPC Contract. The main goal of the project is to amend the CDC such that it will allow incremental, small-scale redevelopment and infill development versus wholesale redevelopment of the area. This can be achieved through overlays or distinct zoning districts that will be drafted after the initial public engagement tasks are complete. The desired outcome is for existing residents and current and future business owners to build generational wealth within the neighborhood. Project Team As the prime on the Forward Pinellas contract, Benesch will be the lead firm for this task, with assistance from several sub-consultants: Ennis Davis from Community Planning Collaborative – Ennis will take the lead in all public engagement meetings and will provide assistance with cultural mapping and best practices from other similar communities. Juan Mullerat from Plusurbia – Plusurbia will provide graphics illustrating what is permitted in each zoning district within the study area today as well as what is proposed for the new code language. The graphics will also be used in the daft code. Jennifer Krouse from Liberty House Plans: Jen will provide the game boards and 3-D models for the “Game of Zones” exercise and will assist in conducting the workshop. She is also available to develop pre-approved building plans as an optional service. John Anderson (sole practitioner) will also help facilitate the Game of Zones workshop as well as provide peer review for the code amendment draft. John is also available to provide small developer training as an additional service. Benesch will provide overall project management, lead the check-in meetings with city staff, participate in all public meetings, conduct plans review, tour the community, conduct necessary data and analysis, develop the density and intensity bonus structure for the comprehensive plan, and will draft the code language. Scope of Work Task 1: Discovery The Discovery Phase is intended to lay the groundwork for the proceeding phases of the project. This initial phase will establish project guideposts and core values, identify key stakeholders, and perform a review of key plans and records. Task 1.A. Project Kickoff: Working collaboratively, the Consultant Team and city staff will identify key stakeholders, confirm overall project goals, confirm what plans the city wants the Team to review, determine the location of public meetings, and confirm the project timeline. This meeting will be a virtual TEAMS meeting. Task 1.B. Records, Plans Review, and Data/Analysis: A review of historical records such as Sanborn Fire Insurance Maps, subdivision plats, historical records, census data, and aerial imagery will be conducted to identify the context of the study area. Selected plans and previous work completed will be reviewed as to how they relate to the established project goals. These plans will include, at a minimum, the Comprehensive Plan, CRA Finding of Necessity and Plan, the Residential Infill Study conducted by USF, materials from the 2023 workshops, and the CDC. Special consideration will be taken to understand the extent to which the Comprehensive Plan and CDC allow for missing middle residential and small-scale commercial infill. Data and analysis will include existing density/intensity/lot width, depth, and size, and existing land use. Data for this analysis will come from city zoning and future land use shapefiles, Pinellas County Clerk recorded plats, and property appraiser/Florida Department of Revenue data. Note: A cursory review of the city’s comprehensive plan revealed that there are not sufficient densities and intensities to allow for missing middle building types. A missing middle density and intensity bonus in the comprehensive plan with corresponding design criteria in the code pursuant to the Countywide Rules should suffice. As part of the project, Benesch will recommend a density bonus structure for the comprehensive plan; city staff will be responsible for drafting and processing the amendments and transmitting them to the state and Forward Pinellas. Pursuant to Florida Statute, the city cannot adopt land development regulations that are inconsistent with the comprehensive plan; therefore, the timing of the adoption of the CDC amendment is dependent on the city amending its comprehensive plan. Task 1.C Field Review: Catherine Hartley (Benesch) and Ennis Davis (Community Planning Collaborative) will conduct a field review of the study area. As part of this field review, city staff and any stakeholders the city identifies in the kickoff meeting will tour the CRA together to get a feel for the area and to better understand the built environment as it exists today. The team will also conduct some additional individual reconnaissance of social, cultural, heritage, and public sites within the study area and research other communities who have addressed similar issues. Deliverable: Memo summarizing plan and code analysis, initial data and analysis, and best practices from other like communities. Task 2: Community Engagement Development and adoption of the Greenwood Community Redevelopment Area (CRA) Community Development Code (CDC) amendments is contingent on a meaningful community outreach effort. Building the foundation for an equitable process requires a thorough community outreach and engagement strategy. Goals of a successful community engagement process include conveying the purpose and use of the CDC amendment(s), understanding the community’s desires and wished-for outcomes, identifying priorities for the CDC amendment(s), and ensuring the community feels involved in development and implementation of the CDC amendment(s). Objectives for the outreach component of the CDC amendment process include: • Providing information to the community about available policy tools that support goals of the neighborhood; • Empowering the community to be a part of future land use and zoning processes; and • Building a coalition of support for successful adoption of the CDC amendment. Task 2.A. Meeting 1 - Listening Session with city staff and identified stakeholders: Up to ten (10) interviews with identified community stakeholders prior to Meeting #2 - Kick-Off Community Meeting. Stakeholder Listening Sessions are more personalized meetings with key community leaders and stakeholders intended to better understand the community’s desires and needs prior to public community workshops and meetings. These 60-minute sessions can be organized to be held either in person, virtual or by telephone. The consultant team will work with the city’s project manager to identify stakeholders and organize meeting schedules. City staff may either attend the meetings with the identified community members or the Consultant Team will hold separate meetings with staff, which would be included in the 10 meetings. Task 2.B. Meeting 2 - Kickoff meeting with the broader community and cultural mapping: The meeting agenda will include an overview of the project and upcoming meetings, a recap of previous planning efforts, an overview of the comprehensive plan and CDC amendment process, and an interactive discussion about the community’s history, cultural heritage, and how this information can play a role in anti-gentrification and displacement strategies within the CDC amendment process. Task 2.C. Meetings 3 and 4 - 3D model “Game of Zones” with staff and the community: The Game of Zones is an exercise for the community and city staff to select desired “missing middle” housing and commercial buildings that fit in with the neighborhood context that the consultant team can later translate into code and comprehensive plan amendments. Plusurbia will prepare graphics that illustrate what is permitted currently in each zoning district within the study area and Benesch staff will prepare display boards with these graphics as well as the Future Land Use and Zoning Maps. Jennifer Krouse (Liberty House Plans) will prepare the 3-D scaled models of various residential and commercial infill types that staff and the community can place on the “game boards.” The game boards will consist of select blocks within the study area, to be determined by city staff and the consultant team. Examples of the 3-D scaled models include ADU’s, duplexes, quadplexes, and small-scale commercial buildings. The purpose of this exercise is to identify desired building types that can fit in with the existing context and lot sizes. The outcome of these meetings will be decisions on building types and their corresponding densities, building heights, setbacks, parking, etc. that will inform the code and comprehensive plan. Task 2.D. Meeting 5 – Review the final draft of the code with the community. Catherine Hartley and Ennis Davis will present the draft code amendments to the community for comment and confirmation. Deliverables: Deliverable 1: Meeting and presentation materials (sign in sheets, maps, game boards, PowerPoints and handouts) Deliverable 2: Meeting summaries Deliverable 3: Cultural map: Sites and spaces of cultural importance to the North Greenwood Community and strategic initiatives in the neighborhood will be gleaned from meetings 1 and 2. Ennis Davis will convert what was learned from the meetings into a map. The cultural map can be utilized by the community for future initiatives including oral histories, public art, etc. in addition to informing what may go into the code amendment. City Responsibility: City staff will be responsible for selecting the location for the workshops, providing tables, chairs, and AV equipment, notifying the public, and creating any directional signage. City staff will staff the welcome table. Meetings 3 and 4 shall be conducted on the same day – the meeting with staff will be conducted during normal business hours and the meeting with the community will be held in the evening. Task 3: CDC Amendments Task 3 will build upon the previous tasks by incorporating the results of public engagement activities and the Discovery phase. Task 3.A. Draft Code: Upon the conclusion of the first three meetings, Catherine Hartley will prepare three draft versions of the proposed CDC in strikeout and underline. The code will be graphic-driven, with graphics used to illustrate both the existing code and proposed changes. Graphics will be prepared by Plusurbia. Draft code language will be written in “plain language” and easy for city staff and the public to interpret. The code will address topics including permitted/prohibited uses, building types, building height, density/intensity, setbacks, open space per unit (or equivalent measures), buffering, parking, non-conformities, vehicular access, and lot aggregation. Density and intensity will have to be concurrently amended in the comprehensive plan, which city staff will undertake. Benesch will provide the density and intensity structure for the comprehensive plan and three drafts of the code for the city to comment on. Task 3.B. Final Code: Once a third round of comments has been completed, the Consultant will prepare a final draft for public hearings. Task 3 C. Public Hearings: Benesch will present the code to the Community Development Board (1) and City Council (3) – Four (4) meetings total. Deliverables: Four total code drafts with graphics and strikeout and underline text and maps (PDF and shapefiles will be provided) and PowerPoint presentation. Optional Tasks: Pre-Approved Building Plans Jennifer Krouse of Liberty House Plans will prepare pre- approved building plans for desired missing middle housing options and develop licensing terms. Small Developer Training: John Anderson will provide a one-day in-person training for existing and potential small developers to teach them how to select a site, interpret zoning, develop a site plan, develop a pro-forma and development proposal, and provide financing options. Task 4: Project Management For a project of this magnitude, the Benesch Team proposes progress check in meetings every two weeks. The Benesch team shall provide an agenda for each meeting and a summary of the meeting outcomes in a follow up email. Invoices will be provided monthly with a progress report summarizing the work completed during the billing period and tasks to be completed during the next billing period. Deliverables: Meeting Agendas and Summaries Monthly Invoices with Progress Reports City of Clearwater: Greenwood CRA CDC Amendments Budget The total fee for this project is estimated to be $ 255,978 and is shown broken down at the task and subtask levels below: Chief Professiona l Demian Miler Project Manager Catherine Hartley Professional (GIS) Logan Patterson Chief Professional - Juan Mullerat Jennifer Krause Liberty House Plans Chief Professional John Anderson Chief Professional Ennis Davis Community Planning Collaborative Sr. Professional Task Description Hourly Billing RatesHourly Rate 258.90$ 197.10$ 106.80$ 250.00$ 250.00$ 250.00$ 150.00$ Hours Fee Expenses Total Fee Task 1 Discovery 2 113 21 1 1 1 81 220 37,933$ 37,933$ A Project Kickoff (with City Staff)1 2 1 1 1 1 1 1,660$ B Historic Records and Plans Review 0 95 64 28,325$ C Field Review and Mapping 1 16 20 16 7,949$ Task 2 Community Engagement 20 124 4 20 48 24 104 344 68,646$ 79,646$ A-D Meetings (includes prep time, travel time, and summary memos) 20 124 4 20 48 24 104 148 68,646$ Expenses (not to exceed) 0 -$ $11,000 Task 3 CDC Amendments/ CP Bonus Structure 12 270 0 100 0 22 404 86,824$ 86,824$ A Drafts (3) 10 204 20 214 47,797$ B Final Draft for Hearings 2 4 2 6 1,806$ C Code Amendment Approval Process (prep, travel time, attendance, and changes to be made to the code after the hearing) 54 54 10,643$ D Graphics 8 100 8 26,577$ Task 4 Project Management 40 200 0 0 0 0 12 252 51,576$ 51,576$ A Check in meetings, invoicing, progress reports, sub coordination and contract management 40 200 12 51,576$ Task 5 OPTIONAL/MISCELANEOUS SERVICES 74 707 25 121 49 47 197 1,220 $ 244,978 $ 255,978 NOT TO EXCEED COSTS TO BE DETERMINED USING CATEGORY RATES ABOVE PLUS PLAN DEVELOPMENT AND LISCENSING Total Tasks 1 - 4 Schedule The proposed schedule for the project is illustrated below. This schedule is dependent on the city staff’s ability to schedule time and meeting space, the adoption of a companion comprehensive plan amendment, and a ten business day turn around time for the staff to review and comment on submitted deliverables. If staff cannot meet these deadlines, then the schedule may be adjusted accordingly. Months from Notice to Proceed Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Task 1A - Kickoff 1B - Historic Records and Plans Review 1C - Field Review 2A - Meeting 1: Listening sessions 2B - Meeting 2: Kickoff with the community 2C - Meetings 3 and 4: Game of Zones 2D - Meeting 5: Code reveal 3A - 3 Drafts - writing and staff review 3B - Hearing Draft 3C - Ordinance Approval Process* (up to 4 meetings) 4 - Project Management 1 - Discovery 2 - Engagement 3 - Code/Policy Drafting and Approval *Relies on Comprehensive Plan Amendment Adoption Catherine Hartley, AICP, CNU-a RFP # 23-0365Planning Support Services Pinellas County Cover LetterContractor Form Section 1 // Ability of Firm and its Professional Personnel..........1 Section 2 // Firm Experience with Project of Similar Size and Past Performance....................................20 Section 3 // Demonstrated Understanding of the Sub Areas....31 Section 4 // RFP Exceptions.......................................................41 Section 5 // Required Forms/Documents..................................44 TABLE OF CONTENTS Submitted by: Benesch March 23, 2023 SUBCONSULTANTSStantec Quest Corporation of America, Inc. Vrana Consulting R. John Consulting National Date & Surveying Services PRIME CONSULTANT Benesch1000 North Ashley Drive, Suite 400Tampa, FL 33602www.benesch.comP: 813-224-8862 PROJECT CONTACTBill Ball, AICP Florida Division ManagerSenior Vice President P: 813-224-8862E: bball@benesch.com PROPOSAL NO #23-0356 PROJECT NAMEPlanning Support Services March 23, 2023 Jim Just Lead Procurement Analyst400 S. Ft. Harrison Ave 6th FLClearwater, FL 33756 RE: RFP # 23-0365 - Planning Support Services Mr. Just: Benesch is pleased to submit this proposal as an expression of our interest in supporting Pinellas County’s planning services. Our firm has been providing similar service to municipalities and agencies for three decades, and we currently are under contract with 16 Florida MPOs. We have extensive experience providing transportation planning and transit planning services to Pinellas County, having served in various capacities throughout the county and surrounding area. Our knowledge of MPO responsibilities has been gained over multiple contracts and many years. Our skilled team members bring the following benefits to this project: ✓MPO Expertise: Our long history of working with MPOs not only provides a thorough understanding of the past, but also the vision to provide greater outcomes to the new challenges facing our clients. Issues such as climate change, resiliency, sea-level rise, complete streets, connected vehicles, safety, mobility and autonomous vehicles have become part of our daily discussion. Our team knows how to approach these changes and help our clients navigate these trending circumstances communities are facing across the country. We have also closely monitored, reviewed and evaluated the metropolitan planning requirements since passage of the Intermodal Surface Transportation Efficiency Act (ISTEA) of 1991 and subsequent reauthorizations (TEA-21, SAFETEA-LU, MAP-21, FAST Act, and the IIJA - Bipartisan Infrastructure Law). ✓Innovative Data Resources: Benesch is always looking for ways to improve processes, which in turn saves our clients time and money. An example of this is our use of big data and real-time data in our mobility analyses. We make use of data platforms RITIS and Replica, which provide performance measurement and trip characteristics at no additional cost to our clients. ✓Decades of Experience with Pinellas County: Several of our proposed team members have worked closely with County staff on planning projects. Our experience spans several decades, giving us an intimate familiarity with your community’s needs and challenges. We will be able to incorporate these into community development and redevelopment plans, providing your County with a team works and lives in has a strong framework to grow within for decades to come. Thank you for taking the time to review our qualifications. If you have any questions regarding our submittal, please contact me at anytime at 813-224-8862 or by email at bball@benesch.com. Sincerely, Bill Ball, AICP Senior Vice President RFP # 23-0365 - RFP RFP Title Planning Support Services Page 3 of 28 PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 CONTRACTOR MUST COMPLETE THE FOLLOWING CONTRACTORS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS, PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSIVE AND RESPONSIBLE SUBMITTAL RECEIVED MEETING SPECIFICATIONS. NO CHANGES REQUESTED BY A CONTRACTOR DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE SOLICITATION OPENING DATE AS ADVERTISED. BY SIGNING THIS SUBMITTAL FORM, CONTRACTORS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER SOLICITATION TERMS AND CONDITIONS, INCLUDING ANY INSURANCE REQUIREMENTS CONTAINED HEREIN. CONTRACTOR NAME: ______________________________________________ (As shown on W-9) DBA: ______________________________________________ (If applicable) MAILING ADDRESS: ______________________________________________ (As shown on W-9) CITY / STATE / ZIP: ______________________________________________ (As shown on W-9) CONTRACTOR EMAIL: ______________________________________________ (Primary Company Email Address) REMIT TO NAME: ______________________________________________ (As Shown on contractors Invoice) FEIN#: ______________________________________________ (As shown on W-9) PAYMENT TERMS: ____% ___DAYS, NET 45 (PER F.S. 218.73) DEPOSIT, IF REQUIRED, IS ATTACHED IN THE AMOUNT OF $ _____________ Proper Corporate Identity is needed when you submit your quote, especially how your firm is registered with the Florida Division of Corporations. Please visit dos.myflorida.com/sunbiz/ for this information. It is essential to return a copy of your W-9 with your quote. Thank you. CONTRACTOR CONTACT INFORMATION CONTACT NAME: _______________________ PHONE NUMBER: _______________________ FAX NUMBER: _______________________ EMAIL ADDRESS: _______________________ I HEREBY AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS RFP EXCEPT AS NOTED BY EXCEPTION, INCLUDING ALL INSURANCE REQUIREMENTS & CERTIFY I AM AUTHORIZED TO SIGN THIS RFP FOR THE PROPOSER. AUTHORIZED SIGNATURE: _______________________ PRINT NAME: _______________________ TITLE: _______________________ SEE SECTION F FOR PRICING SUMMARY THIS FORM MUST BE RETURNED WITH YOUR RESPONSE Alfred Benesch & Company 35 W. Wacker Drive, Suite 3300 Chicago, IL 60601 36-2407363 William Ball, AICP 813-224-8862 bball@benesch.com Senior Vice President William Ball, AICP 866-410-8678 N/A bball@benesch.com Christina Gomez N/A Benesch does not do discounts Pinellas County // RFP # 23-0365 - Planning Support Services Section 1Ability of Firm and its Professional Personnel 2Pinellas County // RFP # 23-0365 - Planning Support Services ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL VALUE FOCUSED. COMMUNITY MINDED. QUALITY DRIVEN. Serving a broad range of markets, Benesch is committed to enhancing infrastructure and communities across the country. Roads, bridges, schools, parks and airports are just a few examples of where you can find our work. Through planning, engineering and design, we create spaces and provide connections in ways that make a difference. We exercise innovation whenever possible and resist relying on how things have been done before. Since our founding in 1946, Benesch has grown into a mid-sized firm nimble enough to remain responsive to client needs, yet large enough to offer exceptional bench strength. Today, we are ranked Number 100 among the Top 500 Design Firms in the country by Engineering News-Record. • Bridges • Roads • Transit • Multimodal • Civil/Site • Planning • Facilities • Parks & Recreation • Comprehensive Planning • Code Writing • Affordable Housing Plans • Impact Fees • Public Facilities Planning WHAT WE DO We routinely tap into our firm’s multidisciplinary expertise to support clients across the country. We turn our nationwide capacity and expertise into high-value solutions for local infrastructure challenges. 950+ EMPLOYEES | 46 LOCATIONS | 20 STATES | 1 TEAM Broward MPO Indian River County MPO Hillsborough TPO Charlotte County - Punta Gorda MPO Collier MPO Forward Pinellas Hernando/Citrus MPO Lee County MPO St. Lucie TPO Martin MPO North Florida MPO Ocala/Marion County TPO Pasco County MPO Polk TPO River to Sea TPO Sarasota/Manatee MPO CURRENT FLORIDA MPO/TPO CONTRACTS Our Planning Team With the recent acquisition of Tindale Oliver & Associates, Benesch has expanded our service offerings. With more than 70 professionals added to our team, we’re proud to offer added capacity in transportation planning with new capabilities in several areas, ranging from ADA Compliance and Community Planning & Design to Public Finance and Transit Planning & Operations. Benesch’s planning group has staff located throughout Florida (Tampa, Fort Lauderdale, Jacksonville and Miami) and in Tennessee (Franklin). Our planning team has supported clients in over a dozen states, the District of Columbia and Puerto Rico. Benesch is prequalified by FDOT for conducting technical services consistent with the requirements of Florida Administrative Code 14-75 in 25 specific areas of Group 3–Highway Design: Roadway (3.1, 3.2, 3.3), Group 4–Highway Design: Bridges (4.1.1, 4.1.2, 4.2.1, 4.2.2), Group 5–Bridge Inspection (5.1, 5.2, 5.3, 5.4), Group 6–Traffic Engineering (6.1, 6.2, 6.3.1, 6.3.2, 6.3.3), Group 7–Traffic Operations Design (7.1, 7.2, 7.3), Group 10–Construction Engineering Inspection (10.1) and Group 13– Planning (13.3, 13.4, 13.5, 13.6, 13.7). 3Pinellas County // RFP # 23-0365 - Planning Support Services Our Proposed Planning Team The Benesch Team has extensive experience on similar contracts. Benesch works exclusively with public sector clients and holds planning services contracts with municipalities, counties, metropolitan planning organizations and the Florida Department of Transportation. These contracts are considered on-call and task work order- based, often are multi-disciplinary, and incorporate a wide range of planning and engineering skill sets. The Project Management Team identified for this planning support services contract is one that includes a history of working with the local staff and a breadth of experience as a result of working with Florida municipalities and agencies for more than 25 years. We approach planning contracts by distributing the workload among Project Managers and Task Managers and providing expert staff support to each of our clients. The Scope of Work includes eight major task areas with 68 subtask subject areas that may be assigned under the GPC. The Benesch Team has been carefully organized to provide expert services for any task order Forward Pinellas assigns. The roles and responsibilities of the Benesch Team for this contract are provided in the organization chart and resumes, which address the major types of work outlined in the Scope of Services. Benesch has teamed with six subconsultants for this contract. Stantec, Quest (DBE), Vrana Planning (DBE), Ivy Vann Town Planning, R John Consulting and National Data & Surveying Services. Quest and Vrana Planning are both certified DBEs in the State of Florida. Benesch The goal of community planning is to develop a framework for transforming the social and built environment by bringing together stakeholders (residents, employees, elected officials, etc.) that participate in the daily activity of the places where we work and live. Benesch’s community planning team understands the great diversity of neighborhoods, organizations and institutions that make up our communities and calibrates its approaches and services based on local conditions. Our collective community planning experience includes the following: • Comprehensive Planning • Land Use and Housing Policy• Land Development Regulations and Form Based Codes • Special and Small Area Plans• Development/Redevelopment Feasibility Studies• Redevelopment Planning, including Community• Redevelopment Areas (CRAs) and adaptive reuse • Affordable Housing Planning • Corridor Studies• Greenways & Trails Planning• Schools Planning• Context-Sensitive Design • Transect Planning • Subdivision Regulations Stantec In their 67-year history, Stantec has successfully served more than 350 clients while completing many innovative projects. They are consistently recognized by clients and peers for the quality of their documents, their unique planning process, service, design experience, and sustainability of the environments they create. Working within the context of the communities they serve, Stantec provides engineering, planning, and infrastructure management services that fit the needs of our clients and improve the overall traveler experience. From major expressways and urban arterials to bridge rehabilitations, bicycle lanes, complete streets, and transit systems, their focus is always on providing multimodal solutions that respect the environment. Stantec provides transportation planning services with a holistic approach that considers not only alternative, technical solutions, but the impacts of alternative land use patterns, as well as environmental and community concerns. Quest Corporation of America, Inc. (DBE) Founded in 1995, Quest Corporation of America, Inc. (Quest) is a woman-owned community engagement firm with a highly respected reputation for serving public-sector clients throughout Florida and nationally. Locally headquartered in Land O’ Lakes, Quest is DBE / WMBE certified, and provides full- service communications and public outreach services, including an award-winning creative design and innovative technologies team. Quest has spearheaded public involvement for hundreds of projects throughout the state of Florida, as well as numerous multimodal, and transportation planning, environment, design, and construction projects in West Central Florida including Pinellas County. ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 4Pinellas County // RFP # 23-0365 - Planning Support Services Quest’s public engagement strategies include stakeholder engagement, advisory groups, community presentations, virtual and in-person public meetings and documentation, intergovernmental coordination, media relations, social media and digital marketing, videography including drone/ aerial footage and animation, 3D Virtual Tours, and GIS. Their creative team develops project logos and branding, newsletters, door hangers, websites (development, site hosting, content, and maintenance), and other public facing resources to engage citizens in plan development. With nearly 90 associates, Quest offers unmatched depth and breadth in serving municipal communications needs. Through their extensive work in the area, Quest has developed solid community relationships throughout the Tampa Bay region to elevate stakeholder and public engagement. Their depth of local experience includes working with Pinellas County on projects for the Pinellas Suncoast Transit Authority, the City of St. Petersburg, Lealman Wayfinding Signs, and other municipal agencies. Quest staff also have served on Tampa Bay Area Regional Transit Authority, Hillsborough TPO, Tampa Hillsborough Expressway Authority, and Hillsborough County Aviation Authority / Tampa International Airport, and Florida Department of Transportation (FDOT) projects. Quest’s expansive experience working with the community on multimodal, complete streets, and community projects includes robust grass roots and innovative engagement with diverse communities for the Florida Department of Transportation’s (FDOT) regional Tampa Bay Next Program. Vrana Consulting (DBE) Tammy Vrana, AICP, owner of Vrana Consulting, has 35 years of planning experience spanning land use planning, transportation, and more, including work in various capacities within Pinellas County over the past two decades. She is adept at working with diverse stakeholders across disciplines to identify community issues and develop practical, consensus-driven solutions. She specializes in community outreach and engagement techniques to inform decision making and build local support for projects. Ivy Vann Town Planning and Urban Design Ivy Vann, owner of Ivy Vann Town Planning and Urban Design, is a planner and designer with many years of experience in planning and urban design. She works on charrettes, planning projects, code review, master planning, public engagement and comprehensive planning. Too many towns have adopted land use regulations which make it impossible to build beloved, financially successful places; Ivy’s mission is to reverse that trend. They are dedicated to helping towns and cities determine which of their streets and neighborhoods are the most beautiful and successful, and then spelling out the underlying rules which created those spaces. Ivy understands both how to determine what the unwritten rules are in those best places and how to help towns recreate the rules in the form of zoning. They believe that Form-Based Code, where the size and placement of buildings are articulated in the zoning code, give towns and cities the best way to ensure that new buildings fit seamlessly into existing neighborhoods and downtowns. R John Consulting R. John Anderson has over 40 years experience working in the built environment, starting in the construction trades and advancing through planning, urban design and development. The firm concentrates its work in the implementation of Missing Middle Housing and Incremental Development, testing housing policy proposals with typical site plans and development pro formas. Anderson teaches municipal staff and emerging small developers how to lay out Missing Middle Housing while making sure the projects will perform economically for the city and the developer. National Data & Surveying Services Founded in 1989, National Data & Surveying Services (NDS) was established to deliver accurate and cost-effective solutions to their client’s traffic, transit and GIS/GPS data collection. NDS is entering their 34th year of successful corporate operations that have established the as one of the foremost, full service, traffic and transit data collection companies in the country. NDS has an outstanding team of 100 professional, full-time employees that will ensure the successful coordination and completion of any project. With local field crews in 15 major cities throughout the West Coast, the Southeast and the Mid-Atlantic NDS can quickly respond to all project needs. Their firm leverages their experience and expertise to deliver accurate and timely data in a professional manner. ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 5Pinellas County // RFP # 23-0365 - Planning Support Services Team Organization QA/QC Bill Ball, AICP (B) Project Principal Demian Miller, AICP (B) Project Manager Robert Cursey, AICP (B) Pinellas County Team Member Legend (B)Benesch (S)Stantec (Q)Quest (DBE) (VP)Vrana Planning (DBE) (IV)Ivy Vann Town Planning (RJ)R John Consulting (NDS)National Data & Surveying Services ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL Multimodal Transportation Planning and Analysis Richard Wilson, PE, AICP (B)Christopher Keller, AICP (B)Elisabeth Schuck, AICP, LEED GA (B)Robert Modys, AICP (B)Ian Debham, AICP (B)Steven Infanti, AICP (B)Randall Farwell (B)Frank Domingo, PE (S)Graeme Masterton (S)Freddy Thomas (S)John Greist (NDS) 1 Economic Analysis Tom Leighton, AICP, EDFP (S)Fleur Hartman, PE (S)Spencer Cox (S)A. Nilgun Kamp, AICP (B)Robert Layton (B) 2 Website Design, Maintenance and General Communication Support Jill Quigley, AICP (B)Andrea Sauvageot (B)Jessica Ellis (Q)Jil Cappadoro (Q)Dylan Conway (Q)Michael Cobelo (Q)Tammy Vrana, AICP (VP) 3 Land Use and Redevelopment Catherine Hartley, AICP, CNU-A (B)Alex Law (B)Lauren O’Neill, AICP (B)Tammy Vrana, AICP (VP)Ivy Vann (IV)R John Anderson (RJ) 5 Climate Resilience Diane Quigley (S)Rebecca Leitschuh (S)John Bucher (S)Rick Bowers (S)Wally Blain, AICP (B) Catherine Hartley, AICP, CNU-A (B) 6 Graphic Design and Renderings Laura Molennor (B)John Beron (S)Chip Boeckh (Q) 7 Geographic Information Systems Juan Butler, GISP (B) Lauren O’Neill, AICP (B) Sofia Thordin, AICP (B) Richard Pascoe (S) Craig Payne GISP (S) Tanya Camacho (S) Richard Bowers PhD (S) 8 Urban Design Leigh Grey (S) Emily Henke (S) Keith Greminger (S) Alex Law, AICP (B) 4 Our local presence and extensive work history in Pinellas County cannot be understated, as they provide insight, responsiveness and a vested interest in your (our) community. Proposed Project Manager, Rob Cursey, AICP, has been a resident of Safety Harbor since 1993 and has worked continuously on projects in the county since 1994. 6Pinellas County // RFP # 23-0365 - Planning Support Services ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL Scope of Work Sub Areas Expertise areas BeneschStantecQuestVrana PlanningIvy Vann Town PlanningR John ConsultingNDS1. Multimodal Transportation and Analysis Planninga. Modeling and Simulation ●● b. Bicycle and Pedestrian Facilities ● c. Transportation Disadvantaged ● d. Data Collection, Development, and Analysis ●● e. Access Management ● f. Mobility and Demand Management ● g. Transportation/Mobility Impact Fees ● h. Parking and Circulation ●● i. Waterborne Transportation ●●● j. Feasibility Studies ●● k. Complete Streets ●● l. Resilience and Sustainability ●●● m. Safety Audits ●● n. Freight Analysis ●● o. Corridor Studies ●●● p. Transit Planning and Analysis ●● q. Grant Writing and Policy Analysis ●●●●●2. Economic Analysisa. Market Studies and Analysis ● b. Value Capture Scenario Development and Analysis ● c. Property or Facility Valuation ● d. Fiscal Impact Analysis ●● e. Development Finance and Joint Development ● f. Economic Modeling ●● g. Cost-Benefit Analysis ●● h. Financial Analysis ●● i. Financial/Scenario Planning ●● j. Economic Development Capital Project Planning ●● k. Land Assembly Planning ● l. Infrastructure Planning ●● m. Best Practices and Case Studies ●●3. Website Design, Mainteance and General a. Website Development and Troubleshooting ●● b. Site Hosting Alternatives Analysis ●● c. Intranet Maintenance ● d. WordPress Patches and Upgrades ●● e. Social Media ●● f. Collateral/Document/Graphics Development ●●● g. Spanish Language Translation ●●4. Urban Designa. Site and Area Master Plans ●● b. Corridor and Streetscape Design ●● c. Visualization/Illustrations ●●● d. Gateway, Wayfinding and Signage Plans ●● e. Parking Alternatives ●● f. Open Space and Public Realm ●● 3 1 2 4 7Pinellas County // RFP # 23-0365 - Planning Support Services Scope of Work Sub Areas Expertise areas BeneschStantecQuestVrana PlanningIvy Vann Town PlanningR John ConsultingNDS5. Land Use and Redevelopmenta. Comprehensive, Activity Center, and Multimodal Corridor Plans ●●●● b. Land Development Codes (traditional)●●●● c. Form-Based Codes ●● d. Golf Course Redevelopment ● e. Station Area Plans/Transit-Oriented Development Plans, Codes, and Standards ● f. Scenario Planning ●● g. Growth Management, Comprehensive Planning and Visioning ●●6. Climate Resiliencea. Hazard Mitigation ●● b. Disaster Recovery ● c. Vulnerability and Risk Assessments ●● d. Adaptation Planning ●● e. Resilient Design/Critical Infrastructure Protection ●● f. Green Infrastructure Planning ● g. Pre-Disaster Mitigation ●● h. Post Disaster Housing Plan ● i. Hurricane Evacuation Route Capacity Analysis ●● j. Hurricane Shelter Space Capacity Analysis and Impact Fee Development ●7. Graphic Design and Renderingsa. Graphic Design and Visualization ●● b. Writing, Editing and Digital Publication ●● c. Digital and Thematic Storytelling ●● d. 3D Model Development and Integration with Geographic Information Systems ●●8. Geographic Information Systemsa. Geospatial Dataset Development and Analysis ●● b. Geospatial Index Development ●● c. Map Development ●● d. 3D Mapping and Analysis ●● ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 5 6 7 8 8Pinellas County // RFP # 23-0365 - Planning Support Services 100Availability 100Availability35%40% Mr. Miller has served as a planner, project manager and Principal-in-Charge on a wide range of transportation planning and engineering projects for city and county governments, MPOs, FDOT and FHWA. His areas of expertise include GIS/transportation data management; traffic safety and safety program management; bicycle and pedestrian safety and mobility; multimodal corridor and sub-area studies; and growth management/policy planning. He also has provided support to long range transportation planning projects as well as land use/community planning projects. In addition to his management responsibilities for Benesch’s Corridor/Sub-Area and Traffic Safety service areas, he serves as an instructor for FHWA’s “Focused Approach to Pedestrian Safety” and has provided technical assistance and led “Designing for Pedestrian Safety” workshops for FHWA. • Hillsborough MPO - General Planning Consultant - Hillsborough County, FL - Project Manager • Hillsborough Transit Authority (HART) - Tampa Arterial Bus Rapid Transit Study - Tampa, FL - Senior Advisor/QC • City of Pinellas Park - Pinellas Park Comprehensive Plan and Land Development Code Update - Pinellas Park, FL - Client Liaison • Broward MPO - SR 7 Multimodal Improvements Corridor Study - Broward County, FL - Project Manager • Broward MPO - Hollywood/Pines Blvd Congestion Management/ Livability Study - Hollywood and Pembroke Pines, FL - Project Manager • Martin MPO - Mobility/Multimodal Fee Study - Martin County, FL - Senior Advisor • FDOT District 7 - Intersection Control Evaluation (ICE) analysis, Hillsborough Avenue - City of Tampa | 2020-Ongoing - Project Director • FDOT District 7 - Bayshore Boulevard Analysis - Tampa, FL | 2020-2021 - Principal-in-Charge • Hillsborough County MPO - West Tampa Multimodal Plan - Hillsborough County, FL - Principal-in-Charge • City of Tampa - General Engineering Consultant - City of Tampa, FL | 1999-Present (Ongoing) - Principal-in-Charge EducationMA, Urban and Regional Planning, University of Florida BA, Political Science, University of Florida Years of Experience: 23 Registrations and Certifications AICP #021871 Demian Miller, AICP Project Principal Throughout his professional consulting career, Mr. Cursey has managed and provided technical support for transportation planning projects, including all modes of travel. His expertise includes all aspects of public sector planning, including long-range transportation planning, sub-area studies, corridor studies, freight and goods movement, travel demand modeling, bicycle and pedestrian planning, parking studies and roadway characteristics inventory. • Pasco County MPO - General Planning Consultant - Pasco County, FL| On-going - Project Manager • Pasco County MPO - 2045 Long Range Transportation Plan (LRTP) - New Port Richey, FL - Project Principal • Pasco County - Buildout Model Development and Corridor Preservation Update - Pasco County, FL - Project Manager • Charlotte County-Punta Gorda MPO - 2045 Long Range Transportation Plan (LRTP) - Port Charlotte, FL - Project Principal• FDOT District 7 - Tampa Bay Region Freight Bottleneck Analysis - Project Manager • FDOT District 7 - Intermodal Center Studies for University Area and Wesley Chapel - Tampa, FL - Project Manager• FDOT District 7 - Truck Parking Facility Siting Study - Hillsborough and Pasco County, FL - Project Manager • FDOT District 7 – Freight Bottleneck Prioritization – Tampa, FL - Project Manager • Hillsborough County Metropolitan Planning Organization, Tampa, Florida, CSX Intermodal Sub-Area Study - Project Manager • Florida-Alabama Transportation Planning Organization, Pensacola, Florida, Northwest Florida Regional Freight Plan - Project Manager • Performing Arts Center and Rosemary District Parking Study - City of Sarasota Parking Division - Sarasota, FL - Project Manager EducationMA, Geography, Georgia State BS, Geosciences, University of Tennessee Years of Experience: 34 Registrations and Certifications AICP #011328 Robert Cursey, AICP Project Manager ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 9Pinellas County // RFP # 23-0365 - Planning Support Services 100Availability25% 100Availability EducationMA, Economics, University of South Florida BS, Economics/Political Science, Florida Southern College Years of Experience: 35 Registrations and CertificationsAICP: #014106 Mr. Wilson is passionate about enriching communities through his work. Both a transportation planner and engineer, he seeks to find transportation solutions, both aspirational and technically sound, that support economic vitality, preserve the natural and built environment and enhance quality of life. His expertise includes traffic engineering and transportation planning with an emphasis in complete streets, geospatial analysis, data visualization and traffic operations analysis. • Hillsborough Area Regional Transit (HART) - Tampa Bay Premium Transit Feasibility Study - Tampa, FL - Transportation Planner • City of Naples - Downtown Mobility and Connectivity Study - Naples, FL - Transportation Planner • City of Orlando - Vision Zero Action Plan - Orlando, FL - Safety Engineer • FDOT District 7 - FDOT D7 Complete Streets - Various Counties - Subconsultant Project Manager • Hillsborough TPO - Plant City Canal Trail Feasibility Study - Plant City, FL - Project Manager • FDOT District 1 - Central Manatee Network Alternative Analysis (CMNAA) - Bradenton, FL - Transportation Planner • FDOT District 1 - SR 776 Corridor Planning Study - Charlotte County, FL - Project Engineer • FDOT District 3 - Orange Avenue (SR 373) PD&E Study - Tallahassee, FL - Safety Analyst/Engineer • FDOT District 3, Capital City to the Sea Trails Multi-Use Path Corridor Planning Study - Franklin County, FL - Transportation Planner • FDOT District 3 - FDOT D3 Systems Planning - Various Counties - Deputy Project Manager Richard Wilson, AICP (B) Task Lead - Multimodal Transportation Planning and Analysis EducationMS, Civil Engineering, Georgia Institute of Technology Master of City and Regional Planning, Georgia Institute of Technology BS, Civil Engineering, University of Florida Years of Experience: 10 Registrations and Certifications Professional Engineer: FL AICP - #029190 William Ball, AICP (B) QA/QC Mr. Ball has significant experience in transportation planning and public transportation planning and analysis, which has proven to be a valuable resource to FDOT, MPOs, transit agencies, counties, cities, and other agencies throughout Florida, Georgia, and the U.S. He specializes in metropolitan and transit planning and has developed close working relationships as a general planning consultant over the past decade. This includes projects for FDOT in Districts 1, 4, and 7 and MPOs in Broward, Hernando, Hillsborough, Pasco, Brevard, and St. Lucie counties, among others. As a general planning consultant, he has managed projects related to long range transportation plans, public transportation, congestion management, multimodal corridor studies, and transportation finance. • Hillsborough Area Regional Transit (HART) - Transit Development Plan & Comprehensive Operational Analysis - Senior Advisor • FDOT District 4 - Modal Development General Planning Consultant - Principal-in-Charge • Planning Consultant - Sarasota County, FL - Principal-in-Charge • FDOT - Modal Development General Planning Consultant - Broward County, FL - Principal-in-Charge • Broward MPO - Commitment 2045 Metropolitan Transportation Plan and Transit Systems Plan - Project Manager • FDOT Central Office - Accessing Transit Design Handbook for Florida Bus Passenger Facilities, Version III—Update - Senior Advisor • Pasco County MPO - Vision 54/56 Corridor Study, Phase I - Project Manager • FDOT District 1 - TBARTA SMART Connect Regional Premium Transit Corridor Evaluation - Project Manager • Pasco County MPO - Mobility 2040 LRTP - Pasco County, FL - Project Manager 1 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 40% 10Pinellas County // RFP # 23-0365 - Planning Support Services EducationMaster in Design Studies (MDesS) in Real Estate and the Built Environment, Harvard University Graduate School of Design MA, Public Affairs, University of Minnesota BA, Natural Science, St. Johns University Years of Experience: 24 Registrations and Certifications AICP #018262 EDFP # 1216-024 Tom has been doing implementation-oriented planning and community development since the start of his career. He served as Minneapolis’s lead urban planner in economically-challenged North Minneapolis—leading large-scale, transformative initiatives for its neighborhoods, commercial corridors, and riverfront. In the last decade, Tom has offered implementation-oriented consulting services to public sector clients and developers. He supports public sector clients with development planning, market analysis, housing and economic development strategy, and development implementation strategy. Services to developers encompass proforma analysis, entitlements, pursuit of public financial support, and overall project management. Tom believes that cities need community development plans and strategies that are aspirational and achievable, and that set a foundation for real world change. He has developed analytical methodologies and processes that illuminate the real-world market and development context and pave the way for implementation. He has distinguished himself in his imaginative and interactive approach to community engagement—including being a codeveloper of the national award-winning Corridor Development Initiative. Clients appreciate Tom’s ability to talk about real world complexities in ways that people understand, and to focus on the information and analysis that is truly relevant to public goals and objectives. • METRO Blue Line Extension (Bottineau LRT) Phase I: Station Area Planning* | Hennepin County, Minneapolis MN, Golden Valley • Oxford Street Redevelopment Plan* | City of Worthington, MN • Irving and Fairmount Brownfields Revitalization Plan* | City of Duluth, MN • Velp Avenue Areawide Plan | City of Green Bay, WI • US Highway 53 Corridor Study* | City of La Crosse, WI • Valley City Comprehensive and Transportation Plan | City of Valley City | Valley City, MN • West Broadway Transit Study* | Metro Transit, Minneapolis MN, Golden Valley MN, Robbinsdale, MN 100Availability Tom Leighton, AICP, EDFP (S)Task Lead - Economic Analysis Ms. Quigley has more than 30 years of planning experience on a variety of projects, including transit/transportation planning, municipal planning, growth management, environmental planning, and land use studies. Her recent project experience includes TDPs, LRTPs, and regional transportation strategies, and she has managed the environmental process for Florida DOT projects and public outreach for small and large-scale planning projects • Hillsborough Transit Authority (HART) - Tampa Arterial Bus Rapid Transit Study - Tampa, FL - Project Manager • Broward MPO - Commitment 2045 Metropolitan Transportation Plan and Transit Systems Plan - Broward County, FL - Deputy Project Manager • Broward MPO - Speak Up Broward Public Information & Engagement, Phase 3 - Broward County, FL - Project Manager • Martin MPO - Public Participation Plan - Martin County, FL - Project Manager • FDOT District 7 - D7 Miscellaneous Modal Development Support - Hillsborough County, FL - Senior Planner • FDOT District 7 - Intermodal Center Studies for University Area and Wesley Chapel - Tampa, FL - Senior Planner • Pasco County MPO - 2045 Long Range Transportation Plan - New Port Richey, FL - Senior Planner • FDOT District 6 - State Road 7 Corridor Study - Miami, FL - Senior Planner • Miami-Dade Department of Transportation and Public Works - Transit Development Plan Annual Updates - Miami, FL - Project Manager • FDOT District 4 - South Florida Rail Corridor Master Plan Update - Broward County, FL - Project Manager • City of Doral - Décor District Action Plan - Doral, FL - Project Manager • City of Doral - Adaptive Reuse Overlay - Doral, FL - Project Manager EducationMS, Urban & Regional Planning, Florida State University BS, Biology, Tulane University Years of Experience: 30 Registrations and Certifications AICP #014802 Jill Quigley, AICP (B) Task Lead - Website & General 3 10030%Availability 2 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 25% 11Pinellas County // RFP # 23-0365 - Planning Support Services 100Availability50% EducationMasters of City and Regional Planning, Clemson University BS, Landscape Design and Management, Florida Agricultural and Mechanical University Years of Experience: 28 Leigh’s areas of experience are balanced between urban land and land planning as well as landscape design at multiple scales including transportation facilities, resorts, hospitality, theme parks /attractions, mixed-use developments, public and urban spaces, and entertainment retail areas. This mix of experience in both the private and public sectors, domestically and internationally, coupled with field experience, allows him to successfully guide our clients through the entire process—visioning, conceptualization, design, documentation, and construction. • Bee Ridge Shopping Center | Sarasota County - Project Designer • The Financial Center | Freeport, The Bahamas - Project Designer • Tamarac Commerce Park | Tamarac, Florida - Project Designer • Dania Beach City Hall Beautification | Dania Beach, Florida - Project Manager • City of Fort Lauderdale Convention Center Expansion | Fort Lauderdale, Florida - Project Designer • Water Street Public Realm Streetscape Phases | Tampa, Florida - Landscape Architect • John Hopkins All Children’s Hospital/5th Street South Streetscape/Utility Improvements | John Hopkins All Children’s Hospital | St. Petersburg, Florida - Landscape Architect • City of Dania Beach Main Street Program | City of Dania Beach | Dania Beach, Florida - Project Manager, Designer • Urban Design Plan (FLURB) | City of Fort Lauderdale, Florida | Fort Lauderdale, Florida - Project Team Planner Leigh Grey (S) Task Lead - Urban Design 100Availability Catherine M. Hartley, AICP, CNU-A (B) - Task Lead - Land Use & Redevelopment Ms. Hartley is an award-winning planner with an uncommon depth and breadth of experience. For the last 18 years, she has worked for both the public and private sectors, focusing her energy on the integration of transportation, land use, and site planning and making traditional, walkable places legal in comprehensive plans and zoning codes. She started her planning career at the Florida Department of Community Affairs, reviewing comprehensive plan amendments. She has managed and contributed to two Land Development Code updates and authored dozens of comprehensive plan amendments, including creating a new Waterfront Mixed Use future land use category for the City of Fernandina Beach, multimodal transportation district policies for the City of Tarpon Springs, model “Livable Communities” policies for the Pinellas MPO/Pinellas Planning Council (aka Forward Pinellas) that were subsequently adopted by multiple jurisdictions, Vision Zero and Peril of Flood Act policies for the City of Bradenton, and many others. She holds a certificate from the Form Based Code, has experience implementing and amending Bradenton’s form based SmartCode and Regulating Plan, and has spoken at several conferences and forums on the topic of form based coding. She also specializes in context sensitive infill development and missing middle housing. In 2020, the Florida Planning and Zoning Association recognized her for her collaborative effort to implement “inspired and innovative planning solutions and creative strategies to provide quality affordable housing” for The Addison, a mixed-use, Low Income Tax Credit/affordable housing project in Bradenton, Florida. • City of Pinellas Park - Pinellas Park Comprehensive Plan and Land Development Code Update - Pinellas Park, FL - Project Manager • Hillsborough County City - County Planning Commission - Community Planning & Redevelopment - Affordable Housing Density Bonus Update - Project Manager • City of Doral Decor District Action Plan/Comprehensive Plan and Code Amendments - Planner EducationMS, Planning, Florida State University BS, Interdisciplinary Social Science, Florida State UniversityUndergraduate Certificate in Planning Studies, Florida State University Years of Experience: 19 Registrations and Certifications AICP #20874 Congress of the New Urbanism Accredited Professional (CNU-A)FEMA NIMS ICS 100, 200, 300, 400, 700, and 800 Form Based Code Institute Certificate (101, 201, 301) 54 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 6 45% 12Pinellas County // RFP # 23-0365 - Planning Support Services Ms. Quigley has over 35 years of experience in areas of resiliency, environmental, transportation and land use planning. She is experienced in the processes of project development, environmental review, and corridor studies for multiple transportation modes including transit, rail, and Intelligent Transportation Systems. Throughout her career she has focused on an integrated approach to comprehensive, collaborative solutions to infrastructure, resilience, environmental and transportation systems development. She supplements her technical experience with legislative and policy development, strategic planning, program development and management, process improvement and performance management, interagency coordination, and public involvement. She also has experience in local government planning including the adoption of land development code language, Comprehensive Plan policy amendments, including working with large agency leadership and policymakers. • Update of the Florida Keys Evacuation Model | Florida Department of Community Affairs - Project Manager • Florida Statewide Flooding and Sea Level Rise and Resilience Plan | Florida Department of Environmental Protection - Project Director • Project Development and Environmental Handbook Update, Hillsborough County Planning Department - Project Manager • Draft Rulemaking 62S-8, Florida Department of Environmental Protection - Project Director • Development of a Standard Scope of Work for Local Vulnerability Assessments, Florida Department of Environmental Protection - Project Coordinator • Governor’s Climate Change Action Plan 2008 - Policy Planner EducationMaster of Urban and Regional Planning, University of New Orleans BS, Geology, Nicholls State University Years of Experience: 36 Registrations and Certifications AICP Certified Floodplain Manager Waterfront Edge Design Professional Diane Quigley (S) Task Lead - Climate Resilience 100Availability EducationFA, Graphic Design, International Academy of Design and Technology–Tampa AS, Graphic Design, International Academy of Design and Technology-Tampa Years of Experience: 16 Laura Molennor (B) Task Lead - Graphic Design & Renderings Ms. Molennor’s expertise includes graphic design, page and publication layout, web development/design, and multimedia software. She develops and contributes to the visual design of reports, proposals, presentations, public workshops materials, project websites, brochures, signage, any marketing material needed. Her skills are essential to the public involvement activities required on projects through the creation of websites, email blasts, surveys, flyers, infographics, and display boards, making them concise and easy to read. Her creative flair and expertise enhance all promotional collateral, and her ability to develop and conduct concepts from inception to completion are integral to communications with clients, colleagues, government officials and the public. • FDOT District 7 - Tampa Bay, FL - Lead Graphics/Web Designer • FDOT District 1 - Commuter Services Program, Polk County, FL - Lead Web Designer/Developer • FDOT Central Office - Accessing Transit Training Update, Tallahassee, FL - Lead Graphics/Web Designer • FDOT District 4 - Central Broward Transit Study, Broward Boulevard Phase, Broward County, FL - Lead Graphic Designer/Web Designer • Charlotte County -Punta Gorda MPO-2045 Long Range Transportation Plan, Port Charlotte, FL - Lead Graphic Designer/ Web Designer • Sarasota-Manatee MPO Gulf Coast Safe Streets, Summit, FL - Lead Graphic Designer • Broward Vision 2100 - Broward MPO, Broward County, FL - Lead Graphic Designer 76 100Availability50% ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL 30% 13Pinellas County // RFP # 23-0365 - Planning Support Services 100Availability EducationBA, Geography/GIS, University of Florida Years of Experience: 23 Registrations and CertificationsGISP: #91751 Juan Butler, GISP (B)Task Lead - Geographic Information Systems Juan has an extensive background in the public sector where he successfully implemented enterprise geospatial information system solutions. He has experience in the development of applications and services using the latest geospatial technologies to promote integration of geospatial information and applications into various business center systems and served as Development Lead in large-scale business system implementations and enterprise system integration. He has experience in multi-jurisdictional projects and inter-governmental agreements as they pertain to technologies that promote data sharing and open systems and also worked with local transit agencies to support data collection initiatives that range from accessibility to rider surveys. • Space Coast TPO - ADA Bus Stop Transition Plan - Lead Developer • FDOT District 7 - Safety Studies and Minor Design - Tampa Bay, FL - Lead Developer • Lee County, FL - LeeTran General Planning Consultant - Lead Developer • FDOT District 7 - Bicycle/Pedestrian Access to Transit & Safety Studies and Minor Design - Lead Developer • FDOT District 7 - Design Build Push Button Task Development - Districtwide - Lead Developer • FDOT District 7 - Complete Streets Multi-Agency Project Tracking - Districtwide - Lead Developer • City of Treasure Island - GIS Web Portal - Treasure Island, FL - Lead Developer • Suntran, Lynx, Votran, PSTA, HART, SunTran - Transit Surveys Tablet application - Various Counties, FL - Lead Developer • Maryland Transit Authority - MTA Transit Monitoring Tools - Baltimore, MD - Lead Developer • Location Assessor - Portland, ME; Gaston County, NC; Lake County Parks, FL; Punta Gorda, FL - Lead Developer • FDOT District 4 - Web-Based Crash Management and Studies Tracking - Various Counties, FL - Lead Developer • Manatee County Area Transit - Ridecheck — On-Demand Bus Stop application - Manatee County, FL - Lead Developer 8 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL Support Staff Christopher Keller, AICP (B), Multimodal Transportation Planning and Analysis | 15 Years of Experience | 25% Availability Mr. Keller has knowledge and applied experience in a wide range of urban and transportation planning issues, including multimodal transportation planning, complete streets, corridor planning and traffic safety. In addition to his understanding of various planning issues, he is proficient in GIS applications and database management. His experience and skill set allow him to apply creativity, energy and innovation to unique projects that have helped create multimodal transportation systems, shaping the communities of today and tomorrow. Elisabeth Schuck, AICP, LEED GA (B), Multimodal Transportation Planning and Analysis | 20 Years of Experience | 30% Availability Ms. Schuck offers 20 years of transit planning experience and has served as the Project Manager for transit master plans, Title VI evaluations and equity assessments, transit service implementation plans, passenger intercept surveys, and agency support related to procurement, federal property, and grant applications. She has also worked with transit agencies on paratransit and coordinated planning efforts, including developing locally coordinated human services transportation plans, paratransit plans, and transportation disadvantaged service plans. Recent major projects include the Envision 2030 Regional Transit Development Plan (Tampa Bay Area Regional Transit Authority), Integration of Transit Development and Transportation Disadvantaged Planning (FDOT), and Transit Cost Allocation Tool and Training (FDOT). 1 1 30% 14Pinellas County // RFP # 23-0365 - Planning Support Services ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL Robert Modys, AICP, CNU-A (B), Multimodal Transportation Planning and Analysis | 9 Years of Experience | 40% AvailabilityMr. Modys brings nine years of experience in urban planning. He has refined his expertise in the transportation planning process, including regulatory and public policy, micromobility management, master planning, land use and site planning and public engagement. He is also experienced with ArcGIS and SketchUp. Ian Debnam, AICP (B), Multimodal Transportation Planning and Analysis | 13 Years of Experience | 35% AvailabilityMr. Debnam has expertise in data collection, research, and analysis across a wide range of topics, providing workable solutions to complex issues related to environmental and transportation planning efforts. His areas of specialization include feasibility and corridor studies, transit facilities and operations, socioeconomic demographic data, Environmental Justice (EJ) concerns, land-use planning, the NEPA planning process, public engagement, and GIS spatial analysis. Steve Infanti, AICP (B), Multimodal Transportation Planning and Analysis | 20 Years of Experience | 40% Availability Steve is a certified planning professional with experience in transportation planning and GIS applications, including travel demand modeling using Cube Voyager models and mapping, geodatabase design and geospatial analysis using ESRI ArcGIS. He has conducted numerous traffic impact studies, general traffic analysis, freight corridor screenings, crash data analysis and other similar projects. Randall Farwell (B), Multimodal Transportation Planning and Analysis | 36 Years of Experience | 25% Availability Randy has 36 years experience in transportation and transit planning, operations and management, including BRT, bus, commuter rail, light rail, Flex, human service and mobility-on-demand (MOD) services. He develops transit service, system redesign, TDPs, COAs, corridor studies, NEPA and FTA documentation and the application of technology to real-time transit services. He served as Director of Planning at the Central Florida Regional Transportation Authority (LYNX) and Planning Manager at the Potomac & Rappahannock Transportation Commission. He was also instrumental in the start-up of the Virginia Railway Express commuter rail (1992) and developed OmniLink Flex, the first technology based Flex service (1994). Randy has pioneered applications of technology to transit scheduling, planning, on-demand operations. Franciso Domino, PE (S), Multimodal Transportation Planning and Analysis | 35 Years of Experience | 40% Availability Frank brings 35 years of comprehensive infrastructure, transportation planning/traffic engineering (TP/TE), transit, community development and public-private partnership expertise with both public and private sector experience. As the Smart Mobility Practice Lead for Florida, Frank strives to facilitate the interconnection between technology, infrastructure, and transportation. By assembling a multimodal, multidisciplinary team to plan, design and implement solutions, allowing for the potential to enhance communities by supporting economically viable, resilient, and socially equitable transportation networks that prioritize people, goods, and partnerships, as we transition to the next generation of mobility. Drawing from the foundation of his traditional transportation and transit experience and combining with the newer technologies, he can bring smart mobility solutions to new and existing clients. Graeme Masterton (S), Multimodal Transportation Planning and Analysis | 35 Years of Experience | 35% AvailabilityMultimodal planning is the overall understanding of the physical planning and psychological behavior of moving people – whether on a daily basis for transit or as a large single movement at an event or as the result of an incident. Transit planning by necessity requires an understanding of active modes and traffic because they are all linked along the transit journey. Urban influences, land use opportunities and constraints, road network challenges, passenger behavior, and the desire to create innovative and cost-efficient transit networks that function for the passenger and the operator have been my passion for the past 30 years. A well designed transit network becomes part of the urban fabric and used by everyone for its simplicity and value. A great transit network values the customers’ time but understands that 1 1 1 1 1 1 Support Staff (cont.) 15Pinellas County // RFP # 23-0365 - Planning Support Services ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNEL some trips require a less direct path. Transit that is easy to understand, easy to use, and simple to operate creates its own ridership and grows with the community. Layers of transit service, from high frequency to community shuttle can be designed to create an effective network that grows with the community with each layer services a different purpose. Graeme has put these theories to the test within transit agencies such as TransLink (Vancouver – where he was the Manager of Transit Planning and co-creator of the Frequent Transit Network concept now in place throughout North America) including all the annual and long range service and fleet planning. Graeme also undertook operational planning for the B-Line services in Vancouver including the 98 BLine(centre running BRT), 99 BLine (44,000 passengers per day) and future BLine service planning. Freddy Thomas (S), Multimodal Transportation Planning and Analysis | 6 Years of Experience | 50% AvailabilityFreddy is a Transport Planner with experience in a wide range of multi-modal projects from sustainable travel, active travel and future mobility strategies to transport assessments and development control. He has extensive experience in client and stakeholder engagement as well as travel demand management specifically for major events such as the Commonwealth Games and COP26 Climate Conference. Freddy also has extensive experience analyzing and visualizing data, particularly spatial data using a variety of software to improve the places we live and the connections between them. John Greist (NDS), Multimodal Transportation Planning and Analysis | 15 Years of Experience | 30% Availability Mr. Greist’s expertise includes field operations, project coordination, project estimation, client management / communication and scheduling / employee management. He has successfully managed large turning movement count projects, machine tube counts, and has also assisted in the successful coordination and collection of specialized studies throughout Florida. He has also piloted several new types data collections. Fleur Hartmann, PE (S), Economic Analysis | 30 Years of Experience | 40% Availability Ms. Hartmann has worked on a variety of traffic and transportation projects including toll facility studies, traffic planning studies, EIS’s, and transit planning studies. Her toll experience includes completing toll facility feasibility and financing studies for public, private and partnered clients; HOV/HOT/managed lane studies; toll increase studies; and interchange studies for existing toll roads. She is well versed in developing diversified, interactive traffic and revenue models, researching socio-economic databases, writing complex traffic and revenue reports for financing, and developing, setting up and conducting origin-destination and other field surveys. Spencer Cox, PhD (S), Economic Analysis | 7 Years of Experience | 25% AvailabilitySpencer applies methodological techniques in big data analysis, interactive data visualization, financial/economic modeling, and data-driven storytelling to generate insights for urban planners, real estate developers, and economic development teams. He holds a PhD in urban and economic geography from the University of Minnesota. A. Nilgün Kamp, AICP (B), Economic Analysis | 30 Years of Experience | 20% AvailabilityNilgün has been involved in public infrastructure financing for 30 years. She has served as the project manager for approximately 350 impact fee, assessment, and user fee development and implementation studies for transportation, fire, EMS, schools, law enforcement, correctional facilities, government buildings, solid waste, libraries, and parks and recreational facilities. Her experience also includes demographic and travel behavior analysis, demographic and population projections for funding studies, travel behavior analysis, economic and fiscal impact studies, demand components, demand analysis, and other related assessment and impact fee support activities. 1 1 2 2 2 Support Staff (cont.) 16Pinellas County // RFP # 23-0365 - Planning Support Services Robert Layton (B), Economic Analysis | 15 Years of Experience | 35% AvailabilityRobert’s primary experience is in public finance studies, including impact fee and assessment studies for fire, EMS, schools, law enforcement, correctional facilities, government buildings, transportation, solid waste, libraries, and parks & recreation facilities. His background in economics enables him to work effectively with economic/demographic variables, capital improvement programs, expenditure and revenue figures, and other financial material. He also has an extensive experience with property appraiser databases and has been involved in the preparation of administrative manuals for several jurisdictions. Andrea Sauvageot (B), Website Design, Maintenance & General Communication Support | 27 Years of Experience | 30% AvailabilityAndrea has extensive experience in marketing for the Architecture- Engineering-Construction industry, particularly for construction management, design-build, geotechnical engineering, and transportation planning and engineering. Public involvement experience includes social media and internet marketing campaigns for numerous city, county, and state agencies. Campaign elements include online surveys and polls, e-mail newsletters and announcements, text message campaigns, and social media account creation and maintenance. Marketing and communications experience includes marketing research and assessment, social media campaigns, proposal and presentation coordination, tradeshow and event planning, marketing database creation/maintenance, project lead generation, marketing plan development and strategy, and media relations. Andrea currently serves on the Digital Committee for the Tampa Bay Chapter of the Public Relations Society of America and was the 2013 recipient of the PRSA Tampa Bay President’s Award. Previously, she was co-director of the Society for Marketing Professional Services’ Membership Committee. Jessica Ellis (Q), Economic Analysis | 11 Years of Experience | 100% Availability Jessica Ellis is a Senior Communications Manager with more than 10 years of experience working with public, private and community stakeholders. She is experienced in coordinating and facilitating strategic plans, including process improvement and project management. Additionally, she is skilled in content, layout and distribution of publications. Her work includes SharePoint consulting, web content, web page creation, photo editing, layout design, staff spotlights, success stories and press releases. Ms. Ellis is knowledgeable about strategic marketing and social media management and advertising. Her goal is to continually refine the process of identifying the right approach and executing it at the right time. Ms. Ellis takes pride in her ability to communicate effectively with stakeholders in a way that boosts engagement and promotes buy-in for critical projects. Jill Cappadoro (Q), Website Design, Maintenance & General Communication Support | 25 Years of Experience | 75% AvailabilityJill Cappadoro’s public sector experience spans 25 years in the Tampa Bay region. She has conducted market research studies to better understand public perception on community issues and has used the findings to develop marketing programs as well as implement media campaigns to educate the community. She has extensive experience in organizing public meetings, excellent communication skills, and has a strong background in writing, developing public information materials that position complex messages for community understanding and managing projects from conception through completion. Her expertise includes public involvement initiatives that engage citizens, interested stakeholders, policy makers, funders, and transportation advocacy groups. Dylan Conway (Q), Website Design, Maintenance & General Communication Support | 25 Years of Experience | 50% AvailabilityDylan Conway has more than 18 years of experience in information technology (IT) and website services. He has extensive experience with Windows client / server networks, website development and maintenance, and a wide range of software applications, as well as working across various online platforms and content management systems. He understands the need for websites to be functional and user friendly, with easy site navigation, a more streamlined site plan, easy to read text and inviting graphics. He provides high quality customer service, dealing effectively and efficiently with clients and other content providers. He is adept at ensuring website quality, performance and reliability. 2 3 3 3 3 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNELSupport Staff (cont.) 17Pinellas County // RFP # 23-0365 - Planning Support Services Mr. Conway currently supports Quest’s contracts through the development and maintenance of project websites, as well as corporately providing crucial IT services. He ensures that all domains and hosting accounts are current for all Quest managed sites and also maintains, updates and upgrades the corporate website www.QCAusa.com. Mr. Conway has extensive experience with Dreamweaver, Photoshop, Linux operating systems and database driven websites, as well as HTML, CSS, PHP, JavaScript and Content Management Systems including WordPress, Joomla and Pulse. He understands website ADA compliance requirements and has experience performing website ADA compliance analysis and remediation. He has extensive experience with the latest Windows platforms, MS Office products, network connectivity and TCP/IP configuration. Tammy Vrana, AICP (VP), Website Design, Maintenance and General Communication Support/Land Use and Redevelopment | 35 Years of Experience | 40% Availability Tammy Vrana has 35 years of planning experience serving local governments, MPOs, and the Florida Department of Transportation. Tammy’s experience encompasses comprehensive planning, community development, community impact and equity assessment, and public engagement strategy/implementation. She is adept at working across disciplines and with diverse stakeholders to identify and synthesize community issues and practicable, consensus-driven solutions. She specializes in community outreach and engagement techniques to inform decision making and build local support for plans and projects. Emily Henke, PLA, APA, ASLA (S), Urban Design | 13 Years of Experience | 60% Availability Mrs. Henke is an urban planner and landscape architect experienced in transportation planning, NEPA planning, entitlement planning, resiliency planning, and landscape architecture. She has spent 12 years assisting local agencies, MPOs, FDOT and private companies with planning and design projects. Mrs. Henke has also worked on-site in two FDOT districts in a number of capacities supporting traffic and NEPA. Keith Greminger, AIA, NCARB (S), Urban Design | 41 Years of Experience | 40% Availability Keith has more than 40 years of experience in architecture; urban design; and community, commercial, and corporate master planning with some of the world’s most recognized design firms. He has led several planning and design teams, assisting private and public clients with delivery of their projects by creating notable developments, memorable places, livable neighborhoods, and connected communities. As a resident of Tampa for more than 34 years, Keith has and continues to serve in leadership roles in numerous professional and civic organizations committed to the practice of health and equity, place-making, and improved quality of life in the built environment. As an architect, he understands the built environment and the critical components of building placement, access, edges, the public realm, and place-making characteristics that support community enhancement. Alex Law (B), Urban Design | 23 Years of Experience | 30% AvailabilityAlex has more than 23 years of experience providing professional community planning and urban design and parks & recreation services for a variety of local, county, and state government agencies. Assignments have included community master plans, small area plans, redevelopment plans, park and recreation master plans, corridor plans, parking master plans, transit-oriented development, form-based and land development codes and design guidelines/standards. Ivy Vann (IV), Land Use and Redevelopment | 15 Years of Experience | 40% Availability Ivy Vann is a planner and designer with many years of experience in planning and urban design. She works on charrettes, planning projects, code review, master planning, public engagement, and comprehensive planning. She believes that Form-Based Code, where the size and placement of buildings are articulated in the zoning code, give towns and cities the best way to ensure that new buildings fit seamlessly into existing neighborhoods and downtowns. As a member of the Congress for the New Urbanism’s Project for Code Reform Ivy worked on code improvement recommendations for more than 20 cities and counties in eight states focusing on changes to increase the supply of affordable housing; many of those recommendations have now been codified into law. Ivy is experienced in public engagement, and holds a certification from the National Charrette Institute. She particularly enjoys helping citizens articulate their vision for their place. 3 5 4 4 5 4 5 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNELSupport Staff (cont.) 18Pinellas County // RFP # 23-0365 - Planning Support Services R. John Anderson (RJ), Land Use and Redevelopment | 40 Years of Experience | 40% AvailabilityR. John Anderson has over 40 years experience working in the built environment, starting in the construction trades and advancing through planning, urban design, and development. The firm concentrates its work in the implementation of Missing Middle Housing and Incremental Development, testing housing policy proposals with typical site plans and development pro formas. Rebecca Leitschuh, AICP (S), Climate Resilience | 16 Years of Experience | 60% Availability Rebecca is a certified planner with 15 years of experience in hazard mitigation and climate adaption, risk assessment, emergency management, land use planning, outreach, and project management. She began her career in resilience planning after her experience as an evacuee from Hurricane Katrina in New Orleans. She then held positions in local, state, and federal government in hazard mitigation, community development, and disaster recovery roles. Rebecca is now leveraging that experience to help communities across the country to overcome barriers and advance resilience. She has been a leader on numerous local initiatives, including floodplain management, multi-hazard mitigation, disaster recovery, land use planning and historic preservation. In her tenure with FEMA, Rebecca developed regional-level programs in hazard mitigation planning and worked side-by-side with local, state, and tribal stakeholders in six states. As a planning and zoning manager, Rebecca directed and supervised the implementation of all matters related to planning, code enforcement, and land development activities. Rebecca’s strengths include translating technical material into palatable formats for decision support, leading stakeholder engagement efforts, and drafting actionable implementation policy to make programs and processes more efficient, equitable, and useful. John Bucher, AICP, PMP (S), Climate Resilience | 22 Years of Experience | 50% Availability Building sustainable resilience through community development, climate adaptation, and hazard mitigation is what drives John Bucher. Based in Louisville, Kentucky, John helps clients understand how a changing climate will impact their communities and projects. John works with Stantec’s resilience and disaster recovery programs to support local, state, and federal clients with planning, climate and hazard vulnerability assessments, policy and program development, community engagement, and grant application preparation. John leads Stantec’s Disaster Services Program, coordinating staffing and subject matter expertise for multiple, nationwide disaster services contracts that support state and local governments in their disaster recovery efforts. John is also Stantec’s contract manager for our work supporting FEMA’s Public Assistance (PA) program. Rick Bowers, PhD, PE (S), Climate Resilience/Geographic Information Systems | 30 Years of Experience | 60% AvailabilityMr. Bowers is a GIS/AM Business Analyst for Cardno’s Asset Management and Geospatial Services Practice Group. He provides project management, including Work Order and Asset Management (WAM) implementations. Mr. Bowers has directed and managed multi-million dollar to small-scale GIS, asset management and engineering projects. He also has extensive national and international experience for engineering applications. Wally Blain, AICP (B), Climate Resilience | 26 Years of Experience | 30% AvailabilityWally joined Benesch after 10 years with the Hillsborough County TPO and serves as a staff extension to the firm’s MPO/TPO clients through General Planning Consultant contracts. For the Hillsborough County TPO, he developed a unique blend of skills to manage technical and policy-related tasks. Efforts included managing the Transportation Improvement Program, coordinating priorities at the regional and local levels, overseeing the update of the Transportation Element for the four jurisdictions of Hillsborough County, developing customized technical tools and managing the Long Range Transportation Plan. 5 6 6 6 6 8 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNELSupport Staff (cont.) 19Pinellas County // RFP # 23-0365 - Planning Support Services Lauren O’Neill (B), Land Use and Redevelopment / Geographic Information Systems | 3 Years of Experience | 40% AvailabilityLauren specializes in community development policy, affordable housing pro forma, GIS modeling and community research and engagement. She creates easy to understand and engaging models and graphics through extensive and well-written research on special topics and communities. Through her work with the Hillsborough County/City Planning CommissionAffordable Housing Density Bonus project, Manatee County Redevelopment and Economic Opportunity Department and small local Tampa affordable housing developer InVictus Development, Lauren is intimately familiar with the market environment, community desires and goals and barriers to affordable housing development in Tampa Bay. Her work spans transportation, ADA, social work, land use, urban planning and development/redevelopment. Sofia Thordin, AICP, LEED GA (B), Geographic Information Systems | 8 Years of Experience | 40% Availability Ms. Thordin joined Benesch in 2018 as a planner on the transit team. Over the years, she has gained experience in public outreach, GIS, data collection, and various planning support activities. She has certifications in GIS and green building principles, is skilled with the transit demand modeling software T-BEST, and has modeled over a dozen transit networks in Florida. Sofia has supported projects serving public- and private-sector clients, including transit demand modeling; transit development plans; long-range transportation plans; grant monitoring and compliance; and data analysis and visualization, with an emphasis on analyzing the effects of built environment and demographic characteristics on demand for public transit. Ms. Thordin is an active appointed member of the City of Fort Lauderdale Sustainability Advisory Board and the Broward Section of the APA. Richard Pascoe (S), Geographic Information Systems | 19 Years of Experience | 30% Availability Richard is a Transportation Planning Project Manager with 19 years of planning, GIS, and project management experience with various local, state, and federal agencies. Most of his background lies in the transportation sector, providing technical services for long-rage transportation planning, public transportation planning, origin-destination studies, autonomous vehicle concept plans, land use planning, environmental studies, and asset management. Richard’s technical skills include travel demand modeling, origin-destination analysis, comprehensive planning, traffic planning, computer programming, database development, cartography, and enterprise GIS implementation Craig Payne, GISP (S), Geographic Information Systems | 30 Years of Experience | 25% Availability Mr. Paynes Responsibilities include management and execution of Asset Management and Geospatial Services and related technical aspects. His experience with Enterprise Asset Management (EAM) and Geospatial applications covers a wide range of applications including utilities, water resources, transportation, environmental, geotechnical, land planning and social economic information. Mr. Payne specializes in implementing Computerized Maintenance Management Systems (CMMS) and Geographic Information Systems (GIS). Tanya Camacho (S), Geographic Information Systems | 14 Years of Experience | 25% Availability Ms. Camacho is GIS/AM Analyst for Stantec. Responsibilities include management and implementation of Asset Management and Geospatial Services. She has extensive experience with CMMS implementations and water resources GIS applications. Ms. Camacho’s experience includes project management, asset management, outdoor advertising, brownfields, transportation, environmental, with special emphasis on asset management and water resources. In addition, she has been deployed for GIS emergency response services/remediation. 8 8 8 8 8 ABILITY OF FIRM AND ITS PROFESSIONAL PERSONNELSupport Staff (cont.) 5 Pinellas County // RFP # 23-0365 - Planning Support Services Section 2Firm Experience with Projects of Similar Size and Past Performance 21Pinellas County // RFP # 23-0365 - Planning Support Services FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Recent, Relevant ExperienceBenesch currently serves as a general planning consultant and/or is engaged in project-specific work for two-thirds of Florida’s MPOs/TPOs. We have served many of these agencies for over two decades and, accordingly, have watched these agencies evolve from roadway-centric planning to a more multimodal focus with greater consideration of equity and urban form. This section highlights related project summaries for projects within the past five years that are specifically relevant to the eight sub areas within the RFP. These projects and our team’s experience represents the kind of work and support that Forward Pinellas staff can expect from our team. 1. Multimodal Transportation Planning and Analysis2. Economic Analysis3. Website Design, Maintenance and General Communication Support4. Urban Design5. Land Use and Redevelopment6. Climate Resilience7. Graphic Design and Renders8. Geographic Information SystemsCrash Date, Traffic Counts and Level of Service Datebase Program Forward Pinellas ●● HART Tampa Arterial BRT Study Hillsborough Transit Authority ●●● Transit Planning Services - General Consulting SunTran Transit Systems, Ocala, FL ● Safety Performance Measures and Multi-Modal Project Sarasota/Manatee Metropolitan Planning Organization ●● Affordable Housing Density Bonus Hillsborough County, FL ●● Pinellas Park Comprehensive Plan UpdatedCity of Pinellas Park, FL ●●● Commitment 2045 Metropolitan Transportation Plan Broward Metropolitan Planning Organization ●●●●●● DBE, Title VI Programs & LEP Plan & Title VI/Environmental Justice Reviews of Plans & Programs Broward Metropolitan Planning Organization ●● City of Tampa - Coastal Area Action PlanCity of Tampa, FL ●●● Martin County Mobility Fee StudyMartin County Metropolitan Planning Organization ● Yadkin River Park TrailheadTown of Spencer, NC ●●● Lyndale Avenue Suburban Retrofit Strategy City of Bloomington, MN ●●●●● Hallandale Beach Sea Level Rise and Critical Infrastructure Analysis - City of Hallandale Beach, FL ●● Midtown Tampa The Bromley Companies ●●●● Water Street Tampa Strategic Property Partners, LLC ●●● Blue and Green Corridor Project City of New Orleans, LA ●●●●● 4321 5 6 7 8 Recent, Relevant Experience ▼Sub Areas ⊲ 22Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Project CostEstimated:$2,500,000Final: On-going Dates of ServicePhase I: 6/2019 - 10/2020 Phase II: 2/2021 - 7/2022Phase III: 10/2022 - On-going Client ReferenceChristopher Cochran (formerly with HART)Director of Service DevelopmentP: 813-361-2644E: chris.cochran@madridcpwg.com Benesch was contracted by Hillsborough Transit Authority (HART) in 2019 to identify the most appropriate corridor to connect Downtown Tampa to the University of South Florida Tampa campus with premium BRT service using a combination of key local streets. Planned for completion in three phases, the Benesch team provided assistance to HART to identify a locally preferred alignment for the BRT service in the first phase that would meet FTA’s Capital Improvement Grant (CIG) requirements and be eligible for federal funding. This phase included public and stakeholder outreach, as well as identified local, street-level bus service improvements and logical enhancements to the supportive transit and non-motorized infrastructure along the alignment and on intersecting corridors between two major activity centers. The second phase finalized the alignment based on operating needs, station placement, and runningway conceptual operations and design. It then took the alignment and stations and completed a 30% design-level plan for the key sections of the corridor. The third and final phase, which is slated for completion in 2023, will prepare the 60% and 90% plans for the sections of the corridor that will be implemented first for the initial low-cost alternative version of the BRT service. HART Tampa Arterial BRT StudyHillsborough Transit Authority The Benesch approach was to build a relational database for the storing and management of all traffic and roadway data. This includes traffic crashes, traffic counts, roadway characteristics information, traffic count locations, and all related information that helps in generating the types of reporting needed to make decisions for our clients. Some examples of the type of reporting includes safety reports, high crash locations and segments, level of service, and congestion management. The information is stored in a secure environment that can only be accessed by those individuals authorized to do so. The database includes support tables provided by FDOT that assist in generating accurate assessments of current and future conditions. Some of these support tables include all FDOT generalized tables, Seasonal Adjustment Factors, and MOCF values. The system also supports various inputs of data that can be integrated into the system. Some of these formats include FDOT SPS, Microsoft Excel and Microsoft Access. Other formats are possible and can be configured on an as-needed basis. Benesch understands that Forward Pinellas will want to continue to build upon its already expansive traffic database. Our ability to collect, house, and analyze large amounts of data has aided planners and decision-makers, and we have been an innovative leader in the GIS. Our GIS applications have been used to perform analyses, display results, and create better documentation and infographics to convey ideas. Crash Data, Traffic Counts and Level of Services Database ProgramForward Pinellas Project CostEstimated: $171,471Final: On-going Dates of Service5/2021 - On-going Client ReferenceChelsea Favero, AICP Planning Manager Forward Pinellas 310 Court Street Clearwater, FL 33756P: 727-464-5644E: cfavero@co.pinellas.fl.us 23Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Project CostEstimated: $50,000Final: $50,000 Dates of Service07/2019 - 6/2020 Client ReferenceTye Chighizola DirectorGrowth Management DepartmentCity Of Ocala201 S.E. 3rd Street, 2nd FloorOcala, FL. 34471P: (352) 629-8490E: tchighizola@ocalafl.org Benesch assisted City staff with getting up to date with programs, requirements, grants and to prepare for compliance reviews. Within a little over a month, staff resources were directed to support multiple needs and activities concurrently, both onsite and remotely, to prepare for the FTA review, make updates to required plans and documents, complete grant-required forms and documents, develop updated, accurate budgets and prepare reports. Support provided by Benesch prepared the City adequately and enabled staff to complete the FTA Triennial Review with only minor deficiencies and minimal corrective actions required. Additionally, over a two-month period, Benesch successfully trained City staff to complete accurate budgets while leveraging increased match, document grant performance, ensure that reports were compliant with funding programs, receive new grant awards and pay outstanding invoices. Benesch provided in-depth experience to facilitate training and financial planning to improve grant management and leverage funding, expanding budget abilities. Benesch established expertise in plans preparation fostered quick updates to federally required and compliant Title VI, DBE and TAM Plans. Among the successful outcomes were the following: SunTran fully converted to City management, the City deemed to be fully qualified for federal and state grant funds, found substantially compliant with federal and state requirements, Capital Cost of Contracting was leveraged substantially increasing budget, the City met federally required elements for Title VI, DBE and TAM Plans. A compliant TDP Annual Progress Report to qualify for state funding was submitted and staff collected and completed NTD reporting and documentation. Transit Planning Services—General Consulting SunTran Transit System, Ocala, FL Safety Performance Measures and Multi-Modal ProjectSarasota/Manatee MPO Following development of the CMP for the Sarasota/Manatee MPO and completion of the subsequent State of the System Report, the MPO looked to Benesch for developing an assessment of the baseline conditions for reporting of the Highway Safety Improvement Program (HSIP) performance measures. Assessment of existing system-wide crash data allowed the MPO to establish an existing baseline and understanding of current crash data trends. Analysis revealed trends in comparison of the urbanized area to other areas within the state and a statewide comparison to better identify candidate performance measures and locations for improvement. Ultimately, the goal of this assessment was to give the MPO an early indication of the current status in moving forward with establishing targets for the five performance measures included in the HSIP. Building on the National performance based planning requirements, Benesch supported the MPO in re-imagining the project prioritization process used to identify and select projects for the Transportation Improvement Program. This included developing consensus with the Technical Advisory Committee members and MPO Staff for creating a blended multimodal list of priority projects. Project Cost Estimated: $25,000 Final: $25,000 Dates of Service 7/2017 - 6/2018 Client Reference Leigh Holt Planning Manager Sarasota-Manatee MPO 7632 15th Street East Sarasota, FL 34243 P: (941) 359-5772 E: leigh@mympo.org 24Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Hillsborough County is a fast growing county in the Tampa Bay region. As the region grows, so does the demand for affordable housing. To address this, the Hillsborough County City-County Planning Commission partnered with Benesch to evaluate the County’s Affordable Housing Density Bonus and make recommendations based on best practices and market analysis to support the development of affordable housing in the unincorporated areas of the County. Hillsborough County experienced 42% population growth from 2000 to 2019. Unincorporated Hillsborough County in particular has grown the most, with over 22% growth in population from 2000 to 2019. There is a shortage of affordable units for those making 80% or less of the Area Median Income (AMI) with a current gap of 11,270 units needed, which is projected to triple over the next 20 years. Other localities have more flexible requirements for density bonuses, such as increasing the income eligibility threshold up to 120% of AMI, increasing rent limits to 50% of monthly income, and granting bonuses to projects not receiving subsidies from the local government. Providing greater bonuses may make this incentive more effective. Developers cited expedited permitting, re-zoning processes, and impact fees as other areas where a local government could greatly impact the ease of development of affordable housing. Funding agencies, such as Florida Housing, already have strict criteria for locations of affordable housing (e.g., near transit), therefore additional criteria from the local government may be redundant and/or limiting. Recommendations included increased income eligibility thresholds for affordable units, relaxed rent limits, increased density bonus allowances, the use of an administrative approval process and the use of new Florida Statute changes (HB 7103, 2019) to waive up to 100% of impact fees for affordable developments. Better utilization of the density bonus program was recommended as an incentive to increase the development of affordable housing, including increased potential for market-rate developers to consider incorporating income-restricted units. Affordable Housing Density BonusHillsborough County, FL Project CostEstimated: $75,000Final: $75,000 Dates of Service2021 - 2022 Client ReferenceJennifer MalonePrincipal PlannerHillsborough County City-County Planning Commission601 E. Kennedy Blvd.Tampa, FL 33601P: 813-582-7324 E: malonej@plancom.org Project CostEstimated: $150,000Final: $150,000 Dates of Service12/2017 - 12/2018 Client ReferenceNick ColonnaPlanning & Development Services DirectorCity of Pinellas Park6051 78th Avenue NPinellas Park, FL 33781P: 727-369-5620E: NColonna@Pinellas-Park.com The City of Pinellas Park contracted with Benesch to update its Comprehensive Plan, including a first phase of amendments for consistency with countywide rules. Second phase focuses on extensive public and stakeholder outreach to develop a vision that will guide updates to the policy framework, preliminary themes identified to address through the update include support for the City’s Community Redevelopment Area planning efforts, improving local transportation connectivity in view of the strong presence of regional roadways in the City and promotion of economic development with consideration of the City’s sizable industrial base. This project required an understanding of unique Pinellas County context with county-wide planning rules, the relationship between regional and local development, transportation and coordination and how that influences the local planning efforts, and experience with variety of outreach and analytical techniques to inform Comprehensive Plan policies. The City has a sizable redevelopment area that can serve as focal point for development, excellent regional access due to regional roadway network within its boundaries, which can support economic development efforts and connections to employment centers, and unique rural and residential area at center that adds diversity to the City along with corridor commercial and industrial uses. Pinellas Park Comprehensive Plan Update City of Pinellas Park, Florida 25Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Benesch (formerly Tindale Oliver) was selected by the Broward MPO to develop the Commitment 2045 Metropolitan Transportation Plan (MTP) and Transit Systems Plan. In addition to establishing a vision for future transportation and growth in the Broward region, the MTP ensures that the MPO is meeting the requirements of US DOT’s FAST Act, as well as federal and state metropolitan transportation planning requirements. The Benesch team updated goals, objectives and performance measures according to the MPO Board’s vision. Five scenarios (Trend, Compact Development, Technology, Resiliency, and Community Vision) were considered and comprehensive travel demand and transit market segmentation analyses were conducted to identify high opportunity transit corridors and areas. The team implemented a project prioritization process and scenario evaluation to develop 2045 needs and financially feasible plans. They also developed a Transportation Planning Equity Tool in collaboration with the MPO to address equity and environmental justice, along with conducting public participation in collaboration with MPO staff using outreach meetings, public workshops, telephone town hall meetings, surveys, website, social media and infographics. Project CostConsultant Design Fee: $762,000Total Cost: $1.3M Dates of Service10/2017 - 12/2020 Client ReferencePeter GiesRegional Transportation PlannerBroward MPO100 Cypress Creek Road, Ste 650Fort Lauderdale, FL 33309P: 954.876.0033E: Giesp@browardmpo.org Commitment 2045 Metropolitan Transportation Plan Broward MPO Benesch was contracted by the Broward MPO in 2017 for this two-part project. The first part involved updating the Broward MPO’s Title VI/Limited English Proficiency (LEP) Plan and calculating its updated Federal Transit Administration (FTA) overall DBE goal per federal requirements. The second part involved creating and implementing a process for the MPO to conduct standardized Title VI and Environmental Justice (EJ) assessments of its different plans and programs. Under this contract, Benesch updated the DBE goal that meets FTA expectations concerning methodology and provided the MPO with a realistic goal based on the anticipated contracting opportunities for ready and willing DBEs. The team also: • Created and implemented operating procedures to ensure that the MPO staff were knowledgeable of the process used to calculate the overall DBE goal and can replicate the process to prepare future DBE goal updates • Established a composite GIS-based EJ Index that will be used to identify areas of Broward County through high, medium and low indicators of Title VI/EJ impacts • Created a detailed assessment methodology to provide the MPO with a user-friendly assessment of each plan and program reflecting a potential positive impact or potential adverse rating system Project CostEstimated: $413,812Final: $413,812 Dates of Service04/2017 - 07/2020 Client ReferenceCharlene A. BurkeGrants Planning Principal PlannerBroward MPO100 West Cypress Creek Road, #650 Ft. Lauderdale, FL 33309P: 954-876-0055E: burkec@browardmpo.org DBE, Title VI Programs & LEP Plan, & Title VI/Environmental Justice Reviews of Plans & ProgramsBroward Metropolitan Planning Organization 26Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Benesch was hired by the City of Tampa to complete a Coastal Area Action Plan for vulnerable areas in the neighborhoods south of Gandy Boulevard and the historic Palmetto Beach neighborhood. The primary goals of the project are to conduct a social vulnerability analysis and connect the residents to various community lifelines like energy providers, medical providers, and emergency management staff; to conduct case studies of other local governments who have adopted policies that incorporate mitigation and adaption in their comprehensive plans; and to propose amendments to the city’s comprehensive plan, land development code, and building code to mitigate for flooding and sea level rise, particularly in the Coastal High Hazard Area. Project CostEstimated: $550,000Final: On-going Dates of Service4/2022 - On-going Client ReferenceStephen Benson City of Tampa, FL 306 East Jackson Street Tampa, FL 33602 P: 813-274-7724 E: stephen.benson@tampagov.net City of Tampa - Coastal Area Action Plan City of Tampa, FL Project CostEstimated: $122,143Final: $122,143 Dates of Service5/2019 - 6/2020 Client ReferenceJoy Puerta, PlannerMartin County MPO3481 SE Willoughby Boulevard, Suite 101Stuart, FL 34994P: 772-320-3015E: jpuerta@martin.fl.us Benesch (formerly Tindale Oliver) was retained to develop and evaluate alternatives for a countywide Mobility Plan and Fee and alternative revenues that will adequately fund capital transportation improvements including roadways, sidewalks, bike lanes, greenways and trails, shared use pathways, pedestrian/bicycle bridges and public transit improvements and/or operation costs, and other transportation expenditures. The fee is expected to replace the current roadway impact fees and transportation concurrency requirements used by the incorporated and unincorporated areas of the County. Implementation of a countywide mobility fee was accomplished thru interlocal agreements between the County and all local governments to adopt comprehensive growth management plan amendments and possible zoning code revisions. Our team developed the Mobility Fee, which is expected to replace current roadway impact fees and transportation concurrency requirements used by incorporated and unincorporated areas of Martin County. Martin County Mobility Fee StudyMartin County Metropolitan Planning Organization 27Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Benesch assisted The Town of Spencer with a conceptual master site plan, cost estimates and grant support for the trailhead and linear park. The trailhead starts at the entrance to Wilcox bridge on the Rowan County side and ends +/-1,100 feet at Fieldcrest Cannon Lane. Proposed facilities include a landscaped plaza with decorative paving, fencing, seat walls, decorative gateway features, small parking area and paved multi-use path. The Town of Spencer’s new trailhead and park is one of the most well connected facilities in North Carolina. The trailhead will connect with the Yadkin River State Trail and Daniel Boone Heritage Canoe Trail by way of Wilcox Bridge, a riverwalk and York Hill Boat Access Area, which is a blueway canoe trail that extends 130 miles through nine counties. Project CostFinal: $10,500 Dates of Service2/2020 - 7/2021 Client ReferenceJoe Morris Special Projects Planner Town of Spencer P: 704-640-7867 E: planner@townofspencer.com Yadkin River Park TrailheadTown of Spencer, NC Stantec’s Urban Places led a team to develop a plan and suburban retrofit strategies for Lyndale Avenue—creating a dynamic, walkable boulevard that connects a series of vibrant and distinctive neighborhoods along one, cohesive corridor. Our plan prioritizes concepts at two key nodes, including transit-oriented design and development surrounding a Bus Rapid Transit (BRT) station. Following an extensive community engagement process with support from a public artist, the plan establishes a cultural heart for the community while addressing the overall urban design framework of the corridor—providing guidance for mobility, open space, and buildings. The corridor will include a series of destinations to live, dine, play, and work while preserving Bloomington’s unique history and authentic character. Opportunities to enhance the corridor and establish a pedestrian-friendly corridor and nodes are incorporated into future growth, creating a place where nature meets business. The final suburban retrofit plan establishes actionable strategies that make the investment case for redeveloping the area over a 20-year period. The city can now use this blueprint to transform the area into a vibrant, walkable, mixed-use neighborhood and main street that incorporates attractive public spaces and supports diverse mobility modes. Project CostEstimated: $251,000Final: $251,000 Dates of Service9/2019 - 7/2020 Client ReferenceBarb Wolff Special Projects & Initiatives Manager P: 952-563-4706 E: bwolff@bloomingtonmn.gov Lyndale Avenue Suburban Retrofit Strategy City of Bloomington, MN 28Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Stantec conducted a Vulnerability Assessment and Adaptation Plan for the City of Hallandale Beach. The goal was to assist the City in pro-actively identifying the effects of sea-level rise on their community with the understanding that the adverse impacts of sea-level rise pose economic, social, environmental, and public health and safety challenges to the City. Our Vulnerability Assessment considered the City’s “at-risk” critical assets and infrastructure, including stormwater infrastructure as well as public works and public utility infrastructure, consistent with the intent of Florida Statutes 380.093. The Vulnerability Assessment focused on stormwater infrastructure; evaluating stormwater infrastructure components in multiple sea-level rise scenarios. An Adaptation Plan was developed, which considered the output of the work completed in the initial assessment. Included in the Adaptation Plan were outlines of Geographic Information System (GIS) and engineering methodologies utilized throughout the project, including digital elevation modeling, GPS field verification, geodatabase development, the creation of raster mosaics and proposed engineered solutions. The Adaptation Plan provided recommendations for capital improvement projects to address several sea-level rise scenarios. Additionally, the Adaptation Plan provided strategies and potential modifications to future zoning and development codes to strengthen existing and future infrastructure from the effects of sea-level rise. Project CostStantec Fee: $75,000 Dates of Service1/2021 - 5/2021 Client ReferencePeter A Kunen, PE, CRM P. 954-457-3042 Hallandale Beach Sea Level Rise and Critical Infrastructure AnalysisCity of Hallandale Beach, FL Project CostFinal: $1,000,000,000 Dates of Service6/2018 - 2/2021 Client ReferenceRoy Vice P: 212-807-7744E: rvice@bromco.com Midtown TampaThe Bromley Companies Along two major arteries in the heart of Tampa, the Bromley Companies sought to create a new commercial district and residential neighborhood to help spur economic growth in the surrounding community. Stantec was brought on board to help bring that vision to life. Midtown Tampa is a 19 acre mixed-use development project in the City of Tampa. The project includes office, retail, hotel and residential uses, some of which will be vertically integrated in walkable district setting. The development is anticipated to be approximately 24,000 sq. ft. of ground-level retail, 7,000 sq. ft. of ground-level office, and six stories of office space with approximate square footage of 142,000 on the upper levels. Parking will predominately be structured parking, with some on-street parking. Stantec’s scope includes civil/site engineering, planning/zoning, and limited construction administration services. With multiple developers working on the project site, Stantec was trusted to be the civil engineer for five different parcels, each with its own developer. Our team was able to balance the needs of each client, as well as the master developer to ensure everything comes together as a cohesive district. Stantec also had to work with the City of Tampa, TECO, and the Florida Department of Transportation to secure permitting for some of the project’s featured amenities. 29Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE Project Cost$100M Horizontal Infrastructure Dates of Service5/2015 - 11/2021 Client ReferenceJeff Speck P: 202-236-0140 E: Jeff@jeffspeck.com Water Street TampaStrategic Property Partners, LLC Strategic Property Partners (SPP) had a vision for 50+ acres of parking and warehouses it owned in downtown Tampa: create a sustainable, walkable urban district that would land Tampa on the list of cities with renaissance downtowns. Fusing amenities, culture, multiple uses, a new street system, and a memorable public realm, Water Street Tampa will emerge as a walkable new urban neighborhood and a nationally known destination. Our urban and mobility planners, in association with Speck & Associates, played a key role in bringing SPP’s ambitious vision to life, starting with early planning, zoning, and infrastructure studies. Considerable stakeholder coordination was vital to the success of getting Water Street off the ground. We followed up with a deep dive into infrastructure planning and reconstruction. The proposed plan turns streets designed primarily for cars into a pedestrian-focused framework of landscaped streets, parks, and plazas designed to support a broad range of activities. The plan fills in this framework with 9,000,000 SF of condos, apartments, offices, unique shops, restaurants, and a medical school. We led the implementation of modifications and addition of the required infrastructure, including new street networks, a centered chiller plant to service the entire district, a sustainable stormwater management system, and the new USF Health Morsani College of Medicine and Heart Institute. Project CostFinal: $38M Dates of Service8/2017 - 8/2022 Client ReferenceMary Kincaid P: 504-658-8048E: mkincaid@nola.gov In 2015, the City of New Orleans participated in the US Department of Housing and Urban Development’s (HUD) National Disaster Resilience Competition with a proposal to create the City’s first Resilience District within the Gentilly neighborhood. The Gentilly Resilience District represents a combination of projects and efforts that focus on innovative solutions to water management with the “living with water” theme and triple bottom line approach at the forefront. Blue and Green Corridors is the largest of the Gentilly Residence District projects that aims to reduce flood risk, slow land subsidence, and encourage neighborhood revitalization. This will be done by creating a network of canals, recreational parks, and community spaces along eight linear miles of the public right-of-way. Along the streets slated as “blue corridors”, the City will construct linear wetlands and canals within the wide neutral grounds between vehicle travel lanes to receive and manage runoff, and immediately relieve stress on the pumping system, allowing it to “catch up.” Along the streets slated as “green corridors”, the City will construct a variety of green infrastructure practices–such as bioswales, bumpouts, and permeable pavement–to allow stormwater runoff to be stored and seep slowly back into the ground. Wherever possible, the project proposes road diets to reduce impervious cover, beautify the neighborhood with plantings, calm traffic, and to build complete streets for safe walking and biking. Blue and Green Corridor ProjectCity of New Orleans, LA 30Pinellas County // RFP # 23-0365 - Planning Support Services Background: Text Scope: Text • Project Sheet Body Text Bullet Unique Features: Text FIRM EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND PAST PERFORMANCE The City of Allen is a thriving city of over 107,000 residents centered around US Hwy 75 that has seen rapid growth in the last decade, with significant residential, commercial, and mixed-use development. However, Downtown Allen has not kept up with this trend and has failed to realize its full potential as the beating heart of a thriving community. As the City of Allen’s partner and prime consultant, Stantec led a highly interactive community engagement process in close collaboration with a Downtown Stakeholder Committee to develop a Downtown Redevelopment Plan. Composed of a community-driven vision, goals, a preferred future development scenario, and a robust strategic plan with an implementation strategy designed to serve as a roadmap for realizing the vision, the Stantec team used a multidisciplinary systems approach in developing this plan. The plan protects the historical and cultural assets while adding a host of new connections linking business to business, neighborhood to Main Street, and the Downtown to the region. The plan also includes concept designs for the public realm including downtown parks, trails, and right-of-way improvements. The plan’s complete streets recommendations turn a high-volume collector street into a lively, landscaped corridor for foot, bike, and auto users equally. Project CostStantec Fees: $135,000 Dates of Service10/2021 - 7/2022 Client ReferenceEric Strong City Manager P: 817-616-3807E: estrong@richlandshills.com Allen Downtown Redevelopment Community Engagement & VisioningCity of Allen, TX Quest works with the prime consultant and Airport planning and communications staff to coordinate and facilitate Tampa International Airport’s 2022 Master Plan Update stakeholder and community meetings using a hybrid in-person and online meeting format. Quest serves as the primary local contact, coordinating, and facilitating numerous stakeholder and public workshops for local public sector agencies, vendors, and merchants, as well as public meetings to ensure effective and efficient input into the planning process. Responsibilities include graphic design and visualization, content development for digital publication and presentations, website content, comments tracking and reporting, and Spanish language translation for technical and plain language materials. To inform the planning project, Quest’s staff support in-person surveying at departure terminals, collecting more than 1,700 online questionnaires. Additionally, Quest provided public outreach for the Tampa International Airport Part 150 Noise Study, and multiple master plan updates. Quest secured public workshop locations in strategic proximity to the airport and in Pinellas County, crafted Public Service Announcements and newspaper ads announcing the workshops and provided material and staff support for the workshops. Project CostQuest Fees: $56,182 Dates of Service2022 - Present Client ReferencePete Ricondo, PE Senior Vice President Ricondo and Associates P. 305-677-0370 E: pricondo@ricondo.com 2022 Master Plan Update / Part 150 Noise Study / Multiple Master Plan Updates Tampa International Airport Stakeholder Meeting Pinellas County // RFP # 23-0365 - Planning Support Services Section 3Demonstrated Understandingof the Sub Areas 32Pinellas County // RFP # 23-0365 - Planning Support Services DEMONSTRATED UNDERSTANDING OF THE SUB AREAS Understanding the Needs of Forward Pinellas Benesch listened intently to the needs Forward Pinellas provided during the briefing on February 10, 2023. You expressed a need for services under the two major categories of land use and transportation, as well as some specialty support services. As per the instructions in the RFP, the remainder of this section demonstrates our understanding of the subject areas you presented as potential tasks under this contract. Our firm has greatly enhanced our abilities over the last few years and become a recognized leader in several of the subject areas identified. We are leaders in complete streets, active transportation facility planning and development, and multimodal safety as it relates to these emphasis areas. Benesch has been a partner with FDOT District Seven’s Safety Team for the last fifteen (15) years and leading proponents of designing safe infrastructure and developing and promoting safety education programs. We have also worked closely with FDOT District Seven in the establishment and designation of their complete streets classifications. We understand the importance, intent, and application of context classification and can identify elements that fit the unique character and needs of our local communities. Holistically, we have successfully used our knowledge in these areas to see the big picture linkages between active transportation, complete streets, inherent safety impacts, mobility, and placemaking in our communities, as well as the overarching relationship between transportation and land use. We have also enhanced our community planning capabilities recently. Land planning has evolved to a more urbanized, dense, mixed-use pattern over time in Pinellas County. In Pinellas County and other urban environments in Florida, residents no longer strive for the low-density suburban lifestyle of the 1990s and early 2000s. Ironically, this is due in part to eroding mobility and extended commute times. We are seeing a need for enhancing mobility and associated land planning as never before and it is reshaping and transforming our communities. Benesch will use our understanding of your history, built environment, natural environment, demographics, and economics to develop custom solutions that fit the vision of your diverse communities. In addition to research and the application of our knowledge and insight, our approach is built upon our ability to listen to Pinellas County and The Benesch Tampa office includes planners, engineers, economists, and GIS specialists. We specialize in metropolitan planning organization (MPO) services and have successfully completed dozens of general planning consultant (GPC) contracts and long-range transportation plans (LRTPs). In addition, we provide urban planning services, including land development regulations, urban design and master planning. In addition, Benesch (formerly Tindale Oliver) has a long history of providing services to our municipal, county and MPO clients in Pinellas County. We served as a general planning consultant to the Pinellas County MPO, predecessor of Forward Pinellas, continuously from 1989 to 2016 and from 2020 to present. We currently are providing Forward Pinellas with the Level of Service Database Management System under a stand-alone contract. Pinellas County’s major cities (Clearwater and St. Petersburg) have become dense urban environments within close as the remaining developable land throughout the remainder of the county has been developed as low and medium density residential uses with supporting commercial uses. Over the past two decades, almost all large development parcels have been consumed or become part of large conservation tracts. Pinellas County is in full redevelopment mode, and higher-density, mixed-use developments will not only become more commonplace, but will also create and redefine its communities. Redevelopment is also encouraged through two enterprise zones in St. Petersburg, Clearwater and 16 opportunity zones in economically distressed census tracts throughout the county. There has also been a noticeable resurgence over the last decade in the redevelopment of some of the county’s small towns. Residents have embraced the small-town feel, local shopping and entertainment districts of places such as Dunedin, Safety Harbor, Oldsmar, St. Pete Beach, and Gulfport. Despite its lack of developable land and its long history, Pinellas is still defining itself. As an entity charged with coordinating and integrating both land use planning and transportation planning, Forward Pinellas is well-positioned to create communities and determine the future of the county. Just as the character and development patterns of Pinellas County have changed over time, so have transportation and land use planning. The County is no longer is transportation planning about large, mega-million- dollar capacity projects such as US-19/Ulmerton Road and the Gateway Expressway. Transportation planning is now more community-focused, with an emphasis on corridor and intersection safety improvements, multimodal options and complete streets. 33Pinellas County // RFP # 23-0365 - Planning Support Services its constituents to deliver quality, implementable products. While redevelopment and mixed-use developments will be happening at a large scale, we are also cognizant of the needs of your citizens and communities for affordable housing and the missing middle. Land use transformation and redevelopment are so greatly impacted by economic conditions and our team stands ready to provide the economic analyses and public policy direction to provide guidance that results in positive outcomes through these inevitable changes in the built environment. We develop Comprehensive Plans based on Florida’s Growth Management legal structure while also incorporating a community’s vision for the future. Taking that vision through to the land development code and understanding how the two documents should work together is a key skill we bring to this contract. Our planners and project manager have worked on both Comprehensive Plan and Code updates with context sensitivity in mind, as well as innovative techniques such as performance zoning and form-based codes. Our team has specific experience in calibrating and updating the Smartcode form based code, based on the rural to urban transect. The Community Planning Team also has experience drafting comprehensive planning and land development code amendments related to affordable housing. For Hillsborough County, they took a pro-forma based approach to drafting these policy and code amendments, testing several scenarios to determine what amendments would allow a project to “pencil out” for both affordable housing and market rate developers. State Laws Related to Growth Management, Land Development and Housing We are extremely familiar with Florida Statutes as they relate to comprehensive plan amendments. Task Lead, Catherine Hartley, spent 14 of her 19 years of professional planning experience with state and local governments and has personally authored and transmitted amendments to the Florida Department of Economic Opportunity (formerly DCA) and the other reviewing agencies—most recently the Evaluation and Appraisal amendments and following updates of the Future Land Use, Conservation and Coastal Management and Transportation elements for the City of Bradenton. The Future Land Use Element in particular addressed affordable housing, increasing density for affordable housing projects in most of the City’s Future Land Use categories. These increased densities were permitted by right and do not require a public hearing, nor do they have to meet additional land development code requirements. Potential Land Use Activities 3-D GIS Analytics and Visualization The use of visualization in scenario planning allows not only for technical analysis by practitioners to plan for phasing, scale and impacts, but also provides an opportunity to graphically depict concepts to stakeholders and decision makers. The 3-D components allow depth and aspect for designers to see and analyze concepts “on the fly,” adding a component of flexibility and adaptability that leads to more efficient and workable solutions. Given that Pinellas County will be planning for and redesigning several diverse, large-scale development in the near future, having these technical capabilities will prove invaluable. Stantec has extensive experience in this area and will be providing these GIS Analytics and Visualization services for our team. Target Employment Mixed-use Development Mixed-use development is a logical answer to many of the challenges facing Pinellas County. It directly addresses the infrastructure and mobility needs of a densely populated county that is striving to maintain economic diversity and serve an aging population. However, as with most public policy challenges the solution may be apparent, but creating and implementing is the thing. This is where our team can assist the local jurisdictions in updating land use policy and comprehensive plans to identify community needs and draft policies that allow for effective mixed-use development. Beyond the policies, economic incentives and programs are needed to serve as catalysts for promoting the desired development types. Resiliency and Emergency Preparedness Pinellas County is currently developing its first comprehensive Sustainability and Resiliency Action Plan (SRAP) which will set the foundation for all the County’s sustainability and resiliency policies and initiatives. The Plan will identify a process with measurable, achievable goals and steps toward a more sustainable and resilient Pinellas. Resiliency strategies and emergency preparedness are complex issues for Pinellas County. As a peninsula with almost 600 miles of coastline and primary access and egress limited to three long-span bridges and a causeway, the county is at risk of natural and man-made disasters. Emergency preparedness and incident recovery have protracted timelines given the geography, total population and population density of the county, and resiliency is incumbent upon strong planning efforts and interagency coordination. DEMONSTRATED UNDERSTANDING OF THE SUB AREAS 34Pinellas County // RFP # 23-0365 - Planning Support Services Both resiliency and emergency preparedness require extensive coordination among stakeholders to address the needs of the community during an event, post event, and throughout an often-long recovery. Transportation agencies are exploring and adopting new infrastructure standards to anticipate the needs of vulnerable and at-risk communities. Local governments are adopting land use and building codes to mitigate impacts, shorten recovery, and provide resilience. The challenges of this topic touch many areas and with the experience and expertise of the Benesch team we are ready to systematically address these challenges and identify action items. Hernando/Citrus MPO Vulnerability and Risk Assessment StudyBenesch is currently contracted with the Hernando/Citrus MPO for their Vulnerability and Risk Assessment Study. The point of this study is to identify vulnerable transportation infrastructure assets and develop recommendations and mitigation strategies that promote system resilience. Transportation infrastructure construction and maintenance is programmed for normal operating conditions. This Study will identify hazards such as sea level rise, storm, and flooding conditions which may disrupt normal operating conditions or damage facilities over short and long periods of time for the purpose of providing the MPO, FDOT District 7, and the MPO’s Local Planning Partners a prioritized list of locations and mitigation strategies to be integrated into the 2050 Long Range Transportation Plan. Accessibility Indices, Studies, Peer Reviews Accessibility is the measure of the capacity of a location to be reached from, or be reached by, different locations. This is a function of not only distance, but also of infrastructure and mode. Analyzing and measuring accessibility from a transportation and infrastructure planning perspective is made much easier today through geographic information systems that can quantify these variables. Another factor to consider is congestion which impacts many of our travel decisions. A location may be highly accessible due to its location on a major roadway and the availability of a personal automobile. However, during peak periods and gridlock, the user may have the infrastructure and means of conveyance, but not the anticipated mobility due to congestion. In an urban environment, transportation options and choices are critical to guaranteeing mobility. When placemaking in the urban environment, mode of travel and factors such as parking availability and traffic are key factors. Our team will bring creative thinking and application to measure accessibility and all the independent and dependent variables needed for accurate assessment and planning. Rural Lands Stewardship Area Town ConceptBenesch reviewed the development patterns and related policies and regulations in Collier County’s Rural Lands Stewardship Area (RLSA), which aimed to promote preservation of environmental and agricultural lands along with more compact “Smart Growth” development. Research, analysis, regulatory/incentive recommendations and site concept helped ensure that future development in the RLSA achieves the best possible outcomes in terms of reduced consumption of agricultural and environmental lands, reduced automobile vehicle miles traveled, and reduced public service and utility capital and operating costs. At a more detailed and functional level, Benesch has completed hundreds of ADA evaluations. This has been done for transit agencies and local governments as each tries to meet ADA compliance. For those who are transportation challenged this is so important to providing equal and fair access. Benesch has an ADA group that evaluates existing accessibility and recommends acceptable engineered solutions. Benesch recently completed the ADA Transition Plan for the City of Clearwater. Our assessment identified opportunities for fifty-five (55) buildings, forty-six (46) parks, and three hundred seventy-five (375) miles of sidewalk throughout the City of Clearwater. Transit-Oriented Development Benesch’s transit team has a long history of analyzing transit systems and identifying where Transit-Oriented Developments (TOD) are appropriate, warranted and have a potential for great success. Transit-oriented development is context sensitive and when located and designed appropriately can be highly successful in providing mobility DEMONSTRATED UNDERSTANDING OF THE SUB AREAS 35Pinellas County // RFP # 23-0365 - Planning Support Services to users and support a robust transit system. TOD fits well within Pinellas’ need and desire for mixed-use development. These types of developments also provide multimodal options and accessibility for those without automobiles. In order to be successful, a key consideration is to locate transit-oriented development along existing successful transit corridors with good ridership and/or along corridors identified as your transit emphasis corridors. This somewhat symbiotic relationship between the development, transit provider and community facilitates successful results and meets the objectives of all stakeholders. This success is often incumbent on locating the TOD correctly and orienting the development to be truly accessible and design to accept transit. Local governments play a role in developing land use policies that promote TOD to their development community. Promoting the potential benefits of TOD to developers and having thing embrace transit design elements into their projects can provide long-term benefits to the community. Benesch recently completed the state area plans for the recently completed Tampa Bay Regional Transit Study for TBARTA. Local Government Technical Support The entire Benesch Team, including all subconsultants, are available and ready to serve the many local governments of Pinellas County. In fact, we are already doing so as a general planning or engineering consultant for several municipality and the County. In this capacity, we are completing land use and transportation assignments of a various nature. We have built our team to include experience and expertise across all land use and transportation subjects to meet all anticipated needs. Benesch also is not engaged in any private sector work which allows us to always serve in our public sector clients’ best interests. Housing Compact Action Plan Pinellas County would benefit from a county-wide housing strategy that could address the affordable housing crisis and identify methods to incorporate affordable housing into all major redevelopment projects to create a heterogenous mix of housing types. With numerous municipalities and development interests, a consensus must be reached to ensure that standards are applied equitably and to the benefit of all. Incentives such as density bonuses and overlay zones can be used as solutions, and regulations such as inclusionary zoning, in lieu fees, and impact fees can be explored. Potential Transportation Activities Long Range Transportation Plan Support Benesch has completed over fifty Long Range Transportation Plans over the past 30 years. We have tracked the changes in LRTP components and emphasis areas over the years through the federal transportation legislations and not only delivered compliant plans, but also plans that are creative and implementation focused. The scope and scale of the plans have changed drastically through the years from highway-based congestion and capacity driven analyses which emphasized moving automobiles efficiently to multimodal, operational, technology and safety-based solution sets. We have embraced these changes and draw from our strengths in subject areas such as transit, complete streets, bicycle/pedestrian planning and safety to deliver state-of-the-art plans that are implementable and meet not only the long term goals, but the short term goals of the communities we serve. It is very gratifying to see the MPO process at works as some projects progress from the long- range plan to implementation, often in just a few short years. Presently, we are working on the next round of Long-Range Transportation Plans with our MPO partners. These plans contain all the critical LRTP elements and are also incorporating the new emphasis areas of emerging technology, safety, resiliency, and housing attainability/ accessibility. We hope to have the opportunity to address some of the elements in the development of your next LRTP. Safe Streets Pinellas Benesch has closely observed the progress made by Forward Pinellas through the adoption of the Safe Streets Pinellas Resolution. As mentioned previously, Benesch has served as a safety consultant for FDOT District 7 continuously over the past fifteen years and as the Community Transportation Safety Team consultant for FDOT District 2 for the last six years, providing education materials and supporting education programs. We have also worked with several MPOs and local governments in Florida developing Safety Action Plans, conducting corridor safety assessments, and recommended numerous safety infrastructure improvement and treatments. These clients DEMONSTRATED UNDERSTANDING OF THE SUB AREAS 36Pinellas County // RFP # 23-0365 - Planning Support Services include Ocala Marion TPO, Collier MPO, Sarasota/Manatee MPO, Hernando Citrus MPO and Sarasota County to name a few. We can assist Forward Pinellas in safety analyses, annual monitoring and reporting, and education programs. Our full- service engineering capabilities can also recommend and design site-specific, appropriate safety solutions to increase visibility and alert all user to potential hazards. We look forward to working with Forward Pinellas in continuing to develop and monitor Safe Street Pinellas. Complete Streets At Benesch, we have recently merged our Complete Streets and Community Planning teams to emphasize and promote the relationship between land use and transportation. We have been on-board with Complete Streets since its inception, primarily through our transit, safety and bike/ped practices. It was a natural evolution of a concept which was overdue. As mentioned previously, we have been involved with Complete Streets at FDOT District 7, originally through our safety contracts, and now as part of their Complete Streets team. We were involved in developing the context classification and assigning them to the District 7 roadways. More importantly, we have been performing multimodal corridor studies and designing complete street facilities for our MPOs for the last twenty years, long before it was called Complete Streets. We understood early on that Complete Streets is not a one-size-fits-all solution, but is subject to the operating characteristics, lands uses and users of the roadway. One of our biggest successes in this area have been the planning and conceptual design of the Jackson Street cycle-track in Tampa which was a cooperative effort among three of our clients FDOT, Hillsborough TPO and City of Tampa. Also, we have completed the planning and concepts for the Heights Mobility Study in Tampa for FDOT District 7 which include bicycle, pedestrian, transit and ultimately street car elements during various phases within the existing right-of-way. This project is in development with the initial phases initiating soon. Over time, these complete streets treatments will work to transform the mobility along the corridor and have a positive impact on the sense of place of Tampa Heights. Regional Transportation Support Regional Transportation Planning has been a hot topic in the Tampa Bay Region for many years. Benesch has been involved and away of all the previous organizations and manifestations of the MPO Chairs Coordinating Committee, the TMA Leadership Group and TBARTA. Through our general planning contracts with the Hillsborough TPO, Pasco MPO, and previously with the Pinellas MPO, we provided staff support in mapping, technical analysis and meeting support. For the last round on LRTP updates, we participated in the Its TIME Tampa Bay effort including attending regional public engagement events and administering the regional survey. Anticipated activities could once again focus on public engagement, technical analyses, mapping, and meeting support. We look forward to serving again in this capacity for not only the next LRTP, but also other regional transportation planning initiatives that will be initiated by our MPO clients. Transportation Impact Analyses Per the Forward Pinellas pre-advertisement presentation, this subject area includes evaluating impact of new toll facilities and the potential of value capture for expanded transit service. To evaluate the impact of the new toll facilities we can use the Tampa Bay Regional Planning Model (TBRPM) for measuring the long-range and mid-range impact of the new Gateway Express opening. We regularly run the TBRPM and have used it consistently over the past thirty years, so estimating the mid and long term impacts of the new facilities is something we can do - even with the inclusion of alternative future land use scenarios, as required. However, for immediate impact and even measuring impact over time the RITIS database is the perfect tool. The RITIS database, which is available free to Benesch through our FDOT and Florida MPO contracts, can provide real time performance data – primarily speed and delay on all classified roadways in Pinellas County. The perfect application of this tool is the opening or closing of facilities as this can result in drastic re-routing of trips through the network. Capturing data at specific timepoints is extremely valuable in measuring impact. A report can be run for conditions prior to opening and then again at whatever timepoints are desired thereafter, i.e. one month, two months, three months, six months, one year. RITIS can measure delay, speed and identify congestion for a specific day, averaged over a month, or an entire year. As opposed to just measuring daily volume on the new facilities this allows the user to measure the impact of the facility opening to one, some, or all roadways in the study area. As for potential of value capture for expanded transit service, Benesch does this routinely for our transit clients. We have completed hundreds of transit comprehensive operations analyses (COA) and transit development plans (TDP) where we evaluate the cost and value of changes to DEMONSTRATED UNDERSTANDING OF THE SUB AREAS 37Pinellas County // RFP # 23-0365 - Planning Support Services existing and planned transit service. Our analyses would be an asset in scenario planning for fixed route, premium transit and mobility on demand service. Gateway Area Benesch has not specifically explored the establishment of a Transportation Management Organization (TMO) in the past, but we did manage the commuter services program for FDOT District 1 for over ten years. During that time, we coordinated with employers and commuters in arranging van pool and carpool opportunities. This experience is directly relatable to the function and operation of a TMO and gives us a firm understanding of who the major stakeholders of a TMO are and how to interact with them. In addition, our working knowledge of TMOs is enhanced by the fact that two current Benesch staff have served as board members on TMOs. Laura Everitt, AICP, LEED was a board member of BACS, and Richard Dreyer, CCTM, AICP was a board member (non-voting) for each TMO in FDOT District 7 while working as the Transit Administrator as a FDOT employee. Richard also led the TMOCG (Coordinating Group) which included all the TMO Directors and managed the coordinated marketing grants funding the TMOs marketing programs while at District 7. Benesch can support Forward Pinellas in conducting a detailed mobility evaluation of the Gateway area. The analysis would include measuring existing mobility by number of trips, mode of transportation, and an assessment of general accessibility to and within the gateway area. Applications such as geofencing could help collect data and information form those entering the Gateway area. Other big data tools such as Replica could be used to determine origin of trip to the Gateway area. Understanding the trip interfaces to, from, and within the Gateway area would provide an estimate of mobility needs and multimodal and intermodal opportunities. We could also assist Forward Pinellas in the development and application of an employer survey for the Gateway area. As stated previously, geofencing could be used to alert employee about the survey effort and direct them to the survey instrument or ask them to go through their employer. Benesch routinely conducts on-board survey efforts for our transit studies using iPads and survey takers as well. Depending upon the depth of the survey, sample size, and objectives different media and surveying techniques may be applicable. US 19 The Benesch Transit Team can evaluate regional transit service in the corridor. Transit studies is a specialty area of our firm. Recently, Benesch worked on the Regional Rapid Transit (RRT) Study as part of the WSP team for TBARTA. The Benesch role was evaluating station locations and station area planning. This effort ties closely to the Transit-Oriented Development (TOD) discussion previously as one of the tasks associated with our effort was to assess TOD potential along the corridor. For FDOT District 7, Benesch completed a regional transit enhancement study on US 19 from Tarpon Springs to Port Richey in 2020. We were tasked with identifying any roadway or operational enhancements that were the purview of FDOT to improve transit vehicle efficiency and/or operations along the corridor. Among the recommendations was the concept of allowing the transit vehicle to travel in the continuous turn lane that exists along about 60% of the corridor and provide signal pre-emptions at several key signalized intersections. These recommendations would increase vehicle operating speed and allow the transit vehicle to by-pass congestion and vehicle queues at major intersections. Transit Systems Planning Benesch’s transit systems planning is well-represented through the numerous Transit Development Plans (TDP) and Comprehensive Operational Analyses (COA) we have successfully completed – over 100 total combined studies in the last 25 years. This work includes completing five TDPs DEMONSTRATED UNDERSTANDING OF THE SUB AREAS Sunrise Area-Wide Transportation Needs Assessment - FDOT District 4 Benesch was contracted to evaluate the current and future transportation characteristics within the Western Sunrise Area of Broward County. The objective of this area-wide study was to evaluate the transportation network through a multimodal perspective, and identify improvements needed to address the anticipated growth and related travel demand. Benesch was selected to provide professional transportation planning and engineering services, collection and analysis of land use, transportation and socioeconomic data and assistance to the District 4 Systems Planning staff. The Needs Assessment incorporates the results of recently completed and ongoing studies the affect area. All of these factors and considerations will yield a comprehensive multimodal and multi-jurisdictional set of solutions to enhance mobility within the study area. 38Pinellas County // RFP # 23-0365 - Planning Support Services for PSTA, including the last major update. Benesch has served as a general consultant for PSTA for many years, and at the corridor/project level, our team has served as a subconsultant on the recent SunRunner consultant team where our role was review of the station access plans for ADA compliance. Active Transportation Program Active transportation Planning is another specialty area of Benesch which operates from our Complete Streets and Community Planning Group. This primarily encompasses our bicycle and pedestrian planning efforts. Much of our work has been done at the systems level including all phases of Tampa Walk-Bike, Sarasota County Bicycle Pedestrian Master Plan, Pasco MPO Active Transportation Plan Phase 1, Hernando Citrus MPO Trail and Sidewalk Gap Analysis, and our most recent effort, the Pasco County Greenways, Trails and Blueways Master Plan. In addition to our systems level work, we have also completed several trail alignment and enhancement studies such as the Good Neighbor Trail extension in Brooksville for the Hernando Citrus MPO and the Sanibel Trail Study for the Lee County MPO. Tying in once again to our other specialty areas, our active transportation program work is greatly enhanced by our safety experience, especially at roadway and intersection crossings. Grant Application Assistance In 2022 alone, Benesch had immense success by playing major supporting roles in developing successful grant applications for our clients. In 2022, the US DOT awarded more than $2.2 billion in federal funding as part of the Rebuilding American Infrastructure with Sustainability and Equity—or RAISE—Discretionary Grant Program. Of the 166 projects which received federal funding, three included major support from Benesch staff. Pinellas Suncoast Transit Authority – Park Street Terminal Replacement | $20 million This project in Downtown Clearwater will replace the existing Park Street Terminal with a new, more energy-efficient facility that includes approximately 17 bus bays, two electric bus charging stations and capacity for future charging stations, access for future light rail on South East Avenue, ticketing and restroom facilities, and a drop off area for ride hailing/sharing. Benesch refreshed the Authority’s Benefit Cost Analysis as part of the grant application. Athens Clarke County – Reimagine North Avenue | $25 million This reconstruction project along North Avenue in Athens, GA, will bring a variety of multimodal improvements as part of a Complete Streets design approach within the corridor. Ten bus stops be upgraded to accommodate sidewalks and transit stops, traffic signals will be upgraded with pedestrian signals, and lighting and wayfinding will be installed. Drainage improvements and a new shared use path will also be constructed. During the grant writing process, Benesch provided project cost estimates and a Benefit Cost Analysis for the project. City of Chattanooga – Wilcox Bridge | $25 million Wilcox Bridge crosses 27 railroad tracks in the NS Debuts Yard and two CSX tracks in Chattanooga. The project will replace the existing bridge while adding a 12.5-foot multi-use path on the southern edge of the project. Once complete, the structure will be able to accommodate emergency vehicles, trucks, and public transit buses, thereby providing underserved communities with more reliable transportation to jobs, schools, recreation, and businesses. The City of Chattanooga hired Benesch to develop a preliminary design and begin early railroad coordination for replacement of the bridge. This included significant contributions for the development of supporting documentation for the grant. Other Potential Activities Website Design and Maintenance Benesch has developed and maintained several websites for our clients. Most notably we developed from scratch and maintain the FDOT District 7 Safety website www.tampabaytrafficsafety.com. DEMONSTRATED UNDERSTANDING OF THE SUB AREAS 39Pinellas County // RFP # 23-0365 - Planning Support Services Graphic Design and Renderings In addition to the 3-D visualization services discussed previously, we can also provide more standard graphic design and renderings to enhance documents, visually display concepts, and support public engagement events. The saying “a picture paints a thousand words” really does apply when illustrating urban design concepts for streetscapes and new developments. Stantec has a great team to meet all your needs in this area. Strategic Communications Support Benesch is adept as using various platforms for strategic communications support. Our most relevant MPO experience has been serving the Broward MPO as the Prime Consultant in their Speak-up Broward Program. The Speak-Up Broward outreach program is designed to increase public awareness of the MPO, its core products and programs, and transportation in general. A major focus is on tying transportation to quality of life, helping people understand the key role transportation plays in their daily lives. Outreach strategies include focus groups, opinion polls, e-Townhall events, speakers bureau events, interactive online events, creation of videos, social media content, infographics, pilot podcast, young MPO ambassadors program, website redesign, project visualizations, and public information officer training. In addition to this relevant project experience, the entire Benesch Team is ready to support Forward Pinellas and serve all your communications support needs. Our partners Quest and Vrana Planning bring extensive additional experience in all forms of public engagement and media support. Project Portals/Platforms In addition to general communications, one of the tools utilized by Benesch is a virtual meeting room. We have been using this to great effect as an alternative to the typical project website. Its interactive components allow the user to engage and learn at their own pace through and interface that is similar to a real-world public meeting environment. The viewing can launch video, review draft exhibits, post comments and questions, launch and take project surveys, and mark-up interactive project maps. One of the lessons learned from the COVID-19 pandemic is that greater participation can be achieved by offering virtual engagement opportunities. While it is still important to offer in-person events to ensure equitable participation, we recommend that one of each round of workshops be held virtually. To promote participation in these virtual events, we recommend promoting the events through paid social media posts and collaboration with the MPO’s partners to share the information. Regardless of how the event is hosted, our team will develop methods of engagement to encourage participation by attendees, such as live polling and interactive games. While these methods work to engage virtual participants, they are also effective for in-person meetings as well. Miscellaneous Tasks The depth and breadth of the Benesch team allows us to serve you in various capacities. Our strong local presence makes us readily available for data collection, public event support, and even in-house support as needed. One of our strengths is in providing graphics and mapping support. We have three (3) GISP certified planners in our Tampa office. Innovation Real-Time/Big Data Applications One of the areas in which Benesch excels is in the analysis and application of real-time and big data. Big data used to be very expensive to obtain and often represented only a snapshot in time for the purpose of end user analysis. Technological advancements have led to much more data availability and accuracy through location-based services which use cell phone and vehicle data which capture data Virtual Meeting Room Sample: Benesch utilizes virtual meeting room technology which allows higher public engagement activity since the information can be accessed from anywhere with an internet connection. 40Pinellas County // RFP # 23-0365 - Planning Support Services continually. With more data points and continuous data download, nebulous and hard to find big data has been transformed into more abundant and accessible real-time data. Benesch makes use of two such on-line data providers, RITIS and Replica. These are subscription-based data services provides which we use at no additional direct cost to our clients. This provides an abundance of real-time data at no additional cost. What is RITIS? The Regional Integrated Transportation Information System, or RITIS, is an automated data sharing, dissemination, and archiving system that includes many performance measures, dashboards, and visual analytics tools that can be used to gain situational awareness, measure system performance, and communicate information between agencies and the public. Data useful in transportation planning efforts include speed, delay, congested time, duration of congestion, and identification of bottleneck locations. This information is compiled and updated continuously by the University of Maryland’s CATT Laboratory. This allows the user to analyze present data, a past snapshot in time, average conditions over a period of time, or compare two distinct periods. The Florida Department of Transportation (FDOT) signed an agreement with the University of Maryland to access RITIS. Through this agreement, metropolitan planning organizations (MPOs) gain access to this data. Data useful in transportation planning efforts include speed, delay, congested time, duration of congestion, and identification of bottleneck locations. What is Replica? Replica is a subscription-based data platform that takes multiple data points and models several conditions, including mobility land use, demographics, and economic data to better understand the factors that are driving our communities. Relevant to transportation planning are commute patterns, multimodal traffic, and trip characteristics. Data is updated weekly or on a quarterly basis, so measuring trends and comparing data over time is done with ease. For transportation planners, previously hard to obtain data such as origins and destinations (O/D), mode choice, and trip purpose are available and current. THANK YOU! Thank you for the opportunity to submit our qualifications. We look forward to the opportunity to put our expertise to work for the County once again. KEYS TO PROJECT SUCCESS COMMUNICATE Listen, consider the opportunities, constraints and needs, and the team's proposed solutions/plans of action. COLLABORATE Recommend alternative actions if applicable; understand stakeholder interests. PLAN Develop a well-considered, written work plan with best suited experts and support staff to achieve objectives. MONITOR Utilize project management tools to regularly evaluate progress to ensure objectives are being addressed. CHECK Utilize a project-specific quality plan to check and verify work processes and results. DELIVER Provide relevant deliverables as defined in preceding steps, on schedule and within budget. FOLLOW-UP Verify final results have satisfied objectives, provide corrective action as necessary, and document successes and desired improvements for future projects. The keys to success as outlined above will serve as the Benesch Team’s preliminary approach outline. We believe following these steps will allow us to deliver the highest quality solutions to meet your goals. DEMONSTRATED UNDERSTANDING OF THE SUB AREAS Pinellas County // RFP # 23-0365 - Planning Support Services Section 4RFP Exceptions 42Pinellas County // RFP # 23-0365 - Planning Support Services Benesch’s Legal Team has reviewed the County’s terms and conditions. We propose the following exceptions to be considered by the County. 1. Services to be Furnished by the CONSULTANT- Please revise as shown below: The services described and provided for in Exhibit A (Scope of Services), attached hereto and incorporated herein, which are based upon FORWARD PINELLAS’ competitive proposal solicitation 23-0365 - RFP, constitutes the Scope of Services to be performed by the CONSULTANT under this AGREEMENT. CONSULTANT shall perform its services consistent with the professional skill and care ordinarily provided by firms practicing in the same or similar locality under the same or similar circumstances (hereinafter the “Standard of Care”). Materials or services requested by FORWARD PINELLAS shall be provided by the CONSULTANT in a timely manner. 4.Services to be Furnished by FORWARD PINELLAS – Please revise the second paragraph as shown below: FORWARD PINELLAS personnel shall coordinate all releases of information to the public or other outside agencies, unless otherwise discussed and documented by both parties. The CONSULTANT agrees that it shall make no statements, press releases, or publicity releases concerning this AGREEMENT or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with this AGREEMENT, or any particulars thereof, during the period of this AGREEMENT without first notifying FORWARD PINELLAS and securing its prior written consent. Notwithstanding the foregoing, upon completion of the project CONSULTANT shall have the right to accurately represent their role, contractual relationship, and work performed under this Agreement in client proposals for the purposes of establishing work experience. 5.Invoice Requirements – Please revise as shown below: The CONSULTANT shall be compensated on a reimbursement basis. The CONSULTANT shall submit electronic invoices on a monthly basis and FORWARD PINELLAS shall pay CONSULTANT within thirty (30) days. Task work orders will be negotiated on an as needed basis and may be lump sum or billed based on hourly time worked. All invoices must include a progress report showing the actual tasks performed and their relationship to the fee claimed. All progress reports and invoices shall be emailed to the attention of the FORWARD PINELLAS Executive Director, wblanton@forwardpinellas.org, or his FORWARD PINELLAS staff designee. FORWARD PINELLAS may request additional information and evidence to support any and all invoices for fees claimed to be earned by the CONSULTANT before FORWARD PINELLAS processes the invoices for payment. Invoices for fees or other compensation for services and expenses shall be submitted to FORWARD PINELLAS in detail sufficient for a proper pre-audit and post-audit. Work complete by Disadvantage Business Enterprises (DBEs) must be clearly noted. All services to be provided by the CONSULTANT under the provisions of this AGREEMENT shall be performed in accordance with the Standard of Care and to the reasonable satisfaction of the FORWARD PINELLAS Executive Director. If the services provided are not performed to the reasonable satisfaction of the FORWARD PINELLAS Executive Director, the Parties will agree upon steps to reach reasonable satisfaction. If this cannot be reached, this AGREEMENT may be terminated. FORWARD PINELLAS shall not approve payment for work done in order to correct errors or omissions in Services that fail to meet the Standard of Care. FORWARD PINELLAS in no way obligates itself to check the CONSULTANT’s work. Within 60 calendar days of the AGREEMENT’s completion date or termination, the CONSULTANT agrees to submit a final invoice, progress report, a certification of AGREEMENT expenses and third-party audit reports, as applicable. 9.Ownership of Documents – Please revise as shown below: All records, electronic files, documents, plans, specifications, evaluations, reports and other technical data, other than working papers, prepared or developed by the CONSULTANT under this AGREEMENT are the shall become the property of FORWARD PINELLAS upon CONSULTANT’s receipt of amounts due and owing under this agreement, without restriction or limitation on their use and shall be made available upon request to FORWARD PINELLAS at any time. All such documents shall be delivered to FORWARD PINELLAS upon completion or termination of this AGREEMENT. The CONSULTANT, at its own expense, may retain copies for its files and internal use. Notwithstanding the foregoing, such documents are not intended or represented to be suitable for reuse by the FORWARD PINELLAS or others on extensions of the Project or on any other project. Any reuse without written verification or adaptation by CONSULTANT for the specific purpose intended will be at the FORWARD PINELLAS ‘s sole risk and without liability or legal exposure to CONSULTANT or to CONSULTANT’s independent professional associates or subconsultants. Moreover, CONSULTANT’s pre-existing materials, including pre-existing details, specifications, software, inventions, copyrights, patents, trade secrets, trademarks and other proprietary rights, including ideas, concepts and knowhow of CONSULTANT, that existed before the commencement of the Services and which are included in the documents generated by CONSULTANT under this Agreement (collectively, the Pre-Existing Materials), shall remain the property of CONSULTANT. CONSULTANT grants to the FORWARD PINELLAS (as an exception to the transfer and assignment provided in this Agreement) a non-exclusive, world-wide, royalty-free right and license to use the Pre-Existing Materials for completion of the Project. Any and all reports, documents provided or created in connection with this AGREEMENT are and shall remain the property of Forward Pinellas. In the event of termination of this AGREEMENT, any reports, documents and other data prepared by the CONSULTANT, whether finished or unfinished, shall become the property of FORWARD PINELLAS and shall be delivered to Forward Pinellas’ Executive Director within seven (7) days of termination of the AGREEMENT by either party. 10.Indemnification – Please revise as shown below: The CONSULTANT shall indemnify and hold harmless FORWARD PINELLAS from all suits, actions, or claims of any character brought on account of any injuries or damages received or sustained by any person, persons, or property by, or in consequents of any neglect in safeguarding the work; or by on account of any act to the extent caused by the negligent acts, errors, omission, or misconduct of the CONSULTANT; or by, or on account of any claim or amounts recovered under the “Workers’ Compensation Law” or a law, bylaws, ordinance, order, or decree, except only to the extent such injury or damage as RFP EXCEPTIONS 43Pinellas County // RFP # 23-0365 - Planning Support Services RFP EXCEPTIONS shall be occasioned by the sole is caused by the negligence of Forward Pinellas. Notwithstanding, nothing herein shall be construed as a waiver of CONSULTANT’s sovereign immunity, or limitation thereof beyond Florida Statute §768.28. The CONSULTANT shall pay FORWARD PINELLAS all losses, damages, expenses, and costs that FORWARD PINELLAS sustains by reason of any default, any to the extent caused by the negligent act, error or omission, including patent infringements on the part of the CONSULTANT, in connection with the performance of this AGREEMENT. 12.Default and Termination – Please revise the second paragraph as shown below: Upon the CONSULTANT’s failure to cure such default, FORWARD PINELLAS may terminate this AGREEMENT and may seek any and all such other remedies available in law or equity. Should FORWARD PINELLAS need to pursue any available remedies as a result of the CONSULTANT’s default, FORWARD PINELLAS shall be entitled to recover actual damages. Failure to elect any of the available remedies upon the occurrence of any default shall not operate as a waiver of any further election of remedies. 17.Observance of Laws – Please revise as shown below: The CONSULTANT agrees to observe, comply with and execute promptly at its expense during the term hereof, all applicable and non-conflicting laws, rules, requirements, orders, directives, codes ordinances, and regulations of any and all governmental authorities or agencies, of all municipal departments, bureaus, boards and officials, of all County, State, and Federal boards and agencies, and of insurance carriers. If any discrepancy or inconsistency should be discovered between the specifications established for the Services and any law, regulation, ordinance, order or decree applicable to the Services, CONSULTANT will immediately report such discrepancy or inconsistency to FORWARD PINELLAS and will conform its work to any orders or instructions issued by FORWARD PINELLAS. The CONSULTANT specifically acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et. seq, and regulations relating thereto. Failure to comply with this provision of this AGREEMENT shall be considered a material breach and shall be grounds for immediate termination of this AGREEMENT. If a dispute arises regarding this AGREEMENT, the Laws of Florida shall govern. Proper venue shall be in Pinellas County, Florida. Exhibit C – Please revise as shown below: Prior to the time the CONSULTANT is entitled to commence any part of the project, work, or service under this agreement, the CONSULTANT shall procure, pay for and maintain at least the insurance coverage limits specified below. Said insurance shall be evidenced by delivery to FORWARD PINELLAS of: 1) a Certificate of Insurance executed by the insurers listing coverages and limits, expiration dates, and terms of policies and all endorsements whether or not required by Forward Pinellas, and listing all carriers issuing said policy; 2) a copy of each policy, including all endorsements listed below. The insurance requirement shall remain in effect throughout the term of this agreement. 1. Workers’ compensation limits are required by law; employers’ liability insurance of not less than $500,000 for each accident/ employee/policy limit. 2. Comprehensive general liability insurance including, but not limited to, independent CONSULTANT, contractual, premises/operations, products/completed operations, and personal injury covering the liability assumed under indemnification provisions of this Agreement, with limits for liability for personal injury and/or bodily injury, including death, of not less than $1,000,000 combined single limits. Coverage shall be on an “occurrence” basis. 3. Professional liability insurance from management consultant errors and omissions liability insurance including but not limited to, general accounting, feasibility analysis, cost analysis with minimum limits of $1,000,000 per claim occurrence if occurrence form is available. Claims Made Form with “tale coverage” extending three (3) years beyond completion and acceptance of the project with proof of “tale coverage” to be submitted with the invoice for final payment. In lieu of “tale coverage,” the CONSULTANT may submit annually to FORWARD PINELLAS current Certificate of Insurance proving claims made insurance remains in force throughout the same (3) years. Any failure to comply with the provisions of this paragraph will be considered a material breach of this Agreement. 4. Comprehensive automobile and truck liability covering owned, hired, and non-owned vehicles with minimum limits of $1,000,000 each occurrence, and property damage of not less than $1,000,000 each occurrence. (Combined single limits of not less than $1,000,000, each occurrence, will be acceptable unless otherwise stated.) Coverage shall be on an-occurrence basis, such insurance to include coverage for loading and unloading hazard. Each insurance policy shall include the following conditions by endorsement to the policy: a. Companies issuing the insurance policy, or policies, shall have no recourse against FORWARD PINELLAS for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of the CONSULTANT. b. The term FORWARD PINELLAS shall include all authorities, boards, bureaus, commissions, divisions, departments, committees, and offices of FORWARD PINELLAS and individual members, employees thereof in their official capacities, and/or while acting on behalf of Forward Pinellas. c. FORWARD PINELLAS shall be endorsed to the required policy or policies as an additional insured exclusive of professional liability insurance and workers’ compensation insurance. d. The policy clause “other insurance” shall not apply to any insurance coverage currently held by FORWARD PINELLAS to any such future coverage or to Forward Pinellas’ self-insured retention or whatever nature. The policies shall be endorsed to provide primary and non-contributory coverage, except for the Professional Liability policy and the Workers’ Compensation policy. Benesch has noted any and all exceptions to the terms and conditions on this contract. William Ball, AICP, Senior Vice President Pinellas County // RFP # 23-0365 - Planning Support Services Section 5Required Forms/Documents 45Pinellas County // RFP # 23-0365 - Planning Support Services RFP # 23-0365 - RFP RFP Title Planning Support Services Page 23 of 28 SECTION F – PROPOSAL SUMMARY PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION F – PROPOSAL SUMMARY Work will be performed for Forward Pinellas on a work assignment basis. A work assignment number and scope will be generated for each task performed. No minimum amount of work resulting from this solicitation is guaranteed. An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501. A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered. ______________________________________________________________________________ Company Name Authorized Signature Benesch 46Pinellas County // RFP # 23-0365 - Planning Support Services RFP # 23-0365 - RFP RFP Title Planning Support Services Page 24 of 28 ELECTRONIC PAYMENT (EPAYABLES) PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 ELECTRONIC PAYMENT (EPAYABLES) The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See above. Would your company accept to participate in the ePayables credit card program? Yes _____ No _____ For more information about ePayables credit card program please visit Purchasing Department website www.pinellascounty.org/purchase/ __________________________________________________ Company Name __________________________________________________ Signature __________________________________________________ Printed Signature __________________________________________________ Phone Number __________________________________________________ Email __________________________________________________ Benesch William Ball, AICP 813-224-8862 bball@benesch.com Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification a Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS.Print or type. See Specific Instructions on page 3.1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor or single-member LLC C Corporation S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) a Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) a 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person a Date a General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) 01/02/2023 Alfred Benesch & Company ✔ 35 West Wacker Drive, Suite 3300 Chicago, IL 60601 36 2407363 48Pinellas County // RFP # 23-0365 - Planning Support Services RFP # 23-0365 - RFP RFP Title Planning Support Services Page 26 of 28 SECTION G - ADDENDUM PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION G - ADDENDUM PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS SOLICITATION BY SIGNING AND DATING BELOW: ADDENDA NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) have been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in response being considered non-responsive or result in lowering the rating of a firm’s proposal. Information regarding addenda issued is available on the OpenGov website, https://secure.procurenow.com/portal/pinellasfl, listed under the bid attachments. 1 William Ball, AICP March 16, 2023 49Pinellas County // RFP # 23-0365 - Planning Support Services 50Pinellas County // RFP # 23-0365 - Planning Support ServicesPage 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 40 site(s) 307873 Alfred Benesch & Co. 362407363 500 to 999 COOK 35 W. WackerSuite 3300Chicago, IL 60601 541 51Pinellas County // RFP # 23-0365 - Planning Support Services RFP # 23-0365 - RFP RFP Title Planning Support Services Page 18 of 28 SECTION D – VENDOR REFERENCES PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION D – CONTRACTOR REFERENCES THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR PROPOSAL MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: ___________________________________________________________________________ LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: ____________________________________________ BUSINESS ADDRESS: ________________________________________________________________________ HOW LONG IN PRESENT LOCATION: ___________________________________________________________ TELEPHONE NUMBER: _______________________________________________________________________ FAX NUMBER: ______________________________________________________________________________ TOTAL NUMBER OF CURRENT EMPLOYEES: ________ FULL TIME _________ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: __________ All references will be contacted by a County Designee via email, fax or phone call to obtain answers to questions, as applicable before an evaluation decision is made. Bidders must have experience in work of the same or similar nature, and must provide references that will satisfy the County. Proposer must furnish a reference list of at least four (4) customers for whom they have performed similar services. EITHER LOCAL COMMERCIAL OR GOVERNMENTAL REFERENCE(S) (PINELLAS COUNTY GOVERNMENT REFERENCES WILL NOT BE ACCEPTED) THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: COMPANY: ADDRESS: ADDRESS: TELEPHONE/FAX: TELEPHONE/FAX: CONTACT: CONTACT: CONTACT EMAIL: CONTACT EMAIL: COMPANY EMAIL ADDRESS: COMPANY EMAIL ADDRESS: 3. 4. COMPANY: COMPANY: ADDRESS: ADDRESS: TELEPHONE/FAX: TELEPHONE/FAX: CONTACT: CONTACT: CONTACT EMAIL: CONTACT EMAIL: COMPANY EMAIL ADDRESS: COMPANY EMAIL ADDRESS: Benesch 76 years 1000 N. Ashley Drive, Suite 400, Tampa, FL 33602 813-224-8862 866-410-8678 Sarasota/Manatee MPO 8100 15th Street East, Sarasota, FL 34243 P: 941-359-5772 // F: N/A David Hutchinson ,Executive Director dave@mympo.org Broward MPO Trade Centre South, 100 W Cypress Creek Rd, 6th Floor, Suite 650Fort Lauderdale, FL 33309 P: 954-876-0035 // F: N/A giesp@browardmpo.org Pasco County MPO 8731 Citizens Dr, Suite 320, New Port Richey, FL 34654 Carl Mikyska, Executive Director cmikyska@mypasco.net City of Tampa, FL 306 East Jackson St, Tampa, FL 33602 P: 727-847-8140 // F: N/A P: 813-274-7724 // F: N/A Stephen Benson stephen.benson@tampagov.net 873 51 mpo@mympo.org info@browardMPO.org mpocomments@mypasco.net N/A 50 Peter Gies, Regional Transportation Planner 33 years 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 INACCORDANCE 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 PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 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 5/31/2022 (617) 328-6555 (617) 328-6888 25615 Alfred Benesch & Company 35 West Wacker Drive, Suite 3300 Chicago, IL 60601-5927 25674 25623 22276 A 1,000,000 630-0D870755 5/31/2022 5/31/2023 1,000,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000B BA-0N614884 5/31/2022 5/31/2023 1,000,000B CUP-9R47920A 5/31/2022 5/31/2023 1,000,000 0 C UB-5K723986 5/31/2022 5/31/2023 1,000,000N1,000,000 1,000,000 D Professional Liab 47EPP30529705 5/31/2022 Per Claim 1,000,000 D 47EPP30529705 5/31/2022 5/31/2023 Aggregate 2,000,000 If AI box is checked, GL Endt Form# CGD604, Auto Endt Form# CAT499 to the extent provided therein applies and all coverages are in accordance with the policy terms and conditions. evidence of insurance #For Proposal Only ALFRBEN-01 CMURPHY Ames & Gough859 Willard StreetSuite 320Quincy, MA 02169 boston@amesgough.com Charter Oak Fire Insurance Company A++ (XV) Travelers Property Casualty Company of America Phoenix Insurance Company A++, XV Berkshire Hathaway Specialty Insurance Company X 5/31/2023 X X X X X X X X X X RFP # 23-0365 - RFP RFP Title Planning Support Services Page 1 of 28 PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS 400 S. FT. HARRISON AVENUE ANNEX BUILDING – 6TH FLOOR CLEARWATER, FL 33756 REQUEST FOR PROPOSAL RFP – FORMAL/INFORMAL SUBMITTALS ARE OPENED PUBLICLY AND ARE ACCEPTED VIA OPENGOV THE MISSION OF PINELLAS COUNTY Pinellas County Government is committed to progressive public policy, superior public service, courteous public contact, judicious exercise of authority and sound management of public resources to meet the needs and concerns of our citizens today and tomorrow. ISSUE DATE: Friday, February 24, 2023 SOLICITATION NUMBER: 23-0365-RFP SOLICITATION TITLE: Planning Support Services DEADLINE FOR WRITTEN QUESTIONS: Monday, March 6, 2023 by 3:00 PM Eastern Time SUBMIT QUESTIONS: ALL QUESTIONS MUST BE SUBMITTED IN OPENGOV WITHIN THE Q&A - SECTION. ALL SUBMITTALS ARE DUE BY: Thursday, March 23, 2023 by 3:00 PM Eastern Time PRE-CONFERENCE INFORMATION: N/A SITE VISIT INFORMATION: N/A SOLICITATION CONTACT INFORMATION: NAME: Jim Just EMAIL: jjust@pinellas.gov SUBMITTALS MAY NOT BE WITHDRAWN FOR 120 DAYS AFTER OPENING DATE. The Purchasing and Risk Management Division for the Pinellas County Board of County Commissioners has transitioned to OpenGov Procurement for contractor/vendor registration, and for posting, submitting, and receiving bids, quotes and proposals for active solicitations. Contractors/Vendors must register with OpenGov Procurement (https://procurement.opengov.com/signup) to bid on active County solicitations. Should you need technical assistance with OpenGov, the following options are available for assistance:  Phone: (855) 680-4747, 8 a.m. to 8 p.m., Monday - Friday  Email: procurement-support@opengov.com  Chat is available in the OpenGov application  Web: https://help.procurement.opengov.com RFP # 23-0365 - RFP RFP Title Planning Support Services Page 2 of 28 PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 Please Note: From time to time, addenda may be issued to this solicitation. Any such addenda will be posted on the same Web site, www.pinellascounty.org/purchase/Current_Bids1.htm , from which you obtained this solicitation. Before submitting, you should check our Web site to download any addenda that may have been issued. Please remember to sign and return Addenda Acknowledgement Form with completed bid package if applicable. AUTHORIZED BY: ___________________________________________ Merry Celeste, CPPB Division Director of Purchasing and Risk Management RFP # 23-0365 - RFP RFP Title Planning Support Services Page 3 of 28 PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 CONTRACTOR MUST COMPLETE THE FOLLOWING CONTRACTORS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS, PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSIVE AND RESPONSIBLE SUBMITTAL RECEIVED MEETING SPECIFICATIONS. NO CHANGES REQUESTED BY A CONTRACTOR DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE SOLICITATION OPENING DATE AS ADVERTISED. BY SIGNING THIS SUBMITTAL FORM, CONTRACTORS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER SOLICITATION TERMS AND CONDITIONS, INCLUDING ANY INSURANCE REQUIREMENTS CONTAINED HEREIN. CONTRACTOR NAME: ______________________________________________ (As shown on W-9) DBA: ______________________________________________ (If applicable) MAILING ADDRESS: ______________________________________________ (As shown on W-9) CITY / STATE / ZIP: ______________________________________________ (As shown on W-9) CONTRACTOR EMAIL: ______________________________________________ (Primary Company Email Address) REMIT TO NAME: ______________________________________________ (As Shown on contractors Invoice) FEIN#: ______________________________________________ (As shown on W-9) PAYMENT TERMS: ____% ___DAYS, NET 45 (PER F.S. 218.73) DEPOSIT, IF REQUIRED, IS ATTACHED IN THE AMOUNT OF $ _____________ Proper Corporate Identity is needed when you submit your quote, especially how your firm is registered with the Florida Division of Corporations. Please visit dos.myflorida.com/sunbiz/ for this information. It is essential to return a copy of your W-9 with your quote. Thank you. CONTRACTOR CONTACT INFORMATION CONTACT NAME: _______________________ PHONE NUMBER: _______________________ FAX NUMBER: _______________________ EMAIL ADDRESS: _______________________ I HEREBY AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS RFP EXCEPT AS NOTED BY EXCEPTION, INCLUDING ALL INSURANCE REQUIREMENTS & CERTIFY I AM AUTHORIZED TO SIGN THIS RFP FOR THE PROPOSER. AUTHORIZED SIGNATURE: _______________________ PRINT NAME: _______________________ TITLE: _______________________ SEE SECTION F FOR PRICING SUMMARY THIS FORM MUST BE RETURNED WITH YOUR RESPONSE RFP # 23-0365 - RFP RFP Title Planning Support Services Page 4 of 28 PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 TABLE OF CONTENTS TABLE OF CONTENTS ....................................................................................................................... 4 SECTION A - GENERAL CONDITIONS ........................................................................................... 5 1. CONTRACTOR SUBMISSION ............................................................................................................................... 5 2. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS ................................................................ 5 3. DESCRIPTION OF GOODS/SERVICES/SUPPLIES ............................................................................................. 5 4. ALTERNATES ........................................................................................................................................................ 5 5. RIGHTS OF PINELLAS COUNTY IN REQUEST FOR PROPOSAL PROCESS .................................................. 5 6. EVALUATION CRITERIA ....................................................................................................................................... 6 7. COSTS INCURRED BY PROPOSERS .................................................................................................................. 6 8. ORAL PRESENTATION ......................................................................................................................................... 6 9. CONFLICT OF INTEREST ..................................................................................................................................... 6 10. WITHDRAWAL OF PROPOSAL ............................................................................................................................ 6 11. LATE PROPOSAL OR MODIFICATIONS ............................................................................................................. 6 12. PROPOSALS FROM RELATED PARTIES / MULTIPLE PROPOSALS RECEIVED FROM ONE VENDOR ...... 7 13. JOINT VENTURES ................................................................................................................................................. 7 14. PROVISION FOR OTHER AGENCIES .................................................................................................................. 7 15. COLLUSION ........................................................................................................................................................... 7 16. STATEMENT RELATIVE TO PUBLIC ENTITY CRIMES ...................................................................................... 7 17. COUNTY INDEMNIFICATION ................................................................................................................................ 7 18. VARIANCE FROM STANDARD TERMS & CONDITIONS.................................................................................... 8 19. ADA REQUIREMENT FOR PUBLIC NOTICES ..................................................................................................... 8 20. PROCUREMENT POLICY FOR RECYCLED MATERIALS .................................................................................. 8 21. ADDITIONAL REQUIREMENTS ............................................................................................................................ 8 22. AGREEMENT ......................................................................................................................................................... 8 23. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS .................................................................... 9 24. PUBLIC RECORDS/TRADE SECRETS ................................................................................................................ 9 25. LOBBYING ........................................................................................................................................................... 10 26. PROTEST PROCEDURE ..................................................................................................................................... 10 27. PUBLIC RECORDS – CONTRACTOR’S DUTY .................................................................................................. 11 28. E-VERIFY .............................................................................................................................................................. 12 29. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 ............................................................................................................................................. 12 30. TRUTH IN NEGOTIATIONS: ................................................................................................................................ 12 SECTION B – SPECIAL CONDITIONS .......................................................................................... 13 1. INTENT ................................................................................................................................................................. 13 2. GRANT: ................................................................................................................................................................ 13 3. PROPOSAL REQUIREMENTS ............................................................................................................................ 13 4. PRICING/PERIOD OF CONTRACT ..................................................................................................................... 13 5. TERM EXTENSION(S) OF CONTRACT .............................................................................................................. 13 6. FEES AND EXPENSES ........................................................................................................................................ 13 7. PRE-COMMENCEMENT MEETING: ................................................................................................................... 14 8. EQUAL OPPORTUNITY / GIFT & GRATUITY POLICY ...................................................................................... 14 9. PROPOSAL SUBMITTAL COPIES ...................................................................................................................... 14 10. BREACH OF CONTRACT .................................................................................................................................... 14 SECTION C – INSURANCE AND INDEMNIFICATION REQUIREMENTS .................................... 15 1. LIMITATIONS ON LIABILITY ............................................................................................................................... 15 2. INDEMNIFICATION .............................................................................................................................................. 15 3. INSURANCE: ........................................................................................................................................................ 15 SECTION D – CONTRACTOR REFERENCES .............................................................................. 18 SECTION E – SCOPE OF WORK ................................................................................................... 19 SECTION F – PROPOSAL SUMMARY .......................................................................................... 23 ELECTRONIC PAYMENT (EPAYABLES) ...................................................................................... 24 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION ........................................ 25 SECTION G - ADDENDUM ............................................................................................................. 26 SECTION H – STATEMENT OF NO BID ........................................................................................ 27 APPENDIX 1 – E-VERIFY AFFIDAVIT ........................................................................................... 28 RFP # 23-0365 - RFP RFP Title Planning Support Services Page 5 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION A - GENERAL CONDITIONS 1. CONTRACTOR SUBMISSION a. Submittals shall be uploaded utilizing OpenGov procurement website (https://secure.procurenow.com/portal/pinellasfl). Failure to comply could result in the submittal being rejected. b. Submittals must be on the forms furnished. Submittals sent via email will not be considered. 2. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS No oral interpretations will be made to any firms as to the meaning of specifications or any other contractor documents. All questions pertaining to the terms and conditions or scope of work of this solicitation must be sent in writing (electronically) to the Purchasing and Risk Management Division and received by the date specified in solicitation. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the solicitation. All such addenda shall become part of the agreement documents. The County will not be responsible for any other explanation or interpretation of the proposed solicitation made or given prior to the award of the agreement. The Purchasing and Risk Management Division will be unable to respond to questions received after the specified time frame. 3. DESCRIPTION OF GOODS/SERVICES/SUPPLIES a. Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Submittals will be considered for all brands which meet the quality of the specifications listed for any items. b. Contractors are required to state exactly what they intend to furnish otherwise they shall be required to furnish the items as specified. c. Contractor submission shall include all data necessary to evaluate and determine the quality of the item(s) they intend to furnish. 4. ALTERNATES Unless otherwise provided in the solicitation, alternatives may be included in the plans, specifications, and/or solicitation. When the County includes alternates in the solicitation, the contractor shall indicate on the submittal the cost of said alternate and sum to be deducted or added to the base pricing. Such alternates may or may not be accepted by the County. If approved, it is at the County’s discretion to accept said alternate(s) in any sequence or combination therein. If the contractor is proposing an alternate that is not provided in the solicitation, alternate(s) must be submitted within the OpenGov Q & A section prior to the question deadline, and receive approval prior to the solicitation opening date in order to be considered for award. 5. RIGHTS OF PINELLAS COUNTY IN REQUEST FOR PROPOSAL PROCESS In addition to all other rights of the County under Florida law, the County specifically reserves the following: a. Pinellas County reserves the right to rank contractors and negotiate with the highest-ranking contractor. Negotiation with an individual vendor does not require negotiation with others. b. Pinellas County reserves the right to select the contractor that it believes will serve the best interest of Pinellas County. c. Pinellas County reserves the right to reject any or all submittals. The respective constitutional officer, county administrator on behalf of the board of county commissioners or within their delegated financial approval authority, or director of purchasing, within their delegated financial approval authority shall have the authority when the public interest will be served thereby to reject all submittals or parts of submittals at any stage of the procurement process through the award of the agreement. d. Pinellas County reserves the right to cancel the entire submittal. e. Pinellas County reserves the right to remedy or waive technical or immaterial errors in the solicitation or submittals received. f. Pinellas County reserves the right to request any necessary clarifications or revisions data without changing the terms of the solicitation. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 6 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 g.Pinellas County reserves the right to require the contractor to perform the services required on the basis ofthe original submittal without negotiation. 6.EVALUATION CRITERIA The evaluation criteria define the factors that will be used by the Evaluation Committee to evaluate and score responsive, responsible and qualified submittals. Contractor shall include sufficient information to allow the Evaluation Committee to thoroughly evaluate and score their submittal. Each submission shall be evaluated and ranked by an Evaluation Committee. The contract will be awarded to the most qualified contractor(s), per the evaluation criteria listed in the Scope of Work of the solicitation. 7.COSTS INCURRED BY PROPOSERS All expenses involved with the preparations and submissions to the County and any oral presentations, or any work performed in connection therewith, shall be borne solely by the contractor(s). No payment will be made for any responses received, or for any other effort required of, or made by, the contractor(s) prior to contract commencement unless otherwise specified in the Scope of Work in this solicitation. 8.ORAL PRESENTATION An oral presentation may be requested of any contractor, at the Evaluation Committee's discretion. If an oral presentation is requested the written evaluation process shall be utilized to short list proposals. If required as part of the evaluation process, the oral presentation shall be scored as specified in the Scope of Work of the RFP. The most qualified contractor as determined by evaluation process shall proceed with the contracting process. 9.CONFLICT OF INTEREST a.The contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The contractor further represents that no person having any such interest shall be employed during the agreement term and any extensions. In addition, the contractor shall not offer gifts or gratuities to County employees as County employees are not permitted to accept gifts or gratuities. By signing this document, the contractor acknowledges that no gifts or gratuities have been offered to County employees or anyone else involved in this competitive solicitation process. b.The contractor shall promptly notify the County’s representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the contractor’s judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the contractor may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the contractor. The County agrees to notify the contractor of its opinion, by certified mail, within thirty days of receipt of notification by the contractor. c.It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest(direct/indirect) etc. are observed or perceived, please report such activity to: Pinellas County Clerk of Circuit Court – Division of Inspector General Phone – (727) 45FRAUD (453-7283) Fax – 727-464-8386 10.WITHDRAWAL OF PROPOSAL The submittal may be withdrawn prior to the bid opening date, however, a submittal may not be withdrawn for a period of time as specified in this solicitation document. 11.LATE PROPOSAL OR MODIFICATIONS a.Submittals and modifications received after the time set for the submission will not be considered. This upholdsthe integrity of the process. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 7 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 b. Modifications in writing received prior to the time set for the submittal will be accepted. 12. PROPOSALS FROM RELATED PARTIES / MULTIPLE PROPOSALS RECEIVED FROM ONE VENDOR Where two (2) or more related parties each submit a proposal or multiple proposals are received from one (1) vendor, for any contract, such proposals shall be judged non-responsive. Related parties mean proposers or the principles thereof, which have a direct or indirect ownership interest in another proposer for the same contract or in which a parent company or the principles thereof of one (1) proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. 13. JOINT VENTURES All contractors intending to submit as a joint venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting (see Section 489.119 Florida Statutes). Joint ventures must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. 14. PROVISION FOR OTHER AGENCIES Unless otherwise stipulated by the contractor(s), the contractor(s) agree to make available to all Government agencies, departments, and municipalities the prices submitted in accordance with said terms and conditions therein, should any said governmental entity desire to buy under this solicitation. Eligible users shall mean all State of Florida Agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the agreement. 15. COLLUSION The contractor, by affixing his signature to this proposal, agrees to the following: "Contractor certifies that its submittal is made without previous understanding, agreement, or connection with any person, firm or corporation making a submittal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 16. STATEMENT RELATIVE TO PUBLIC ENTITY CRIMES Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and contractor agrees that its submittal and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. contractor represents and certifies that contractor is and will at all times remain eligible to submit for and perform the services subject to the requirements of these, and other applicable, laws. contractor agrees that any agreement awarded to contractor will be subject to termination by the County if contractor fails to comply or to maintain such compliance. 17. COUNTY INDEMNIFICATION Contractor agrees to indemnify, pay the cost of defense, including attorney’s fees, and hold harmless the County, its officers, employees and agents from all damages, suits, actions or claims, including reasonable attorney’s fees incurred by the County, of any character brought on account of any injuries or damages received or sustained by any person, persons, or property, or in any way relating to or arising from the Agreement; or on account of any act or omission, neglect or misconduct of Contractor; or by, or on account of, any claim or amounts recovered under the Workers’ Compensation Law; or of any other laws, regulations, ordinance, order or decree; or arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon; or for any violation of requirements of the Americans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuant thereto (collectively the “ADA”) except when such injury, damage, or violation was caused by the sole negligence of the County. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 8 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 18. VARIANCE FROM STANDARD TERMS & CONDITIONS All standard terms and conditions stated in this section apply to this Agreement except as specifically stated in the subsequent sections of the document, which take precedence over this section, and should be fully understood by contractors prior to submitting on this requirement. 19. ADA REQUIREMENT FOR PUBLIC NOTICES Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727- 464-4062 (voice/tdd) fax 727-464-4157, not later than seven days prior to the proceeding. 20. PROCUREMENT POLICY FOR RECYCLED MATERIALS a. Pinellas County wishes to encourage its contractors to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. b. When awarding a purchase or recommending a purchase for products, materials, or services, the Director of Purchasing and Risk Management may allow a preference to a responsive contractor who certifies that their product or material contains the greatest percentage of postconsumer material. If solicitation includes paper products, contractor must certify that their materials and/or products contain at least the content recommended by the EPA guidelines. c. On all quotes over fifty thousand dollars ($50,000) and informal quotes under fifty thousand dollars ($50,000), or as required by law, the Director of Purchasing and Risk Management shall require vendors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. d. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying submittal received. Definitions for Recycled Materials: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 21. ADDITIONAL REQUIREMENTS The County reserves the right to request additional goods or services relating to this agreement from the contractor. When approved by the County as an amendment to this agreement and authorized in writing, the contractor shall provide such additional requirements as may become necessary. 22. AGREEMENT In addition to being subject to all terms and conditions in this solicitation, all responses are subject to the terms and conditions in the agreement attached to the solicitation. Additional or modified terms and conditions in the agreement may be necessary depending on the responses to the solicitation, including any exceptions stated by the contractor as required by Section A, PREPARATION OF SUBMITTAL of this solicitation. However, the County may reject any exception proposed by the contractor and shall not be bound by any additional or modified terms and conditions that are in conflict with the terms and conditions in the agreement, or are not acceptable to, or have been declared to be non-negotiable by the County, as determined in its sole discretion. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 9 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 23. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS Contractors shall use the original solicitation form(s) provided by the Purchasing & Risk Management Division and enter information only in the spaces where a response is requested. contractors may use an attachment as an addendum to the solicitation form(s) if sufficient space is not available on the original form for the contractor to enter a complete response. Any modifications or alterations to the original solicitation documents by the contractor, whether intentional or otherwise, will constitute grounds for rejection of a solicitation. Any such modifications or alterations a contractor wishes to propose must be clearly stated in the contractor’s submittal response and presented in the form of an addendum to the original solicitation documents. 24. PUBLIC RECORDS/TRADE SECRETS Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Statutes. Except for materials that are “trade secrets” or “confidential” as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation shall belong exclusively to the County. To the extent that contractor desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and contractor shall provide an additional copy of the contractors submittal that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the contractor signature page, contractor acknowledges and agrees: i. That after notice from the County that a public records request has been made for the materials designated as a trade secret, the contractor shall be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action shall be taken immediately, but no later than ten (10) calendar days from the date of notification or contractor will be deemed to have waived the trade secret designation of the materials; ii. That to the extent that the contractor with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating agreement terms, approving any agreement based on the contractor, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final agreement award; iii. To indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney’s fees and costs), or claims arising from or related to the designation of trade secrets by the contractor, including actions or claims arising from the County’s non-disclosure of the trade secret materials. iv. That information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statutes and Pinellas County public record policies. contractor agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statutes. Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire submission document, line item and/or total contractor prices, the work, services, project, goods, and/or products to be provided by contractor, or any information, data, or materials that may be part of or incorporated into an agreement between the County and the contractor is not acceptable to the County and will result in a determination that the contractor submittal is nonresponsive; the classification as trade secret of any other portion of a submittal document may result in a determination that the submittal is nonresponsive. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 10 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 25. LOBBYING "Lobbying shall be prohibited on all county competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective bidder/proposer/protestor from contacting the purchasing department or the county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, county government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the bidder/proposer, any member of the bidder's/proposer's staff, any agent or representative of the bidder/proposer, or any person employed by any legal entity affiliated with or representing a bidder/proposer/protestor, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the board, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a bidder/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, "lobbying" shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, county government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the director." (Ord. No. 02-35, 5-7-02; Ord. No. 04-64, § 12, 9-21-04; Ord. No. 04-87, § 1, 12-7-04; Ord. No. 10-09, § 6, 2-16-10; Ord. No. 11-23, § 2, 7-26-11; Ord. No. 14-11, § 5, 2-11-14; Ord. No. 18-34, 10-23-18). 26. PROTEST PROCEDURE As per Section 2-162 of County Code a. Right to Protest. "A vendor who is aggrieved by the contents of the bid or proposal package, or a vendor who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the director, as provided herein. This right to protest is strictly limited to those procurements of goods and/or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to F.S. § 287.055, the "Consultants' Competitive Negotiation Act." No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations, negotiations, qualifications or letters of interest; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of bidders or proposers as non-responsive or non-responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section shall not be reviewed." b. "Posting. The purchasing department shall post the recommended award on or through the departmental website." c. Requirements to protest. 1. "If the protest relates to the content of the bid or proposal package, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full business day after issuance of the bid or proposal package." 2. "If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full business day after posting of the award recommendation." 3. "The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds." RFP # 23-0365 - RFP RFP Title Planning Support Services Page 11 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 4. "A formal written protest is considered filed with the county when the purchasing department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the purchasing department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the bidder or proposer." d. "Sole remedy. These procedures shall be the sole remedy for challenging the content of the bid or proposal package or the recommended award." e. "Lobbying. Protestors and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any county official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the purchasing department's or county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided, however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this Code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration." f. "Time limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the bid or proposal." g. "Authority to resolve. The director shall resolve the protest in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. EST on the tenth full business day after the filing thereof." h. "Review of director's decision." 1. "The protesting party may request a review of the director's decision to the county administrator by delivering written request for review of the decision to the director by 5:00 p.m. EST on the fifth full business day after the date of the written decision. The written notice shall include any materials, statements, and arguments which the bidder or proposer deems relevant to the issues raised in the request to review the decision of the director." 2. "The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m. EST on the seventh full business day after receipt of the request for review. The decision shall be final and conclusive as to the county unless a party commences action in a court of competent jurisdiction." i. "Stay of procurement during protests. There shall be no stay of procurement during pro tests." (Ord. No. 94-51, § 5, 6-7-94; Ord. No. 04-87, § 1, 12-7-04; Ord. No. 14-11, § 2, 2-11-14; Ord. No. 18-34, 10-23-18) 27. PUBLIC RECORDS – CONTRACTOR’S DUTY If the contractor has questions regarding the application of Chapter 119, Florida Statutes, to the contractor’s duty to provide public records relating to this agreement, the contractor shall contact: Pinellas County Board of County Commissioners Purchasing and Risk Management Division 400 S. Ft. Harrison Ave, 6th Floor, Clearwater, FL 33756 Public Records Liaison Phone: 727-464-3237 RFP # 23-0365 - RFP RFP Title Planning Support Services Page 12 of 28 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 Email: mcchartier@pinellas.gov 28. E-VERIFY The contractor and their subcontractor(s) must register with and use the E-verify system in accordance with Florida Statute 448.095. A contractor and subcontractor may not enter into a contract with the County unless each party registers with and uses the E-verify system. If a contractor enters a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized aliens. The contractor must maintain a copy of the affidavit for the duration of the contract. If the County, Contractor, or Subcontractor has a good faith belief that a person or entity with which it is contracting has knowingly violated Florida Statute 448.09(1) they shall immediately terminate the contract with the person or entity. If the County has a good faith belief that a Subcontractor knowingly violated this provision, but the Contractor otherwise complied with this provision, the County will notify the Contractor and order that the Contractor immediately terminate the contract with the Subcontractor. A contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any contract termination under the provisions of this section may be challenged to Section 448.095(2)(d), Florida Statute. Contractor acknowledges upon termination of this agreement by the County for violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor acknowledges that Contractor is liable for any additional costs incurred by the County as a result of termination of any contract for a violation of this section. Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in this section, requiring the subcontracts to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any Subcontractor or Lower Tier Subcontractor with the clause set for in this section. 29. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 Contractor acknowledges that it is functioning as an independent contractor in performing under the terms of this agreement, and it is not acting as an employee of Pinellas County. The contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et seq., and regulations relating thereto. Failure to comply with the above provisions of the agreement shall be considered a material breach and shall be ground for immediate termination of the agreement. 30. TRUTH IN NEGOTIATIONS: The contractor certifies to truth-in-negotiation and that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. Further, the original agreement amount and any additions thereto shall be adjusted to exclude any significant sums where the County determines the agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. Such adjustments must be made within one (1) year following the end of the agreement. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 13 of 28 SECTION B – SPECIAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION B – SPECIAL CONDITIONS 1. INTENT In accordance with attached specifications, it is the intent of Forward Pinellas to establish a contract for Planning Support Services, as and when required. 2. GRANT: Projects under this contract may be fully or partially grant funded. Applicable grant requirements are included within the ForwardPinellas-Consultant Services Agreement, Exhibits, and attachments. 3. PROPOSAL REQUIREMENTS Each proposal shall at a minimum address and/or include the following information and documentation in sufficient detail for the County to evaluate the Proposer’s qualifications, as well as the methods, manner, proposed completion schedule if applicable, and the cost to complete the Section E Scope of Work: a. A separate statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the Request for Proposals Scope of Work. This description should include the names and titles of the person(s) who will provide the services, project managers for subcategories including any subcontractors, their qualifications, and the years of experience in performing this type of work/services. Also include the reference information requested in Section D. b. A separate narrative describing firms experience with projects of similar size and past performance. c. A separate narrative describing demonstrated understanding of the sub areas. d. Any exceptions to any section of this RFP. Proposer must include a signed statement, noting any and all exceptions to the County’s terms and conditions must be provided. ** The submittal should be limited to sixty (60) pages (includes ALL pages i.e. cover page, forms, etc.). 4. PRICING/PERIOD OF CONTRACT Duration of the contract shall be for the period of three (3) years from the date of execution of the agreement unless otherwise indicated. 5. TERM EXTENSION(S) OF CONTRACT The contract may be extended subject to written notice of agreement from the County and successful proposer(s), for two (2), additional two (2) year period(s), beyond the primary contract period. The extension(s) shall be exercised only if all prices, terms, and conditions remain the same and approval is granted by Forward Pinellas. 6. FEES AND EXPENSES The agreed to compensation will include all standard day-to-day administrative, overhead, and internal expenses; including, but not limited to: Costs of bonds and insurance premiums as required by this RFP Computer/software Support Equipment and usage Office supplies Telephone charges Safety equipment Emails Consumables Electronic data transmission fees RFP # 23-0365 - RFP RFP Title Planning Support Services Page 14 of 28 SECTION B – SPECIAL CONDITIONS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 Other consulting services Standard copier usage Special presentations Fax charges Regular and certified postage Travel, per diem and lodging charges. 7. PRE-COMMENCEMENT MEETING: Upon award of bid, the County will coordinate a pre-commencement meeting with the successful Contractor(s). The meeting will require Contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood. 8. EQUAL OPPORTUNITY / GIFT & GRATUITY POLICY Pinellas County is committed to a workplace, which is free from harassment or discrimination of any kind. All Contractors and their agents, while performing work and/or services pursuant to this Agreement, are expected to conduct themselves accordingly. All employees of Pinellas County are prohibited from accepting gifts and/or gratuities from Contractors. Contractor agrees to cause all of its employees, subcontractors, consultants, and other agents to honor this policy. 9. PROPOSAL SUBMITTAL COPIES The preferred method is PDF conversion from the Proposer’s source files (to minimize file size and maximize quality and accessibility) rather than scanning. Instructions for Providing Files in PDF Format to Pinellas County Government How do I convert my files to PDF format? Answer - If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. Should I scan everything and save as PDF? Answer - Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as “clean” or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) 10. BREACH OF CONTRACT Failure of Contractor to perform any of the services required by this contract within 10 days of receipt of written demand for performance from the County shall constitute breach of contract. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 15 of 28 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION C – INSURANCE AND INDEMNIFICATION REQUIREMENTS 1. LIMITATIONS ON LIABILITY By submitting a Proposal, the Vendor acknowledges and agrees that the services will be provided without any limitation on the Vendor’s liability. The County objects to and shall not be bound by any term or provision that purports to limit the Vendor’s liability to any specified amount in the performance of the services. The Vendor shall state any exceptions to this provision in its response, including specifying the proposed limits of liability in the stated exception to be included in the Services Agreement. The Vendor is deemed to have accepted and agreed to provide the services without any limitation on the Vendor’s liability that the Vendor does not take exception to in its response. Notwithstanding any exceptions by the Vendor, the County reserves the right to declare its prohibition on any limitation on the Vendor’s liability as non-negotiable, to disqualify any Proposal that includes exceptions to this prohibition on any limitation on the Vendor’s liability, and to proceed with another responsive, responsible proposal, as determined by the County in its sole discretion. 2. INDEMNIFICATION Vendor agrees to indemnify, pay the cost of defense, including attorney’s fees, and hold harmless the County, its officers, employees and agents from all damages, suits, actions or claims, including reasonable attorney’s fees incurred by the County, of any character brought on account of any injuries or damages received or sustained by any person, persons, or property, or in any way relating to or arising from the Agreement; or on account of any act or omission, neglect or misconduct of Contractor; or by, or on account of, any claim or amounts recovered under the Workers’ Compensation Law; or of any other laws, regulations, ordinance, order or decree; or arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon; or for any violation of requirements of the Americans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuant thereto (collectively the “ADA”) except when such injury, damage, or violation was caused by the sole negligence of the County. 3. INSURANCE: The Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below, prior to recommendation for award. The Vendor shall obtain and maintain and require any subcontractor to obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Vendor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VIII or better. A. Submittals should include, the Vendor’s current Certificate(s) of Insurance. If Vendor does not currently meet insurance requirements, Vendor shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place prior to the award of contract. Upon selection of Vendor for award, the selected Vendor shall email certificate that is compliant with the insurance requirements. If the certificate received is compliant, no further action may be necessary. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). The Certificate holder section shall indicate Pinellas County, a Subdivision of the State of Florida, 400 S Fort Harrison Ave, Clearwater, FL 33756. Pinellas County shall be named as an Additional Insured for General Liability. A Waiver of Subrogation for Workers Compensation shall be provided if Workers Compensation coverage is a requirement. B. Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. The County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the RFP and/or contract period. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 16 of 28 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 C. If any insurance provided pursuant to the Agreement expires or cancels prior to the completion of the work you will be notified by CTrax, the authorized Vendor of Pinellas County. Upon notification, renewal certificate(s) of Insurance and endorsement(s) should be furnished to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org and to CTrax c/o JDi Data at PinellasSupport@jdidata.com by the Vendor or their agent prior to the expiration date. 1) The Vendor shall also notify the County within twenty-four (72) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Vendor from its insurer. Notice shall be given by email to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org. Nothing contained herein shall absolve Vendor of this requirement to provide notice. 2) Should the Vendor, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement. D. If subcontracting is allowed under this RFP, the Primary Vendor shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any Subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the Subcontractor; but in no event will the insurance limits be less than $500,000 for Workers’ Compensation/Employers’ Liability, and $1,000,000 for General Liability and Auto Liability if required below. All subcontracts between the Vendor and its Subcontractors shall be in writing and are subject to the County’s prior written approval. Further, all subcontracts shall 1) Require each Subcontractor to be bound to the Vendor to the same extent the Vendor is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor; 2) Provide for the assignment of the subcontracts from the Vendor to the County at the election of Owner upon termination of the Contract; 3) Provide that County will be an additional indemnified party of the subcontract; 4) Provide that the County will be an additional insured on all insurance policies required to be provided by the Subcontractor except workers compensation and professional liability; 5) Provide a waiver of subrogation in favor of the County and other insurance terms and/or conditions as outlined below; 6) Assign all warranties directly to the County; and 7) Identify the County as an intended third-party beneficiary of the subcontract. The Vendor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound by this Section C and identify to the Subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. E. Each insurance policy and/or certificate shall include the following terms and/or conditions: 1) The Named Insured on the Certificate of Insurance and insurance policy must match the entity’s name that responded to the solicitation and/or is signing the agreement with the County. 2) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Vendor. 3) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. 4) All policies shall be written on a primary, non-contributory basis. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 17 of 28 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: 1) Workers’ Compensation Insurance: Worker’s Compensation Insurance is required if required pursuant to Florida law. If, pursuant to Florida law, Worker’s Compensation Insurance is required, employer’s liability, also known as Worker’s Compensation Part B, is also required in the amounts set forth herein Limits Florida Statutory Employers’ Liability Limits Per Employee $ 500,000 Per Employee Disease $ 500,000 Policy Limit Disease $ 500,000 If Vendor/Contractor is not required by Florida law, to carry Workers Compensation Insurance in order to perform the requirements of this Agreement, County Waiver Form for workers compensation must be executed, submitted, and accepted by Risk Management. Failure to obtain required Worker’s Compensation Insurance without submitting and receiving a waiver from Risk Management constitutes a material breach of this Agreement. 2) Commercial General Liability Insurance: including, but not limited to, Independent Vendor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. Limits Combined Single Limit Per Occurrence $ 1,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal Injury and Advertising Injury $ 1,000,000 General Aggregate $ 2,000,000 3) Professional Liability Insurance: with at least minimum limits as follows. If “claims made” coverage is provided, “tail coverage” extending three (3) years beyond completion and acceptance of the project with proof of “tail coverage” to be submitted with the invoice for final payment. In lieu of “tail coverage”, Vendor may submit annually to the County, for a three (3) year period, a current certificate of insurance providing “claims made” insurance with prior acts coverage in force with a retroactive date no later than commencement date of this contract. Limits Each Occurrence or Claim $ 2,000,000 General Aggregate $ 2,000,000 For acceptance of Professional Liability coverage included within another policy required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Professional Liability and other coverage combined. Property Insurance: Vendor will be responsible for all damage to its own property, equipment and/or materials. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 18 of 28 SECTION D – VENDOR REFERENCES PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION D – CONTRACTOR REFERENCES THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR PROPOSAL MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: ___________________________________________________________________________ LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: ____________________________________________ BUSINESS ADDRESS: ________________________________________________________________________ HOW LONG IN PRESENT LOCATION: ___________________________________________________________ TELEPHONE NUMBER: _______________________________________________________________________ FAX NUMBER: ______________________________________________________________________________ TOTAL NUMBER OF CURRENT EMPLOYEES: ________ FULL TIME _________ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: __________ All references will be contacted by a County Designee via email, fax or phone call to obtain answers to questions, as applicable before an evaluation decision is made. Bidders must have experience in work of the same or similar nature, and must provide references that will satisfy the County. Proposer must furnish a reference list of at least four (4) customers for whom they have performed similar services. EITHER LOCAL COMMERCIAL OR GOVERNMENTAL REFERENCE(S) (PINELLAS COUNTY GOVERNMENT REFERENCES WILL NOT BE ACCEPTED) THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: COMPANY: ADDRESS: ADDRESS: TELEPHONE/FAX: TELEPHONE/FAX: CONTACT: CONTACT: CONTACT EMAIL: CONTACT EMAIL: COMPANY EMAIL ADDRESS: COMPANY EMAIL ADDRESS: 3. 4. COMPANY: COMPANY: ADDRESS: ADDRESS: TELEPHONE/FAX: TELEPHONE/FAX: CONTACT: CONTACT: CONTACT EMAIL: CONTACT EMAIL: COMPANY EMAIL ADDRESS: COMPANY EMAIL ADDRESS: RFP # 23-0365 - RFP RFP Title Planning Support Services Page 19 of 28 SECTION E – SCOPE OF WORK PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION E – SCOPE OF WORK A. OBJECTIVE: Forward Pinellas is seeking proposals for general planning services, including but not limited to: Multimodal Transportation Planning and Analysis, Economic Analysis, Website Design and Maintenance, Urban Design, Land Use and Redevelopment, Climate Resilience, Graphic Design and Renderings, and Geographic Information Systems. Work will be performed for Forward Pinellas on a work assignment basis. A work assignment number and scope will be generated for each task performed. No minimum amount of work resulting from this solicitation is guaranteed. B. BACKGROUND: Forward Pinellas serves as the Pinellas Planning Council (PPC) and Metropolitan Planning Organization (MPO) for Pinellas County. Our agency is a progressive and innovative organization whose primary mission is to work with our partners to implement broad, forward-looking land use policies, develop and guide effective multimodal transportation solutions, and respond to the changing needs of a redeveloping Pinellas County. Administered by the PPC, the Countywide Plan defines the vision for Pinellas County and establishes definitions, standards, criteria, and procedures required to help achieve that vision. The MPO is a federally mandated transportation planning organization comprised of representatives from local governments and the transit authority. The MPO’s role is to develop and maintain the long range transportation plan for Pinellas County to ensure that Federal funds support local priorities. Forward Pinellas is also responsible for countywide initiatives and provides planning and/or technical assistance services for smaller municipalities throughout the County, in accordance with F.S. 163.3174. C. SCOPE OF WORK Pinellas County requires a variety of planning support services to include but not be limited to: 1. Multimodal Transportation Planning and Analysis a. Modeling and Simulation b. Bicycle and Pedestrian Facilities c. Transportation Disadvantaged d. Data Collection, Development, and Analysis e. Access Management f. Mobility and Demand Management g. Transportation/Mobility Impact Fees h. Parking and Circulation i. Waterborne Transportation j. Feasibility Studies k. Complete Streets l. Resilience and Sustainability m. Safety Audits n. Freight Analysis o. Corridor Studies p. Transit Planning and Analysis q. Grant Writing and Policy Analysis RFP # 23-0365 - RFP RFP Title Planning Support Services Page 20 of 28 SECTION E – SCOPE OF WORK PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 2. Economic Analysis a. Market Studies and Analysis b. Value Capture Scenario Development and Analysis c. Property or Facility Valuation d. Fiscal Impact Analysis e. Development Finance and Joint Development f. Economic Modeling g. Cost-Benefit Analysis h. Financial Analysis i. Financial/Scenario Planning j. Economic Development Capital Project Planning k. Land Assembly Planning l. Infrastructure Planning m. Best Practices and Case Studies 3. Website Design, Maintenance and General Communications Support a. Website Development and Troubleshooting b. Site Hosting Alternatives Analysis c. Intranet Maintenance d. WordPress Patches and Upgrades e. Social Media f. Collateral/Document/Graphics Development g. Spanish Language Translation 4. Urban Design a. Site and Area Master Plans b. Corridor and Streetscape Design c. Visualization/Illustrations d. Gateway, Wayfinding and Signage Plans e. Parking Alternatives f. Open Space and Public Realm RFP # 23-0365 - RFP RFP Title Planning Support Services Page 21 of 28 SECTION E – SCOPE OF WORK PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 5. Land Use and Redevelopment a. Comprehensive, Activity Center, and Multimodal Corridor Plans b. Land Development Codes (traditional) c. Form-Based Codes d. Golf Course Redevelopment e. Station Area Plans/Transit-Oriented Development Plans, Codes, and Standards f. Scenario Planning g. Growth Management, Comprehensive Planning and Visioning 6. Climate Resilience a. Hazard Mitigation b. Disaster Recovery c. Vulnerability and Risk Assessments d. Adaptation Planning e. Resilient Design/Critical Infrastructure Protection f. Green Infrastructure Planning g. Pre-Disaster Mitigation h. Post Disaster Housing Plan i. Hurricane Evacuation Route Capacity Analysis j. Hurricane Shelter Space Capacity Analysis and Impact Fee Development 7. Graphic Design and Renderings a. Graphic Design and Visualization b. Writing, Editing and Digital Publication c. Digital and Thematic Storytelling d. 3D Model Development and Integration with Geographic Information Systems 8. Geographic Information Systems a. Geospatial Dataset Development and Analysis b. Geospatial Index Development c. Map Development d. 3D Mapping and Analysis RFP # 23-0365 - RFP RFP Title Planning Support Services Page 22 of 28 SECTION E – SCOPE OF WORK PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 D. EVALUATION CRITERIA: Listed below are the criteria that will be used by the County to evaluate and score responsive proposals. Proposers shall include sufficient information to allow the County to thoroughly evaluate and score their proposals. Each proposal submitted shall be evaluated and ranked by an evaluation committee. The contract will be awarded to the most qualified proposer, per the following evaluation criteria: The submittal should be limited to sixty (60) pages (includes ALL pages i.e. cover page, forms, etc.). 1. Ability of Firm and its Professional Personnel (350 Points) A separate statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the RFP Scope of Work. This description should include the names of the person(s) who will provide the services, including any subcontractors, their qualifications, and the years of experience in performing this type of work/services. a. Reviews the level of qualifications and experience of the firm and project team and appropriateness of the organization of the project team. b. Reviews the professional resources available to properly provide services as requested in the RFP. c. Reviews the project team to ensure the team proposed contains all of the critical disciplines required. d. Demonstrates firm has adequate personnel to compete services on schedule and additional backup staffing capability in the event of unforeseen circumstances. 2. Firm Experience with Projects of Similar Size and Past Performance (325 Points) a. Reviews the firm’s experience with projects of similar size, type and scope and the performance on those specific projects. b. The prime firm must have adequate, recent (within the past five years) experience with projects of similar type as defined in the services listed in Section E of this RFP. c. Experience pertaining to specific Pinellas County projects may also be provided, however; Pinellas Staff shall not furnish references for such projects. d. Submitted projects should provide information such as, but not limited to budgeting (estimated vs. final expenditure), project timelines and adherence to project schedule. 3. Demonstrated Understanding of the Sub Areas (325 Points) a. Proposer should demonstrate knowledge of applicable laws, regulations, and standard practices related to subject matter. b. Project team should demonstrate understanding of terminology related to subject matter. c. Proposer should demonstrate technical strength and any unique methods utilized to perform projects. A separate proposed Statement of Work that enumerates and defines the work/services that Proposer will provide to the County to complete the Scope of Work in this RFP, including each task, deliverable, and/or goods or products comprising the services Proposer will provide, as well as a proposed completion schedule for each task or deliverable, if applicable. The Proposer’s Statement of Work shall be in a form that can be incorporated into the Services Agreement at the County’s option. E. Proposal Organization The submittal should be limited to sixty (60) pages (includes ALL pages i.e. cover page, forms, etc.). Proposal Organization: Proposers are expected to organize their proposals in such a manner as to facilitate the evaluation process. Proposals should be keyed or indexed to correspond with this Request for Proposal. Responses should be correlated to the specific submittal, Criterion, section, or paragraph number of the request for proposal being addressed. Evaluators will make a reasonable effort to locate information in the proposals; however failure to follow this suggested format may make location of critical submittal information difficult, possibly resulting in a loss of appropriate point credit. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 23 of 28 SECTION F – PROPOSAL SUMMARY PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION F – PROPOSAL SUMMARY Work will be performed for Forward Pinellas on a work assignment basis. A work assignment number and scope will be generated for each task performed. No minimum amount of work resulting from this solicitation is guaranteed. An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501. A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered. ______________________________________________________________________________ Company Name Authorized Signature RFP # 23-0365 - RFP RFP Title Planning Support Services Page 24 of 28 ELECTRONIC PAYMENT (EPAYABLES) PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 ELECTRONIC PAYMENT (EPAYABLES) The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See above. Would your company accept to participate in the ePayables credit card program? Yes _____ No _____ For more information about ePayables credit card program please visit Purchasing Department website www.pinellascounty.org/purchase/ __________________________________________________ Company Name __________________________________________________ Signature __________________________________________________ Printed Signature __________________________________________________ Phone Number __________________________________________________ Email __________________________________________________ RFP # 23-0365 - RFP RFP Title Planning Support Services Page 25 of 28 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION *Instructions to form W-9 available upon request The contractor must complete and submit to the County Form W-9 available: Through the following link: www.irs.gov/forms-pubs/about-form-w-9 Section 119.071(5), Florida Statutes Notice: Your Tax Identification Number (which for individuals is your social security number) is collected on Form W9 for use in filing information returns with the IRS as described more fully below. Collection of the Internal Revenue Code (26 U.S.C § 6109). Privacy Act Notice: Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons who must file information returns with the IRS to report interest, dividends, and certain other income paid to you, mortgage interest you paid, the acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA, or Archer MSA or HAS. The IRS may also provide this information to the Department of Justice for civil and criminal litigation, and to cities, states, and District of Columbia, and U.S. possessions to carry out their tax laws. We may also disclose this information to other countries under the tax treaty, to federal and state agencies to enforce federal nontax criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Payers must generally withhold 28% of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to a payer. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 26 of 28 SECTION G - ADDENDUM PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION G - ADDENDUM PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS SOLICITATION BY SIGNING AND DATING BELOW: ADDENDA NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) have been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in response being considered non-responsive or result in lowering the rating of a firm’s proposal. Information regarding addenda issued is available on the OpenGov website, https://secure.procurenow.com/portal/pinellasfl, listed under the bid attachments. RFP # 23-0365 - RFP RFP Title Planning Support Services Page 27 of 28 SECTION H – STATEMENT OF NO BID PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 SECTION H – STATEMENT OF NO BID NOTE: If you do not intend to bid on this requirement, please compete this form. Thank you. We, the undersigned have declined to submit a bid for No. 23-0365-RFP for Planning Support Services. _______ Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). _______ Insufficient time to respond to the Invitation to Bid. _______ We do not offer this product or service. _______ Our schedule would not permit us to perform. _______ Unable to meet specifications. _______ Unable to meet Bond requirement. _______ Specifications unclear (explain below). _______ Unable to Meet Insurance Requirements. _______ Remove Us from Your "Notification List" Altogether _______ Other (specify below). REMARKS: COMPANY NAME: _____________________ DATE: _____________________ SIGNATURE: _____________________ TYPED NAME OF ABOVE: _____________________ TELEPHONE: _____________________ FAX: _____________________ COMPANY EMAIL: _____________________ RFP # 23-0365 - RFP RFP Title Planning Support Services Page 28 of 28 APPENDIX 1 – E-VERIFY AFFIDAVIT PINELLAS COUNTY RFP – FORMAL/INFORMAL Revised 11/2022 APPENDIX 1 – E-VERIFY AFFIDAVIT I hereby certify that ___________________________ [insert contractor company name] does not employ, contract with, or subcontract with an unauthorized alien, and is otherwise in full compliance with Section 448.095, Florida Statutes. All employees hired on or after January 1, 2021 have had their work authorization status verified through the E-Verify system. A true and correct copy of _______________________________ [insert contractor company name] proof of registration in the E-Verify system is attached to this Affidavit. Signature:______________________________ Print Name:______________________________ Date:______________________________ Federal Work Authorization User Identification No.:_____________________________ Name of Pinellas County Contract and Contract No.:____________________________ STATE OF FLORIDA COUNTY OF ________________ The foregoing instrument was acknowledged before me by means of 1) physical presence __ or 2) online notarization ___, this __________________________ (date) by ____________________________ (name of officer or agent, title of officer or agent) of _____________________________________ (name of contractor company acknowledging), a __________________________________ (state or place of incorporation) corporation, on behalf of the corporation. He/she is personally known to me or has produced __________________________________ (type of identification) as identification. [Notary Seal] Notary Public:_________________________________________ Name typed, printed, or stamped:_________________________________________ My Commission Expires:_________________________________________ 23-0265-P FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 AGREEMENT FOR PLANNING SUPPORT SERVICES THIS SERVICES AGREEMENT (AGREEMENT) is made and entered into this ______ day of _____________, 2023, (effective date) by and between FORWARD PINELLAS, in its role as the Pinellas County Metropolitan Planning Organization (MPO) and the Pinellas Planning Council (PPC) (hereinafter referred to as “FORWARD PINELLAS”), and ____________________ including all subconsultants and agents hired on its behalf, (hereinafter referred to as “CONSULTANT”), collectively referred to as the “PARTIES.” W I T N E S S E T H: WHEREAS, FORWARD PINELLAS requested proposals pursuant to 23-0365 - RFP (“RFP”) for Planning Support Services; and WHEREAS, based upon FORWARD PINELLAs' assessment of the CONSULTANT's proposal, FORWARD PINELLAS selected the CONSULTANT to provide the Services as defined herein; and WHEREAS, CONSULTANT represents that it has the experience and expertise to perform the Services as set forth in this AGREEMENT. NOW, THEREFORE, in consideration of the above recitals, the mutual covenants, agreements, terms, and conditions herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby mutually acknowledged, the PARTIES agree as follows: 1. Recitals The recitals set forth above are true and correct and incorporated herein by reference. 2. Services to be Furnished by the CONSULTANT The services described and provided for in Exhibit A (Scope of Services), attached hereto and incorporated herein, which are based upon FORWARD PINELLAS’ competitive proposal solicitation 23-0365 - RFP, constitutes the Scope of Services to be performed by the CONSULTANT under this AGREEMENT. Materials or services requested by FORWARD PINELLAS shall be provided by the CONSULTANT in a timely manner. 3. Term The term of this AGREEMENT shall commence on the Effective Date and shall remain in full force for three (3) years, or until termination of the AGREEMENT, whichever occurs first. The term of this AGREEMENT may be extended with two two-year options for renewal upon written mutual agreement of the PARTIES. 4. Services to be Furnished by FORWARD PINELLAS FORWARD PINELLAS shall provide the CONSULTANT copies or all existing and previously prepared files/documents pertinent to the AGREEMENT, which FORWARD PINELLAS may have in its possession, when available. However, the onus is on the CONSULTANT to research, design, implement, hire or acquire any component or any part of the project thereof deemed to be requisite for the satisfactory completion of the AGREEMENT. Page 2 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Under no circumstances will FORWARD PINELLAS be held liable or negligent for the perceived or actual inability of any of its employees to locate, retrieve, furnish, supply or provide any of the requested files needed by the CONSULTANT. FORWARD PINELLAS personnel shall coordinate all releases of information to the public or other outside agencies, unless otherwise discussed and documented by both parties. The CONSULTANT agrees that it shall make no statements, press releases, or publicity releases concerning this AGREEMENT or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with this AGREEMENT, or any particulars thereof, during the period of this AGREEMENT without first notifying FORWARD PINELLAS and securing its prior written consent. 5. Invoice Requirements The CONSULTANT shall be compensated on a reimbursement basis. The CONSULTANT shall submit electronic invoices on a monthly basis. Task work orders will be negotiated on an as needed basis and may be lump sum or billed based on hourly time worked. All invoices must include a progress report showing the actual tasks performed and their relationship to the fee claimed. All progress reports and invoices shall be emailed to the attention of the FORWARD PINELLAS Executive Director, wblanton@forwardpinellas.org, or his FORWARD PINELLAS staff designee. FORWARD PINELLAS may request additional information and evidence to support any and all invoices for fees claimed to be earned by the CONSULTANT before FORWARD PINELLAS processes the invoices for payment. Invoices for fees or other compensation for services and expenses shall be submitted to FORWARD PINELLAS in detail sufficient for a proper pre-audit and post-audit. Work complete by Disadvantage Business Enterprises (DBEs) must be clearly noted. All services to be provided by the CONSULTANT under the provisions of this AGREEMENT shall be performed to the reasonable satisfaction of the FORWARD PINELLAS Executive Director. If the services provided are not performed to the reasonable satisfaction of the FORWARD PINELLAS Executive Director, the Parties will agree upon steps to reach reasonable satisfaction. If this cannot be reached, this AGREEMENT may be terminated. FORWARD PINELLAS shall not approve payment for work done in order to correct errors or omissions on the part of the CONSULTANT. FORWARD PINELLAS in no way obligates itself to check the CONSULTANT’s work. Within 60 calendar days of the AGREEMENT’s completion date or termination, the CONSULTANT agrees to submit a final invoice, progress report, a certification of AGREEMENT expenses and third-party audit reports, as applicable. 6. Compensation Upon Executive Director or designee approval of submitted invoices, FORWARD PINELLAS shall make payments as invoiced to the CONSULTANT in accordance with the following terms. These terms are applicable to all fees incurred. FORWARD PINELLAS agrees to reimburse CONSULTANT for the performance of authorized services described in Exhibit A. Authorized services shall be billed based on percent complete of tasks, as shown in Exhibit B, attached hereto and incorporated herein. Reasonable business Page 3 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 expenses for requested travel incurred for the services performed by the CONSULTANT must be pre-approved and follow Forward Pinellas’ travel guidelines. The general cost principle sand procedures for negotiation and administration, and the determination or allowance of costs under this AGREEMENT, shall be as set forth in the Code of Federal Regulations, Titles 23, 48 and 49; and other pertinent federal, state, and local regulations, as applicable. In the event there is a conflict between federal, state, and local regulations, the more restrictive of the applicable regulations will govern. 7. Records The CONSULTANT agrees to establish and maintain a set of accounts within the framework of an established accounting system and procedures that can be identified with the AGREEMENT, in accordance with applicable federal and state regulations and other requirements that FDOT and FHWA may impose. The CONSULTANT agrees that all checks, payrolls, invoices, contracts, vendors, expenses, orders, or other accounting documents related in whole or in part to the AGREEMENT shall be clearly identified, readily accessible, and available to FORWARD PINELLAS upon its request and, to the extent feasible, kept separate from documents not related to the AGREEMENT. All costs charged to the AGREEMENT, including any approved services contributed by the CONSULTANT or others, shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers describing the detail in nature and propriety of the charges. The CONSULTANT agrees to refrain from drawing checks, drafts, or orders for goods or services to be charged against the AGREEMENT until the CONSULTANT has received and filed in its records a properly signed voucher describing in proper detail the purpose for the expenditure. 8. Reporting, Record Retention and Access The CONSULTANT agrees to maintain intact and readily accessible all data, documents, reports, accounting records, contracts, change order files (including documentation covering negotiated settlements), and supporting materials relating to the AGREEMENT that the federal government, the state government or FORWARD PINELLAS may require during the course of the AGREEMENT and for five years thereafter. Upon request, the CONSULTANT agrees to permit Forward Pinellas, the Secretary of Transportation; the Comptroller General of the United States; and, if appropriate, the State of Florida or their authorized representatives to inspect all AGREEMENT work, materials, payrolls, and other data, and to audit the books, records, and accounts of the CONSULTANT pertaining to the AGREEMENT as required by 49 U.S.C. § 5325(g). For the purpose of such audits, inspections, examinations and evaluations, Forward Pinellas's agent or authorized representative shall have access to said records from the effective date of the AGREEMENT, for the duration of work, and until five (5) years after the date of final payment by FORWARD PINELLAS to the CONSULTANT pursuant to this AGREEMENT, or the applicable State of Florida public records retention schedule, whichever is longer. Forward Pinellas' agent or authorized representative shall have access to the CONSULTANT’s facilities and all necessary records in order to conduct audits in compliance with this Section. Forward Pinellas' agent or authorized representative shall give the CONSULTANT reasonable advance notice of intended inspections, examinations, and/or audits. Page 4 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 The CONSULTANT agrees that all reports and other documents or information intended for public availability developed under this AGREEMENT and required to be submitted to FORWARD PINELLAS must be prepared and submitted in the original electronic format and in accordance with requirements that FORWARD PINELLAS may specify, understanding that FORWARD PINELLAS reserves the right to request records in other formats. 9. Ownership of Documents All records, electronic files, documents, plans, specifications, evaluations, reports and other technical data, other than working papers, prepared or developed by the CONSULTANT under this AGREEMENT are the property of FORWARD PINELLAS without restriction or limitation on their use and shall be made available upon request to FORWARD PINELLAS at any time. All such documents shall be delivered to FORWARD PINELLAS upon completion or termination of this AGREEMENT. The CONSULTANT, at its own expense, may retain copies for its files and internal use. Any and all reports, documents provided or created in connection with this AGREEMENT are and shall remain the property of Forward Pinellas. In the event of termination of this AGREEMENT, any reports, documents and other data prepared by the CONSULTANT, whether finished or unfinished, shall become the property of FORWARD PINELLAS and shall be delivered to Forward Pinellas’ Executive Director within seven (7) days of termination of the AGREEMENT by either party. 10. Indemnification The CONSULTANT shall indemnify and hold harmless FORWARD PINELLAS from all suits, actions, or claims of any character brought on account of any injuries or damages received or sustained by any person, persons, or property by, or in consequents of any neglect in safeguarding the work; or by on account of any act or omission, neglect, or misconduct of the CONSULTANT; or by, or on account of any claim or amounts recovered under the “Workers’ Compensation Law” or a law, bylaws, ordinance, order, or decree, except only such injury or damage as shall be occasioned by the sole negligence of Forward Pinellas. Notwithstanding, nothing herein shall be construed as a waiver of CONSULTANT’s sovereign immunity, or limitation thereof beyond Florida Statute §768.28. The CONSULTANT shall pay FORWARD PINELLAS all losses, damages, expenses, and costs that FORWARD PINELLAS sustains by reason of any default, any negligent act, error or omission, including patent infringements on the part of the CONSULTANT, in connection with the performance of this AGREEMENT. 11. Required Certifications The CONSULTANT shall obtain, execute and comply with the following certifications: Insurance. The CONSULTANT shall obtain adequate insurance and provide a certificate of said insurance pursuant to Exhibit C. Truth-In-Negotiation and Public Entity Crimes Certification. The CONSULTANT agrees to execute the Truth-In-Negotiations Certificate as required by Section 11.45, Florida Statutes, attached to this AGREEMENT as Exhibit, as well as a Public Entity Crimes Certificate, as required by Section Page 5 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 287.133(3)(a), Florida Statutes, and attached to this Agreement as Exhibit D. The original AGREEMENT price and any additions thereto shall be adjusted to exclude any significant sums by which FORWARD PINELLAS determines the AGREEMENT price was increased due to inaccurate or incomplete factual unit costs. All such AGREEMENT adjustments shall be made within one (1) year following the end of the AGREEMENT. Lobbying. In connection with this AGREEMENT, the CONSULTANT is required to complete Exhibit E “Certification Regarding Lobbying.” Debarment, Suspension, and Other Responsibility Matters. In connection with this AGREEMENT, the CONSULTANT is required to complete Exhibit F “Certification Regarding Debarment, Suspension, and Other Responsibility Matters – Primary Covered Transactions.” 12. Default and Termination If the CONSULTANT fails to keep or perform any of the terms, covenants, conditions or provisions in this Agreement that the Auditor is required to keep or perform, then within fifteen (15) days of FORWARD PINELLAS becoming aware of the default, FORWARD PINELLAS shall notify the CONSULTANT of the default and demand the default to be cured. Upon receipt of said notice, the CONSULTANT shall have fifteen (15) days from the date of the receipt to cure said default. FORWARD PINELLAS shall have the right to temporarily withhold payment pending correction of any identified deficiencies or disallow funding for all or part of an activity not in compliance with this AGREEMENT. All defaults shall be cured at the sole cost of the CONSULTANT. Upon the CONSULTANT’s failure to cure such default, FORWARD PINELLAS may terminate this AGREEMENT and may seek any and all such other remedies available in law or equity. Should FORWARD PINELLAS need to pursue any available remedies as a result of the CONSULTANT’s default, FORWARD PINELLAS shall be entitled to recover damages. Failure to elect any of the available remedies upon the occurrence of any default shall not operate as a waiver of any further election of remedies. 13. Title VI and Disadvantaged Business Enterprise Program The CONSULTANT, including its subconsultants, will not discriminate on any basis, as required by 49 USC 5332 (which prohibits discrimination on the basis of race, color, creed, national origin, sex or age in employment or business opportunity), Title VI of the Civil Rights Act of 1964, as amended, 42 USC 2000d through 2000d-4, and Title 49 CFR, Part 21, or any other protected class as defined by state or federal law. As a recipient of Federal funds, FORWARD PINELLAS is required to administer a Disadvantaged Business Enterprise (“DBE”) Program in compliance with all laws, regulations, Executive Orders, and guidance including, but not limited to, 49 CFR Part 26. The FORWARD PINELLASDBE program also applies to its CONSULTANTS who receive Federal funds through the Florida Department of Transportation (“FDOT”). A race-neutral DBE aspirational goal of 10.65% has been established. The policy of FORWARD PINELLAS regarding DBEs, as defined in 49 CFR Part 26, includes the following: Page 6 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 1. To ensure equal opportunity to receive and participate in U.S. Department of Transportation (USDOT)-assisted contracts; 2. To ensure nondiscrimination in the award and administration of USDOT-assisted contracts; 3. To create a level playing field on which DBEs can compete fairly for USDOT-assisted contracts; 4. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; 5. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; 6. To help remove barriers to the participation of DBEs in USDOT-assisted contracts; and 7. To assist the development of firms that can compete successfully in the marketplace outside the DBE Program. The CONSULTANT shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts including an obligation to enter DBE commitments and payments into the Equal Opportunity Compliance System (EOC) system. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this AGREEMENT or such other remedy as FORWARD PINELLAS deems appropriate, which may include, but is not limited to: withholding of payments to CONSULTANT under this AGREEMENT; assessing sanctions; assessing liquidated damages; and/or cancellation, termination or suspension of the AGREEMENT in whole or in part; and/or suspension or debarment of the CONSULTANT from eligibility to contract with FORWARD PINELLAS in the future or to receive bid packages or request for proposal packages. FDOT maintains a directory identifying all firms eligible to participate as DBEs as well as supportive services to assist with the identification and use of DBEs. 14. Assignment The CONSULTANT shall not assign or transfer its interest in this AGREEMENT without the written consent of Forward Pinellas. 15. Fiscal Funding Forward Pinellas, in both its roles as the MPO and PPC, is a bona fide CONSULTANT of the State of Florida with its fiscal year ending on September 30 of each calendar. If FORWARD PINELLAS does not have sufficient appropriated funds to continue making the payments required under this AGREEMENT or any of its agreements for any fiscal year subsequent to the one in which this AGREEMENT is executed or entered into, including but not limited to the result of the receipt of insufficient funds from the Florida Department of Transportation or Federal Highway Administration, then this AGREEMENT shall be terminated effective upon expiration of the fiscal year in which sufficient funds were last appropriated, without penalty or expense to Forward Pinellas. In this event, FORWARD PINELLAS shall not be obligated to make any further payments due beyond said fiscal year. 16. Prohibition Against Contingency Fees The CONSULTANT warrants that they have not employed or retained any company or person other than a bona fide employee working solely for the CONSULTANT to solicit or secure this AGREEMENT and that the CONSULTANT has not paid or agreed to pay any person, company, Page 7 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 corporation, individual, or firm other than a bona fide employee working for the CONSULTANT any fee, commission, percentage, gift, or any other considerations, contingent upon or resulting from this award or making of this AGREEMENT. 17. Observance of Laws The CONSULTANT agrees to observe, comply with and execute promptly at its expense during the term hereof, all laws, rules, requirements, orders, directives, codes ordinances, and regulations of any and all governmental authorities or agencies, of all municipal departments, bureaus, boards and officials, of all County, State, and Federal boards and agencies, and of insurance carriers. The CONSULTANT specifically acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et. seq, and regulations relating thereto. Failure to comply with this provision of this AGREEMENT shall be considered a material breach and shall be grounds for immediate termination of this AGREEMENT. If a dispute arises regarding this AGREEMENT, the Laws of Florida shall govern. Proper venue shall be in Pinellas County, Florida. 18. Independent Consultant The CONSULTANT acknowledges that it is functioning as an independent consultant in performing under the terms of this AGREEMENT, and it is not acting as an employee or agent of Forward Pinellas. 19. Severability If any provision of this AGREEMENT is held invalid, the remainder of the AGREEMENT will not be affected thereby, and all other parts of this AGREEMENT will remain in full force and effect. 20. Waiver Waiver of one or more covenants or conditions of this AGREEMENT by FORWARD PINELLAS shall not be construed as a waiver of a subsequent breach of the same covenant or conditions, and the consent or approval by FORWARD PINELLAS to or if any act by the CONSULTANT requiring Forward Pinellas’ consent or approval shall not be construed as consent or approval to or of any subsequent similar act by the CONSULTANT. 21. Entire Agreement This AGREEMENT represents, together with all Exhibits, the entire written AGREEMENT between FORWARD PINELLAS and supersedes all prior communications and proposals, whether electronic, oral, or written between FORWARD PINELLAS and the CONSULTANT with respect to this AGREEMENT. This AGREEMENT may be amended only by written instrument signed by both FORWARD PINELLAS and the CONSULTANT. 22. Notice and Contacts All notices required by law and by this AGREEMENT to be given by one party to the other shall be in writing and shall be sent to the following respective addressees: Page 8 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 FORWARD PINELLAS: Whit Blanton, FAICP, Executive Director 310 Court Street Clearwater, Florida 33756 Wblanton@forwardpinellas.org CONSULTANT: If a different representative is designated after the execution of this AGREEMENT, notice of the new addresses will be made in writing. 23. Conflict of Interest By accepting award of this AGREEMENT, the CONSULTANT, which shall include its Executive Directors, officers and employees, represents that it presently has no interest in and shall acquire no interest, either directly or indirectly, in any business or activity which would conflict in any manner with the performance of services required hereunder, including as described in the CONSULTANT’S own professional ethical requirements. An interest in a business or activity which shall be deemed a conflict includes, but is not limited to, any direct or indirect financial interest in any of the material and equipment manufacturers, suppliers, distributors, or consultants who will be eligible to supply material and equipment for the AGREEMENT for which furnishing its services is required hereunder. If, in the sole discretion of Forward Pinellas’s Executive Director or designee, a conflict of interest is deemed to exist or arise during the term of the AGREEMENT, Forward Pinellas’s Executive Director or designee may cancel this AGREEMENT, effective upon the date so stated in the Written Notice of Cancellation, without penalty to Forward Pinellas. 24. Final Closeout FORWARD PINELLAS may perform a final audit of the records of the CONSULTANT to support the compensation paid to the CONSULTANT under this AGREEMENT. The audit would be performed as soon as practical after completion and acceptance of all contracted services. The final payment to the CONSULTANT may be adjusted for audit results. 25. Piggybacking The CONSULTANT agrees to make the prices and terms under this AGREEMENT available to any other governmental entity, should any such governmental entity desire to purchase under the terms and conditions of this AGREEMENT. For purposes of this section, “governmental entity” shall mean all State of Florida agencies, the legislative and judicial branches, political subdivisions, counties, school boards, community colleges, municipalities, transit authorities, special districts, or other public agencies or authorities. 26. Governing Law and Agreement Execution The laws of the federal government and the State of Florida shall govern this AGREEMENT. Page 9 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first written above. PINELLAS PLANNING COUNCIL AND PINELLAS COUNTY METROPOLITAN PLANNING ORGANIZATION Attest: By: __________________________________ By:__________________________ Whit Blanton, FAICP Janet Long Forward Pinellas Executive Director Forward Pinellas Chair Date: ________________________________ Date:________________________ CONSULTANT Attest: Date: _______________________________ Page 10 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit A: Scope of Services Page 11 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit B: Rate Schedule Staff Fully Loaded Hourly Rate Page 12 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit C: Certificate of Insurance and Insurance Requirements Minimum Insurance Requirements Prior to the time the CONSULTANT is entitled to commence any part of the project, work, or service under this agreement, the CONSULTANT shall procure, pay for and maintain at least the insurance coverage limits specified below. Said insurance shall be evidenced by delivery to FORWARD PINELLAS of: 1) a Certificate of Insurance executed by the insurers listing coverages and limits, expiration dates, and terms of policies and all endorsements whether or not required by Forward Pinellas, and listing all carriers issuing said policy; 2) a copy of each policy, including all endorsements listed below. The insurance requirement shall remain in effect throughout the term of this agreement. 1. Workers’ compensation limits are required by law; employers’ liability insurance of not less than $500,000 for each accident. 2. Comprehensive general liability insurance including, but not limited to, independent CONSULTANT, contractual, premises/operations, products/completed operations, and personal injury covering the liability assumed under indemnification provisions of this Agreement, with limits for liability for personal injury and/or bodily injury, including death, of not less than $1,000,000 combined single limits. Coverage shall be on an “occurrence” basis. 3. Professional liability insurance from management consultant errors and omissions liability insurance including but not limited to, general accounting, feasibility analysis, cost analysis with minimum limits of $1,000,000 per occurrence if Occurrence Form is available; or Claims Made Form with “tale coverage” extending three (3) years beyond completion and acceptance of the project with proof of “tale coverage” to be submitted with the invoice for final payment. In lieu of “tale coverage,” the CONSULTANT may submit annually to FORWARD PINELLAS current Certificate of Insurance proving claims made insurance remains in force throughout the same (3) years. Any failure to comply with the provisions of this paragraph will be considered a material breach of this Agreement. 4. Comprehensive automobile and truck liability covering owned, hired, and non-owned vehicles with minimum limits of $1,000,000 each occurrence, and property damage of not less than $1,000,000 each occurrence. (Combined single limits of not less than $1,000,000, each occurrence, will be acceptable unless otherwise stated.) Coverage shall be on an-occurrence basis, such insurance to include coverage for loading and unloading hazard. Each insurance policy shall include the following conditions by endorsement to the policy: a. Companies issuing the insurance policy, or policies, shall have no recourse against FORWARD PINELLAS for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of the CONSULTANT. b. The term FORWARD PINELLAS shall include all authorities, boards, bureaus, commissions, divisions, departments, committees, and offices of FORWARD PINELLAS and individual members, employees thereof in their official capacities, and/or while acting on behalf of Forward Pinellas. c. FORWARD PINELLAS shall be endorsed to the required policy or policies as an additional insured exclusive of professional liability insurance and workers’ compensation insurance. d. The policy clause “other insurance” shall not apply to any insurance coverage currently held by FORWARD PINELLAS to any such future coverage or to Forward Pinellas’ self-insured retention or whatever nature. 5. The CONSULTANT hereby waives subrogation rights for loss or damage against Forward Pinellas. Page 13 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit D. Truth in Negotiation Certificate In compliance with this Agreement dated ______________, between FORWARD PINELLAS and the CONSULTANT, the CONSULTANT herewith certifies that: 1. The rates of compensation and other factual unit costs supporting the compensation are accurate, complete, and correct at the time of contracting. 2. Any and all limitations on current or future years’ contract fees, including any arrangements under which fixed limits on fees will not be subject to reconsideration if unexpected accounting issues are encountered, are disclosed herein. 3. Any and all services to be provided under the above-referenced AGREEMENT at rates or terms that are not customary are described herein. Annual maximum compensation rate is as specified this AGREEMENT. Standard compensation rate for this type engagement is as negotiated. _____________________________________ CONSULTANT By: Date: Page 14 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit E. Public Entity Crimes Certificate SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(A). FLORIDA STATUTES ON PUBLIC ENTITY CRIME THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to ________________________________ By: ______________________________________________________________ (print this individual’s name and title) For: _____________________________________________________________ (print name of entity submitting statements) whose business address is: ___________________________________________ and if applicable whose Federal Employer Identification Number (FEIN) is: ________________ If the entity has no FEIN, include the Social Security Number of the individual signing this sworn Statement: 2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(a), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transactions of business with any public entity or with an CONSULTANT or political subdivision of any other state or with the United States including, but not limited to any bid or contract for goods or services to be provided to any public entity or any CONSULTANT or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a Jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: A. A predecessor or successor of a person convicted of public entity crime; or B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one Page 15 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies). _____ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. ____ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. AND (Please indicate which additional statement applies). _______ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. However, there has been a subsequent proceeding before a Hearing Officers of the State of Florida, Division of Administrative Hearings and the Final Order by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attached is a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THE PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED AND FOR THE PERIOD OF THE CONTRACT ENTERED INTO, WHICHEVER PERIOD IS LONGER. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. ___________________________________________________ (Signature) City of _________________________________ Page 16 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 STATE OF FLORIDA Sworn and subscribed before me this ______ day of ________________ , 2023 by ______ Who is Personally known to me _______ Or who produced identification (Type of Identification) (Signature) Notary Public—State of Florida (Printed, typed or stamped commissioned name of notary public) My commission expires (SEAL) Page 17 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit F: Certificate Regarding Lobbying 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an CONSULTANT, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any CONSULTANT, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The CONSULTANT, (name), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Consultant understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. ________________________________________ (signature) Print Name: _______________________________ Title:_____________________________ Date: _____________________________ Page 18 of 18 FORWARD PINELLAS STANDARD CONSULTANT AGREEMENT Revised 2/2023 Exhibit G: Certificate Regarding Debarment, Suspension and Other Responsibility Matters – Primary Covered Transactions (1) The prospective primary participant hereby certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or CONSULTANT; (b) Have not, within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction, violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses listed in paragraph (b) of this certification; and (d) Have not, within a three-year period preceding this certification, had one or more public transactions (federal, state or local) terminated for cause or default. (2) The prospective primary participant also hereby certifies that if, later, it becomes aware of any information contradicting the statements of paragraphs (a) through (d) above, it will promptly provide that information to the U.S.D.O.T. ___________________________________________________ Signature/Authorized Certifying Official Typed Name and Title ___________________________________________________ _______________________ Applicant/Organization Date Signed 23-0365 - RFP EXHIBIT H - Civil Rights Provisions for MPOs 23-0365 - RFP EXHIBIT H - Civil Rights Provisions for MPOs 23-0365 - RFP EXHIBIT H - Civil Rights Provisions for MPOs 23-0365 - RFP EXHIBIT H - Civil Rights Provisions for MPOs PINELLAS COUNTY METROPOLITAN PLANNING ORGANIZATION (MPO) GRANTS Grant Provider: State of Florida Grant Name: Metropolitan Transportation Planning and State and Non-Metropolitan Planning and Research Grant Grant Financial Project Number(s): 402514-1-14-22 Grant Requirements / Purpose: The purpose of this grant is to provide for the Florida Department of Transportation’s financial participation in support of the Pinellas County MPO’s Unified Planning Work Program (UPWP) Grant Amount(s): $458,593 Grant Provider: State of Florida Grant Name: Consolidated Planning Grant Grant Financial Project Number(s): 439338-4-14-01 / 439338-4-14-02 Grant Requirements / Purpose: The purpose of this grant is to pass financial assistance through the Florida Department of Transportation in the form of Federal Highway Administration (FHWA) funds to the MPO for the completion of transportation related planning activities set forth in the UPWP as required by state and federal law Grant Amount(s): $5,329,585 23-0365-RFPPlanning Support Services ATTACHMENT No. 1 May 10, 2023 5H. Approval of Request for Proposals (RFP) #23-0365 Forward Pinellas Planning Support Services Consultants Selection SUMMARY In February, the Forward Pinellas board approved the release of RFP #23-0365 Forward Pinellas Planning Support Services. The consultant solicitation was released later that month and 17 proposals were received. An evaluation committee of Chelsea Favero (Forward Pinellas), Jared Austin (Forward Pinellas), Marcie Stenmark (City of Safety Harbor), Christina Mendoza (Forward Pinellas) and Joan Rice (Pinellas County) met to review the proposals and score the firms. A subsequent meeting was held with Forward Pinellas staff who decided to recommend the top 9 firms to ensure a broad array of skills and experience over the potential seven years of the contracts. Selected firms will be available to all local governments for their own assignments as well as for grants awarded to local agencies by Forward Pinellas. Following the evaluation committee meeting, Forward Pinellas staff reached out to references for the recommended firms and received no concerning comments. Following board approval to move forward with the top 9 firms, staff will begin negotiating agreements with the firms and bring the agreements back to the Forward Pinellas Board for approval in September. ATTACHMENT(S): Memo ACTION: Board to approve selecting the top 9 firms from the Forward Pinellas Planning Support Services Consultants procurement to proceed with agreement negotiations. STAFF RECOMMENDATION: Staff recommends that the board approve selecting the top 9 firms from the Forward Pinellas Planning Support Services Consultants procurement to proceed with agreement negotiations. 1 THE PLANNING COUNCIL AND METROPOLITAN PLANNING ORGANIZATION FOR PINELLAS COUNTY MEMORANDUM 310 Court Street, 2nd Floor Clearwater, FL 33756 P: 727-464-8250 forwardpinellas.org TO: Forward Pinellas Board Whit Blanton, FAICP, Executive Director FROM: Rodney Chatman, AICP, Planning Division Manager DATE: April 26, 2023 SUBJECT: Request for Proposals (RFP) #23-0365 Forward Pinellas Planning Support Services Summary In February, the Forward Pinellas Board approved the release of RFP #23-0365 Planning Support Services. Proposals were due on March 23, 2023, by 3 p.m. and a total of 17 proposals were received by the due date and time. All meetings related to this procurement were held virtually and notice was provided online and also provided through the OpenGov software platform. Members of the public were welcome to attend all meetings. An evaluation committee of Chelsea Favero (Forward Pinellas), Jared Austin (Forward Pinellas), Marcie Stenmark (City of Safety Harbor), Christina Mendoza (Forward Pinellas) and Joan Rice (Pinellas County) met to review the proposals and score the firms. A subsequent meeting was held with Forward Pinellas staff who decided to recommend the top 9 firms to ensure a broad array of skills and experience over the potential seven years of the contracts. Selected firms will be available to all local governments for their own assignments as well as for grants awarded to local agencies by Forward Pinellas. After the May 10, 2023 Forward Pinellas Board meeting, staff will begin to negotiate agreements and pricing with the selected firms. Once agreements are in place, Forward Pinellas and local governments may use the firms for planning work. 2 The following is a summary of the selection committee discussion on each firm. The table at the end notes the final scores and firms that are recommended for selection. Staff has checked with references for each of the firms recommended for selection and found no concerns. • AECOM Technical Services. Good organization chart and demonstrated experience working with sub-consultants on previous projects. Team has a very experienced project manager and deputy project manager. Proposal included an effective graphic which linked the team’s experience to the eight sub-areas. Proposal provided extensive discussion on schedule and budget controls. Good understanding of each sub-area and included sub-consultants with extensive land use experience. Proposal included staff availability by each sub-task and highlighted an interesting use of unique technology (360-degree camera technology). • Alliance Transportation Group. Strong focus on engineering and modeling. The organization chart was provided by firm and not by sub-area. Proposal does not reflect prior experience working as a consultant team. Project Manager has 9 years of experience and some of the sub-consultants could serve in a lead capacity. Proposal used of old photos of Pinellas County. Proposal did not discuss any redevelopment projects or experience. Land use planning and economic development experience was lacking. Urban design group needed an architect or landscape architect. Budget information was missing from the relevant project cut-sheets. Did not provide an adequate explanation of the sub-areas. • Ayers Associates Inc. Nationwide firm with a Tampa office. Proposal did not show any sub-consultants. Proposal needed to have subject-matter experts with expertise in the sub-areas. Land use and website design experience was very limited. Wording of the proposal was not aligned with the RFP’s needs. Firm has relevant experience with projects on a “smaller-scale.” No information was provided on past relevant project timeframes or budgets. • Benesch. Great organization chart that showed a lot of back up capacity. Proposal included staff availability. Good use of sub-consultants with focused areas of expertise. Proposal noted experienced with various software platforms. All the projects listed were within the past 5 years and the budgets showed projects at various scales. Proposal highlighted all of the sub-areas and included a solid understanding of the sub-areas, including mobility fees. Proposal included good discussion of regulations, statutory framework, commute times, and the resurgence of small downtowns. • Burgess & Niple, Inc. Solid list of staff which included their years of experience with the firm. Proposal did not include any sub-consultants and they noted the sub-areas they could not fulfill. Project Manager seems to be called upon to do a lot. Urban design group was led by a PE and not an architect or landscape architect. Project Manager does not have any MPO experience. All the relevant experience was in engineering and not planning. Listed projects are exclusively transportation and not land use or economic development. Proposal included one page to explain the “understanding” section and was inadequate with no Pinellas County context. 3 • Fehr & Peers. Organization chart lists all the sub-consultants by sub-area. Project Manager has over 20 years of experience including working for Forward Pinellas on various projects. Proposal highlighted past experience working with their subs. Proposal shows a good mix of staff by sub-area. Proposal touched on affordable housing, Vision Zero, and affordable housing. Good discussion on the use of innovative technology. • GAI Consultants. Organization of the team was unclear. Project Manager has a good mix of experience. Good table with a list of projects by sub-area. Good project chart but no project budget information. Proposal provided a detailed overview of each sub-area and how they would address our needs. Good discussion of outreach and engagement and a heavy emphasis on adaptation and coastal resilience experience. • Gannett Fleming, Inc. Proposal was very transportation-analysis and engineering focused. No focus on economic analysis. Good staff chart by sub-area. Urban design group had a lot of depth. Good local relevant MPO experience. Land use experience was not relevant. All projects were within the last 5 years. Proposal needed more detail and explanation of each sub-area. Transportation sub-area was good but other sub-areas were lacking. • HDR Engineering, Inc. Project Manager has 35 years of experience. Proposal included a good organization chart with leads for each sub-area. Firms have prior experience working together. Proposal demonstrated a good understanding of the sub-areas. It was difficult to determine which staff members worked on the relevant projects. Proposal included all the required budget information and timelines. Proposal should have identified which firms would be involved in each of the sub-areas. Proposal included a detailed discussion of each of the sub-areas. • Inspire Placemaking Collective. Good relevant experience and support staff. Website design and maintenance experience was lacking. Proposal included a good overview of Forward Pinellas and our needs. Proposal could have been better organized. Firm lacks depth. • Kimley-Horn and Associates. Strong Project Manager and deputy Project Manager. Proposal included all of the support staff. Proposal includes a diverse group of sub-consultants. Proposal showed a lot of depth. Proposal was easy to follow. Highlighted the linkage between transportation, land use, and data and provided various relevant projects. • Kittelson & Associates, Inc. Proposal highlighted the Safe Street and Roads for All grant award. Project Manager and deputy Project Manager are very experienced. Half of the leads are the sub-consultants. Percentage availability chart was good. Proposal gave a good breakdown of projects and the roles of staff. Would have liked to see more land use experience. No budget data was provided on the project cut-sheets. Proposal referenced MPO core products but was light on land use projects. Good guidebook and policy references. • Madrid CPWG. Interesting mix of small firms. Team included one AICP planner, 5 other planners, and the rest of the staff are Pes. Proposal highlights multimodal transportation but very little land use. Typo on the cover letter. Relevant projects were not related to the sub-areas. Proposal included a general-civil contract that was not related to planning 4 services. Proposal was difficult to follow and it was unclear who would be the project manager for each sub-area. Proposal did not include very many maps or graphics to tell the story. • Pritchett Steinbeck Group, Inc. Proposal focused on collaboration and supporting our ongoing work. Organization chart was very thorough by sub-area. Proposal was well-organized and included extra staff and their specialties. 18 relevant projects highlighting the key staff. Proposal did not include the costs of the relevant projects. Proposal included a good map showing relevant MPO experience throughout the southeast. Thorough narrative describing their understanding of our needs. • Renaissance Planning. Good local presence. Extensive relevant project experience. Good alignment of staff to the required sub-areas. Great-looking proposal that was well-organized. Proposal included the firms but not the people that worked on the relevant projects. Proposal included a detailed breakdown of the sub-areas. Firm is not very deep in a couple of the sub-areas. • Toole Design Group, LLC. Team includes 4 sub-consultants. Project Manager has 16 years of experience. Proposal included a good organization chart with a lot of transportation planning depth. Not a lot of depth in the other sub-areas. No MPO experience but a good mix of relevant projects. Proposal could have used more graphics. Proposal was not tailored to Pinellas County’s needs. • WSP USA, Inc. Good organization chart with a breakdown by sub-area. Proposal included experienced sub-consultants that demonstrated good staff depth across all sub- areas. Good critical staff resources chart and provided all the required budget and timeframe information. Proposal showed a lot of TOD experience to include Forward Pinellas project experience. Proposal used a tailored-approach to each sub-area and included a reference to the SPOTlight Emphasis Areas. Proposal included a thorough land use discussion. 5 Company Name Point Total Ranking Fehr & Peers* 4483.75 1 Kimley-Horn and Associates, Inc.* 4483.75 1 WSP USA Inc.* 4467.50 2 Benesch* 4416.25 3 AECOM Technical Services, Inc.* 4398.75 4 Pritchett Steinbeck Group Inc.* 4271.25 5 Kittelson & Associates, Inc.* 4171.25 6 HDR Engineering, Inc.* 4150.00 7 Renaissance Planning* 4081.25 8 Toole Design Group, LLC 3886.25 9 Inspire Placemaking Collective, Inc. 3865.00 10 Gannett Fleming, Inc. 3832.50 11 GAI Consultants 3815.00 12 Alliance Transportation Group 3615.00 13 Burgess & Niple, Inc. 3550.00 14 Ayres Associates Inc. 3533.75 15 Madrid CPWG 3517.50 16 * Recommended firm Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0279 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve the purchase of excess Property insurance, including Bridges, Boiler and Machinery, and Terrorism coverages, from April 1, 2024 through April 1, 2025, at the level of insurance provided for in this agenda item, in a not-to-exceed amount of $6,020,000, and authorize the appropriate officials to execute same. SUMMARY: Risk Management requested Arthur J. Gallagher and Co. to obtain quotes for the property insurance program expiring April 1, 2024. After a review of quotes received, staff request the renewal of property coverage with a layer of coverage limits provided by various carriers. The current property coverage with Berkshire Hathaway and additional sub-carriers expires on April 1, 2024. This renewal will continue to maintain our Named Windstorm coverage at $50 million, and flood insurance at $50 million on an aggregate basis. The self-insured retention (SIR) will remain at 5% for named storms subject to $100,000 minimum per occurrence, and no maximum deductible. The annual renewal will continue to be subject to a loss ratio provision of 100% for Named Windstorm and 40% for all other perils. The renewal premium for property is $5,663,000 reflecting an 18.7% premium increase over last year. The renewal for Boiler and Machinery Coverage will remain at $200 million limit with $25,000 deductible (reduced from $50,000) at a premium of $98,000 reflecting a 25.6% premium increase. The City’s bridge program is a stand-alone policy and includes the Sand Key Bridge, the Mandalay Channel pedestrian bridge and the McMullen Booth pedestrian overpass. This renewal is a 50/50 shared capacity between Zurich and Chubb to maintain the $50 million Named Windstorm and Flood policy limits. The renewal bridge policy has a deductible of $100,000 per occurrence for all other perils and earthquakes for the Mandalay Channel and McMullen Booth bridges, and $1 million for the Sand Key bridge. The Self-Insured Retention (SIR) for Flood and Named Windstorm is 5% of the total covered value of a loss, subject to a $500,000 minimum deductible. The annual aggregate limit for the perils of Earthquake/Flood/Named Storm is $50 million each and for All Other Perils it is $82,938,010 million. The Bridge program renewal premium is $193,000 reflecting a 0.7% premium increase. This renewal maintains our current coverage for Terrorism - Property & Liability coverage limits at $25 million for property damage and $10 million for liability for a premium of $32,900 reflecting a 17.8% premium increase. The City also purchases a separate policy which provides Nuclear, Biological, Chemical & Radioactive Terrorism coverage with limits of $3 million, for a premium of $32,500 reflecting a 7.9% premium increase. Total premiums for these renewals are estimated to be $6,020,000. This represents an 18.04% increase over the previous year amount of $5,100,000. Page 1 City of Clearwater Printed on 3/15/2024 File Number: ID#24-0279 Risk Management agrees that these recommended coverages will continue to cover the City's property risks at levels and rates which represent a reasonable insurance program for the City. APPROPRIATION CODE AND AMOUNT: 5907590-545100 $6,020,000 USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This property insurance renewal supports the following objective: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 3/15/2024 Coverage Property $4,771,762.00 $5,663,000.00 $891,238 18.68% Equipment Breakdown (as is - $25k deductible)$78,020.00 $98,000.00 $19,980 25.61% Inland Marine - Bridges $192,170.00 $193,600.00 $1,430 0.74% Property/Liability Standalone Terrorism $27,936.00 $32,900.00 $4,964 17.77% Property Terrorism - NCBR $30,112.00 $32,500.00 $2,388 7.93% TOTAL $5,100,000.00 $6,020,000.00 $920,000 18.04% 23-24 EXPIRING 24-25 RENEWAL Difference % Change Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0321 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Ratify and confirm a payment to ServPro of Largo in the amount of $136,552.32 for preventative repairs and maintenance on the sprinkler system at the Main Library. SUMMARY: Following the rupture of a fire sprinkler line at the Main Library in September 2023, ServPro of Largo was called in to mitigate and repair the damages. They worked closely with the insurance carriers and their assigned adjuster, as well as the contractors performing the work. While onsite, Cintas performed additional fire sprinkler repairs and related assessment of the remaining fire sprinkler lines. While necessary to prevent a future occurrence, this work is not covered by the insurance claim as it is considered preventative repairs and maintenance, and the City is responsible for payment of the invoice. Since the work has been completed and ServPro has advanced payment to the contractors, a ratify and confirm is necessary to reimburse ServPro as this will not be covered by insurance proceeds. APPROPRIATION CODE AND AMOUNT: Funds are available in General Services project GSBM180008-R&M-PROSVC. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 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 3/15/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0282 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Approve a Locally Funded Agreement (LFA) between the State of Florida, Department of Transportation (FDOT), and the City of Clearwater to fund $750,000 for the construction of the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail and approve a Maintenance Memorandum of Agreement (MOA) for the maintenance of the aesthetic features of the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass (Bridge) from Courtney Campbell Trail to Bayshore Trail and that the appropriate officials be authorized to execute same. (consent) SUMMARY: Trails are an essential part of the City of Clearwater's multi-modal transportation and recreation network. In 2004, the City identified both the Courtney Campbell Causeway Trail and the Ream Wilson Clearwater Trail, Bayshore segment, as trails needed in the bicycle and pedestrian master plan. Subsequently both trails have been included in the Pinellas County long range transportation plan and have been funded and completed. The Courtney Campbell Causeway Trail currently terminates on the south side of SR 60 (Gulf-to-Bay Blvd.) connecting to the Ream Wilson Clearwater Trail, Bayshore segment, on the north side utilizing a signalized pedestrian crosswalk. The current configuration slows down motor vehicle traffic on SR 60 (Gulf to Bay Boulevard). FDOT proposed an overpass project to provide a safer alternative to the current at grade crossing for the trail users as well as enhance the traffic flow of motor vehicles on SR 60 (Gulf to Bay Boulevard). On June 16, 2016, the Council approved supporting the SUN Trail funding to construct the Courtney Campbell Causeway Trail Overpass Bridge, authorized the City Manager to commit to the transfer of necessary city right-of-way/property for the project, and authorized the City Manager to execute a Memorandum of Understanding for maintenance of the overpass upon completion. The City desired to enhance the project by providing $1,000,000 for the bridge aesthetics. In February 2022, the Council approved $250,000 through a funding agreement as the first request from FDOT for aesthetic design purposes only. The remaining commitment of $750,000 is now requested as a separate funding agreement for the construction portion of the aesthetic improvements for the project as FDOT plans to begin construction in August 2024 and be completed on or about January 2026. The MOA requires that the City maintain the aesthetic features of the Pedestrian Bridge Project, as depicted in the construction plans and specifications of F.P.I.D. # 437498-1-52-02 attached as Exhibit “A” to the MOA, in perpetuity, according to the FDOT standards, which include, but are not limited to, the Americans with Disabilities Act, Design Standards, and the Standard Specifications. The City agrees to provide routine maintenance of the Bridge including, but not limited to, fencing- wire mesh, expanded metal and pre-formed metal in direct support of the signage, and associated LED lighting, Page 1 City of Clearwater Printed on 3/15/2024 File Number: ID#24-0282 removal of graffiti, handrail-guardrail, bike racks, benches, trash receptacles and any other aesthetic features and components of the Pedestrian Bridge. The City shall sweep and remove litter within the Project limits which is denoted in the Construction Plans. The City shall also pay utility bills for lighting as associated with Bridge as well as conduct routine inspection of the Bridge to ensure that all safety deficiencies are addressed. FDOT agrees to inspect and repair structural damage to the entire bridge structure over SR 60 (Courtney Campbell Causeway) within the Bridge Project located within the Departments right of way according to the FDOT Standards Since, the City currently maintains the trail and landscaping along the Courtney Campbell Causeway as well as the Bayshore Trail, additional personnel will not be needed to maintain the bridge. Other than an increase in utilities and light maintenance of approximately $4,800 per year, there will be no other annual financial impacts to this MOA. If and when major repairs are needed to the aesthetic structure a separate Capital Improvement Project will be requested. APPROPRIATION CODE AND AMOUNT: Funds are available in CIP 315-93272 “Bicycle Paths & Bridges.” USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Entering into this LFA with FDOT for construction of the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail 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. ·1.4: Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization; and ·4.4: Develop accessible and active transportation networks that enhance pedestrian safety and reduce citywide greenhouse gas emissions. Page 2 City of Clearwater Printed on 3/15/2024 Submittal/Approval Letter To: Allan Urbonas, PE Date: 11/6/2023 District or Turnpike Design Engineer Financial Project ID: 437498-1-52-01 New Construction (x) RRR () Federal Aid Number: N/A Project Name: SR 60 (Courtney Campbell) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail State Road Number: SR 60_______________ Co./Sec./Sub.: Pinellas/15040000 Begin Project MP: 6.081 End Project MP: 6.081 Full Federal Oversight: Yes () No (x) Request for: Design Exception (), Design Variation () Community Aesthetic Feature: Conceptual ( ), Final (x) (For Design Exception or Variations Requiring Central Office Approval) Re-submittal: Yes () No () Original Ref# - - Requested for the following element(s): () Design Speed () Lane Widths () Shoulder Widths () Bridge Widths () Structural Capacity () Vertical Clearance () Grades () Cross Slope () Superelevation () Horizontal Alignment () Vertical Alignment () Stopping Sight Distance () Horizontal Clearance (X) Other Community Aesthetics Feature As part of FDOT construction project 437498-1, SR 60 (Courtney Campbell) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail, the City of Clearwater intends to construct aesthetic enhancements on the overpass over Courtney Campbell Causeway (SR 60) with the selected Fish design. Recommended by: Date Responsible Professional Engineer or Landscape Architect (Landscape-Only Projects) Approvals: Date Date District or Turnpike Design Engineer District Structures Design Engineer Date Date District Seven Secretary State Structures Design Engineer Date Date Chief Engineer FHWA Division Administrator City of Clearwater FPN: 437498 1 52 02 1 LOCALLY FUNDED AGREEMENT This Agreement made by and entered into on this day of , 2024, by and between the STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, whose address for purposes of this Agreement is 11201 North McKinley Drive, Tampa, Florida, 33612-6403, (“the DEPARTMENT"), and City of Clearwater, whose address for purposes of this Agreement is 100 South Myrtle Avenue, Clearwater, Florida, 33756 (“the CITY”); and WITNESSETH WHEREAS, the DEPARTMENT is authorized to enter into agreements with governmental entities in accordance with Chapter 334.044, Florida Statutes; and WHEREAS, the DEPARTMENT agrees to construct the architectural aesthetic treatments of the SR 60 (Courtney Campbell) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail project as described in the DEPARTMENT’s Five-Year Adopted Work Program as Financial Project Number (FPN) 437498 1 52 02 (“the PROJECT”); and WHEREAS, the DEPARTMENT and the CITY have determined that it would be in the best interest of the general public and to the economic advantage of both parties to coordinate and cooperate in their efforts to facilitate development of the PROJECT; and WHEREAS, in order to complete the PROJECT, the CITY is prepared to provide financial assistance as provided in Exhibit “A.”; and WHEREAS, the CITY agrees to deposit funds with the Department of Financial Services in the amount of $750,000.00 (Seven hundred and fifty thousand dollars and zero cents) for the PROJECT. SECTION 1 OBLIGATIONS OF THE DEPARTMENT 1.1 The DEPARTMENT shall be responsible for performing the construction activities of the PROJECT as described in Exhibit B, attached hereto and by reference made a part of this Agreement. 1.2 The DEPARTMENT shall keep complete records and accounts in order to record complete and correct entries as to all costs, expenditures, and other items incidental to the cost of the PROJECT. 1.3 Exhibit “B” attached hereto further delineates DEPARTMENT PROJECT responsibilities. City of Clearwater FPN: 437498 1 52 02 2 SECTION 2 OBLIGATIONS OF THE CITY 2.1 The CITY will provide $750,000.00 (Seven hundred and fifty thousand dollars and zero cents) for the construction of the PROJECT in accordance with the provisions hereunder in Section 3, Financial Provisions. 2.2 Exhibit “B” attached hereto further delineates CITY PROJECT responsibilities. SECTION 3 FINANCIAL PROVISIONS 3.1 The PARTIES recognize and accept the funding restrictions set forth in Section 339.135 (6)(a), and Section 166.241, Florida Statutes, which may affect each of the parties' obligations. Those provisions are as follows: (a) 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 one (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. Section 339.135 (6)(a), Florida Statutes. (b) “The governing body of each municipality shall adopt a budget each year. The budget must be adopted by ordinance unless otherwise specified in the respective municipality’s charter. The amount available from taxation and other sources, including amounts carried over from prior fiscal years, must equal the total appropriations for expenditures and reserves. The budget must regulate expenditures of the municipality, and it is unlawful for any officer of a municipal government to expend or contract for expenditures in any fiscal year except in pursuance of the budgeted appropriations.” Section 166.241, Florida Statutes. (c) The PARTIES agree that in the event funds are not appropriated to the DEPARTMENT or the CITY for the PROJECT, this Agreement may be terminated, which shall be effective upon either party giving notice to the other to that effect. City of Clearwater FPN: 437498 1 52 02 3 3.2 The CITY shall furnish the DEPARTMENT with a deposit in the amount of $750,000.00 (Seven hundred and fifty thousand dollars and zero cents) by May 1, 2024, for full payment of the estimated project cost for Locally Funded project number 437498 1 52 02. The DEPARTMENT may utilize this deposit for payment of the costs of the PROJECT. 3.3 If the actual cost of the PROJECT is less than the funds provided, the excess will be applied to other phases on the PROJECT. 3.4 E-VERIFY The DEPARTMENT: 1. Shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the DEPARTMENT during the term of the contract; and 2. Shall expressly require any contractors or 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 a contractor and subcontractor during the contract term. SECTION 4 COMMENCEMENT AND TERMINATION OF AGREEMENT 4.1 This Agreement shall take effect upon being executed by the parties and shall be terminated upon the mutual consent of the parties. SECTION 5 MISCELLANEOUS PROVISIONS 5.1 Any amendment to or modification of this Agreement or any alteration, extension, supplement, or change of time or scope of work shall be in writing and signed by both parties. 5.2 Any notice or other document which either party is required to give or deliver to the other shall be given in writing and served either personally or mailed to: City of Clearwater FPN: 437498 1 52 02 4 TO DEPARTMENT: TO CITY: Ms. Marcia Haines Mr. Art Kader FDOT City of Clearwater 1201 N. McKinley Drive, M.S. 7-350 100 S. Myrtle Ave, Room 220 Tampa, Florida 33612-6456 Clearwater, Florida 33756 5.3 If any word, clause, sentence, or paragraph of the Agreement is held invalid, the remainder of the Agreement would continue to conform to the intent of this Agreement. 5.4 This Agreement shall be governed and construed in accordance with the laws of the State of Florida. 5.5 Nothing herein shall be construed to create any third-party beneficiary rights in any person not a party to this Agreement. SECTION 6 ENTIRE AGREEMENT This document embodies the whole Agreement of the parties. There are no promises, terms, conditions, or allegations other than those contained herein, and this document shall s u p e r s e d e all p r e v i o u s communications, representations and/or agreements, whether written or verbal between the parties hereto. This Agreement may be modified only in writing executed by all parties. This Agreement shall be binding upon the parties, their successors, assigns and legal representative. City of Clearwater FPN: 437498 1 52 02 5 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives on the dates written below. CITY OF CLEARWATER _ BY: BRIAN J AUNGST SR. JENNIFER POIRRIER MAYOR CITY MANAGER APPROVED AS TO FORM: ATTEST: ________________________ __________________________(SEAL) OWEN KOHLER ROSEMARIE CALL LEAD ASSISTANT CITY ATTORNEY CITY CLERK STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ATTEST_______________________ BY: _ _ EXECUTIVE SECRETARY JUSTIN HALL DIRECTOR OF TRANSPORTATION DEVELOPMENT, DISTRICT SEVEN _________________________ DATE ___________________________ FDOT LEGAL REVIEW DEPARTMENT OF TRANSPORTATION City of Clearwater FPN: 437498 1 52 02 6 EXHIBIT “A” PROJECT BUDGET This exhibit forms an integral part of that certain Locally Funded Agreement between the State of Florida, Department of Transportation and City of Clearwater, dated _ , 2024. I. TOTAL ESTIMATED COST.............................…… $750,000.00 II. PROJECT PARTICIPATION State Funds........................................................$ 0.00 Federal...............................................................$ 0.00 Local Funds..........…………………….……........$750,000.00 III. PROJECT funds are subject to legislative appropriation of available funds. City of Clearwater FPN: 437498 1 52 02 7 EXHIBIT “B” PROJECT DESCRIPTION AND RESPONSIBILITIES This exhibit forms an integral part of that certain Locally Funded Agreement between the State of Florida, Department of Transportation, and the City of Clearwater, dated _ _ , 2024. PROJECT LOCATION: SR 60 (COURTNEY CAMPBELL) PEDESTRIAN OVERPASS FROM COURTNEY CAMPBELL TRAIL TO BAYSHORE TRAIL PROJECT DESCRIPTION: The project consists of the construction of the architectural aesthetic treatments included in the pedestrian/bicyclist overpass on the east side of the intersection of SR 60 (Gulf to Bay) and Bayshore Blvd. SPECIAL CONSIDERATIONS BY DEPARTMENT AND CITY: The CITY will provide $750,000.00 (Seven hundred and fifty thousand dollars and zero cents) for the construction of the PROJECT in accordance with the provisions hereunder in Section 3, Financial Provisions. The DEPARTMENT is responsible for performing the construction and construction engineering and inspection activities of the PROJECT. The DEPARTMENT shall hire a qualified contractor to perform the PROJECT construction. The DEPARTMENT shall invite the CITY to participate in project meetings and provide periodic updates/status reports as requested. Upon completion of the PROJECT, the CITY’s maintenance obligations for the bridge in general including cleaning, painting, repair/replacement of architectural elements, plus; the DEPARTMENT’S maintenance obligations for the structural aspect are set forth in a separate Maintenance Memorandum of Agreement to be executed for the PROJECT. All other provisions for the compliance of this Agreement shall remain in full force in accordance with State of Florida and Federal Laws. MOA # 01-2024 Page 1 of 3 Maintenance Memorandum of Agreement Courtney Campbell Causeway (SR 60) Pedestrian Bridge City of Clearwater And Florida Department of Transportation CITY OF CLEARWATER (“CITY”), and the FLORIDA DEPARTMENT OF TRANSPORTATION (“DEPARTMENT”), enter into this Maintenance Memorandum of Agreement on this day of _ , 2024. 1. The CITY acknowledges that the DEPARTMENT will require the CITY to maintain the aesthetic features of the Pedestrian Bridge Project, as depicted in the construction plans and Specifications of F.P.I.D. # 437498-1-52-02 attached as Exhibit “A”, in perpetuity, according to the DEPARTMENT standards, which include, but are not limited to, the Americans with Disabilities Act, Design Standards, and the Standard Specifications, and as amended from time to time. 2. The CITY’S maintenance activities shall include, but not be limited to: fencing- wire mesh, expanded metal and pre-formed metal in direct support of the signage, and associated LED lighting, removal of graffiti, handrail-guardrail, bike racks, benches, trash receptacles and any other aesthetic features and components of the Pedestrian Bridge. The CITY shall sweep and remove litter within the Project limits which is denoted in the Construction Plans. 3. The CITY shall use custom paint, reactive stain and coatings on railings, bridge structures and all components on the Pedestrian Bridge. Repairs to any features shall be in kind and to DEPARTMENT standards. The CITY shall maintain aesthetics and repair any cosmetic damage to the Pedestrian Bridge at its sole cost and expense, in a good and workmanlike manner, and with reasonable care. 4. The DEPARTMENT shall inspect and repair structural damage to the entire bridge structure over SR 60 (Courtney Campbell Causeway) within the Pedestrian Bridge Project located within the Departments right of way according to the DEPARTMENT Standards. 5. Any requests for additional maintenance shall be the responsibility of the CITY. 6. The CITY shall pay utility bills for lighting if they are associated with the Pedestrian Bridge. 7. The CITY shall conduct routine inspections of the Pedestrian Bridge to ensure that all safety deficiencies are addressed. MOA # 01-2024 Page 2 of 3 8. If at any time the CITY has not performed the maintenance responsibility on the pedestrian bridge project in accordance with this Agreement, the DEPARTMENT shall have the option of (a) notifying the CITY of the deficiency with a requirement that it be corrected within a specified time; or (b) the DEPARTMENT may perform the necessary maintenance at the CITY’S sole cost and expense, and send an invoice to the CITY, equal to the cost incurred by the DEPARTMENT for such maintenance. Any action taken by the DEPARTMENT does not relieve any obligation of the CITY under the terms and conditions of this Agreement. Failure to perform maintenance of the Pedestrian Bridge Project in accordance with this Agreement may impact DEPARTMENT funding participation in future CITY projects. MOA # 01-2024 Page 3 of 3 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: _______________________________ Print Name: _Francis Lewis, P.E. Title: Director of Transportation Operations, District Seven Date: _________________________ Attest: _________________________ Executive Secretary (SEAL) Date: ____________________________ Legal Review: _____________________ Office of General Counsel, District 7 Date: ____________________ CITY OF CLEARWATER, FLORIDA ___________________________ ________________________________ Brian Aungst Sr. Jennifer Poirrier Mayor City Manager Date: ______________________ Approved as to form: Attest: ___________________________ ________________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Exhibit A Construction Plans and Specifications of F.P.I.D. # 437498-1-52-02 SHEET TYPESHEET NUMBERSHEET NAMEGENERAL AG-000 KEY SHEETGENERAL AG-001 SIGNATURE SHEETGENERAL AG-002 GENERAL NOTESSTRUCTURAL AS-001 STRUCTURAL NOTESSTRUCTURAL AS-100 OVERALL BRIDGE PLANSTRUCTURAL AS-101 BRIDGE DECK LEVELSTRUCTURAL AS-102 ISO - BRIDGE (1)STRUCTURAL AS-103 BRIDGE CANOPY (2)STRUCTURAL AS-104 BRIDGE TOP OF TRUSS (1)STRUCTURAL AS-105 BRIDGE TOP OF TRUSS (2)STRUCTURAL AS-200 BRIDGE ELEVATIONS (1)STRUCTURAL AS-201 BRIDGE ELEVATIONS (2)STRUCTURAL AS-202 BRIDGE ELEVATIONS (3)STRUCTURAL AS-203 BRIDGE ELEVATIONS (4)STRUCTURAL AS-300 ISO - BRIDGE CANOPYSTRUCTURAL AS-301 BRIDGE CANOPY (1)STRUCTURAL AS-302 ISO - BRIDGE (2)STRUCTURAL AS-400 STEEL TRUSS DETAILS (1)STRUCTURAL AS-401 STEEL TRUSS DETAILS (2)STRUCTURAL AS-402 STEEL TRUSS DETAILS (3)STRUCTURAL AS-403 STEEL TRUSS DETAILS (4)STRUCTURAL AS-404 STEEL TRUSS DETAILS (5)STRUCTURAL AS-405 OVERLOOK CONNECTION DETAILSARCHITECTURAL AA-100 OVERALL SITE PLANARCHITECTURAL AA-101 FLOOR PLANARCHITECTURAL AA-102 ROOF PLANARCHITECTURAL AA-102.1 ENLARGED ROOF PLANARCHITECTURAL AA-201 OVERALL ELEVATIONSARCHITECTURAL AA-202 OVERLOOK ELEVATIONSARCHITECTURAL AA-203 OVERPASS ENLARGED ELEVATION (1)ARCHITECTURAL AA-204 OVERPASS ENLARGED ELEVATION (2)ARCHITECTURAL AA-205 OVERPASS ENLARGED ELEVATION (3)ARCHITECTURAL AA-206 ENCLOSURE MATERIALS (1)ARCHITECTURAL AA-207 ENCLOSURE MATERIALS (2)ARCHITECTURAL AA-301 SECTIONSARCHITECTURAL AA-401 ENLARGED PLANSARCHITECTURAL AA-501 DETAILS (1)ARCHITECTURAL AA-502 DETAILS (2)ARCHITECTURAL AA-503 DETAILS (3)ARCHITECTURAL AA-901 PERSPECTIVESELECTRICAL AE-001 ELECTRICAL GENERAL NOTES, SYMBOL LEGEND AND LUMINAIRE SCHEDULEELECTRICAL AE-002 LUMINAIRE SCHEDULE AND CUT SHEETSELECTRICAL AE-101 ELECTRICAL PLANELECTRICAL AE-201 OVERPASS ELEVATIONS - LIGHTINGELECTRICAL AE-301 PHOTOMETRIC PLANELECTRICAL AE-601 ELECTRICAL RISER DIAGRAMELECTRICAL AE-701 ELECTRICAL DETAILS (1)ELECTRICAL AE-702 ELECTRICAL DETAILS (2)TOTAL SHEETS: 48LAKEOKEECHOBEETALLAHASSEEORLANDOMIAMIPENSACOLACHIPLEYPANAMA CITYLAKE CITYJACKSONVILLEGAINESVILLEST AUGUSTINEOCALADELANDDAYTONA BEACHTAMPAOVIEDOSARASOTAFT. PIERCEKEY WESTSHEET NO.FISCAL YEARSTATE OF FLORIDAINDEX OF ARCHITECTURAL PLANSCONSTRUCTION CONTRACT NO.ERIC LUTTMANN, AIALICENSE NUMBER AR 97111WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD.SUITE 375 TAMPA, FL 33607VENDOR NO. F650271367001ARCHITECTURAL PLANS ARCHITECT OF RECORD:DINYAR SHARIFABAD, PEFDOT PROJECT MANAGER:DEPARTMENT OF TRANSPORTATIONCONTRACT PLANSPROJECT LOCATIONARCHITECTURAL PLANS THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.T7532PHASE IV SUBMITTALNOVEMBER 2023DWG NO.AG-00024FINANCIAL PROJECT ID 437498-1-52-02PINELLAS COUNTY (15040)SR 60 (COURTNEY CAMPBELL CAUSEWAY)FINANCIAL PROJECT ID 437498-1-52-01(FEDERAL FUNDS)THIS PROJECT TO BE LET TO CONTRACT WITH FINANCIAL PROJECT ID(S): 437498-1-56-01 REGISTEREDARHCITECT TATEOFFLORIDASAR97111✩ERICLUTTMANN FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONAG-001SIGNATURE SHEETPINELLAS 437498-1-52-02SR 60THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BYON THE DATE ADJACENT TO THE SEALPRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGN AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD, SUITE 375, TAMPA, FL 33607ERIC LUTTMANN, AIA AR97111THE ABOVE NAMED REGISTERED ARCHITECT SHALL BE RESPONSIBLE FOR THE FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G1-16.005, F.A.C.THE ABOVE NAMED PROFESSIONAL ENGINEER SHALL BE RESPONSIBLE FOR THE FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G15-23.004, F.A.C.SHEET TYPEDWG NO.DWG NAMETHIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BYON THE DATE ADJACENT TO THE SEALPRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGN AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES.WGI, INC.2035 VISTA PARKWAYWEST PALM BEACH, FL 33411CHRISTOPHER B LAFORTE P.E. NO. 76797SHEET TYPEDWG NO.DWG NAMEGENERAL AG-000 KEY SHEETGENERAL AG-001 SIGNATURE SHEETGENERAL AG-002 GENERAL NOTESARCHITECTURAL AA-100 OVERALL SITE PLANARCHITECTURAL AA-101 FLOOR PLANARCHITECTURAL AA-102 ROOF PLANARCHITECTURAL AA-102.1 ENLARGED ROOF PLANARCHITECTURAL AA-201 OVERALL ELEVATIONSARCHITECTURAL AA-202 OVERLOOK ELEVATIONSARCHITECTURAL AA-203 OVERPASS ENLARGED ELEVATION (1)ARCHITECTURAL AA-204 OVERPASS ENLARGED ELEVATION (2)ARCHITECTURAL AA-205 OVERPASS ENLARGED ELEVATION (3)ARCHITECTURAL AA-206 ENCLOSURE MATERIALS (1)ARCHITECTURAL AA-207 ENCLOSURE MATERIALS (2)ARCHITECTURAL AA-301 SECTIONSARCHITECTURAL AA-401 ENLARGED PLANSARCHITECTURAL AA-501 DETAILS (1)ARCHITECTURAL AA-502 DETAILS (2)ARCHITECTURAL AA-503 DETAILS (3)ARCHITECTURAL AA-901 PERSPECTIVESGENERAL AG-001 SIGNATURE SHEETSTRUCTURAL AS-001 STRUCTURAL NOTESSTRUCTURAL AS-100 OVERALL BRIDGE PLANSTRUCTURAL AS-101 BRIDGE DECK LEVELSTRUCTURAL AS-102 ISO - BRIDGE (1)STRUCTURAL AS-103 BRIDGE CANOPY (2)STRUCTURAL AS-104 BRIDGE TOP OF TRUSS (1)STRUCTURAL AS-105 BRIDGE TOP OF TRUSS (2)STRUCTURAL AS-200 BRIDGE ELEVATIONS (1)STRUCTURAL AS-201 BRIDGE ELEVATIONS (2)STRUCTURAL AS-202 BRIDGE ELEVATIONS (3)STRUCTURAL AS-203 BRIDGE ELEVATIONS (4)STRUCTURAL AS-300 ISO - BRIDGE CANOPYSTRUCTURAL AS-301 BRIDGE CANOPY (1)STRUCTURAL AS-302 ISO - BRIDGE (2)STRUCTURAL AS-400 STEEL TRUSS DETAILS (1)STRUCTURAL AS-401 STEEL TRUSS DETAILS (2)STRUCTURAL AS-402 STEEL TRUSS DETAILS (3)STRUCTURAL AS-403 STEEL TRUSS DETAILS (4)STRUCTURAL AS-404 STEEL TRUSS DETAILS (5)STRUCTURAL AS-405 OVERLOOK CONNECTION DETAILSTHE ABOVE NAMED PROFESSIONAL ENGINEER SHALL BE RESPONSIBLE FOR THE FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G15-23.004, F.A.C.THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BYON THE DATE ADJACENT TO THE SEALPRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGN AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD, SUITE 375, TAMPA, FL 33607ROBERT C. ANSTON P.E. NO. 40858SHEET TYPEDWG NO.DWG NAMEGENERAL AG-001 SIGNATURE SHEETELECTRICAL AE-001 ELECTRICAL GENERAL NOTES, SYMBOL LEGEND ANDLUMINAIRE SCHEDULEELECTRICAL AE-101 ELECTRICAL PLANELECTRICAL AE-201 OVERPASS ELEVATIONS - LIGHTINGELECTRICAL AE-301 PHOTOMETRIC PLANELECTRICAL AE-601 ELECTRICAL RISER DIAGRAMELECTRICAL AE-701 ELECTRICAL DETAILS (1)ELECTRICAL AE-702 ELECTRICAL DETAILS (2)No. 76797PROFESSIONEGNI N EERALSTATE OFFLORIDAL I CENSEH ITO ERREAFOTPLC R S HB.No. Date Issue / Revision SYMBOLS LEGENDSEE SHEETS FOR SPECIFIC SYMBOLSAA-101NUMBER SEQUENCEDISCIPLINE / DRAWING TYPEDRAWING NUMBERDRAWING NUMBERNORTH ARROW11A1AA101AA1011111243INTERIOR ELEVATION REFERENCEEXTERIOR ELEVATION REFERENCESHEET ON WHICH ELEVATION IS DRAWNSHEET ON WHICH ELEVATION IS DRAWNSHEET ON WHICH SECTION IS DRAWNBUILDING SECTION NUMBERARROW & TAIL INDICATE DIRECTION OF SECTIONBUILDING SECTION REFERENCESHEET ON WHICH SECTION IS DRAWNWALL SECTION NUMBERARROW & TAIL INDICATE DIRECTION OF SECTIONWALL SECTION / DETAIL REFERENCEAA1011SHEET ON WHICH SECTION IS DRAWNDETAIL SECTION NUMBERDETAIL CALLOUT REFERENCERoom Name0-0000NET SFROOM TAGDOOR TAGWINDOW TAGG#WALL TAG1tLEVEL NAMEEL 0'-0"SPOT ELEVATIONLEVEL HEAD8'-0" AFFASTRUCTURAL GRIDS001REVISION TAGEQUIPMENT TAGCENTERLINENOTE TAG1GRAPHIC SCALEALIGNLOCATION / SHEET TYPE1CONTROL JOINTCJ2'0'8'4'1. ALL WORK SHALL BE PERFORMED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THE CODES AS LISTED IN THIS DRAWING SET.2. IN SOME CASES, THE REQUIREMENTS SET FORTH IN THE CONSTRUCTION DRAWINGS AND TECHNICAL SPECIAL PROVISIONS EXCEED THE MINIMUM REQUIREMENTS OF THE CODE.3. COORDINATE THE SEQUENCING AND EXECUTION OF ALL TRADES IN STRICT CONFORMANCE WITH THE REQUIREMENTS OF ALL CONSTRUCTION DRAWINGS AND CONTRACT DOCUMENTS.4. PROTECT THE PUBLIC FROM CONSTRUCTION ACTIVITIES AND PROVIDE FOR A SECURE CONSTRUCTION SITE.5. PERFORM ALL WORK WITH STRICT ADHERENCE TO MANUFACTURERS' STANDARD INSTALLATION INSTRUCTIONS, AS WELL AS PER ENGINEERED SYSTEM/ASSEMBLY OR APPLICABLE PRODUCT APPROVAL. 6. ASSURE MATERIALS AND SYSTEMS COMPATIBILITY THROUGHOUT, TYPICAL.7. PROVIDE MEANS AND METHODS TO ELIMINATE CONTACT BETWEEN DISSIMILAR METALS CAUSING GALVANIC CORROSION, TYPICAL.8. PROVIDE RECOMMENDED ARCHITECTURAL STEEL FRAMING SPLICE LOCATIONS FOR MULTI-DISCIPLINARY REVIEW. 9. REFER TO ALL PLANS AND OTHER CONTRACT DOCUMENTS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION, TYP.10. ALL 3D IMAGES ARE SHOWN FOR ILLUSTRATIVE PURPOSES ONLY. THEY ARE NOT INTENDED FOR USE IN CONSTRUCTION AND DETAILING OF THE PROJECT.11. THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION.GENERAL NOTESBUILDING CODES LISTCODE COMPLIANCEALL WORK SHALL BE PERFORMED IN STRICT ACCORDANCE WITH THE FOLLOWING CODES:- FLORIDA BUILDING CODE 8TH EDITION, 2023 - INCLUDING CHAPTER 35 REFERENCED STANDARDS- FLORIDA BUILDING CODE 8TH EDITION, 2023 - ENERGY CONSERVATION- FLORIDA BUILDING CODE 8TH EDITION, 2023 - ACCESSIBILITYFLORIDA FIRE PREVENTION CODE - 8TH EDITION (2023).INCLUDING FLORIDA SPECIFIC AMENDMENTS TO NFPA 1 AND NFPA 101. AND HAVE ANY LOCAL AMENDMENTS AS REQUIRED BY THE AUTHORITY HAVING JURISDICTION. REFER TO ALL PLANS AND OTHER CONTRACT DOCUMENTS FROM OTHER DISCIPLINES FOR ADDITIONAL CODE INFORMATION, TYP.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AG-002GENERAL NOTESPINELLAS 437498-1-52-02SR 60No. Date Issue / Revision ! !" " " #$%& ’(( $%&’(( ! #" ))) *# # ) + ,, ,+ $$ +-+ $!.!( ’ $!.!( ’ ! + $!.!( ’ $ !.!( ’ ’)+ )+ ))$!.!( ’ $!.!( ’ %)# .) ( ) +, ), ) ), + ) .+ (" ) /) $) 0 ,, 0+ /) ) )0 0 ) " ’’’.’ ) $ % ,!% ),1’ ##2.+ 1## ) 1! ’’ 1%3 #+4 $#1# 1!# ’ 1 $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD ! H I H I% H IJKH.I%%(2 H I " H I% +) K !K (K %K K !K (K %K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD (#%#1( + !! (K (K (K (K (K (K (K (K %K .1( (K (K (K (K (K %K %(K (K (K (K !! ! (K 1( ’K .1( (K ’1( (K %’1( ’K .1! (K 1! H I% +) K K !K (K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD )+)+ K !K (K %K K !K (K %K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD )+ )+ K !K (K %K K !K (K %K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD ’ ’#.’ ’#.’ !(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1)(#!#1) ! ! ! ! ! !! !’ ! ! ! ! ! ! ’ ! %%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1( %#%#1( %#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1( %#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(%#%#1(% 1!#.’ (#%#1 ( ! (#%#1((#%#1((#%#1( (#%#1((#%#1((#%#1( " 1 ! ’)!K !.K 1!(K (K (K (K (K (K ’1(K (K (K (K (K (K (K .K .1((K (K (K (K K ’1((K (K (K (K (K (K %K ’1( (K K 1( K 1 (#%#1( $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! ! !.!( ’ % B 87= 66F=1=G565BD . !J K !J!.K ! !J!.K !!J %K .!J %K .J .K !.!J(K’%. !J K .!J(K’%’J%K’J%K(J %K’’ J .K ! J K % ) $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! ’ !.!( ’ % B 87= 66F=1=G565BD ) !.K K %’1(K ..1(K .1( 1 ’’(K K %’1( %K ’1(K ! ! ! ! !! !’ ! % ! . !( ! ! ! ! !! ! ! ! ! ! ) !’!K %(.K !%.K !’!K %K ( ’J K ’ JK J’K’’(J.K .(J.K .JK ( J K ’ ( ’J K ’ !J’ K’’!’JKJ K!J K ’!’JKJ K ’((J.K .% J’ K .J’K’’.J’ K’’J.K%.J’K(’JK’% J’ K’J.K %.JK’J’K( J K ’ .K K 1!(K (K (K (K (K (K K 1!’K .K 1!(K (K (K (K (K (K .K 1!(K (K (K (K (K (K ’K 1!(K (K (K (K (K 1( !’K !!K %K ’%K %’%K !%!K .%.K %’!K %%K!#%!#%!#%!#% (#%#1 ( (#%#1( (#%#1 ( (#%#1( (#%#1( (#%#1( (#%#1( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1 ( (#%#1( (#%# 1((#%#1((#%#1((#%#1 ( (#%#1 ( (#%#1 ((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1 ( " ) =# % !! 5 ! ) *!#%H I2’K 1( =5 5 5 5 5 5 5 5 5 5 5 = ! = = )) !’!K %(.K K ’1(%K 1(K %1K %1K .1!K ’1 ! ! ! ’ ! % ! . !( ! ! ! ! ! ! ! ! !! !’ ! % 1 ’’(K !’!K !.K !%.K ’J.K!’J K (J.K’.J ’ K’’. J K ’.%J!K!J.K’(J.K’’(J’KJ %K ! %’K %(K %’’.K ’%K !!K !’.K %’K %(K %’’.K ’%K !(!K ’K .1((K (K (K (K .K 1((K (K (K (K (K (K ’K .1( (K (K (K (K (K K 1!(K (K (K (K (K (K K !#%!#%!#% (#%#1( (#%#1( (#%#1( (#%#1( (#%#1( (#%#1((#%#1( (#%#1( (#%#1( (#%#1((#%#1( (#%#1( (#%#1( (#%#1((#%#1((#%#1( (#%#1( (#%#1( (#%#1( !#% (#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1((#%#1(" ) =# % !! 5 . !! ! K %1!H I2’K 1( =5555=5 555 5 5 = = ) ) $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD ))K %’1(K .1!K %’1( %K ’1(K ’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#. ’ (#!#1 ’#.’") ! !.K 1 ’’(K !’!K %(.K !%.K !’!K ’ ))%K 1(K %1K %1K .1!K ’1’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’’#.’ (#!#1 ") ! !’!K %(.K !’!K !.K !%.K 1 ’’(K ’#.’ ) ) $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD )K %’1( %K ’1(K %’1(K ..1(!K !1()K ) !.K 1 ’’(K !’!K %(.K !%.K !’!K % ))%K 1K %1(K %1(K .’1(K ’1) !’!K %(.K !’!K !.K !%.K 1 ’’(K ) ) $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD .J (K(J(K’% J K ’!K 1 ! .(#%#1((#%#1( (#%#1( .K !(#%#1(’#.’(#!#1)’#.’) %%K .J %K !%J’K.J K ((#%#1((#%#1((#%#1((#%#1( (#%#1 (’K 1(’#.’’#.’ ! ( (#!#1) ) ))) !)’)%) K K K !K K K K !K K K K !K K K K !KKKK!KKKK!K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD )+)+ )+!)+ K !K (K %K K !K (K %K K !K (K %K K !K (K %K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD +)’.K % #K !K .K K 1 +’K ’K .K K H I 1!(!K 1 !((K 1 !’K 1 !K HH HH %#%#1%#%#1 %#%#1 %#%#1(K (’1(K K K ’K ’1(.K %.1(.K (1! %#%#1 ")! ) * !’ ! %#%#1%#%#1 !’ %#!#1 %#!#1 %#!#1 %#%#1 %#%#1(K (’1(K K K ’K .K %.1(.K (1! "*(K (’1(K K K ’K .K %.1(.K (1! " ) ) * ( !’ +) ! ) K !K (K %K K !K (K %K K !K (K %K K !K (K %K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD K !’ !’ !’ ) !’% ) %L.’ #K 1((K ’1() %L.’ # )(K %L.’ ))) !) K !K (K %K K !K (K %K K !K (K %K K !K (K %K $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !.!( ’ % B 87= 66F=1=G565BD (#%#1( (#%#1( (#%#1( (#%#1( !#%(#%#1( 1!##K 1!1!M ! !#%(#%#1 (#%#1( 1!##K 1!1!M ! (#%#1( (#%#1( (#%#1((#%#1( !#% 1!##K 1!1!M ! (#%#1((#%#1( (#%#1( (#%#1((#%#1( !#% (#%#1( 1!##K !1!1!M 1!##K 1!1!M%( ! ! !’ %.( ! $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! ! !.!( ’ % B 87= 66F=1=G565BD (#%#1( (#%#1( (#%#1( (#%#1( (#%#1( 1!##K 1!1!M !#% (#%#1( !!#% (#%# 1!##K 1!1!M ! (#%#1( (#%#1( (#%#1((#%#1( (#%# 1!##K 1!1!M !#% !%1!##K ! 1!##K 1!1!M !#% (#%#(#%#1 ! ! !’ %.( ! $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! ! !.!( ’ % B 87= 66F=1=G565BD (#%#1( (#%#1( (#%#1(%1!##K ! 1!1!M 1!##K !#% (#%# ! ! !#% (#%#1( (#%# 1!##K ! 1!##K 1!1!M %( ! ! (#%#1( (#%#1((#%#1(%#%#1 (#%#1( (#%#1 %#%#1( %#%#1( (#%#1( (#%#1( %#%#1( 1!##K 1!1!M %#%#1( 1 % %#%#1( (#%#1( !#% 1!##K 1 !1!M 1% %#%#1( (#%#1( %#%#1( (#%#1( !’ %.( !’ $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! ! !.!( ’ % B 87= 66F=1=G565BD %#%#1( (#%#1( (#%#1( %#%#1( !#% (#%#1( %#%#1( 1!LLK 1!1!M 1% (#%#1( %#%#1( !#% 1!##K 1!1!M 1% (#%#1( %#%#1( )(#!#1 (#%#1( %#%#1( )(#!#1 %K 11’1’1(#%#1( #!#1!1 !1!M %K 11!1!1(#%#1( #!#1!1 !1!M K %K !!(!!!!#% #%#1!1 !1!M !#% % 1!#.’ 1% ’#.’ (#%#1( ) ) %#%#1( (#!#1 ( 1!’(, 1( 1! 1 (#%#1( K !1 ! L!1 !&+#+ !’ %( . * $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! ! !.!( ’ % B 87= 66F=1=G565BD (#%#1( 1 1 1 ( ( 1 K .(’1!K !11! 1!M) K . 1 ( ( 1 1!M) , 1( 1! 1 1 1 1 ( ( 1 %!1%1!1! 1!M) , K .K 1%!!#% (#%#1( K . 1 ( ( 11!M) , 1( 1!(% 1 !#%(1!M) , 1( 1! 1 K !1 ! " ) 1( ’1(#!# M ’1(#!# M " ) ’1(#!# M ’1(#!# M )+K #(K 1! ")+ * ) !!’!) ! $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !! !.!( ’ % %# = B 87= 66F=1=G565BD . 5 ( 1! .’M#1!+ # %#.’ ’ !’ # %#.’ 1! 1! .’M#1! + ! !’ # ( K (1! 1!#(# 1%M ’1(M )%1 %#%#1 ) ##1 11!M %#%#1 1! !’1(M 1 % 1 I %#.’ 1! (1!M 1 1%1! (1!M %L.’ 1 %1 I %L%L1 . !’ %#%#1 )+)+)+! )+ (’.% $ ’)567889:;8<=678>?=8@A! ’%%(. 9BC=665BD8>DE5D==9 .%..%’ ! !’ !.!( ’ % B 87= 66F=1=G565BD AA-1011SR 60 -COURTNEY CAMPBELL CAUSEWAYSOUTH BAYSHORE BLVD FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-100OVERALL SITE PLANPINELLAS437498-1-52-02SR 601OVERALL SITE PLAN25'0'100'50'No. DateIssue / RevisionNOTE:1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONALINFORMATION.2. EXISTING CONDITIONS AERIAL BACKGROUND SHOWN FOR REFERENCE ONLY. A101A503AA-4011AA-5011A128A5041AA-3012AA-2011AA-201AA-5021AA-5011SIMOPPA101A108A1083AA-301A336A336A217ALIGN REACTIVE CONCRETE STAIN WITH MIRRORED WIDE-FLANGE MEMBERS, TYP.ALIGN REACTIVE CONCRETE STAIN WITH CORNERSCORNER6' - 0" FROMCORNER 6' - 0" FROMAA-4012FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION.NATURAL FINISH PER FDOT STANDARDREACTIVE STAIN CONCRETE FINISH COLOR 1REACTIVE STAIN CONCRETE FINISH COLOR 2FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-101FLOOR PLANPINELLAS 437498-1-52-02SR 601FLOOR PLANKEYNOTE LEGENDNO. DESCRIPTIONA101 CANOPY OVERHEAD, TYP.A108 PAVEMENT STRIPING, TYP. APPLY CONCRETE REACTIVESTAIN CAREFULLY AROUND PAVEMENT STRIPING. REFERTO SIGNING AND PAVEMENT PLANSA128 EXPANSION JOINT, REFER TO KCA STRUCTURALDRAWINGSA217 BIKE RACK MODEL# CBBR-2CR-SSA336 CAST IN PLACE CONCRETE BENCH, TYP.A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCASTRUCTURAL DRAWINGS8'0'16'32'No. Date Issue / Revision A503A501AA-102.11OPENOPENOPENA501A539ARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-102ROOF PLANPINELLAS 437498-1-52-02SR 601ROOF PLAN8'0'16'32'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONS A503A5031AA-503SIMOPP1AA-503TYP2AA-503TYP1AA-5036"1'-0"6"6"1'-2"6"6"1'-0"6"1'-0"6"2' - 5" 1' - 6"2' - 2"3' - 8"2' - 0" 3' - 2"1' - 0"3' - 8"1' - 11 51/256"2' - 3 97/256"4' - 0"6"1' - 4"2' - 2"2' - 0"2' - 8" 1' - 4"1' - 8"1' - 4"1' - 8"2' - 0"1' - 6"6AA-503A539A501MAX PANEL WIDTH = 4'0" COORDINATE PANEL BREAKS TO ALIGN WITH DESIGN INTENT, TYP.OPENOPENOPENA501ARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-102.1ENLARGED ROOF PLANPINELLAS 437498-1-52-02SR 601ENLARGED ROOF PLAN2'0'4'8'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONS ARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERPASS ROOF46'-2"OVERLOOK ROOF48'-8"AA-2041OPPSIMAA-2051OPPSIMAA-2031OPPSIMA336FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERPASS ROOF46'-2"OVERLOOK ROOF48'-8"AA-2031AA-2041AA-2051A504A131A132A132A504A501A501A501A501A504FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION.NATURAL FINISH PER FDOT STANDARDREACTIVE STAIN CONCRETE FINISH COLOR 1REACTIVE STAIN CONCRETE FINISH COLOR 2NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-201OVERALL ELEVATIONSPINELLAS 437498-1-52-02SR 60ALL NOTES ON ELEVATION 1 ARE TYPICAL AND APPLY TO ALL ELEVATIONS2ELEVATION1ELEVATION4'0'16'8'4'0'16'8'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA131 STANDARD FDOT FIB, REFER TO KCA STRUCTURALDRAWINGSA132 CHEMICALLY STAINED CONCRETE PIER, REFER TO KCASTRUCTURAL DRAWINGSA336 CAST IN PLACE CONCRETE BENCH, TYP.A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCASTRUCTURAL DRAWINGS FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERLOOK ROOF48'-8"A504A306A501A501FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERLOOK ROOF48'-8"A217A503A336A132FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERLOOK ROOF48'-8"FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERLOOK ROOF48'-8"ARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION.NATURAL FINISH PER FDOT STANDARDREACTIVE STAIN CONCRETE FINISH COLOR 1REACTIVE STAIN CONCRETE FINISH COLOR 2NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-202OVERLOOK ELEVATIONSPINELLAS 437498-1-52-02SR 601ELEVATION3ELEVATION4ELEVATION2ELEVATION4'0'16'8'4'0'16'8'4'0'16'8'4'0'16'8'ALL NOTES ON ELEVATION 1 ARE TYPICAL AND APPLY TO ALL ELEVATIONSNo. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA132 CHEMICALLY STAINED CONCRETE PIER, REFER TO KCASTRUCTURAL DRAWINGSA217 BIKE RACK MODEL# CBBR-2CR-SSA306 REACTIVE STAIN CONCRETE FINISH, TYP. COORDINATECOLOR SELECTION FOR APPROVAL WITH CITY OFCLEARWATER AND FDOT.A336 CAST IN PLACE CONCRETE BENCH, TYP.A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCASTRUCTURAL DRAWINGSA593 ARCHITECTURAL METAL PANEL ASSEMBLY FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERPASS ROOF46'-2"A503A5013AA-502TYPALIGN CORNERS, TYP.3' - 6" 2' - 0" 3' - 4" 10" 2' - 0" 3" 1' - 8" 3' - 0" 2' - 0" 2' - 4" 2' - 5" 2' - 5" 2' - 9"1'-0"6"1'-0"1'-6"1'-0"6"6"2AA-501TYPCLEAR 1' - 2"MAX PANEL WIDTH = 4'-0" PER MANUFACTURER (COORDINATE PANEL BREAKS TO ALIGN AS ILLUSTRATED, TYP.)2'2' -2"1' - 10"2AA-5024' - 0"4' - 0"4' - 1 1/2" 2' - 10 1/2"165°1 0 3°ALIGN ALL PANEL EDGES AS ILLUSTRATED, TYP.155°3°TYPARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-203OVERPASS ENLARGED ELEVATION (1)PINELLAS 437498-1-52-02SR 601ENLARGED ELEVATION1'0'4'2'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERPASS ROOF46'-2"A5013AA-502TYP5 A A -5 0 2 TYP4 AA-501TYPALIGNALIGN CORNERSMAX PANEL WIDTH = 4'-0" PER MANUFACTURER (COORDINATE PANEL BREAKS TO ALIGN AS ILLUSTRATED, TYP.)A503A5406 5 ° 3' - 6"34° 46°85°9"3' - 6"9 3° 1 0 1° 103°2AA-502TYP6' - 0"VERIFY FOR ALIGNMENT OF BREAKS6' - 10"ALIGNALIGNARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-204OVERPASS ENLARGED ELEVATION (2)PINELLAS 437498-1-52-02SR 601ENLARGED ELEVATION1'0'4'2'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA540 MCNICHOLS EXPANDED METAL (MODEL #57001599)PANEL ASSEMBLY WITH INTEGRAL END U-EDGING 14GAUGE MODEL# 4071440110. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS FINISH SURFACE30'-0"OVERPASS ROOF46'-2"A503A501A539MAX PANEL WIDTH = 4'-0" PER MANUFACTURER (COORDINATE PANEL BREAKS TO ALIGN AS ILLUSTRATED, TYP.)ALIGN PANEL TO CORNERALIGN PANEL TO CORNER2AA-501TYP3AA-502TYP3' - 6"3' - 6"2' - 5"3' - 6"4' - 0"4' - 0"4' - 0"4' - 0"15°2AA-502TYPARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-205OVERPASS ENLARGED ELEVATION (3)PINELLAS 437498-1-52-02SR 601ENLARGED ELEVATION1'0'4'2'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONS FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-206ENCLOSURE MATERIALS (1)PINELLAS 437498-1-52-02SR 60No. Date Issue / Revision FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-207ENCLOSURE MATERIALS (2)PINELLAS 437498-1-52-02SR 60No. Date Issue / Revision FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERPASS ROOF46'-2"AA-5031A306TYPFINISH SURFACE30'-0"CLEAR HEIGHT40'-0"OVERPASS ROOF46'-2"OVERLOOK ROOF48'-8"AA-5032AA-5033AA-5032TYPTYPOPPA504AA-50364AA-503TYP5AA-5032AA-502TYPA501A503A217A539A336TYPA302PIER SECTION CUTPIER SECTION CUTFROM TOP OF DECK8' - 0" MIN CLEARA202A504A501A501FINISH SURFACE30'-0"CLEAR HEIGHT40'-0"FROM TOP OF DECK8' - 0" MIN CLEAR A202ARCHITECTURAL MESH LEGEND:McNICHOLS WIRE MESH (MODEL# 38231900)McNICHOLS EXPANDED METAL (MODEL# 57001599)McNICHOLS PERFORATED METAL (MODEL# 17145163)FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION.NATURAL FINISH PER FDOT STANDARDREACTIVE STAIN CONCRETE FINISH COLOR 1REACTIVE STAIN CONCRETE FINISH COLOR 2NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-301SECTIONSPINELLAS 437498-1-52-02SR 602SECTION1SECTION4'0'16'8'4'0'16'8'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA202 SIGNAGE, REFER TO SIGNING AND PAVEMENT MARKINGFOR REQUIREMENTS. INSTALL 3' - 0" FROM INTERIOREDGE OF FRAMING. REFER TO STRUCTURAL PLANS FORINSTALLATION DETAILS, TYP.A217 BIKE RACK MODEL# CBBR-2CR-SSA302 PRECAST CONCRETE PIER, REFER TO STRUCTURALA306 REACTIVE STAIN CONCRETE FINISH, TYP. COORDINATECOLOR SELECTION FOR APPROVAL WITH CITY OFCLEARWATER AND FDOT.A336 CAST IN PLACE CONCRETE BENCH, TYP.A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCASTRUCTURAL DRAWINGSA539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONS3SIGNAGE SECTION4'0'8'16' 2AA-2021AA-2024AA-2023AA-202A336A217A504A306A1011'-6"9"1'-6"9"9"9"9"A5013' - 5"3' - 0" 3' - 0" 3' - 5" 4' - 0" 4' - 0"7' - 4" 6' - 10" 6' - 5" 6' - 5" 6' - 5" 8' - 6" 5' - 4"4' - 0"A5046" TYP. 6" TYP.A108A108ALIGN REACTIVE STAIN WITH EDGES MAINTAIN DESIGN INTENT, TYP.1' - 9" FROM CURB9"9"TYP.3' - 6"60° TYP. 6"ALIGN REACTIVE STAIN WITH BEND IN SLOPE AND PAVEMENT MARKINGS AS ILLUSTRATED, TYP.8' - 4"6' - 8"8' - 2" 6' - 2"BELOWA501A504AA-40136' - 0"8' - 0"A10391' - 1" 1' - 1"FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION.NATURAL FINISH PER FDOT STANDARDREACTIVE STAIN CONCRETE FINISH COLOR 1REACTIVE STAIN CONCRETE FINISH COLOR 2THIS SHEETREFER TO DETAIL 1TYP.1' - 6"3/4" CHAMFERED EDGETOP OF CONCRETE DECKA3062'-0"1'-0"2'-0"1'-0"4' - 6"3' - 0"4' - 4"3' - 6" 3' - 4"5' - 6"3' - 10"3' - 6" TYP. 3"1/2" TYP.1'-6"1'-3"NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-401ENLARGED PLANSPINELLAS 437498-1-52-02SR 601ENLARGED PLAN2'0'8'4'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA101 CANOPY OVERHEAD, TYP.A108 PAVEMENT STRIPING, TYP. APPLY CONCRETE REACTIVESTAIN CAREFULLY AROUND PAVEMENT STRIPING. REFERTO SIGNING AND PAVEMENT PLANSA217 BIKE RACK MODEL# CBBR-2CR-SSA306 REACTIVE STAIN CONCRETE FINISH, TYP. COORDINATECOLOR SELECTION FOR APPROVAL WITH CITY OFCLEARWATER AND FDOT.A336 CAST IN PLACE CONCRETE BENCH, TYP.A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCASTRUCTURAL DRAWINGSA1039 ADA ACCESSIBILITY 5'-0" TURNING RADIUS, TYP.4CIP BENCH SECTION1'0'2'4'2ENLARGED GRAPHIC LAYOUT3TIRE GRAPHIC1'0'2'4'2'0'8'4' AA-5014AA-5013AA-5012A503A539A540A501A501A503A540A539A503WITH MESH SYSTEM2 3/4" VERIFY ALIGNMENT2"4"AA-5025A503A539A595A595A595A343A539A543AA-5024A501A5032. ALL DETAILS ARE SHOWN ORTHOGONALLY FOR CLARITY, TYP.NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-501DETAILS (1)PINELLAS 437498-1-52-02SR 601ENLARGED PLAN4DETAIL3DETAIL2DETAIL1'0'2'4'3"0'6"1'3"0'6"1'3"0'6"1'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA343 CONCRETE PARAPET BY OTHERSA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONSA540 MCNICHOLS EXPANDED METAL (MODEL #57001599)PANEL ASSEMBLY WITH INTEGRAL END U-EDGING 14GAUGE MODEL# 4071440110. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA543 STEEL PLATE, REFER TO STRUCTURALA595 3/4" DIA ADHESIVE ANCHOR BOLTS, REFER TO KCASTRUCTURAL DRAWINGS FOR TYPICAL DETAIL A504A343A539AA-5023TYPSIM2"1/4" CLEAR, TYP.A5222" TYP @ THIS CONDITION 1 1/2" PANEL LEG,A760A5031/4" CLEAR, TYP.CLEAR 1" MIN.BOLT AND U-EDGING, TYP.A599A522A539PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP.1/4" CLEAR, TYP.TYP @ THIS CONDITION1 1/2" PANEL LEGS,1/4" CLEAR, TYP.A539FASTENER AND U-EDGINGPANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP.A5993/4" TYP.1/2"1/8" CLEAR, TYP.1/2"A591A599A594A7602. ALL DETAILS ARE SHOWN ORTHOGONALLY FOR CLARITY, TYP.NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-502DETAILS (2)PINELLAS 437498-1-52-02SR 601 ½"0'3"6"1ENLARGED PLAN3"0'6"1'3DETAIL4DETAIL5DETAIL2TYPICAL PANEL SPACE3"0'6"1'No. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA343 CONCRETE PARAPET BY OTHERSA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCASTRUCTURAL DRAWINGSA522 FASTENER WITH FLAT WASHER @ 12" O.C. MAX ON ALLPANEL EDGES FROM PANEL ENDS, TYP.A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONSA591 MCNICHOLS INTEGRAL U-EDGING, TYP. REFER TOENCLOSURE MATERIALSA594 1/2" STAINLESS STEEL STIFFENER 14 GAUGE , REFERTO STRUCTURALA599 3/8" DIA STAINLESS STEEL LOCK NUT, 1/8" BOLT ENDEXPOSURE, TYP. AT 12" O.C.A760 NEOPRENE ISOLATED STRIP¾"0'1 ½"3"¾"0'1 ½"3" EQ EQ1/8" CLEAR, TYP.A503A760A522EQEQSLOPE1/2"1/4" CLEAR1/2"A130A522A503A7601" CLEAR, TYP.A599A539A760A501175°A539TYP @ THIS CONDITION3" PANEL LEGTYP. @ THIS CONDITION3" PANEL LEG1 1/2" TYP.PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP.A594A543A501A595EQ EQA343A543A501A594EQ EQ1/2"1" CLEAR, TYP.A539A501A599A760A522A503TYP @ THIS CONDITION3" PANEL LEGS1" CLEAR, TYP.175°PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP.2. ALL DETAILS ARE SHOWN ORTHOGONALLY FOR CLARITY, TYP.NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-503DETAILS (3)PINELLAS 437498-1-52-02SR 60¾"0'1 ½"3"1 ½"0'3"6"3"0'6"1'1DETAIL2DETAIL3DETAIL4DETAIL5DETAIL3"0'6"1'¾"0'1 ½"3"6DETAILNo. Date Issue / RevisionKEYNOTE LEGENDNO. DESCRIPTIONA130 REFER TO STRUCTURAL FOR ADDITIONAL INFORMATIONA343 CONCRETE PARAPET BY OTHERSA501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCYA503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONSA522 FASTENER WITH FLAT WASHER @ 12" O.C. MAX ON ALLPANEL EDGES FROM PANEL ENDS, TYP.A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS ASREQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITHFRAMING SYSTEM AT SPLICE LOCATIONSA543 STEEL PLATE, REFER TO STRUCTURALA594 1/2" STAINLESS STEEL STIFFENER 14 GAUGE , REFERTO STRUCTURALA595 3/4" DIA ADHESIVE ANCHOR BOLTS, REFER TO KCASTRUCTURAL DRAWINGS FOR TYPICAL DETAILA599 3/8" DIA STAINLESS STEEL LOCK NUT, 1/8" BOLT ENDEXPOSURE, TYP. AT 12" O.C.A760 NEOPRENE ISOLATED STRIP¾"0'1 ½"3" FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-901 PERSPECTIVES PINELLAS 437498-1-52-02SR 60 1 PERSPECTIVE VIEW 2 PERSPECTIVE VIEW 3 PERSPECTIVE VIEW 4 PERSPECTIVE VIEW NOTE: ALL 3D IMAGES ARE SHOWN FOR ILLUSTRATIVE PURPOSES ONLY. THEY ARE NOT INTENDED FOR USE IN CONSTRUCTION AND DETAILING OF THE PROJECT No. Date Issue / Revision ELECTRICAL LEGEND MOUNTINGDESCRIPTIONSYMBOL SURFACE MOUNTED LED LUMINAIRE, LETTER INDICATES TYPE. SURFACE MTD - SEE FIXTURE SCHEDULE A SURFACE MTD - SEE FIXTURE SCHEDULE SURFACE LED LUMINAIRE, LETTER INDICATES TYPE.G SURFACE MTD - SEE FIXTURE SCHEDULE SURFACE LED LUMINAIRE, LETTER INDICATES TYPE.D a SINGLE POLE SWITCH (120/277V), LETTER INDICATES FIXTURE GROUPING BY SWITCH M.H. 48" AFF TO TOP THREE WAY SWITCH (120/277V), LETTER INDICATES FIXTURE GROUPING BY SWITCH M.H. 48" AFF TO TOPa3 SINGLE POLE SWITCH (120/277V), KEY OPERATED. LETTER INDICATES FIXTURE GROUPING BY SWITCH M.H. 48" AFF TO TOPaK MOTOR/HP RATED TOGGLE SWITCH SIZED PER MOTOR MANUFACTURER'S RECOMMENDATION, MINIMUM 20 AMP. SURFACE, ADJACENT TO OR ON MOTOR M a LOW VOLTAGE LIGHTING CONTROL WALL SWITCH. PUSH BUTTON ON/OFF, STAINLESS STEEL COVERPLATE. COORDINATE WITH THE OCCUPANCY SENSOR. LETTER INDICATES FIXTURE GROUPING BY SWITCH M.H. 48" AFF TO TOP LOW VOLTAGE MULTI-WAY LIGHTING CONTROL WALL SWITCH (e.g. 3-WAY). PUSH BUTTON ON/OFF, STAINLESS STEEL COVERPLATE. COORDINATE WITH THE OCCUPANCY SENSOR. LETTER INDICATES FIXTURE GROUPING BY SWITCH M.H. 48" AFF TO TOP a 3 LINE VOLTAGE (120/277 VOLT) SWITCH WITH INTEGRAL OCCUPANCY SENSOR (AUTO ON/AUTO OFF) M.H. 48" AFF TO TOP OS PUSH-BUTTON DIMMER SWITCH, ON/OFF/DIMMING - 0-10V. LED DIMMER SHALL BE COMPATIBLE WITH LED DRIVER AND OCCUPANCY SENSOR. M.H. 48" AFF TO TOP MULTI-WAY PUSH-BUTTON DIMMER SWITCH, ON/OFF/DIMMING (MULTI-WAY APPLICATION WITH NON-DIMMING UNITS ONLY) 0-10V LED DIMMER SHALL BE COMPATIBLE WITH LED DRIVER AND OCCUPANCY SENSOR. M.H. 48" AFF TO TOP 3 ELECTRICAL LEGEND MOUNTINGDESCRIPTIONSYMBOL BRANCH CIRCUIT CONDUIT AND WIRE CONCEALED ABOVE CEILING OR BEHIND FINISHED WALL N/A RACEWAY EXPOSED ON WALL OR CEILING N/A HOMERUN TO PANELBOARD - LETTER INDICATES PANEL, NUMBER INDICATES CIRCUIT, MINIMUM 3/4" CONDUIT. NOTE: ANY HOMERUN WITHOUT FURTHER DESIGNATION INDICATES TWO #12 AWG AND #12 AWG EQUIPMENT GROUND. DEDICATED CIRCUIT REQUIRES SEPARATE NEUTRAL IG EG LA-1,3,5 N/ACONDUIT CAPPED N/A 120/208 VOLT POWER PANELBOARD M.H. 6'-0" TO TOP OR AS NOTED M.H. 6'-0" TO TOP OR AS NOTED 277/480 VOLT POWER PANELBOARD M.H. 6'-0" TO TOP OR AS NOTED NON-FUSIBLE SWITCH M.H. 6'-0" TO TOP OR AS NOTED FUSIBLE SAFETY SWITCH DOUBLE DUPLEX RECEPTACLE - 120VAC M.H. 16" AFF TO BOTTOM OR AS NOTED M.H. 16" AFF TO BOTTOM WP DUPLEX RECEPTACLE - 120VAC. LETTER NEXT TO DEVICE INDICATES THE FOLLOWING: 'WP' = WEATHERPROOF TYPE. 'GFI' = GROUND FAULT PROTECTION TYPE. 'DL' = DAMP LOCATION WEATHERPROOF COVER (NOT IN USE TYPE) 'TP' = TAMPER PROOF. DUPLEX RECEPTACLE - 120VAC M.H. 42" AFF TO BOTTOM OR AS NOTED THIS IS A STANDARD LEGEND. NOT ALL DEVICES SHOWN ARE USED IN THESE DOCUMENTS. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-001ELECTRICAL GENERAL NOTES AND SYMBOL LEGEND PINELLAS 437498-1-52-02SR 60 GWB GYPSUM WALL BOARD G, GND GROUND WP WEATHER PROOF GFI GROUND FAULT PROTECTION RL RELOCATED FDP FLAT PANEL DISPLAY R REMOVE FATC FIRE ALARM TERMINAL CABINET U.G.UNDERGROUND FACP FIRE ALARM CONTROL PANEL U.O.N.UNLESS OTHERWISE NOTED EXP EXPLOSION PROOF ESB ENERGY SAVING BALLAST PROJ PROJECTOR LOCATION EG EQUIPMENT GROUND OFCI OWNER FURNISHED, CONTRACTOR INSTALLED EWH ELECTRIC WATER HEATER N/A NOT APPLICABLE EWC ELECTRIC WATER COOLER M.H.MOUNTING HEIGHT ETR EXISTING TO REMAIN MTD MOUNTED E EXISTING MTG MOUNTING AFG ABOVE FINISHED GRADE INT INTERCOM/PAGING CABINET AFF ABOVE FINISHED FLOOR H.D. HAND DRYER ABBREVIATIONS (THESE NOTES APPLY TO ALL SHEETS) 1. ALL ELECTRICAL WORK SHALL MEET ALL OF THE REQUIREMENTS OF THE FOLLOWING: A. FLORIDA BUILDING CODE (FBC) 8TH EDITION (2023) (EFFECTIVE DECEMBER 31, 2023): THIS CODE INCLUDES THE 2023 FBC BUILDING, MECHANICAL, PLUMBING, ENERGY CONSERVATION, FUEL GAS, ACCESSIBILITY, AND TEST PROTOCOLS VOLUMES. FURTHER, SEE "REFERENCED STANDARDS" IN THE FBC BUILDING CHAPTER 35; FBC MECHANICAL CHAPTER 15; FBC PLUMBING CHAPTER 15; FBC ENERGY CONSERVATION CHAPTER 6; AND FBC FUEL GAS CHAPTER 8). B. 8TH EDITION OF THE FLORIDA FIRE PREVENTION CODE (FFPC): THIS CODE ALSO INCLUDES THE FLORIDA VERSIONS OF NFPA 1 AND NFPA 101. (EFFECTIVE DECEMBER 31, 2023). C. 2020 NATIONAL ELECTRIC CODE. 2. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE AND VERIFY THE EXISTING CONDITIONS TO GAIN KNOWLEDGE OF THE SCOPE OF WORK INVOLVED. 3. "PROVIDE" SHALL MEAN "FURNISH AND INSTALL". 4. IN GENERAL, THESE DRAWINGS ARE SCHEMATIC IN NATURE AND SHOULD NOT BE SCALED. IT SHALL NOT BE THE INTENT OF THESE PLANS AND/OR SPECIFICATIONS TO SHOW EVERY MINOR DETAIL OF CONSTRUCTION. PROVIDE ALL ITEMS NECESSARY FOR A COMPLETE AND OPERATIONAL SYSTEM. 5. ELECTRICAL INSTALLATION SHALL BE CLOSELY COORDINATED WITH ALL OTHER TRADES. REVIEW THE ENTIRE SET OF DOCUMENTS FOR COORDINATION. NO COST SHALL BE ASSOCIATED WITH ILL-TIMED INSTALLATION INCLUDING ANY REPAIRS OR REPLACEMENTS. 6. ALL CONDUITS AND BOXES SHALL BE CONCEALED AS MUCH AS POSSIBLE UNLESS OTHERWISE NOTED. ALL CONDUIT RUNS ARE SCHEMATIC IN NATURE. EXACT ROUTING TO BE DETERMINED IN THE FIELD UNLESS OTHERWISE NOTED. 7. APPLY A BITUMASTIC COATING FOR ALL CONDUITS PENETRATING FLOOR SLABS OR OTHERWISE EXTENDING FROM BELOW GRADE. 8. PROVIDE ALL REQUIRED PULL BOXES, JUNCTION BOXES, ETC. FOR A COMPLETE INSTALLATION. 9. ALL CONDUCTORS SHALL BE STRANDED COPPER, THHN/THWN, MINIMUM #12 AWG. ALL CONDUCTORS SHALL BE IN CONDUIT. 10. MC CABLE OR OTHER PREMANUFACTURED CABLING SHALL NOT BE USED. 11. ALL CIRCUITS SHALL CONTAIN A SEPARATE, GREEN, COPPER GROUNDING CONDUCTOR. 12. PANELBOARDS SHALL BE ACCURATELY LABELED TO IDENTIFY FINAL CIRCUIT NUMBERS UTILIZED, THEIR LOAD AND LOCATION. 13. DO NOT SHARE NEUTRALS. PROVIDE DEDICATED NEUTRALS FOR EACH CIRCUIT. 14. ALL ABOVE GROUND CONDUIT SHALL BE INTERMEDIATE ALUMINUM WITH STAINLESS STEEL SUPPORTS AND CONDUIT STRAPS. 15. ALL BRANCH CIRCUIT BOXES SHALL BE CAST ALUMINUM WEATHERPROOF TYPE. 16. ALL RACEWAYS AND BOXES SHALL BE INSTALLED WHERE CONCEALED FROM VIEWS FROM THE HIGHWAY AND CONCEALED FROM VIEW IN GENERAL AS MUCH AS POSSIBLE. 17. REFER TO TECHNICAL SPECIAL PROVISIONS (SPECIFICATIONS) FOR MORE REQUIREMENTS. ELECTRICAL DRAWING INDEX SHEET NUMBER SHEET NAME AE-001 ELECTRICAL GENERAL NOTES AND SYMBOL LEGEND AE-002 LUMINAIRE SCHEDULE AND CUT SHEETS AE-101 ELECTRICAL PLAN AE-201 OVERPASS ELEVATIONS - LIGHTING AE-301 PHOTOMETRIC PLAN AE-601 ELECTRICAL RISER DIAGRAM AE-701 ELECTRICAL DETAILS (1) AE-702 ELECTRICAL DETAILS (2) ELECTRICAL GENERAL NOTES: No. Date Issue / Revision FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-002LUMINAIRE SCHEDULE AND CUT SHEETS PINELLAS 437498-1-52-02SR 60 TYPE 'B'TYPE 'C' AND 'D' TYPE 'G' SUBSTITUTIONS WILL NOT BE CONSIDERED WITHOUT A MINIMUM 15 DAY PRIOR APPROVAL SUBMITTAL AND ANY APPROVAL ISSUED BY ADDENDUM. REFER TO SPECIFICATIONS FOR PRIOR APPROVAL SUBMITTAL REQUIREMENTS. Gx.x WALL MOUNTED LED FLEX TYPE LUMINAIRE. PROVIDE CONTINUOUS ROW WITH FEED THRU WIRING AS NECESSARY. SURFACE MOUNTED. PROVIDE MOUNTING ACCESSORIES TO ADJUST THE MOUNTING FOR THE CURVED SURFACE.STATIC WHITE (3500K) QTRAN BOXA #BOXA-SW- RLC-IP67-35-6.0-ENC/CL-VARIES, OR APPROVEDEQUIVALENT. PROVIDE 120 VOLT-24 VOLT POWER SUPPLY(#QOM- eLED-XxxW-UNV-24VDC-0-10V-SS) AND POWER FEED/CONNECTORS AS NECESSARY. SHALL BE 316 MARINE GRADE STAINLESS STEEL. WET LOCATION. POWER SUPPLIES SHALL BE MINIMUM 100 WATT. 120 6 WATTS PER FOOT LED, 157 LUMENS PER FOOT, 3,500K LED DRIVER SURFACE MOUNTED Fx.x BLUE LED SURFACE MOUNT LINEAR LUMINAIRE WITH FIXED HIDDEN STAINLESS STEEL MOUNTING CLIP AND FROSTED LENS. WET LOCATION LISTED IP67. ARCHITECT TO SELECT COLOR OF TRIM ACCESSORIES. Q-TRAN TORQ #TQ3SC-5.0-B-ENC-STD-TL, OR APPROVED EQUIVALENT. PROVIDE WITH WET SERIES 120 VOLT-24 VOLT POWER SUPPLY(#QOM-eLED-XxxW-UNV-24VDC-0-10V-SS) AND POWERFEED/CONNECTORS AS NECESSARY.SHALL BE 316 MARINE GRADE STAINLESS STEEL. POWER SUPPLIES SHALL BE MINIMUM 100 WATT. 120 5 WATTS PER FOOT LED, 53 LUMENS PER FOOT, BLUE LED DRIVER SURFACE MOUNTED D 4'-0" LED STANDALONE LUMINAIRE WITH DIECAST ALUMINUM HOUSING, FROSTED TEMPERED GLASS LENS, AND TWO 18 INCH INCREMENTALLY ADJUSTABLE TYPE WALL MOUNTING BRACKETS WITH BRIDGE/OVERPASS VIBRATION RATING AND 10x30 DEGREE DISTRIBUTION OPTICS. LISTED FOR WET LOCATION. IP66 CUSTOM COLOR LUMENPULSE #LFP-SA-UL-120/277-48-3.75-35K-80-10x30-FR- xx-VRBO-WMi18-CC-XD-CC, OR APPROVED EQUIVALENT. PROVIDE LEADER CONNECTOR CABLE (#LFLC) AS NECESSARY. 120 15 LED 1,513LUMENS, 3,500K LED DRIVER WALL MOUNTEDWITH MANUFACTURER'S ARM BRACKET FACING UPWARDS C 4'-0" LED STAND ALONE LUMINAIRE WITH DIE CAST ALUMINUM HOUSING, FROSTED TEMPEREDGLASS LENS, AND TWO 12 INCH INCREMENTALLY ADJUSTABLE TYPE WALL MOUNTING BRACKETSWITH BRIDGE/OVERPASS VIBRATION RATING AND 10x60 DEGREE DISTRIBUTION OPTICS. LISTED FOR WET LOCATION. IP66, CUSTOM COLOR LUMENPULSE #LFP-SA-UL-120/277-48-3.75-35K-80-10x60-FR- xx-VRBO-WMi12-CC-XD-CC, OR APPROVED EQUIVALENT. PROVIDE LEADER CONNECTOR CABLE (#LFLC) AS NECESSARY. 120 15 LED 1,687 LUMENS,3,500K LED DRIVER WALL MOUNTED WITHMANUFACTURER'S ARM BRACKETFACING UPWARDS Bx.x STATIC WHITE LED SURFACE MOUNT LINEAR LUMINAIRE WITH FIXED MOUNTING CLIP AND FROSTED LENS. WET LOCATION LISTED. ARCHITECT TO SELECT COLOR OF TRIM ACCESSORIES. LUMINII #K45MW-VARIES-HE48SO-35K-F-CB-xx-E-xx-xx, OR APPROVED EQUIVALENT. PROVIDE WITH IP66 WET SERIES 120 VOLT-24 VOLT POWER SUPPLY (#PDCU-W-96-24) AND POWER FEED/CONNECTORS AS NECESSARY. 120 2.5 WATTS PER FOOT LED 50 LUMENS PER FOOT, 3,500K LED DRIVER / POWER SUPPLY SURFACE MOUNTED, FACING UPWARD FOR INDIRECT LIGHTING A 1'-0" LED STANDALONE LUMINAIRE WITH DIE CAST ALUMINUM HOUSING, CLEAR TEMPERED GLASS LENS, AND TWO SLIM ADJUSTABLE TYPE WALL MOUNTING BRACKETS WITH BRIDGE/OVERPASS VIBRATION RATING. LISTED FOR WET LOCATION. IP66, CUSTOM COLOR LUMENPULSE #LFP-SA-UL-120/277-12-3.75-35K-80-90x90-CL- NF-NO-VRBO-SM-CC-XD-CC, OR APPROVED EQUIVALENT. PROVIDE LEADER CONNECTOR CABLE (#LFLC), ALL STAINLESS STEEL HARDWARE. 120 8 LED, 358 LUMENS 3,500K LED DRIVER WITH 0-10V DIMMING SURFACE MOUNTED TYPE DESCRIPTION VOLTS WATTS LAMPS DRIVER MOUNTING LUMINAIRE SCHEDULETYPE 'A' TYPE 'F' NOTE: x.x INDICATES LENGTH OF LUMINAIRE IN FEET AND INCHES. EXAMPLE: G6.6 = FIXTURE TYPE 'G', LENGTH 6'-6" REFER TO PLANS FOR ADDITIONAL INFORMATION. NOTES: FINAL SELECTION OF ALL LUMINAIRE CONNECTOR TYPES AND LOCATIONS ARE TO BE DETERMINED AND COORDINATED DURING SHOP DRAWING REVIEW. SHOP DRAWINGS SHALL DEPICT THE PROPOSED CONNECTOR TYPES AND LOCATIONS AND ASSOCIATED WIRING IN AND OUT.ALL EXPOSED HARDWARE AND MOUNTING ACCESSORIES SHALL BE STAINLESS STEEL OR LOW COPPER ALUMINUM. ALL FINAL COLORS WILL BE SELECTED DURING SHOP DRAWING REVIEW, INCLUDING MOUNTING STEMS.PROVIDE FOR CUSTOM COLORS TO BE SELECTED BY THE ARCHITECT. WIRE IN AND OUT, CONNECTOR TYPE IN AND OUT, AND CONFIGURATION SHALL BE SUBMITED WITH SHOP DRAWINGS FOR REVIEW.ILLUMINATION SHALL BE CONTINUOUS.ALL MOUNTING HARDWARE SHALL BE STAINLESS STEEL. PROVIDE MOUNTING TO THE STRUCTURE APPROXIMATLE EVERY 12 INCHES. ADJUST THE DISTANCE AS NEEDED FOR THE LUMINAIRE G TO ALLOW FOR CONTNUOUS SMOOTH BENDS.ALL MOUNTING CLIPS AND HARDWARE SHALL BE STAINLESS STEEL. PROVIDE LAYOUT SHOP DRAWINGS FOR 'F' AND 'G' LUMINAIRES AND INCLUDE REQUIRED SUPPLIES, CONNECTORS, MOUNTING TYPES AND LOCATIONS. 2 1 3 4 1 2 1 1 2 1 2 3 4 3 4 5 5 5 No. Date Issue / Revision B6.6 B6.6 B6.6 B7.0 B7.0 B7.0 B9.0 B7.0 B7.0 C C C C C C C C C C C D D EXISTING UTILITY POWER POLE WITH NEW 1 PHASE TRANSFORMER BANK. REFER TO ELECTRICAL RISER DIAGRAM FOR MORE REQUIRERMENTS. EXISTING OVERHEAD DUKE ENERGY 3 PHASE PRIMARY CODUCTORS LOCATION OF NEW PANEL 'P'. SEE RISER DIAGRAM. PROVIDE STAINLESS STEEL STRUT WITH STAINLESS STEEL HARDWARE FOR MOUNTING. MOUNT AT THE BRIDGE CONCRETE PILING/COLUMN, BUT DO NOT MOUNT PANEL OR STRUT DIRECTLY TO STRUCTURAL COLUMN. PROVIDE A PRE-MANUFACTURED KYNAR COATED ALUMINUM PLATFORM AND STAIRS TO PROVIDE ACCESS TO THE ELECTRICAL EQUIPMENT.HEIGHT OF PLATFORM AND OVERALL DIMENSIONS AS INDICATED.PROVIDE WITH CODE REQUIRED RAILINGS AND STAIRS.PROVIDE CONCRETE PEDESTALS IN GROUND TO ANCHOR BOLT THE PLATFORM AND STAIRS AT GRADE LEVEL. PROVIDED ENGINEERED SHOP DRAWINGS, SIGNED AND SEALED BY FLORIDA REGISTERED PROFESSIONAL ENGINEER. COLOR TO BE SELECTED BY ARCHITECT DURING SUBMITTAL REVIEW. A A A A A A A C C CC C C C C C C REFER TO SHEET AE-201 FOR LIGHTING ON FINS AND PORTAL OH OH OH OH METER PANEL 'P' NEMA 4X LIGHTING CONTROL ENCLOSURE TIE TO CIRCUIT P-9 GENERAL NOTE: CIRCUITING OF THE LUMINAIRES ON THIS SHEET IS DIAGRAMATIC IN NATURE. REFER TO ELECTRICAL DETAILS FOR CONDUIT AND WIRE ROUTING. P-9 P-7 P-3 ROUTE U.G. FROM POLE TO METER PROVIDE PLATFORM WITH STAIRS. SEE RISER DIAGRAM FOR MORE INFORMATION.10' - 4"5 ' - 0"3 ' - 0"ALL HOMERUN RACEWAYS SHALL BE ROUTED TO AND FROM THE PANELBOARD CONCEALED FROM VIEW AS MUCH AS POSSIBLE AND CONCEALED FROM VIEW FROM THE PUBLIC WAY (HIGHWAY) AS MUCH AS POSSIBLE.RACEWAYS MAY BE SURFACE MOUNTED ON THE STRUCTURAL COLUMN AND ON THE STRUCTURE.ROUTE RACEWAYS ON THE BRIDGE STRUCTURE AS INDICATED. (TYPICAL)8' - 0"FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-101 ELECTRICAL PLAN PINELLAS 437498-1-52-02SR 60 1 ELECTRICAL PLAN 4'0'16'8' No. Date Issue / Revision F8 F5 F4 F8 F5 F5 F8 F8 F3.5 F8 F8 F4 F8 F4 F8 F8 F4.6 F8 F5.6 F8 F8 F8 F8 F5.8 F6 G8 G7.6 F6.6 F6.6 G8 G5 G4 G7.6 C C C C C C C C C C C C D D G8 PORTAL GENERAL NOTE: CIRCUITING OF THE LUMINAIRES ON THIS SHEET IS DIAGRAMATIC IN NATURE. REFER TO ELECTRICAL DETAILS FOR CONDUIT AND WIRE ROUTING. P-1 (VIA CONTACTOR) LEFT OF THE PORTAL, FIXTURE TYPE 'F' SHALL BE SURFACE MOUNTED ON THE LEFT SIDE OF THE FIN RIGHT OF THE PORTAL, FIXTURE TYPE 'F' SHALL BE SURFACE MOUNTED ON THE LEFT SIDE OF THE FIN P-3 (VIA CONTACTOR) ROUTE RACEWAYS AND INSTALL BOXES ON THE INSIDE OF THE BEAM (CONCEALED FROM VIEW). REFER TO DETAIL, AE-702. PROVIDE MINIMUM 200 WATT POWER SUPPLY HERE FOR ALL (a) LUMINAIRES. (a) (a) (a) (a) (a) ALL HOMERUN RACEWAYS SHALL BE ROUTED TO AND FROM THE PANELBOARD CONCEALED FROM VIEW AS MUCH AS POSSIBLE AND CONCEALED FROM VIEW FROM THE PUBLIC WAY (HIGHWAY) AS MUCH AS POSSIBLE.RACEWAYS MAY BE SURFACE MOUNTED ON THE STRUCTURAL COLUMN AND ON THE STRUCTURE.ROUTE RACEWAYS ON THE BRIDGE STRUCTURE AS INDICATED (TYPICAL). F8 F6.6 F8 F8 F8 F8 F8 F6.6 F6 F5.8 F5.6 F4.6 G8 G7.6 G7.6 G8 G8 G5 G4 F8F8F8F8 F5 F4.6F4.6 F6F6 F5.6 F6 F6 C C C C C C CC C P-5 (VIA CONTACTOR) ROUTE RACEWAYS AND INSTALL BOXES ON THE INSIDE OF THE BEAM (CONCEALED FROM VIEW). REFER TO DETAIL, AE-702. P-9 (VIA CONTACTOR) MOUNT ALL POWER SUPPLIES/DRIVERS FOR 'F' AND 'G' AT TOP OF STRUCTURE. PROVIDE MINIMUM 200 WATT POWER SUPPLY HERE FOR ALL (a) LUMINAIRES. (a) (a) (a) (a) (a) FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-201 OVERPASS ELEVATIONS - LIGHTING PINELLAS 437498-1-52-02SR 60 2'0'8'4' 2'0'8'4' 1 WEST ELEVATION - LIGHTING PLAN 2 EAST ELEVATION - LIGHTING PLAN No. Date Issue / Revision FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-301 PHOTOMETRIC PLAN PINELLAS 437498-1-52-02SR 60 PHOTOMETRIC PLAN #NAME MIN.MAX.AVERAGE MEAN/MIN.MAX/MIN. 1 OVERPASS WALKWAY 0.50 FC 3.28 FC 1.85 FC 4.08 7.23 2 OBSERVATIION DECK 0.24 FC 2.85 FC 1.43 FC 5.89 11.77 CALCULATION SUMMARY REFER TO SHEET AE-002 FOR LUMINAIRE INFORMATION AND CUT SHEETS LUMINAIRE SCHEDULE No. Date Issue / Revision PC EXTERIOR LIGHTING CONTROL DIAGRAM DIAGRAM NOTES: NOT TO SCALE 1 2 M C N HA 1 H P-11 2 P-1TO LIGHTSP-3P-5P-7P-93 7-DAY, ASTRONOMICAL DIGITAL TIME CLOCK FOR LIGHTING CONTROL. 120V, 40 AMP, SINGLE POLE, SINGLE CHANNEL, WITH CAPACITOR REAL-TIME POWER BACKUP (4 DAYS). (TORK/NSI #EWZ120 OR EQUAL BY INTERMATIC OR PARAGON, OR APPROVED EQUIVALENT). CIRCUIT TIME CLOCK MOTOR TO 120 VOLT CIRCUIT INDICATED. LOCATE IN LIGHTING CONTROLS CABINET. SEE SITE PLAN AND RISER. ELECTRICALLY OPERATED, ELECTRICALLY HELD LIGHTING CONTACTOR (SQUARE 'D' #LG80), OR APPROVED EQUIVALENT FOR LIGHTING CONTROL, 30ARATED, 8 POLE, WITH A 120V. COIL, NEMA 1 ENCLOSURE, WITH CONTROL FROM THE TIME CLOCK. LOCATE IN LIGHTING CONTROLS CABINET. SEE SITE PLAN AND RISER. EXTERIOR FIXTURES SHALL BE CONTROLLED VIA A 120 VOLT PHOTOELECTRIC CELL MOUNTED INCONSPICUOUSLY ON THE UNISTRUT MOUNTING APPARATUSFACING NORTH. COORDINATE EXACT LOCATION AND MOUNTING IN THE FIELDFOR MAXIMUM PERFORMANCE. WIRE PE CELL TO LIGHTING CONTACTOR CONTROL 3 COIL. DESCRIPTION VOLTS PHASE TOTAL AMPS PANEL C.B. SIZEAMPS VOLTAGEDROP (VOLTS) VOLTAGEDROP (%) WIREPER PHASE NEUT WIRE GND WIRE # OF RUNS CONDUIT SIZE FEEDERLENGTH (FEET) FEEDER/BRANCH CIRCUIT SCHEDULE SERVICE/FEEDER FROM TO SERVICE POLE PANEL 'P'240 1∅ 15.3 100A 0.30 0.13% #1 AWG #1 AWG N/A 1 NOTE 1 60 BRANCH CIRCUIT FROM TO PANEL 'P' CIRCUIT P-1 ENDPOINT 120 1∅ 9.8 20 3.57 2.86% #10 AWG #10 AWG #10 AWG 1 NOTE 1 160 PANEL 'P' CIRCUIT P-3 ENDPOINT PANEL 'P' CIRCUIT P-5 ENDPOINT PANEL 'P' CIRCUIT P-7 ENDPOINT PANEL 'P' CIRCUIT P-9 ENDPOINT 120 1∅1.8 20 0.95 0.67% #10 AWG #10 AWG #10 AWG 1 NOTE 1 174 120 1∅ 9.2 20 3.07 2.43% #10 AWG #10 AWG #10 AWG 1 NOTE 1 144 120 1∅ 0.5 20 0.47 0.27% #10 AWG #10 AWG #10 AWG 1 NOTE 1 159 120 1∅ 6.4 20 2.84 2.25% #10 AWG #10 AWG #10 AWG 1 NOTE 1 190 NOTE 1: SEE DRAWINGS FOR CONDUIT SIZES NOTE 2: LENGTHS INCLUDE 10% SAFETY FACTOR. LENGTHS ARE FOR CALCULATION PURPOSES ONLY. CONTRACTOR SHALL USE THEIR OWN TAKE-OFFS FOR BID AND CONSTRUCTION PURPOSES. NOTE 3: TOTAL VOLTAGE DROP FOR WORST CASE BRANCH CIRCUIT IS 1.97 VOLTS (1.64%) TOTALS SPARE OTHER OTHER MOTORS LARGEST MOTOR HEATING MISC EQUIP RECEPT LIGHTING SERVES PANEL KVADKVADDIVERSITYFEEDFACTORCONN LOAD KVA KVA x x x x x x x x * = = = = = = = = x x x x x x x x = = = = = = = = A/C B PH =A PH = DESCRIPTIONKVABKRCKTBACKTBKRKVADESCRIPTION PANEL: AIC RATING: SERVICE: AMPS V., MLO: MCB: AMPS AMPS NEW PANEL PROVIDE WITH NEMA 4X ENCLOSURE 3.80 0.20 0.00 0.00 0.00 0.00 0.00 0.00 4.00 1.25 1.00 1.00 1.00 1.25 1.00 1.00 4.75 0.20 0.00 0.00 0.00 0.00 0.00 0.00 19.05 24.00 * PER N.E.C. TABLE 220.44 2.20 1.80 SPACE 0.0 - 29 30 - 0.0 SPACE SPACE 0.0 - 25 26 - 0.0 SPACE SPACE 0.0 - 27 28 - 0.0 SPACE SPACE 0.0 - 21 22 - 0.0 SPACE SPACE 0.0 - 23 24 - 0.0 SPACE SPACE 0.0 - 17 18 SPACE 0.0 - 19 20 SPACE 0.0 - 13 14 SPACE 0.0 - 15 16 LTG; EAST & CANOPY 0.8 20 9 10 20 0.0 SPARE RECEPTACLE 0.2 20 11 12 20 0.0 SPARE LTG; EAST 0.2 20 5 6 20 0.0 SPARE LTG; WALKWAY 0.5 20 7 8 20 0.0 SPARE LTG; WEST 1.2 20 1 2 2P 0.0 SPD LTG; EAST 1.1 20 3 4 30 0.0 SPD P 10000 120/ 240 1PH, 3W 0 100 - 0.0 SPACE - 0.0 SPACE - 0.0 SPACE - 0.0 SPACE ELECTRICAL RISER DIAGRAM NOT TO SCALE NEW PANEL 'P' 100A. MCB 120/240V., 1PH, 3W. 20' 10' SPD1 #4 AWG CU ISCA=10,400A 2 1 T/C C NEMA 4X M EXISTING DUKE ENERGY UTILITY CO. POWER POLE WITH NEW SINGLE PHASE POLE MOUNTED TRANSFORMERS 120/240V, 1PHASE (ASSUMED 25 KVA) 100B 5 P-11 3 BOND TO STRUCTURAL STEEL OR REBAR IN COLUMNS MAKE CONNECTION IN HANDHOLE AT THE BASE OF POLE. #4 AWG CU (METER GROUND EXOTHERMIC WELD, TYP 36" MIN. WP BACKFACE OF PIER #2 (FACING AWAY FROM ROADWAY) 7'-0" MIN. A.F.G. TO BOTTOM OFPANEL GRADE = 4.11 FT ELEVATION 4 GFI 6 ISCA=5,767A TO LIGHTING ON BRIDGE(TYPICAL) 7 24" MIN. ANCHOR BOLT STAIRS TO CONCRETE BASE. TYPICAL FOR ALL PLATFORM LEGS. 8 8 FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-601 ELECTRICAL RISER DIAGRAM PINELLAS 437498-1-52-02SR 60 1. COORDINATE ALL SITE WORK WITH UTILITY COMPANIES. 2. ALL CONDUIT ROUTED UNDERGROUND SHALL BE A MINIMUM OF 3/4" AND SHALL BE BURIED A MINIMUM OF 24" B.F.G. 3. HAND DIG TRENCHES NEAR ANY EXISTING UTILITIES OR SYSTEMS (I.E. IRRIGATION, ETC.). DAMAGE TO ANY EXISTING UTILITIES OR SYSTEMS SHALL BE REPAIRED TO NEW CONDITION AT NO COST TO THE OWNER. 4. PROVIDE HANDHOLES AND PULLBOXES AS REQUIRED. ALL PULLBOXES SHALL BE POLYMER CONCRETE (QUASITE OR EQUAL), FULL TIER 22 TRAFFIC RATED BOX AND COVER. COVERS TO BE LIFT OUT, LOCKING TYPE WITH (2) HEX HEAD BOLTS. COVERS TO INDICATE "ELECTRICAL". PROVIDE GRAVEL (1FT.) IN BOTTOM OF PULLBOX. DIRECTIONAL BORE WHERE POSSIBLE. 5. DIRECTIONAL BORE UNDER ANY EXISTING SIDEWALKS OR PAVEMENT/DRIVES. 6. COMPACT AND FILL ALL TRENCHES AND RESTORE DAMAGED GRASS AREAS TO ORIGINAL CONDITION WITH SOD (NO SEED ALLOWED). GENERAL NOTES: CONTACT DUKE ENERGY COMPANY, MAKE APPLICATION, SCHEDULE, AND COORDINATE ALL PRIMARY ELECTRICAL ALL ELECTRICAL WORK. PROVIDE NEW SURGE SUPPRESSION DEVICES PER SPECIFICATION 26 43 13. PROVIDE 6"x6" SQUARE CONCRETE POSTS WITH STAINLESS STEEL STRUT CHANNEL AND STAINLESS STEEL HARDWARE FOR MOUNTING OF PANEL AND EQUIPMENT. DO NOT MOUNT DIRECTLY TO OVERPASS STRUCTURAL SUPPORT COLUMN. PROVIDE NEMA 4X ENCLOSURE FOR LIGHTING CONTROLS TIMECLOCK AND CONTACTOR. ENCLOSURE SHALL HAVE A HINGED DOOR, PADLOCKABLE GASKETED AND WEATHERPROOF. CABINET SHALL BE 24”WIDE X 24”HIGH X 10”DEEP, ALL STAINLESS STEEL, WITH INTERNAL COLD ROLLED STEEL MOUNTING PANEL.MOUNTING BRACKETS, HINGES, AND STRIKERS ALL STAINLEES STEEL.FULLY GASLETED.PADLOCKABLE.BUD PART NO. SNB-3754-SSS, ONLY WITH PABLOCKABLE DOOR.MOUNT THE TIMECLOCK, CONTACTOR AND RECEPTACLE INSIDE THE CABINET. REFER TO LIGHTING CONTROLS DETAIL FOR MORE INFORMATION. PROVIDE NEW FEED-THRU METER ENCLOSURE PER DUKE ENERGY STANDARDS. PROVIDE A PRE-MANUFACTURED KYNAR COATED ALUMINUM PLATFORM AND STAIRS TO PROVIDE ACCESS TO THE ELECTRICAL EQUIPMENT.HEIGHT OF PLATFORM AND OVERALL DIMENSIONS AS INDICATED ON SHEET AE-101, WITH HEIGHTS INDICATED HERE. PROVIDE WITH CODE REQUIRED RAILINGS AND STAIRS.PROVIDE CONCRETE PEDESTALS IN GROUND TO ANCHOR BOLT THE PLATFORM AND STAIRS AT GRADE LEVEL. PROVIDED ENGINEERED SHOP DRAWINGS, SIGNED AND SEALED BY FLORIDA REGISTERED PROFESSIONAL ENGINEER. COLOR TO BE SELECTED BY ARCHITECT DURING SUBMITTAL REVIEW. ALL HOMERUN RACEWAYS SHALL BE ROUTED TO AND FROM THE PANELBOARD CONCEALED FROM VIEW AS MUCH AS POSSIBLE AND CONCEALED FROM VIEW FROM THE PUBLIC WAY (HIGHWAY) AS MUCH AS POSSIBLE.RACEWAYS MAY BE SURFACE MOUNTED ON THE STRUCTURAL COLUMN AND ON THE STRUCTURE.ROUTE RACEWAYS ON THE BRIDGE STRUCTURE AS INDICATED. DO NOT MOUNT CONCRETE POST OR PLATFORM STRUCTURE DIRECTLY TO THE OVERPASS STRUCTURE SUPPORT COLUMN. UNNISTRUT SUPPORT AND PLATFORM SHALL BE ISOLATED FROM THE COLUMN. DRAWING NOTES: 1 2 3 4 FEEDER SCHEDULE AMPS CONDUIT & CABLING 100A 1-1/2"C; 2-#1, 1-#1 NEUTRAL, 1-#6 GROUND 100B 1-1/2"C; 2-#1, 1-#1 NEUTRAL 5 No. Date Issue / Revision 6 7 8 LEFT OF THE PORTAL FIXTURE TYPE 'F' ARE SURFACE MOUNTED ON THE LEFT SIDE OF THE FIN RIGHT OF THE PORTAL FIXTURE TYPE 'F' ARE SURFACE MOUNTED ON THE RIGHT SIDE OF THE FIN 'F''F' PORTAL WESTBOUND ELEVATION 'A' MOUNT FLUSH TO THE BOTTOM OF BEAM OVERPASS WALKWAY 'B' MOUNT FIXTURE 'B' FLUSH TO BOTTOM OF BEAM OBSERVATION DECK 'D''D''C''C' FIXTURE TYPE 'C' ARE MOUNTED WITH 12" ARMS FIXTURE TYPE 'D' SHALL BE MOUNTED WITH 18" ARMS FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-701 ELECTRICAL DETAILS (1) PINELLAS 437498-1-52-02SR 60 4 LUMINAIRE TYPE 'F' MOUNTING DETAIL 1 LUMINAIRE TYPE 'A' MOUNTING DETAIL 2 LUMINAIRE TYPE 'B' MOUNTING DETAIL 3 LUMINAIRE TYPES 'C' AND 'D' MOUNTING DETAIL IMAGES ARE DIAGRAMMATIC TO SHOW INTENT -REFER TO PLAN VIEWS AND DETAILS No. Date Issue / Revision 3/4" CONDUIT MOUNTED TO TOP OF STRUCTURE LED DRIVER POWER SUPPLIES MOUNTED TO TOP OF STRUCTURE. PROVIDE ONE DRIVER PER FIN LENGTH. LED DRIVER POWER SUPPLIES MOUNTED TO TOP OF STRUCTURE. PROVIDE ONE DRIVER PER FIN LENGTH. TYPE 'F' LUMINAIRE TYPE 'F' LUMINAIRE 3/4" CONDUIT MOUNTED TO TOP OF STRUCTURE LUMINAIRE TYPE 'C' 3/4' CONDUIT WITH LIGHTING CONDUCTORS MOUNTED TO STRUCTURE, BELOW OVERPASS WALKWAY 4"X4" CAST ALUMINUM WEATHERPROOF JUNCTION BOX ROUTE RACEWAYS AND CIRCUIT CONDUCTORS FROM BOX INTO THE LUMINAIRE JUNCTION BOX/POWER CONNECTION POINT. RACEWAYS SHALL BE INSTALLED THROUGH THE STEEL BEAM AT THE CENTER POINT OF THE BEAM. (TYPICAL) FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 DWG NO. SHEET NO. ROBERT C. ANSTON, PE PE 40858 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-702 ELECTRICAL DETAILS (2) PINELLAS 437498-1-52-02SR 60 1 LED DRIVER MOUNTING DETAIL No. Date Issue / Revision 2 LIGHTING CONDUIT ROUTING DETAIL Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0302 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Authorize an increase and an extension to purchase order with The Goodyear Tire and Rubber Co. dba Goodyear Commercial Tire and Service Center and Monro, Inc. for the purchase of Goodyear tire products and services for city motorized equipment in a cumulative not-to-exceed amount of $200,000.00 bringing the total amount to $870,000.00 and extend through June 30,2024 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. SUMMARY: On April 18, 2019, Council approved a purchase order to Goodyear Commercial Tire and Service and Monro, Inc. for the purchase of Goodyear tire products and services for city motorized equipment through March 31, 2024, piggyback off the State of Florida Contract No. 25172500-19-ACS. This State of Florida Contract was originally competitively bid through the National Association of State Procurement Officials (NASPO) Contract No. 19101 with the Iowa Department of Administrative Services. The Iowa Department of Administrative Services has extended Contract No. 19101 through June 30, 2024. The State of Florida also expects to extend Contract 25172500-19-ACS through June 30,2024. Due to the extensive products and services on Contract 25172500-19-ACS, Goodyear has provided a list of their approved authorized dealers in which Monro, Inc. is listed. General Services is requesting authorization to increase our current purchase order by $200,000.00 for a new total of $870,000.00 and extend through June 30, 2024, which is the expiration date of the NASPO Contract with Iowa Department of Administrative Services. APPROPRIATION CODE AND AMOUNT: 5666611-550700 (Tires) $180,000.00 5666611-546500 (Repairs & Services) $20,000.00 These purchases help accomplish strategic objective 1.2. Fleet division operators maintain public infrastructure to deliver effective and efficient services by optimizing City assets and resources. Page 1 City of Clearwater Printed on 3/15/2024         Alternate Contract Source (ACS)    No. 25172500-19-ACS    For    Tires, Tubes and Services     Page 1 of 3    This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida and The Goodyear Tire and Rubber Company (Contractor), collectively referred to herein as the “Parties,” for the provision of Tires, Tubes, and other Services as set forth herein. The Participating Addendum (Exhibit C) covers Tires, Tubes and Services led by the State of Iowa for use by state agencies and other entities, as permitted by their own laws, ordinances or rules to utilize state/entity contracts with the prior approval of the State’s Chief Procurement Official. The Department is authorized by subsection 287.042(16), Florida Statutes, “to evaluate contracts let by the Federal Government, another state, or a political subdivision for the provision of commodities and contract services, and, if it is determined in writing to be cost-effective and in the best interest of the state, to enter into a written agreement authorizing an agency to make purchases under such contract.” The Iowa Department of Administrative Services acting by and through the National Association of State Procurement Officials (NASPO) ValuePoint, competitively procured Tires, Tubes and Services and signed contract number 19101 with the Contractor, attached hereto as Exhibit D (Master Agreement). The Master Agreement is effective April 1, 2019, and terminates on March 31, 2024. Renewal options are not available. The Department evaluated the Master Agreement, and hereby acknowledges that use of the Master Agreement as an alternative contract source is cost-effective and in the best interest of the State. Accordingly, the Parties agree as follows: 1. Term and Effective Date. The initial term of this Contract will become effective on April 1, 2019, or on the date the document is signed by all Parties, whichever is later, and shall be effective through March 31, 2024, consistent with the Master Agreement, unless terminated earlier in accordance with the Special Contract Conditions. 2. Renewal. This Contract may not be renewed. Alternate Contract Source (ACS) No. 25172500-19-ACS For Tires, Tubes and Services  Page 2 of 3  3. Modifications or Additions to Master Agreement. As used in this document, Contract (whether or not capitalized) shall, unless the context requires otherwise, mean this document and all incorporated Exhibits, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. Amendments to the Master Agreement will be automatically incorporated into this Contract. All Exhibits attached or listed below are incorporated in their entirety into, and shall form part of this Contract. Exhibits A, B, C and E modify or supplement the terms and conditions of the Master Agreement. The Parties agree that these modifications or additions shall apply to actions between the Contractor and the State of Florida (including participating Florida agencies and eligible users). The state of Florida Special Contract Conditions (Exhibit A) is hereby incorporated by reference, with the following exception: i. Subsection 2.2, Renewal, is deleted in its entirety. In the event of a conflict, the following order of precedence shall apply: a) This Contract and amendments, with the latest issued having priority. b) Exhibit E: Additional Special Contract Conditions c) Exhibit A: Special Contract Conditions d) Exhibit C: Participating Addendum e) Exhibit B: Goodyear Price Sheets f) Exhibit D: Master Agreement Where the laws and regulations of a state other than the State of Florida are cited or referenced in the Master Agreement, such citation or reference shall be replaced by the comparable Florida law or regulation. 4. Purchases off this Contract. Upon execution of this Contract, as defined in Section 1.1 of the Special Contract Conditions (Exhibit A), customers may purchase products and services under this Contract using this State of Florida ACS number 25172500-19-ACS. Customers acknowledge and agree to be bound by the terms and conditions of the Master Agreement except as otherwise specified in this Contract and its Exhibits. Alternate Contract Source (ACS) No. 25172500-19-ACS For Tires, Tubes and Services  Page 3 of 3  5. Primary Contacts Department’s Contract Manager: Christopher McMullen Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-9867 Email: christopher.mcmullen@dms.myflorida.com Contractor’s Contract Manager: Jeff Goodenow The Goodyear Tire and Rubber Company 200 Innovation Way Akron, OH 44316 Telephone: (330) 796-4352 Email: jsgoodenow@goodyear.com 6. Warranty of Authority Each person signing this document warrants that he or she is duly authorized to do so and to bind the respective party. 7. Entire Agreement of the Parties This document and the attached Exhibits constitute the Contract and the entire understanding of the Parties. Any amendments hereto must be in writing and signed by the Parties. IN WITNESS THEREOF, the Parties hereto have caused this agreement, which includes the attached and incorporated Exhibits, to be executed by their undersigned officials as duly authorized. This agreement is not valid and binding until signed and dated by the Parties. THE GOODYEAR TIRE AND STATE OF FLORIDA, RUBBER COMPANY DEPARTMENT OF MANAGEMENT SERVICES _____________________________ _______________________________ _____________________________ _______________________________ Date: Date: EXHIBIT E ADDITIONAL SPECIAL CONTRACT CONDITIONS The following terms supersede or add to the Special Contract Conditions as indicated below. Subsection 2.3.2 of the Special Contract Conditions is replaced in its entirety by the following: 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All completed work at the time of termination will become the property of the Customer and will be turned over promptly by the Contractor. Subsection 3.2(b) of the Special Contract Conditions is deleted in its entirety. Subsection 6.3 of the Special Contract Conditions is replaced in its entirety by the following: 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the Department and are not entitled to State of Florida benefits. The Department will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include the terms of this provision in all of its subcontracts under the Contract. Subsection 6.4 of the Special Contract Conditions is replaced in its entirety by the following: 6.4 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance (to occur within ten (10) working days of delivery), risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within twenty (20) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within twenty (20) calendar days will be deemed abandoned by the Contractor and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. Subsection 7.2 of the Special Contract Conditions is replaced in its entirety by the following: 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance or self-insure, to cover liability for bodily injury, property damage, products, personal & advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from the services and/or operations completed under the Contract, whether such services or operations are by the Contractor or anyone directly or indirectly employed by them. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. All insurance policies must be with insurers licensed or eligible to transact business in the State of Florida, unless self-insured. The minimum acceptable limits as described in the NASPO ValuePoint Master Agreement, section 21, shall apply to coverage that is self-insured. The Contractor must submit via email, to the Department’s contract manager, insurance certificates evidencing such insurance coverage or self-insurance, prior to execution of a contract with the Department and provide Department notice of any cancellation or nonrenewal at least five (5) calendar days prior to cancellation or nonrenewal.   Subsection 8.4 of the Special Contract Conditions is replaced in its entirety by the following:   8.4 Intellectual Property. Unless specifically addressed in the Contract, intellectual property rights to all property created or otherwise developed by the Contractor for the Department or the Customer will be owned by the State of Florida at the completion of the Contract. Inventions or discoveries developed directly and solely for providing services under the Contract which are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made in connection with the Contract and will be referred to the Florida Department of State for a determination on whether patent protection will be sought for the invention or discovery. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed in connection with the Contract are the sole property of the State of Florida.   Subsection 11.3 of the Special Contract Conditions is replaced in its entirety by the following:   11.3 Liquidated Damages. The Contractor will promptly notify the Department or the Customer upon becoming aware of any non-Force Majeure circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. The Contractor acknowledges that untimely performance or other material noncompliance will damage the Department, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages.   Tires, Tubes and Services DMS 25172500-19-ACS  1  EXHIBIT A SPECIAL CONTRACT CONDITIONS Table of Contents SECTION 1. DEFINITION. ................................................................................................ 2 SECTION 2. CONTRACT TERM AND TERMINATION. ................................................... 2 SECTION 3. PAYMENT AND FEES. ................................................................................ 3 SECTION 4. CONTRACT MANAGEMENT. ..................................................................... 4 SECTION 5. COMPLIANCE WITH LAWS. ....................................................................... 6 SECTION 6. MISCELLANEOUS. ...................................................................................... 8 SECTION 7. WORKERS’ COMPENSATION AND GENERAL LIABILITY INSURANCE, AND INDEMNIFICATION .................................................................................................. 9 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT AND INTELLECTUAL PROPERTY. ............................................................................... 10 SECTION 9. DATA SECURITY AND SERVICES. .......................................................... 12 SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. .......................... 14 SECTION 11. CONTRACT MONITORING. .................................................................... 14 SECTION 12. CONTRACT AUDITS.  ............................................................................. 14 SECTION 13. BACKGROUND SCREENING AND SECURITY. .................................... 16 SECTION 14. INFORMATION TECHNOLOGY. ............................................................. 18   In accordance with Rule 60A-1.002(5), F.A.C., Form PUR 1000 is included herein by reference, but is superseded in its entirety by these Special Contract Conditions.   Tires, Tubes and Services DMS 25172500-19-ACS  2  SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes, (F.S.) and rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of suspension. Examples of a reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor must comply with the notice and will cease the activities associated with any active or new purchase orders. Within ninety (90) calendar days, or any longer period agreed to by the Contractor, the Department or Customer will either (1) issue a notice authorizing resumption of work, at which time activity will resume, or (2) terminate the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract; (b) notify the Contractor of the noncompliance or default and require correction Tires, Tubes and Services DMS 25172500-19-ACS  3  within a specified time, otherwise the Contract will terminate at the end of such time; or (c) take other action deemed appropriate by the Department. SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: (a) Preferred Pricing. Consistent with the goals of section 216.0113, F.S., Contractor acknowledges and recognizes that the Department wants to take advantage of any improvements in pricing over the course of the Contract period. To that end, the pricing indicated in this Contract is a maximum guarantee under the terms of this clause. Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those which are similar in size, scope, and terms. Contractor must annually submit an affidavit from an authorized representative attesting that the Contract is in compliance with this clause. (b) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain detail sufficient for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract. If applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. The purchase order period of performance survives the expiration of the Contract. The duration of purchase orders must not exceed the expiration of the Contract by more than twelve (12) months. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing, and may be reimbursed only in accordance with section 112.061, F.S. 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. Tires, Tubes and Services DMS 25172500-19-ACS  4  3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of any and all prior agreements between the Parties. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager by certified mail, return receipt requested; reputable air courier service; email; personal delivery; or as otherwise identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be provided in a separate writing to the Contractor upon Contract signing in the following format: Christopher McMullen Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-9867 Email: christopher.mcmullen@dms.myflorida.com  Tires, Tubes and Services DMS 25172500-19-ACS  5  In the event that the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be provided in a separate writing to the Department upon Contract signing in the following format: Name Company Address Address Telephone Email In the event that the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity Reporting. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises, and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each Department purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL Tires, Tubes and Services DMS 25172500-19-ACS  6  BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at http://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at http://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. Pursuant to subsection 287.058(1), F.S., the provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference, to the extent applicable. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives any and all privileges and rights relating to venue it may have under Chapter 47, F.S., and any and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. Tires, Tubes and Services DMS 25172500-19-ACS  7  5.3 Department of State Registration. Consistent with Chapters 605 through 623, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List or the Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors or consultants have been placed on the Suspended Vendor List, Convicted Vendor List or the Discriminatory Vendor List during the term of the Contract. 5.5 Contractor Certification. If the Contract exceeds $1,000,000.00 in total, not including renewal years, Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to sections 215.4725, F.S., and 215.473, F.S., respectively. Pursuant to section 287.135(3), F.S., and 287.135(5), F.S., Contractor agrees the Department may immediately terminate the Contract for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel during the term of the Contract. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to subsection 20.055(5), F.S., Contractor, and any subcontractor to the Contractor, understand and will comply with their duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website, whichever is longer. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include, but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. 5.7 Inspection. Section 215.422, F.S., provides that agencies have five (5) working days, unless the contract specifies otherwise, to inspect and approve commodities or contractual Tires, Tubes and Services DMS 25172500-19-ACS  8  services. Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at the Contractor’s expense. Interest penalties for late payment are also limited according to section 215.422, F.S. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the Department and are not entitled to State of Florida benefits. The Department will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all of its subcontracts under the Contract. 6.4 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. Tires, Tubes and Services DMS 25172500-19-ACS  9  6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. 6.7 Time is of the Essence. Time is of the essence regarding each and every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Agencies wishing to make purchases under this Contract are required to follow the requirements of section 287.042(16) or 287.057(3) (b), F.S., and rule 60A-1.045, F.A.C. These provisions require the Department to determine that the requesting agency’s use of the Contract is cost-effective and in the best interest of the State. Pursuant to their own governing laws, and subject to the agreement of the Contractor, government entities may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Non-Customer purchases are independent of the Contract between the Department and the Contractor. The Department is not a party to any transaction between the Contractor and any purchaser. SECTION 7. WORKERS’ COMPENSATION AND GENERAL LIABILITY INSURANCE, AND INDEMNIFICATION 7.1 Workers’ Compensation Insurance. To the extent required by law, the Contractor must be self-insured against, or must secure and maintain during the life of the contract, Worker’s Compensation Insurance for all its employees connected with the work of this project, and in case any work is subcontracted, the Contractor must require the subcontractor similarly to provide Worker’s Compensation Insurance for all of the latter’s employees unless such employees engaged in work under the resulting contract are covered by the Contractor’s Tires, Tubes and Services DMS 25172500-19-ACS  10  insurance program. Self-insurance or insurance coverage must comply with the Florida Worker’s Compensation law. In the event hazardous work is being performed by the Contractor under the resulting contract and any class of employees performing the hazardous work is not protected under Worker’s Compensation statutes, the Contractor must provide, and cause each subcontractor to provide adequate insurance satisfactory to the Department for the protection of employees not otherwise protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal & advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from the services and/or operations completed under the Contract, whether such services or operations are by the Contractor or anyone directly or indirectly employed by them. Such insurance must include the State of Florida as an additional named insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. All insurance policies must be with insurers licensed or eligible to transact business in the State of Florida. The Contractor must submit via email, to the Department’s contract manager, insurance certificates evidencing such insurance coverage prior to execution of a contract with the Department and provide Department notice of any cancellation or nonrenewal at least ten (10) calendar days prior to cancellation or nonrenewal. 7.3 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Department, the Customer, and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Department. The Contract does not constitute a waiver of sovereign immunity or consent by the Department or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Department or Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT AND INTELLECTUAL PROPERTY. 8.1 Public Records. The Department may unilaterally cancel this Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Tires, Tubes and Services DMS 25172500-19-ACS  11  Chapter 119, Florida Statutes, made or received by the Contractor in conjunction with the Contract. Pursuant to section 119.0701(2) (a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAIL ADDRESS AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the contract term and following the completion of the Contract if the contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8.2 Protection of Trade Secrets or Confidential Information. If the Contractor considers any portion of materials made or received in the course of performing the Contract (“contract-related materials”) to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be responsible for responding to and resolving all claims for access to contract-related materials it has designated trade secret or otherwise confidential. Tires, Tubes and Services DMS 25172500-19-ACS  12  If the Department is served with a request for discovery of contract-related materials designated by the Contractor as trade secret or otherwise confidential, the Contractor will be responsible for filing the appropriate motion or objection in response to the request for discovery. The Department will provide materials designated trade secret or otherwise confidential if the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of contract-related materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers and documents that were made in relation to this Contract. Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract, or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. Unless specifically addressed in the Contract, intellectual property rights to all property created or otherwise developed by the Contractor for the Department or the Customer will be owned by the State of Florida at the completion of the Contract. Any inventions or discoveries developed in the course of or as a result of services performed under the Contract which are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made in connection with the Contract and will be referred to the Florida Department of State for a determination on whether patent protection will be sought for the invention or discovery. The State of Florida will be the sole owner of any and all patents resulting from any invention or discovery made in connection with this contract. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed in connection with the Contract are the sole property of the State of Florida. SECTION 9. DATA SECURITY AND SERVICES. 9.1 Duty to Provide Secure Data. The Contractor will maintain the security of State of Florida data including, but not limited to, a secure area around any displayed visible data. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. 9.2 Warranty of Security. Unless otherwise agreed in writing, the Contractor and its subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow Tires, Tubes and Services DMS 25172500-19-ACS  13  any State of Florida data to be sent by any medium, transmitted, or accessed outside of the United States. The Contractor agrees that a violation of items listed above will result in immediate and irreparable harm to the Customer and will entitle the Customer to a credit as provided in the Contract documents. This credit is intended only to cover the Customer’s internal staffing and administrative costs as well as the diminished value of services provided under the Contract and will not preclude the Customer from recovering other damages it may suffer as a result of such violation. For purposes of determining the damages due hereunder, a group of violations relating to a common set of operative facts (e.g., same location, same time period, same off-shore entity) will be treated as a single event. A violation of this provision will also entitle the Customer to recover any damages arising from a breach of this section and constitutes an event of default. The Contractor must notify the Department and the Customer as soon as possible, in accordance with the requirements of section 501.171, F.S., if applicable, and in all events within one (1) business day in the event Contractor discovers any data is breached, any unauthorized access of data occurs (even by persons or companies with authorized access for other purposes), any unauthorized transmission of data occurs, or of any credible allegation or suspicion of a material violation of the above. This notification is required regardless of the number of persons or type of data affected. The notification must be clear and conspicuous and include a description of the following: (a) The incident in general terms. (b) The type of information that was subject to the unauthorized access and acquisition. (c) The type and number of entities who were, or potentially have been affected by the breach. (d) The actions taken by the Contractor to protect the data from further unauthorized access. However, the description of those actions in the written notice may be general so as not to further increase the risk or severity of the breach. 9.3 Remedial Measures. Upon becoming aware of an alleged security breach, Contractor’s Contract Manager must set up a conference call with the Department’s and the Customer’s Contract Manager. The conference call invitation must contain a brief description of the nature of the event. When possible, a thirty (30)-minute notice will be given to allow Department personnel to be available for the call. If the designated time is not practical for the Customer, an alternate time for the call will be scheduled. Contractor must share all available information on the call. The Contractor must answer all questions based on the information known at that time and answer additional questions as additional information becomes known. The Contractor must provide the Department and the Customer with final documentation of the incident including all actions that took place. If the Contractor becomes aware of a security breach or security incident outside of normal business hours, the Contractor must notify the Department’s and the Customer’s Contract Manager and in all events, within one business day. Tires, Tubes and Services DMS 25172500-19-ACS  14  9.4 Indemnification (Breach of Warranty of Security). The Contractor agrees to defend, indemnify, and hold harmless the Department, the Customer, and the State of Florida, its officers, directors, and employees for any claims, suits, or proceedings related to a breach of the Warranty of Security. The Contractor will include credit monitoring services at its own cost for those individuals affected or potentially affected by a breach of this warranty for a two-year period of time following the breach. 9.5 Annual Certification. The Contractor is required to submit an annual certification demonstrating compliance with the Warranty of Security to the Department by December 31 of each Contract year. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to subsection 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract, after the Contract execution and during the Contract’s term. 10.3 Communications. Contractor shall not, without first notifying the Department’s Contract Manager and securing the Department’s prior written consent, make public statements which concern the Contract or its subject matter, disclose or permit disclosure of any data or information obtained or furnished in accordance with the Contract, or use any statement attributable to the Department or its employees. Public statements include press releases, publicity releases, promotions, marketing materials, corporate communications, or other similar communications. The Department’s written consent shall not be construed to supersede or waive the Contract requirements imposed on the Contractor to maintain confidential information. SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. Tires, Tubes and Services DMS 25172500-19-ACS  15  11.2 Performance Deficiencies and Financial Consequences of Non-Performance. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department determines that there is a performance deficiency that requires correction by the Contractor, then the Department will notify the Contractor. The correction must be made within a time-frame specified by the Department. The Contractor must provide the Department with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department. If the corrective action plan is unacceptable to the Department, or implementation of the plan fails to remedy the performance deficiencies, the Department will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited in order to compensate the Department for the performance deficiencies. 11.3 Liquidated Damages. The Contractor will promptly notify the Department or the Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. The Contractor acknowledges that untimely performance or other material noncompliance will damage the Department, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Tires, Tubes and Services DMS 25172500-19-ACS  16  Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners or agents of the Contractor, pertaining to this Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The State of Florida’s Chief Financial Officer and the Office of the Auditor General also have authority to perform audits and inspections. 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, State of Florida’s Chief Financial Officer or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department may require the Contractor and its employees, agents, representatives, and subcontractors to provide fingerprints and be subject to such background checks as Tires, Tubes and Services DMS 25172500-19-ACS  17  directed by the Department. The cost of the background checks will be borne by the Contractor. The Department may require the Contractor to exclude the Contractor’s employees, agents, representatives or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. The Contractor will ensure that all background screening will be refreshed upon the request of the Department for each person during the term of the Contract. 13.2 E-Verify. In accordance with Executive Order 11-116, the Contractor agrees to utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five (5) calendar days of notice of Contract award, and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes (b) Information technology crimes; (c) Fraudulent practices; (d) False pretenses; (e) Frauds; (f) Credit card crimes; (g) Forgery; Tires, Tubes and Services DMS 25172500-19-ACS  18  (h) Counterfeiting; (i) Violations involving checks or drafts; (j) Misuse of medical or personnel records; and (k) Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the services and/or commodities provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. INFORMATION TECHNOLOGY.   The following applies to all contracts for information technology commodities and contractual services. “Information technology” is defined in section 287.012(15), F.S., to have the same meaning as provided in section 282.0041, F.S. 14.1 Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchase order for direct damages shall be limited to the greater of $250,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contained in this agreement. Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to backup data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Department may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due to the Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due to the Contractor under any contract with the State. 14.2 Information Technology Standards. Pursuant to sections 282.0051 and 282.318, F.S., the Agency for State Technology (AST) is to establish standards for the implementation and management of information technology resources. Vendors agree to cooperate with the agency in furtherance of its efforts to comply with AST standards, established in Title 74, F.A.C., as applicable. Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 732005563 Police Pursuit Goodyear Eagle Enforcer 255/60R18 108V EAG ENFORCER TL 255/60R18 Net Price 324.21$ 135.00$ -$ 732010563 Police Pursuit Goodyear Eagle Enforcer 275/55R20 113V EAG ENFORCER TL (Tahoe)275/55R20 Available 320.00$ 152.00$ -$ 732003558 Police Pursuit Goodyear Eagle Enforcer All Weather 225/60R18 100V EAG ENFORCER A/W TL (Charger)225/60R18 Net Price 303.16$ 141.00$ -$ 732008558 Police Pursuit Goodyear Eagle Enforcer All Weather 235/50R17 96V EAG ENFORCER A/W TL 235/50R17 Net Price 298.95$ 137.00$ -$ 732004558 Police Pursuit Goodyear Eagle Enforcer All Weather 245/55R18 103V EAG ENFORCER A/W TL (Ford PI, Charger)245/55R18 Net Price 341.05$ 159.78$ -$ 732005558 Police Pursuit Goodyear Eagle Enforcer All Weather 255/60R18 108V EAG ENFORCER A/W TL 255/60R18 Net Price 341.05$ 146.00$ -$ 732001558 Police Pursuit Goodyear Eagle Enforcer All Weather 265/60R17 108V EAG ENFORCER A/W TL (Tahoe)265/60R17 Net Price 315.79$ 141.00$ -$ 732010558 Police Pursuit Goodyear Eagle Enforcer All Weather 275/55R20 113V EAG ENFORCER A/W TL (Tahoe 2021+)275/55R20 Net Price 400.00$ 180.00$ -$ 732010567 Police Pursuit Goodyear Eagle Enforcer Winter 275/55R20 113V EAGLE ENFORCER WINTER 275/55R20 Available 351.58$ 167.00$ -$ 732003567 Police Pursuit Goodyear Eagle Enforcer Winter 225/60R18 100V EAGLE ENFORCER WINTER 225/60R18 Available 286.32$ 136.00$ -$ 732004567 Police Pursuit Goodyear Eagle Enforcer Winter 245/55R18 103V EAGLE ENFORCER WINTER 245/55R18 Available 326.32$ 155.00$ -$ 732009563 Police Pursuit Goodyear Eagle Enforcer Winter 255/60R18 108V SL EAG ENFORCER WINTER 255/60R18 Available 332.63$ 158.00$ -$ 732006567 Police Pursuit Goodyear Eagle Enforcer Winter 265/60R17 108H EAGLE ENFORCER WINTER 265/60R17 Available 295.62$ 140.42$ -$ 104017568 Police Pursuit Goodyear Eagle Exhilarate 245/45ZR20 XL 103Y EAGLE EXHILARATE 245/45ZR20 Available 342.22$ 162.55$ -$ 732026500 Police Pursuit Goodyear Eagle RS-A 245/55R18 103V EAGLE RS-A VSB TL (Ford PI Sedan & Utility)245/55R18 Available 293.77$ 139.54$ -$ 732354500 Police Pursuit Goodyear Eagle RS-A P225/60R16 97V S2 EAG RS-A VSBRPTL (Crown Vic)P225/60R16 Available 231.58$ 110.00$ -$ 732312500 Police Pursuit Goodyear Eagle RS-A P225/60R18 99W SL EAG RS-A VSBRPTL (Charger)P225/60R18 Available 265.09$ 125.92$ -$ 732276500 Police Pursuit Goodyear Eagle RS-A P235/50R18 99W XL EAG RS-A VSB TL (Caprice)P235/50R18 Net Price 330.53$ 151.00$ -$ 732002500 Police Pursuit Goodyear Eagle RS-A P235/55R17 98W S2 EAG RS-A VSBRPTL (Crown Vic)P235/55R17 Net Price 261.05$ 122.00$ -$ 732297500 Police Pursuit Goodyear Eagle RS-A P235/55R17 98W S2 EAG RS-A VSBRPTL (Impala)P235/55R17 Available 265.26$ 126.00$ -$ 732523500 Police Pursuit Goodyear Eagle RS-A P265/60R17 108V SL EAG RS-A VSBRPTL (Tahoe)P265/60R17 Available 284.21$ 135.00$ -$ 732354148 Police Pursuit Goodyear Eagle RS-A Plus P225/60R16 97V S2 EAG RS-A PLUSVSBRPTL (Crown Vic)P225/60R16 Available 242.11$ 115.00$ -$ 109064366 Police Pursuit Goodyear Eagle Sport A/S 235/50R17 96W SL EAGLE SPORT A/S VSBTL 235/50R17 Available 208.13$ 98.86$ -$ 147354070 Police Pursuit Goodyear Eagle Ultra Grip GW2 P225/60R16 97V S2 EAG UG GW2BCSRPTL P225/60R16 Available 214.74$ 102.00$ -$ 166041528 Police Pursuit Goodyear Eagle Ultra Grip GW3 235/50R18 101V XL EAG UG GW3 VSBTL (Caprice)235/50R18 Available 320.00$ 152.00$ -$ 166042528 Police Pursuit Goodyear Eagle Ultra Grip GW3 245/55R18 103V SL EAG UG GW3 VSBTL (Ford PI Sedan & Utility)245/55R18 Discontinued 303.16$ 144.00$ -$ 166043528 Police Pursuit Goodyear Eagle Ultra Grip GW3 265/60R17 108H SL EAG UG GW3 VSBTL (Tahoe)265/60R17 Discontinued - Low Inventory 252.63$ 120.00$ -$ 166585530 Police Pursuit Goodyear Eagle Ultra Grip GW3 P225/60R18 99V SL EAG UG GW3 VSBRPTL (Charger)P225/60R18 Discontinued 263.16$ 125.00$ -$ 166579530 Police Pursuit Goodyear Eagle Ultra Grip GW3 P235/55R17 98V S2 EAG UG GW3 VSBRPTL (Crown Vic & Impala)P235/55R17 Available 263.16$ 125.00$ -$ 748958571 Police Pursuit Goodyear Wrangler AT Adventure LT275/65R18 113S C WRL AT ADVENTURE OWL (F150)LT275/65R18 Available 295.76$ 140.49$ -$ 108028861 Police Pursuit Goodyear Wrangler Enforcer AT LT265/70R18 113H C WRL ENFORCER AT LT265/70R18 Available 426.61$ 202.64$ -$ 407739374 Passenger Goodyear Assurance All-Season 185/60R15 84T SL ASSURANCE ALL-SEASON 185/60R15 Available 129.82$ 67.51$ -$ 407106374 Passenger Goodyear Assurance All-Season 185/65R14 86T SL ASSURANCE ALL-SEASON 185/65R14 Available 112.65$ 58.58$ -$ 407259374 Passenger Goodyear Assurance All-Season 185/65R15 88T SL ASSURANCE ALL-SEASON 185/65R15 Available 134.38$ 69.88$ -$ 407787374 Passenger Goodyear Assurance All-Season 195/55R16 87T SL ASSURANCE ALL-SEASON 195/55R16 Available 172.88$ 89.90$ -$ 407740374 Passenger Goodyear Assurance All-Season 195/60R15 88T SL ASSURANCE ALL-SEASON 195/60R15 Available 131.31$ 68.28$ -$ 407477374 Passenger Goodyear Assurance All-Season 195/65R15 91T SL ASSURANCE ALL-SEASON 195/65R15 Available 142.44$ 74.07$ -$ 407788374 Passenger Goodyear Assurance All-Season 205/50R16 87H SL ASSURANCE ALL-SEASON 205/50R16 Available 173.21$ 90.07$ -$ 407582374 Passenger Goodyear Assurance All-Season 205/50R17 89V SL ASSURANCE ALL-SEASON 205/50R17 Available 197.40$ 102.65$ -$ 407781374 Passenger Goodyear Assurance All-Season 205/55R16 91H SL ASSURANCE ALL-SEASON 205/55R16 Available 142.79$ 74.25$ -$ 407212374 Passenger Goodyear Assurance All-Season 205/60R16 92T SL ASSURANCE ALL-SEASON 205/60R16 Available 161.87$ 84.17$ -$ 407478374 Passenger Goodyear Assurance All-Season 205/65R15 94T SL ASSURANCE ALL-SEASON 205/65R15 Available 143.33$ 74.53$ -$ 407780374 Passenger Goodyear Assurance All-Season 205/65R16 95H SL ASSURANCE ALL-SEASON 205/65R16 Available 165.95$ 86.29$ -$ 407785374 Passenger Goodyear Assurance All-Season 205/70R15 96T SL ASSURANCE ALL-SEASON 205/70R15 Available 130.65$ 67.94$ -$ 407568374 Passenger Goodyear Assurance All-Season 215/45R17 87V SL ASSURANCE ALL-SEASON 215/45R17 Available 196.69$ 102.28$ -$ 407790374 Passenger Goodyear Assurance All-Season 215/50R17 91H SL ASSURANCE ALL-SEASON 215/50R17 Available 200.29$ 104.15$ -$ 407525374 Passenger Goodyear Assurance All-Season 215/55R16 93H SL ASSURANCE ALL-SEASON 215/55R16 Available 168.42$ 87.58$ -$ 407213374 Passenger Goodyear Assurance All-Season 215/55R17 94H SL ASSURANCE ALL-SEASON 215/55R17 Available 195.13$ 101.47$ -$ 407562374 Passenger Goodyear Assurance All-Season 215/60R16 95T SL ASSURANCE ALL-SEASON 215/60R16 Available 159.68$ 83.03$ -$ 407348374 Passenger Goodyear Assurance All-Season 215/60R17 96T SL ASSURANCE ALL-SEASON 215/60R17 Available 188.21$ 97.87$ -$ 407016374 Passenger Goodyear Assurance All-Season 215/65R16 98T SL ASSURANCE ALL-SEASON 215/65R16 Available 155.00$ 80.60$ -$ 407719374 Passenger Goodyear Assurance All-Season 215/65R17 99T SL ASSURANCE ALL-SEASON 215/65R17 Available 178.86$ 93.01$ -$ 407782374 Passenger Goodyear Assurance All-Season 215/70R16 100T SL ASSURANCE ALL-SEASON 215/70R16 Available 179.89$ 93.54$ -$ 407792374 Passenger Goodyear Assurance All-Season 215/75R15 100T SL ASSURANCE ALL-SEASON 215/75R15 Discontinued - Low Inventory 133.71$ 69.53$ -$ 407003374 Passenger Goodyear Assurance All-Season 225/45R17 91V SL ASSURANCE ALL-SEASON 225/45R17 Available 195.98$ 101.91$ -$ 407938374 Passenger Goodyear Assurance All-Season 225/45R18 91V SL ASSURANCE ALL-SEASON 224/45R18 Available 200.45$ 104.23$ -$ 407372374 Passenger Goodyear Assurance All-Season 225/50R17 94V SL ASSURANCE ALL-SEASON 225/50R17 Available 196.87$ 102.37$ -$ 407165374 Passenger Goodyear Assurance All-Season 225/55R16 95H SL ASSURANCE ALL-SEASON 225/55R16 Available 166.90$ 86.79$ -$ 407726374 Passenger Goodyear Assurance All-Season 225/55R17 97T SL ASSURANCE ALL-SEASON 225/55R17 Available 208.59$ 108.47$ -$ 407867374 Passenger Goodyear Assurance All-Season 225/55R18 98H SL ASSURANCE ALL-SEASON 225/55R18 Available 217.83$ 113.27$ -$ 407930374 Passenger Goodyear Assurance All-Season 225/55R19 99V SL ASSURANCE ALL-SEASON 225/55R19 Available 267.82$ 139.27$ -$ 407715374 Passenger Goodyear Assurance All-Season 225/60R16 98T SL ASSURANCE ALL-SEASON 225/60R16 Available 164.16$ 85.36$ -$ 407723374 Passenger Goodyear Assurance All-Season 225/60R17 99T SL ASSURANCE ALL-SEASON 225/60R17 Available 200.59$ 104.31$ -$ 407795374 Passenger Goodyear Assurance All-Season 225/60R18 100H SL ASSURANCE ALL-SEASON 225/60R18 Available 205.39$ 106.80$ -$ 407786374 Passenger Goodyear Assurance All-Season 225/65R16 100T SL ASSURANCE ALL-SEASON 225/65R16 Available 162.92$ 84.72$ -$ 407285374 Passenger Goodyear Assurance All-Season 225/65R17 102T SL ASSURANCE ALL-SEASON 225/65R17 Available 192.86$ 100.29$ -$ 407378374 Passenger Goodyear Assurance All-Season 225/70R16 103T SL ASSURANCE ALL-SEASON 225/70R16 Available 170.27$ 88.54$ -$ 407991374 Passenger Goodyear Assurance All-Season 235/45R18 94V SL ASSURANCE ALL-SEASON 235/45R18 Available 241.38$ 125.52$ -$ 407004374 Passenger Goodyear Assurance All-Season 235/50R18 97H SL ASSURANCE ALL-SEASON 235/50R18 Available 214.76$ 111.68$ -$ 407599374 Passenger Goodyear Assurance All-Season 235/55R17 99T SL ASSURANCE ALL-SEASON 235/55R17 Available 202.61$ 105.36$ -$ 407826374 Passenger Goodyear Assurance All-Season 235/55R18 100H SL ASSURANCE ALL-SEASON 235/55R18 Available 241.96$ 125.82$ -$ 407924374 Passenger Goodyear Assurance All-Season 235/55R19 101H SL ASSURANCE ALL-SEASON 235/55R19 Available 281.13$ 146.19$ -$ 407784374 Passenger Goodyear Assurance All-Season 235/60R16 100T SL ASSURANCE ALL-SEASON 235/60R16 Available 171.69$ 89.28$ -$ 407323374 Passenger Goodyear Assurance All-Season 235/60R17 102T SL ASSURANCE ALL-SEASON 235/60R17 Available 205.92$ 107.08$ -$ 407815374 Passenger Goodyear Assurance All-Season 235/60R18 103H SL ASSURANCE ALL-SEASON 235/60R18 Available 236.07$ 122.76$ -$ 407207374 Passenger Goodyear Assurance All-Season 235/65R16 103T SL ASSURANCE ALL-SEASON 235/65R16 Available 180.41$ 93.81$ -$ 407722374 Passenger Goodyear Assurance All-Season 235/65R17 104T SL ASSURANCE ALL-SEASON 235/65R17 Available 214.22$ 111.39$ -$ 407885374 Passenger Goodyear Assurance All-Season 235/65R18 106H SL ASSURANCE ALL-SEASON 235/65R18 Available 238.78$ 124.17$ -$ 407866374 Passenger Goodyear Assurance All-Season 235/70R16 106T SL ASSURANCE ALL-SEASON 235/70R16 Available 192.02$ 99.85$ -$ 407005374 Passenger Goodyear Assurance All-Season 245/45R18 96V SL ASSURANCE ALL-SEASON 245/45R18 Available 273.09$ 142.01$ -$ 407870374 Passenger Goodyear Assurance All-Season 245/50R20 102H SL ASSURANCE ALL-SEASON 245/50R20 Available 254.01$ 132.09$ -$ 407971374 Passenger Goodyear Assurance All-Season 245/55R19 103V SL ASSURANCE ALL-SEASON 245/55R19 Available 259.16$ 134.76$ -$ 407819374 Passenger Goodyear Assurance All-Season 245/60R18 105H SL ASSURANCE ALL-SEASON 245/60R18 Available 254.73$ 132.46$ -$ 407006374 Passenger Goodyear Assurance All-Season 255/50R20 105H SL ASSURANCE ALL-SEASON 255/50R20 Available 268.04$ 139.38$ -$ 413524582 Passenger Goodyear Assurance ComfortDrive 205/55R16 91H SL ASSURANCE COMFORTDRIVE 205/55R16 Available 199.46$ 103.72$ -$ 413570582 Passenger Goodyear Assurance ComfortDrive 205/60R16 92V SL ASSURANCE COMFORTDRIVE 205/60R16 Available 197.50$ 102.70$ -$ 413780582 Passenger Goodyear Assurance ComfortDrive 205/65R16 95H SL ASSURANCE COMFORTDRIVE 205/65R16 Available 198.08$ 103.00$ -$ 413032582 Passenger Goodyear Assurance ComfortDrive 215/45R17 87V SL ASSURANCE COMFORTDRIVE 215/45R17 Available 238.54$ 124.04$ -$ 413941582 Passenger Goodyear Assurance ComfortDrive 215/50R17 95V XL ASSURANCE COMFORTDRIVE 215/50R17 Available 237.10$ 123.29$ -$ 413507582 Passenger Goodyear Assurance ComfortDrive 215/55R16 97H XL ASSURANCE COMFORTDRIVE 215/55R16 Available 200.95$ 104.49$ -$ 413340582 Passenger Goodyear Assurance ComfortDrive 215/55R17 94V SL ASSURANCE COMFORTDRIVE 215/55R17 Available 236.64$ 123.05$ -$ 413810582 Passenger Goodyear Assurance ComfortDrive 215/55R18 95H SL ASSURANCE COMFORTDRIVE 215/55R18 Available 270.53$ 140.68$ -$ 413571582 Passenger Goodyear Assurance ComfortDrive 215/60R16 95V SL ASSURANCE COMFORTDRIVE 215/60R16 Available 194.46$ 101.12$ -$ 413546582 Passenger Goodyear Assurance ComfortDrive 215/60R17 96H SL ASSURANCE COMFORTDRIVE 215/60R17 Available 228.99$ 119.07$ -$ 413002582 Passenger Goodyear Assurance ComfortDrive 215/65R16 98V SL ASSURANCE COMFORTDRIVE 215/65R16 Available 198.68$ 103.31$ -$ 413567582 Passenger Goodyear Assurance ComfortDrive 225/45R17 91V SL ASSURANCE COMFORTDRIVE 225/45R17 Available 243.93$ 126.84$ -$ 413017582 Passenger Goodyear Assurance ComfortDrive 225/45R18 95V XL ASSURANCE COMFORTDRIVE 225/45R18 Available 262.19$ 136.34$ -$ 413509582 Passenger Goodyear Assurance ComfortDrive 225/50R17 94V SL ASSURANCE COMFORTDRIVE 225/50R17 Available 251.11$ 130.58$ -$ 413003582 Passenger Goodyear Assurance ComfortDrive 225/50R18 95V SL ASSURANCE COMFORTDRIVE 225/50R18 Available 290.26$ 150.94$ -$ G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.1 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 413502582 Passenger Goodyear Assurance ComfortDrive 225/55R17 97V SL ASSURANCE COMFORTDRIVE 225/55R17 Available 254.44$ 132.31$ -$ 413033582 Passenger Goodyear Assurance ComfortDrive 225/55R18 98V SL ASSURANCE COMFORTDRIVE 225/55R18 Available 271.05$ 140.95$ -$ 413019582 Passenger Goodyear Assurance ComfortDrive 225/55R19 99V SL ASSURANCE COMFORTDRIVE 225/55R19 Available 315.94$ 164.29$ -$ 413005582 Passenger Goodyear Assurance ComfortDrive 225/60R17 99H SL ASSURANCE COMFORTDRIVE 225/60R17 Available 248.69$ 129.32$ -$ 413363582 Passenger Goodyear Assurance ComfortDrive 225/60R18 100H SL ASSURANCE COMFORTDRIVE 225/60R18 Available 262.14$ 136.31$ -$ 413517582 Passenger Goodyear Assurance ComfortDrive 225/65R17 102H SL ASSURANCE COMFORTDRIVE 225/65R17 Available 244.01$ 126.89$ -$ 413021582 Passenger Goodyear Assurance ComfortDrive 235/40R19 96V XL ASSURANCE COMFORTDRIVE 235/40R19 Available 299.24$ 155.60$ -$ 413871582 Passenger Goodyear Assurance ComfortDrive 235/45R18 94V SL ASSURANCE COMFORTDRIVE 235/45R18 Available 283.25$ 147.29$ -$ 413025582 Passenger Goodyear Assurance ComfortDrive 235/45R19 95H SL ASSURANCE COMFORTDRIVE 235/45R19 Available 299.16$ 155.56$ -$ 413018582 Passenger Goodyear Assurance ComfortDrive 235/50R18 97V SL ASSURANCE COMFORTDRIVE 235/50R18 Available 294.93$ 153.36$ -$ 413024582 Passenger Goodyear Assurance ComfortDrive 235/50R19 99V SL ASSURANCE COMFORTDRIVE 235/50R19 Available 300.70$ 156.36$ -$ 413319582 Passenger Goodyear Assurance ComfortDrive 235/55R17 99H SL ASSURANCE COMFORTDRIVE 235/55R17 Available 264.39$ 137.48$ -$ 413496582 Passenger Goodyear Assurance ComfortDrive 235/55R18 100V SL ASSURANCE COMFORTDRIVE 235/55R18 Available 303.58$ 157.86$ -$ 413965582 Passenger Goodyear Assurance ComfortDrive 235/55R19 101V SL ASSURANCE COMFORTDRIVE 235/55R19 Available 303.53$ 157.84$ -$ 413022582 Passenger Goodyear Assurance ComfortDrive 235/55R20 102V SL ASSURANCE COMFORTDRIVE 235/55R20 Available 308.54$ 160.44$ -$ 413488582 Passenger Goodyear Assurance ComfortDrive 235/60R17 102H SL ASSURANCE COMFORTDRIVE 235/60R17 Available 260.10$ 135.25$ -$ 413006582 Passenger Goodyear Assurance ComfortDrive 235/60R18 103V SL ASSURANCE COMFORTDRIVE 235/60R18 Available 289.85$ 150.72$ -$ 413188582 Passenger Goodyear Assurance ComfortDrive 235/65R17 104H SL ASSURANCE COMFORTDRIVE 235/65R17 Available 265.08$ 137.84$ -$ 413011582 Passenger Goodyear Assurance ComfortDrive 235/65R18 106V SL ASSURANCE COMFORTDRIVE 235/65R18 Available 290.45$ 151.03$ -$ 413027582 Passenger Goodyear Assurance ComfortDrive 245/45R17 99V XL ASSURANCE COMFORTDRIVE 245/45R17 Available 276.50$ 143.78$ -$ 413010582 Passenger Goodyear Assurance ComfortDrive 245/45R18 100V XL ASSURANCE COMFORTDRIVE 245/45R18 Available 330.58$ 171.90$ -$ 413927582 Passenger Goodyear Assurance ComfortDrive 245/50R20 102V SL ASSURANCE COMFORTDRIVE 245/50R20 Available 310.86$ 161.65$ -$ 413014582 Passenger Goodyear Assurance ComfortDrive 245/55R19 103V SL ASSURANCE COMFORTDRIVE 245/55R19 Available 302.15$ 157.12$ -$ 413012582 Passenger Goodyear Assurance ComfortDrive 245/60R18 105V SL ASSURANCE COMFORTDRIVE 245/60R18 Available 303.18$ 157.65$ -$ 413028582 Passenger Goodyear Assurance ComfortDrive 255/40R19 100V XL ASSURANCE COMFORTDRIVE 255/40R19 Available 344.85$ 179.32$ -$ 413030582 Passenger Goodyear Assurance ComfortDrive 255/45R20 105V XL ASSURANCE COMFORTDRIVE 255/45R20 Available 321.46$ 167.16$ -$ 413031582 Passenger Goodyear Assurance ComfortDrive 255/50R19 107V XL ASSURANCE COMFORTDRIVE 255/50R19 Available 340.83$ 177.23$ -$ 413037582 Passenger Goodyear Assurance ComfortDrive 255/50R20 109V XL ASSURANCE COMFORTDRIVE 255/50R20 Available 309.36$ 160.87$ -$ 413929582 Passenger Goodyear Assurance ComfortDrive 255/55R20 107H SL ASSURANCE COMFORTDRIVE 255/55R20 Available 303.18$ 157.65$ -$ 413087582 Passenger Goodyear Assurance ComfortDrive 255/65R18 111H SL ASSURANCE COMFORTDRIVE 255/65R18 Available 308.03$ 160.18$ -$ 413088582 Passenger Goodyear Assurance ComfortDrive 275/50R20 109H SL ASSURANCE COMFORTDRIVE 275/50R20 Available 378.26$ 196.70$ -$ 413379329 Passenger Goodyear Assurance ComfTred Tour 225/55R16 95H SL ASSUR COMTRD TOURING 225/55R16 Discontinued - Low Inventory 194.06$ 100.91$ -$ 681030566 Passenger Goodyear Assurance Finesse 215/50R18 92H SL ASSURANCE FINESSE 215/50R18 Available 163.18$ 84.85$ -$ 681213566 Passenger Goodyear Assurance Finesse 215/55R17 94H SL ASSURANCE FINESSE 215/55R17 Available 217.11$ 112.90$ -$ 681875566 Passenger Goodyear Assurance Finesse 215/65R17 99H S1 ASSURANCE FINESSE 215/65R17 Discontinued - Low Inventory 128.75$ 66.95$ -$ 681028566 Passenger Goodyear Assurance Finesse 225/55R17 97H SL ASSURANCE FINESSE 225/55R17 Available 225.00$ 117.00$ -$ 681800566 Passenger Goodyear Assurance Finesse 235/55R18 100H SL ASSURANCE FINESSE 235/55R18 Discontinued 249.80$ 129.90$ -$ 681019630 Passenger Goodyear Assurance Finesse 235/55R19 101H SL ASSURANCE FINESSE 235/55R19 Available 288.54$ 150.04$ -$ 681819566 Passenger Goodyear Assurance Finesse 245/60R18 105H S1 ASSURANCE FINESSE 245/60R18 Available 208.73$ 108.54$ -$ 681004566 Passenger Goodyear Assurance Finesse 255/50R20 105H S1 ASSURANCE FINESSE 255/50R20 Available 224.90$ 116.95$ -$ 681034566 Passenger Goodyear Assurance Finesse 225/65R17 102H SL ASSURANCE FINESSE 225/65R17 Available 240.76$ 125.20$ -$ 681880566 Passenger Goodyear Assurance Finesse 225/55R18 98V ASSURANCE FINESSE 225/55R18 Available 242.05$ 125.87$ -$ 681040566 Passenger Goodyear Assurance Finesse 235/55R18 100H SL ASSURANCE FINESSE 235/55R18 Available 257.30$ 133.80$ -$ 681039566 Passenger Goodyear Assurance Finesse 215/65R17 99H SL ASSURANCE FINESSE 215/65R17 Available 175.83$ 91.43$ -$ 681815630 Passenger Goodyear Assurance Finesse 235/60R18 103H SL ASSURANCE FINESSE BSL 235/60R18 Available 315.00$ 163.80$ -$ 681935630 Passenger Goodyear Assurance Finesse 255/50R20 105T SL ASSURANCE FINESSE 225/55R18 Available 271.25$ 141.05$ -$ 681052566 Passenger Goodyear Assurance Finesse 215/55R18 95H SL ASSURANCE FINESSE VSB 215/55R18 Available 257.50$ 133.90$ -$ 681053566 Passenger Goodyear Assurance Finesse 235/45R19 95H SL ASSURANCE FINESSE VSB 235/45R19 Available 292.50$ 152.10$ -$ 681056566 Passenger Goodyear Assurance Finesse 255/55R20 107V SL ASSURANCE FINESSE 255/55R20 Available 308.03$ 160.18$ -$ 738529571 Passenger Goodyear Assurance Fuel Max 175/60R16 82H SL ASSURANCE FUEL MAX TL 175/60R16 Available 239.04$ 124.30$ -$ 738524571 Passenger Goodyear Assurance Fuel Max 205/55R16 91H SL ASSURANCE FUEL MAX TL 205/55R16 Available 212.02$ 110.25$ -$ 738003571 Passenger Goodyear Assurance Fuel Max 205/65R16 95H SL ASSUR FUEL MAX (HEV)205/65R16 Available 172.84$ 89.88$ -$ 738002571 Passenger Goodyear Assurance Fuel Max 205/65R16 95H SL ASSURANCE FUEL MAX TL 205/65R16 Discontinued 167.02$ 86.85$ -$ 738735571 Passenger Goodyear Assurance Fuel Max 215/55R17 94V SL ASSURANCE FUEL MAX TL 215/55R17 Available 249.46$ 129.72$ -$ 738754571 Passenger Goodyear Assurance Fuel Max 225/55R17 97V SL ASSURANCE FUEL MAX TL 225/55R17 Available 237.38$ 123.44$ -$ 738338571 Passenger Goodyear Assurance Fuel Max 225/65R16 100H ASSURANCE FUEL MAX TL 225/65R16 Discontinued - Low Inventory 176.86$ 91.97$ -$ 738609571 Passenger Goodyear Assurance Fuel Max P175/65R15 84H SL ASSURANCE FUEL MAX TL P175/65R15 Available 187.68$ 97.59$ -$ 738828571 Passenger Goodyear Assurance Fuel Max P225/55R17 95H SL ASSURANCE FUEL MAX P225/55R17 Available 189.88$ 98.74$ -$ 738004571 Passenger Goodyear Assurance Fuel Max 255/65R18 111H SL ASSURANCE FUEL MAX TL 255/65R18 Available 295.19$ 153.50$ -$ 110489545 Passenger Goodyear Assurance MaxLife 195/65R15 91H SL ASSURANCE MAXLIFE VSB 195/65R15 Available 162.28$ 84.39$ -$ 110980545 Passenger Goodyear Assurance MaxLife 205/50R17 89V SL ASSURANCE MAXLIFE VSB 205/50R17 Available 227.83$ 118.47$ -$ 110952545 Passenger Goodyear Assurance MaxLife 205/55R16 91H SL ASSURANCE MAXLIFE VSB 205/55R16 Available 180.15$ 93.68$ -$ 110953545 Passenger Goodyear Assurance MaxLife 205/60R16 92V SL ASSURANCE MAXLIFE VSB 205/60R16 Available 172.35$ 89.62$ -$ 110780545 Passenger Goodyear Assurance MaxLife 205/65R16 95H SL ASSURANCE MAXLIFE VSB 205/65R16 Available 178.74$ 92.94$ -$ 110947545 Passenger Goodyear Assurance MaxLife 215/45R17 87V SL ASSURANCE MAXLIFE VSB 215/45R17 Available 236.01$ 122.73$ -$ 110977545 Passenger Goodyear Assurance MaxLife 215/50R17 95V XL ASSURANCE MAXLIFE VSB 215/50R17 Available 229.61$ 119.40$ -$ 110507545 Passenger Goodyear Assurance MaxLife 215/55R16 97H XL ASSURANCE MAXLIFE VSB 215/55R16 Available 194.83$ 101.31$ -$ 110340545 Passenger Goodyear Assurance MaxLife 215/55R17 94V SL ASSURANCE MAXLIFE VSB 215/55R17 Available 217.11$ 112.90$ -$ 110571545 Passenger Goodyear Assurance MaxLife 215/60R16 95V SL ASSURANCE MAXLIFE VSB 215/60R16 Available 176.81$ 91.94$ -$ 110322545 Passenger Goodyear Assurance MaxLife 215/60R17 96H SL ASSURANCE MAXLIFE VSB 215/60R17 Available 208.30$ 108.32$ -$ 110954545 Passenger Goodyear Assurance MaxLife 215/70R16 100H SL ASSURANCE MAXLIFE VSB 215/70R16 Available 223.87$ 116.41$ -$ 110567545 Passenger Goodyear Assurance MaxLife 225/45R17 91V SL ASSURANCE MAXLIFE VSB 225/45R17 Available 220.02$ 114.41$ -$ 110938545 Passenger Goodyear Assurance MaxLife 225/45R18 91V SL ASSURANCE MAXLIFE VSB 225/45R18 Available 219.31$ 114.04$ -$ 110982545 Passenger Goodyear Assurance MaxLife 225/50R17 94V SL ASSURANCE MAXLIFE VSB 225/50R17 Available 229.31$ 119.24$ -$ 110502545 Passenger Goodyear Assurance MaxLife 225/55R17 97V SL ASSURANCE MAXLIFE VSB 225/55R17 Available 241.40$ 125.53$ -$ 110935545 Passenger Goodyear Assurance MaxLife 225/55R18 98H SL ASSURANCE MAXLIFE VSB 225/55R18 Available 241.06$ 125.35$ -$ 110930545 Passenger Goodyear Assurance MaxLife 225/55R19 99V SL ASSURANCE MAXLIFE VSB 225/55R19 Available 303.83$ 157.99$ -$ 110407545 Passenger Goodyear Assurance MaxLife 225/60R16 98H SL ASSURANCE MAX FE VSB 225/60R16 Available 180.35$ 93.78$ -$ 110979545 Passenger Goodyear Assurance MaxLife 225/60R17 99H SL ASSURANCE MAXLIFE VSB 225/60R17 Available 241.40$ 125.53$ -$ 110363545 Passenger Goodyear Assurance MaxLife 225/60R18 100H SL ASSURANCE MAXLIFE VSB 225/60R18 Available 237.20$ 123.34$ -$ 110981545 Passenger Goodyear Assurance MaxLife 225/65R17 102H SL ASSURANCE MAXLIFE VSB 225/65R17 Available 225.69$ 117.36$ -$ 110940545 Passenger Goodyear Assurance MaxLife 235/40R18 91V SL ASSURANCE MAXLIFE VSB 235/40R18 Available 245.12$ 127.46$ -$ 110918545 Passenger Goodyear Assurance MaxLife 235/40R19 96V XL ASSURANCE MAXLIFE VSB 235/40R19 Available 277.76$ 144.44$ -$ 110996545 Passenger Goodyear Assurance MaxLife 235/45R17 94V SL ASSURANCE MAXLIFE VSB 235/45R17 Available 256.39$ 133.32$ -$ 110936545 Passenger Goodyear Assurance MaxLife 235/45R18 94V SL ASSURANCE MAXLIFE VSB 235/45R18 Available 263.50$ 137.02$ -$ 110931545 Passenger Goodyear Assurance MaxLife 235/45R19 95H SL ASSURANCE MAXLIFE VSB 235/45R19 Available 254.31$ 132.24$ -$ 110956545 Passenger Goodyear Assurance MaxLife 235/50R17 96H SL ASSURANCE MAXLIFE VSB 235/50R17 Available 221.43$ 115.14$ -$ 110876545 Passenger Goodyear Assurance MaxLife 235/50R18 97V SL ASSURANCE MAXLIFE VSB 235/50R18 Available 273.62$ 142.28$ -$ 110933545 Passenger Goodyear Assurance MaxLife 235/50R19 99V SL ASSURANCE MAXLIFE VSB 235/50R19 Available 296.66$ 154.26$ -$ 110319545 Passenger Goodyear Assurance MaxLife 235/55R17 99H SL ASSURANCE MAXLIFE VSB 235/55R17 Available 237.97$ 123.74$ -$ 110496545 Passenger Goodyear Assurance MaxLife 235/55R18 100V SL ASSURANCE MAXLIFE VSB 235/55R18 Available 291.78$ 151.73$ -$ 110883545 Passenger Goodyear Assurance MaxLife 235/55R19 101V SL ASSURANCE MAXLIFE VSB 235/55R19 Available 296.01$ 153.93$ -$ 110928545 Passenger Goodyear Assurance MaxLife 235/55R20 102V SL ASSURANCE MAXLIFE VSB 235/55R20 Available 284.81$ 148.10$ -$ 110488545 Passenger Goodyear Assurance MaxLife 235/60R17 102H SL ASSURANCE MAXLIFE VSB 235/60R17 Available 244.49$ 127.13$ -$ 110934545 Passenger Goodyear Assurance MaxLife 235/60R18 103V SL ASSURANCE MAXLIFE VSB 235/60R18 Available 283.80$ 147.58$ -$ 110188545 Passenger Goodyear Assurance MaxLife 235/65R17 104H SL ASSURANCE MAXLIFE VSB 235/65R17 Available 249.52$ 129.75$ -$ 110022545 Passenger Goodyear Assurance MaxLife 235/65R18 106V SL ASSURANCE MAXLIFE VSB 235/65R18 Available 281.67$ 146.47$ -$ 110927545 Passenger Goodyear Assurance MaxLife 245/50R20 102V SL ASSURANCE MAXLIFE VSB 245/50R20 Available 287.23$ 149.36$ -$ 110971545 Passenger Goodyear Assurance MaxLife 245/55R19 103V SL ASSURANCE MAXLIFE VSB 245/55R19 Available 287.83$ 149.67$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.2 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 110819545 Passenger Goodyear Assurance MaxLife 245/60R18 105H SL ASSURANCE MAXLIFE VSB 245/60R18 Available 285.35$ 148.38$ -$ 110002545 Passenger Goodyear Assurance MaxLife 255/50R20 105H SL ASSURANCE MAXLIFE VSB 255/50R20 Discontinued - Low Inventory 291.59$ 151.63$ -$ 110929545 Passenger Goodyear Assurance MaxLife 255/55R20 107H SL ASSURANCE MAXLIFE VSB 255/55R20 Available 287.83$ 149.67$ -$ 110957545 Passenger Goodyear Assurance MaxLife 265/60R18 110H SL ASSURANCE MAXLIFE VSB 265/60R18 Available 288.06$ 149.79$ -$ 110939545 Passenger Goodyear Assurance MaxLife P215/55R18 94H SL ASSURANCE MAXLIFE VSB P215/55R18 Available 252.77$ 131.44$ -$ 110943545 Passenger Goodyear Assurance MaxLife P215/65R17 98V SL ASSURANCE MAXLIFE VSB P215/65R17 Available 212.38$ 110.44$ -$ 110932545 Passenger Goodyear Assurance MaxLife P255/60R19 108H SL ASSURANCE MAXLIFE VSB P255/60R19 Available 285.71$ 148.57$ -$ 110067545 Passenger Goodyear Assurance MaxLife 255/50R20 105V SL ASSURANCE MAXLIFE VSB 255/50R20 Available 301.08$ 156.56$ -$ 767820537 Passenger Goodyear Assurance WeatherReady 195/55R16 87H SL ASSURANCE WEATHERREADY 195/55R16 Available 211.82$ 110.15$ -$ 767928537 Passenger Goodyear Assurance WeatherReady 235/55R20 102V SL ASSURANCE WEATHERREADY 235/55R20 Available Q3 2022 315.19$ 163.90$ -$ 767489537 Passenger Goodyear Assurance WeatherReady 195/65R15 91H SL ASSURANCE WEATHERREADY 195/65R15 Available 187.90$ 97.71$ -$ 767524537 Passenger Goodyear Assurance WeatherReady 205/55R16 91H SL ASSURANCE WEATHERREADY 205/55R16 Available 205.80$ 107.02$ -$ 767570537 Passenger Goodyear Assurance WeatherReady 205/60R16 92V SL ASSURANCE WEATHERREADY 205/60R16 Available 205.13$ 106.67$ -$ 767780537 Passenger Goodyear Assurance WeatherReady 205/65R16 95H SL ASSURANCE WEATHERREADY 205/65R16 Available 205.94$ 107.09$ -$ 767568537 Passenger Goodyear Assurance WeatherReady 215/45R17 87V SL ASSURANCE WEATHERREADY 215/45R17 Available 255.08$ 132.64$ -$ 767966537 Passenger Goodyear Assurance WeatherReady 215/50R17 95V XL ASSURANCE WEATHERREADY 215/50R17 Available 249.58$ 129.78$ -$ 767507537 Passenger Goodyear Assurance WeatherReady 215/55R16 97H XL ASSURANCE WEATHERREADY 215/55R16 Available 212.95$ 110.73$ -$ 767340537 Passenger Goodyear Assurance WeatherReady 215/55R17 94V SL ASSURANCE WEATHERREADY 215/55R17 Available 243.95$ 126.85$ -$ 767007537 Passenger Goodyear Assurance WeatherReady 215/55R18 95H SL ASSURANCE WEATHERREADY 215/55R18 Available 282.12$ 146.70$ -$ 767829537 Passenger Goodyear Assurance WeatherReady 215/60R16 95H SL ASSURANCE WEATHERREADY 215/60R16 Available 202.04$ 105.06$ -$ 767322537 Passenger Goodyear Assurance WeatherReady 215/60R17 96H SL ASSURANCE WEATHERREADY 215/60R17 Available 242.79$ 126.25$ -$ 767874537 Passenger Goodyear Assurance WeatherReady 215/65R16 98H SL ASSURANCE WEATHERREADY 215/65R16 Available 210.99$ 109.71$ -$ 767875537 Passenger Goodyear Assurance WeatherReady 215/65R17 99H SL ASSURANCE WEATHERREADY 215/65R17 Available 246.51$ 128.19$ -$ 767782537 Passenger Goodyear Assurance WeatherReady 215/70R16 100T SL ASSURANCE WEATHERREADY 215/70R16 Available 259.00$ 134.68$ -$ 767906537 Passenger Goodyear Assurance WeatherReady 225/45R18 95V XL ASSURANCE WEATHERREADY 225/45R18 Available 277.84$ 144.48$ -$ 767372537 Passenger Goodyear Assurance WeatherReady 225/50R17 94V SL ASSURANCE WEATHERREADY 225/50R17 Available 277.59$ 144.35$ -$ 767753537 Passenger Goodyear Assurance WeatherReady 225/55R17 97H SL ASSURANCE WEATHERREADY 225/55R17 Available 258.63$ 134.49$ -$ 767880537 Passenger Goodyear Assurance WeatherReady 225/55R18 98V SL ASSURANCE WEATHERREADY 225/55R18 Available 286.40$ 148.93$ -$ 767407537 Passenger Goodyear Assurance WeatherReady 225/60R16 98H SL ASSURANCE WEATHERREADY 225/60R16 Available 215.30$ 111.96$ -$ 767366537 Passenger Goodyear Assurance WeatherReady 225/60R17 99H SL ASSURANCE WEATHERREADY 225/60R17 Available 266.83$ 138.75$ -$ 767363537 Passenger Goodyear Assurance WeatherReady 225/60R18 100H SL ASSURANCE WEATHERREADY 225/60R18 Available 282.79$ 147.05$ -$ 767517537 Passenger Goodyear Assurance WeatherReady 225/65R17 102H SL ASSURANCE WEATHERREADY 225/65R17 Available 253.64$ 131.89$ -$ 767378537 Passenger Goodyear Assurance WeatherReady 225/70R16 103T SL ASSURANCE WEATHERREADY 225/70R16 Available 251.28$ 130.67$ -$ 767881537 Passenger Goodyear Assurance WeatherReady 235/45R17 97V XL ASSURANCE WEATHERREADY 235/45R17 Available 293.95$ 152.85$ -$ 767871537 Passenger Goodyear Assurance WeatherReady 235/45R18 94V SL ASSURANCE WEATHERREADY 235/45R18 Available 297.99$ 154.95$ -$ 767968537 Passenger Goodyear Assurance WeatherReady 235/45R19 95V SL ASSURANCE WEATHERREADY 235/45R19 Available 308.09$ 160.21$ -$ 767970537 Passenger Goodyear Assurance WeatherReady 235/50R17 96V SL ASSURANCE WEATHERREADY 235/50R17 Available 249.20$ 129.58$ -$ 767876537 Passenger Goodyear Assurance WeatherReady 235/50R18 97V SL ASSURANCE WEATHERREADY 235/50R18 Available 303.53$ 157.84$ -$ 767010537 Passenger Goodyear Assurance WeatherReady 235/50R19 99V SL ASSURANCE WEATHERREADY 235/50R19 Available 317.49$ 165.09$ -$ 767181537 Passenger Goodyear Assurance WeatherReady 235/55R17 99H SL ASSURANCE WEATHERREADY 235/55R17 Available 283.96$ 147.66$ -$ 767877537 Passenger Goodyear Assurance WeatherReady 235/55R18 100V SL ASSURANCE WEATHERREADY 235/55R18 Available 315.08$ 163.84$ -$ 767883537 Passenger Goodyear Assurance WeatherReady 235/55R19 101V SL ASSURANCE WEATHERREADY 235/55R19 Available 314.92$ 163.76$ -$ 767884537 Passenger Goodyear Assurance WeatherReady 235/55R20 102H SL ASSURANCE WEATHERREADY 235/55R20 Discontinued - Low Inventory 305.35$ 158.78$ -$ 767488537 Passenger Goodyear Assurance WeatherReady 235/60R17 102H SL ASSURANCE WEATHERREADY 235/60R17 Available 266.00$ 138.32$ -$ 767815537 Passenger Goodyear Assurance WeatherReady 235/60R18 103H SL ASSURANCE WEATHERREADY 235/60R18 Available 311.16$ 161.80$ -$ 767188537 Passenger Goodyear Assurance WeatherReady 235/65R17 104H SL ASSURANCE WEATHERREADY 235/65R17 Available 275.88$ 143.46$ -$ 767885537 Passenger Goodyear Assurance WeatherReady 235/65R18 106H SL ASSURANCE WEATHERREADY 235/65R18 Available 302.54$ 157.32$ -$ 767014537 Passenger Goodyear Assurance WeatherReady 245/45R18 100V XL ASSUR WEATHERREADY 245/45R18 Available 340.77$ 177.20$ -$ 767870537 Passenger Goodyear Assurance WeatherReady 245/50R20 102H SL ASSURANCE WEATHERREADY 245/50R20 Available 338.55$ 176.05$ -$ 767890537 Passenger Goodyear Assurance WeatherReady 245/55R19 103H SL ASSURANCE WEATHERREADY 245/55R19 Available 320.50$ 166.66$ -$ 767819537 Passenger Goodyear Assurance WeatherReady 245/60R18 105H SL ASSURANCE WEATHERREADY 245/60R18 Available 326.15$ 169.60$ -$ 767905537 Passenger Goodyear Assurance WeatherReady 255/50R19 107H XL ASSURANCE WEATHERREADY 255/50R19 Available 360.16$ 187.28$ -$ 767967537 Passenger Goodyear Assurance WeatherReady 255/50R20 109V XL ASSURANCE WEATHERREADY 255/50R20 Available 315.85$ 164.24$ -$ 767903537 Passenger Goodyear Assurance WeatherReady 255/55R18 109V XL ASSURANCE WEATHERREADY 255/55R18 Available 354.84$ 184.52$ -$ 767891537 Passenger Goodyear Assurance WeatherReady 255/55R20 110H XL ASSURANCE WEATHERREADY 255/55R20 Available 323.84$ 168.40$ -$ 767892537 Passenger Goodyear Assurance WeatherReady 255/60R19 109H SL ASSURANCE WEATHERREADY 255/60R19 Available 315.95$ 164.29$ -$ 767894537 Passenger Goodyear Assurance WeatherReady 255/65R18 111T SL ASSURANCE WEATHERREADY 255/65R18 Available 331.09$ 172.17$ -$ 767957537 Passenger Goodyear Assurance WeatherReady 265/60R18 110H SL ASSURANCE WEATHERREADY 265/60R18 Available 326.97$ 170.02$ -$ 104040390 Passenger Goodyear Eag F1 Asym A/S ROF 245/40R20 95V EAGLE F1 ASYM A/S ROF 245/40R20 Available 315.66$ 164.14$ -$ 784287347 Passenger Goodyear Eag F1 Asym SUV 255/50R19 SL EAG F1 ASYM SUV MO L 255/50R19 Available 299.71$ 155.85$ -$ 112072591 Passenger Goodyear Eag F1 SuperSport 255/35ZR20 (97Y) EAG F1 SUPERSPORTNA0 255/35R20 Available 638.65$ 332.10$ -$ 112071591 Passenger Goodyear Eag F1 SuperSport 315/30ZR21 (105Y) EAG F1 SUPERSPORTNA 0 315/30R21 Available 739.35$ 384.46$ -$ 104001568 Passenger Goodyear Eagle Exhilarate 215/45ZR17 XL 91W EAGLE EXHILARATE 215/45ZR17 Available 208.05$ 108.19$ -$ 104042568 Passenger Goodyear Eagle Exhilarate 265/40ZR22 XL 106Y EAGLE EXHILARATE 265/40ZR22 Available 433.76$ 225.56$ -$ 104002568 Passenger Goodyear Eagle Exhilarate 225/40ZR18 XL 92Y EAGLE EXHILARATE 225/40ZR18 Available 232.04$ 120.66$ -$ 104003568 Passenger Goodyear Eagle Exhilarate 225/40ZR19 XL 93Y EAGLE EXHILARATE 225/40ZR19 Available 304.04$ 158.10$ -$ 104004568 Passenger Goodyear Eagle Exhilarate 225/45ZR17 XL 94W EAGLE EXHILARATE 225/45ZR17 Available 191.93$ 99.80$ -$ 104005568 Passenger Goodyear Eagle Exhilarate 225/45ZR18 XL 95Y EAGLE EXHILARATE 225/45ZR18 Available 264.49$ 137.53$ -$ 104006568 Passenger Goodyear Eagle Exhilarate 225/45ZR19 XL 96W EAGLE EXHILARATE 225/45ZR19 Available 301.60$ 156.83$ -$ 104007568 Passenger Goodyear Eagle Exhilarate 225/50ZR18 SL 95W EAGLE EXHILARATE 225/50ZR18 Available 243.54$ 126.64$ -$ 104008568 Passenger Goodyear Eagle Exhilarate 235/35ZR19 XL 91Y EAGLE EXHILARATE 235/35ZR19 Available 298.96$ 155.46$ -$ 104033568 Passenger Goodyear Eagle Exhilarate 235/40R19 XL 96Y EAGLE EXHILARATE 235/40R19 Available 317.74$ 165.22$ -$ 104046568 Passenger Goodyear Eagle Exhilarate 215/45ZR18 XL 93Y EAGLE EXHILARATE 215/45ZR18 Available 230.63$ 119.93$ -$ 104009568 Passenger Goodyear Eagle Exhilarate 235/40ZR18 XL 95Y EAGLE EXHILARATE 235/40ZR18 Available 267.71$ 139.21$ -$ 104036568 Passenger Goodyear Eagle Exhilarate 245/35R19 XL 93Y EAGLE EXHILARATE 245/35R19 Available 336.89$ 175.18$ -$ 104010568 Passenger Goodyear Eagle Exhilarate 245/35ZR18 XL 92Y EAGLE EXHILARATE 245/35ZR18 Available 281.11$ 146.18$ -$ 104011568 Passenger Goodyear Eagle Exhilarate 245/40ZR18 XL 97Y EAGLE EXHILARATE 245/40ZR18 Available 275.78$ 143.41$ -$ 104012568 Passenger Goodyear Eagle Exhilarate 245/40ZR19 XL 98Y EAGLE EXHILARATE 245/40ZR19 Available 330.02$ 171.61$ -$ 104013568 Passenger Goodyear Eagle Exhilarate 245/40ZR20 XL 99Y EAGLE EXHILARATE 245/40ZR20 Available 366.68$ 190.67$ -$ 104014568 Passenger Goodyear Eagle Exhilarate 245/45ZR17 XL 99Y EAGLE EXHILARATE 245/45ZR17 Available 256.48$ 133.37$ -$ 104015568 Passenger Goodyear Eagle Exhilarate 245/45ZR18 XL 100Y EAGLE EXHILARATE 245/45ZR18 Available 261.26$ 135.86$ -$ 104016568 Passenger Goodyear Eagle Exhilarate 245/45ZR19 XL 102Y EAGLE EXHILARATE 245/45ZR19 Available 330.65$ 171.94$ -$ 104039568 Passenger Goodyear Eagle Exhilarate 245/50ZR19 XL 105W EAGLE EXHILARATE 245/50ZR19 Available 328.50$ 170.82$ -$ 104018568 Passenger Goodyear Eagle Exhilarate 255/35ZR18 XL 94Y EAGLE EXHILARATE 255/35ZR18 Available 330.02$ 171.61$ -$ 104019568 Passenger Goodyear Eagle Exhilarate 255/35ZR19 XL 96Y EAGLE EXHILARATE 255/35ZR19 Available 336.12$ 174.78$ -$ 104020568 Passenger Goodyear Eagle Exhilarate 255/40ZR18 XL 99Y EAGLE EXHILARATE 255/40ZR18 Available 297.94$ 154.93$ -$ 104021568 Passenger Goodyear Eagle Exhilarate 255/40ZR19 XL 100Y EAGLE EXHILARATE 255/40ZR19 Available 354.13$ 184.15$ -$ 104022568 Passenger Goodyear Eagle Exhilarate 255/45ZR19 XL 104Y EAGLE EXHILARATE 255/45ZR19 Available 372.78$ 193.85$ -$ 104023568 Passenger Goodyear Eagle Exhilarate 255/50ZR19 XL 107W EAGLE EXHILARATE 255/50ZR19 Available 386.56$ 201.01$ -$ 104024568 Passenger Goodyear Eagle Exhilarate 265/35ZR19 XL 98Y EAGLE EXHILARATE 265/35ZR19 Available 366.68$ 190.67$ -$ 104025568 Passenger Goodyear Eagle Exhilarate 265/35ZR20 XL 99Y EAGLE EXHILARATE 265/35ZR20 Available 478.24$ 248.68$ -$ 104026568 Passenger Goodyear Eagle Exhilarate 275/30ZR20 XL 97Y EAGLE EXHILARATE 275/30ZR20 Available 383.85$ 199.60$ -$ 104034568 Passenger Goodyear Eagle Exhilarate 275/35R19 XL 100Y EAGLE EXHILARATE 275/35R19 Available 357.65$ 185.98$ -$ 104035568 Passenger Goodyear Eagle Exhilarate 275/35R20 XL 102Y EAGLE EXHILARATE 275/35R20 Available 344.86$ 179.33$ -$ 104027568 Passenger Goodyear Eagle Exhilarate 275/35ZR18 SL 95Y EAGLE EXHILARATE 275/35ZR18 Available 357.53$ 185.92$ -$ 104028568 Passenger Goodyear Eagle Exhilarate 275/40ZR18 SL 99Y EAGLE EXHILARATE 275/40ZR18 Available 364.22$ 189.39$ -$ 104029568 Passenger Goodyear Eagle Exhilarate 275/40ZR20 XL 106Y EAGLE EXHILARATE 275/40ZR20 Available 378.94$ 197.05$ -$ 104030568 Passenger Goodyear Eagle Exhilarate 275/45ZR20 XL 110Y EAGLE EXHILARATE 275/45ZR20 Available 382.46$ 198.88$ -$ 104032568 Passenger Goodyear Eagle Exhilarate 285/35ZR19 SL 99Y EAGLE EXHILARATE 285/35ZR19 Available 418.65$ 217.70$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.3 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 104057568 Passenger Goodyear Eagle Exhilarate 205/45ZR17 XL 88W EAGLE EXHILARATE 205/45ZR17 Available 211.28$ 109.87$ -$ 104045568 Passenger Goodyear Eagle Exhilarate 235/45ZR17 XL 97W EAGLE EXHILARATE 235/45ZR17 Available 219.33$ 114.05$ -$ 104049568 Passenger Goodyear Eagle Exhilarate 275/40ZR19 XL 101Y EAGLE EXHILARATE 275/40ZR19 Available 406.98$ 211.63$ -$ 104053568 Passenger Goodyear Eagle Exhilarate 255/55ZR19 XL 111Y EAGLE EXHILARATE 255/55ZR19 Available 384.22$ 199.79$ -$ 104056568 Passenger Goodyear Eagle Exhilarate 285/30ZR20 XL 99Y EAGLE EXHILARATE 285/30ZR20 Available 386.90$ 201.19$ -$ 104052568 Passenger Goodyear Eagle Exhilarate 245/35ZR20 XL 95Y EAGLE EXHILARATE 245/35ZR20 Available 348.08$ 181.00$ -$ 104047568 Passenger Goodyear Eagle Exhilarate 255/35ZR20 XL 97Y EAGLE EXHILARATE 255/35ZR20 Available 344.06$ 178.91$ -$ 104055568 Passenger Goodyear Eagle Exhilarate 285/35ZR20 XL 104Y EAGLE EXHILARATE 285/35ZR20 Available 354.77$ 184.48$ -$ 104054568 Passenger Goodyear Eagle Exhilarate 315/35ZR20 XL 110Y EAGLE EXHILARATE 315/35ZR20 Available 465.68$ 242.15$ -$ 104051568 Passenger Goodyear Eagle Exhilarate 295/40ZR20 XL 106Y EAGLE EXHILARATE 295/40ZR20 Available 528.93$ 275.04$ -$ 104048568 Passenger Goodyear Eagle Exhilarate 255/45ZR20 XL 105W EAGLE EXHILARATE 255/45ZR20 Available 327.99$ 170.55$ -$ 104050568 Passenger Goodyear Eagle Exhilarate 295/35ZR21 XL 107Y EAGLE EXHILARATE 295/35ZR21 Available 496.68$ 258.27$ -$ 104044568 Passenger Goodyear Eagle Exhilarate 295/40ZR21 XL 111W EAGLE EXHILARATE 295/40ZR21 Available 504.71$ 262.45$ -$ 104043568 Passenger Goodyear Eagle Exhilarate 275/40ZR22 XL 107Y EAGLE EXHILARATE 275/40ZR22 Discontinued 421.71$ 219.29$ -$ 104058568 Passenger Goodyear Eagle Exhilarate 275/40R22 XL 108Y EAGLE EXHILARATE 275/40R22 Available Late 2022 429.56$ 223.37$ -$ 784044359 Passenger Goodyear Eagle F1 Asy 2 225/40R19 89Y SL EAGLE F1 ASYM2 ROF 225/40R19 Available 437.50$ 227.50$ -$ 784764348 Passenger Goodyear Eagle F1 Asy 2 235/40R18 95Y XL EAGLE F1 ASYMMETRIC2 235/40R18 Discontinued - Low Inventory 196.99$ 102.43$ -$ 784140359 Passenger Goodyear Eagle F1 Asy 2 245/35R19 93Y XL EAG F1 ASYM2 MOE R ROF 245/35R19 Available 492.13$ 255.91$ -$ 784318348 Passenger Goodyear Eagle F1 Asy 2 265/30R19 93Y XL EAGLE F1 ASYMMETRIC2 265/30R19 Available 343.34$ 178.54$ -$ 784066348 Passenger Goodyear Eagle F1 Asy 2 265/45ZR18 101Y SL EAGLE F1 ASYM 2 NO R 265/45ZR18 Available 471.99$ 245.43$ -$ 784360348 Passenger Goodyear Eagle F1 Asy 2 275/30R19 96Y XL EAGLE F1 ASYMMETRIC2 275/30R19 Available 466.44$ 242.55$ -$ 784075348 Passenger Goodyear Eagle F1 Asy 2 285/35R19 99Y SL EAGLE F1 ASYMMETRIC2 285/35R19 Available 438.36$ 227.95$ -$ 783448388 Passenger Goodyear Eagle F1 Asy 3 225/35R19 88Y XL EAGLE F1 ASYMMETRIC 3 225/35R19 Available 325.04$ 169.02$ -$ 783390388 Passenger Goodyear Eagle F1 Asy 3 245/40ZR20 95Y EAGLE F1 ASYMMETRIC 3 245/40ZR20 Available 463.00$ 240.76$ -$ 783390385 Passenger Goodyear Eagle F1 Asy 3 245/40ZR20 95Y EAGLE F1 ASYMMETRIC3 ROF 245/40ZR20 Available 467.56$ 243.13$ -$ 783407388 Passenger Goodyear Eagle F1 Asy 3 265/35R22 102W EAGLE F1 ASYMMETRIC 3 265/35R22 Available 241.29$ 125.47$ -$ 783407394 Passenger Goodyear Eagle F1 Asy 3 265/35R22 102W EAGLE F1 ASYMMETRIC 3 SCT 265/35R22 Available 363.69$ 189.12$ -$ 783226572 Passenger Goodyear Eagle F1 Asy 3 265/40R20 104Y EAGLE F1 ASYM 3 AO 265/40R20 Available 348.09$ 181.01$ -$ 783137544 Passenger Goodyear Eagle F1 Asy 3 265/45R21 108H XL EAGLE F1 ASYM 3 SUV A0 265/45R21 Available 533.48$ 277.41$ -$ 783400385 Passenger Goodyear Eagle F1 Asy 3 275/35ZR20 98Y EAGLE F1 ASYMMETRIC3 ROF 275/35ZR20 Available 473.01$ 245.97$ -$ 783411388 Passenger Goodyear Eagle F1 Asy 3 285/35R22 106W EAGLE F1 ASYMMETRIC 3 285/35R22 Available 240.58$ 125.10$ -$ 783411394 Passenger Goodyear Eagle F1 Asy 3 285/35R22 106W EAGLE F1 ASYMMETRIC 3 SCT 285/35R22 Available 389.44$ 202.51$ -$ 783428385 Passenger Goodyear Eagle F1 Asy 3 P245/40ZR18 93Y EAGLE F1 ASYMMETRIC3 ROF P245/40ZR18 Available 427.91$ 222.51$ -$ 783432385 Passenger Goodyear Eagle F1 Asy 3 P285/35ZR19 99Y EAGLE F1 ASYMMETRIC3 ROF P285/35ZR19 Available 530.34$ 275.78$ -$ 783723385 Passenger Goodyear Eagle F1 Asy 3 ROF 275/30R20 97Y XL EF1 ASYM3 ROF * RSC MOE 275/30R20 Available 677.09$ 352.09$ -$ 783152388 Passenger Goodyear Eagle F1 Asym 3 205/45R17 88W EAGLE F1 ASYM 3 STR MINI 205/45R17 Available 222.21$ 115.55$ -$ 783125388 Passenger Goodyear Eagle F1 Asym 3 245/35ZR20 (95Y) XL EAGLE F1 ASYM 3 NA0 245/35ZR20 Available 430.60$ 223.91$ -$ 783126388 Passenger Goodyear Eagle F1 Asym 3 305/30ZR21 (104Y) XL EAGLE F1 ASYM 3 NA0 305/30ZR21 Available 661.74$ 344.10$ -$ 783149385 Passenger Goodyear Eagle F1 Asym 3 ROF 205/40R18 86W EAGLE F1 ASYMMETRIC3 ROF 205/40R18 Available 314.19$ 163.38$ -$ 783100385 Passenger Goodyear Eagle F1 Asym 3 ROF 205/45R17 88W EAGLE F1 ASYMMETRIC3 ROF 205/45R17 Available 282.59$ 146.95$ -$ 783147385 Passenger Goodyear Eagle F1 Asym 3 ROF 225/40R20 94Y EAGLE F1 ASYMM3 ROF STRRSC 225/40R20 Available 484.15$ 251.76$ -$ 783153385 Passenger Goodyear Eagle F1 Asym 3 ROF 225/45R19 96W EAGLE F1 ASYMM3 ROF STRRSC 225/45R19 Available 455.30$ 236.76$ -$ 783836385 Passenger Goodyear Eagle F1 Asym 3 ROF 245/40R19 98Y EF1 ASYM3 ROF * RSC MOE F 245/40R19 Discontinued 449.79$ 233.89$ -$ 783406394 Passenger Goodyear Eagle F1 Asym 3 SCT 265/35R21 101Y EAGLE F1 ASYM 3 AO SCT 265/35R21 Available 491.72$ 255.69$ -$ 103001588 Passenger Goodyear Eagle F1 Asym 5 255/40R20 101W XL EAGLE F1 ASYM 5 T0 255/40R20 Available 370.26$ 192.54$ -$ 103007595 Passenger Goodyear Eagle F1 Asym 5 255/50R19 107Y XL EAGLE F1 ASYM 5 ST FP 255/50R19 Available 524.47$ 272.72$ -$ 103002589 Passenger Goodyear Eagle F1 Asym 5 SCT 255/40R20 101W XL EAGLE F1 ASYM 5 SCT T0 255/40R20 Available 417.35$ 217.02$ -$ 104504357 Passenger Goodyear Eagle F1 Asym A/S 235/40R19 96W EAGLE F1 ASYM ALL-SEASON 235/40R19 Available 331.79$ 172.53$ -$ 104207357 Passenger Goodyear Eagle F1 Asym A/S 235/50R18 97W EAGLE F1 ASYM ALL-SEASON 235/50R18 Available 260.23$ 135.32$ -$ 104388357 Passenger Goodyear Eagle F1 Asym A/S 245/40R19 94W EAGLE F1 ASYM ALL-SEASON 245/40R19 Available 292.49$ 152.09$ -$ 104433393 Passenger Goodyear Eagle F1 Asym A/S 245/40R20 99W EAGLE F1 ASYM A/S SCT 245/40R20 Available 438.47$ 228.00$ -$ 104433357 Passenger Goodyear Eagle F1 Asym A/S 245/40R20 99W EAGLE F1 ASYM ALL-SEASON 245/40R20 Available 381.40$ 198.33$ -$ 104436357 Passenger Goodyear Eagle F1 Asym A/S 265/35R20 99W EAGLE F1 ASYM ALL-SEASON 265/35R20 Available 464.04$ 241.30$ -$ 784116398 Passenger Goodyear Eagle F1 Asym SUV 235/50R20 104W XL EAG F1 ASYM SUV AT JLR 235/50R20 Available 410.08$ 213.24$ -$ 784135398 Passenger Goodyear Eagle F1 Asym SUV 235/50R20 104W XL EAGF1ASYMSUVAT SCT JLR 235/50R20 Available 419.64$ 218.21$ -$ 784037398 Passenger Goodyear Eagle F1 Asym SUV 235/65R17 108V XL EAG F1 ASYM SUV AT JLR 235/65R17 Available 303.34$ 157.74$ -$ 784039398 Passenger Goodyear Eagle F1 Asym SUV 245/45R21 104W XL EAG F1 ASYM SUV AT JLR 245/45R21 Discontinued - Low Inventory 728.61$ 378.87$ -$ 784074333 Passenger Goodyear Eagle F1 Asym SUV 255/55R20 110W EAG F1 ASYM SUV AT XL LR 255/55R20 Available 541.55$ 281.61$ -$ 784389333 Passenger Goodyear Eagle F1 Asym SUV 255/55R20 110Y XL EAG F1 ASYM SUV TL LR 255/55R20 Available 667.23$ 346.96$ -$ 784500398 Passenger Goodyear Eagle F1 Asym SUV 255/60R18 112W EAGLE F1 ASYM SUV AT JLR 255/60R18 Available 503.16$ 261.64$ -$ 784124398 Passenger Goodyear Eagle F1 Asym SUV 255/60R19 113W EAGLE F1 ASYM SUV AT JLR 255/60R19 Available 493.19$ 256.46$ -$ 784072333 Passenger Goodyear Eagle F1 Asym SUV 275/45R21 110W EAG F1 ASYM SUV XL LR 275/45R21 Available 552.07$ 287.08$ -$ 784102562 Passenger Goodyear Eagle F1 Asym SUV 295/40R22 112W XL EAG F1 ASYM SUV MO1 295/40R22 Available 704.04$ 366.10$ -$ 784806359 Passenger Goodyear Eagle F1 Asym2 225/40R18 92W XL EAGLE F1 ASYM2 MOE ROF 225/40R18 Available 332.84$ 173.08$ -$ 784182359 Passenger Goodyear Eagle F1 Asym2 225/40R19 93Y XL EAG F1 ASYM2 MOE F ROF 225/40R19 Discontinued 491.90$ 255.79$ -$ 784117392 Passenger Goodyear Eagle F1 Asym2 245/40R20 99Y EAGLE F1 ASYM2 MOE ROFSCT 245/40R20 Available 779.49$ 405.33$ -$ 784117359 Passenger Goodyear Eagle F1 Asym2 245/40R20 99Y XL EAGLE F1 ASYM2 MOE ROF 245/40R20 Available 676.75$ 351.91$ -$ 784054359 Passenger Goodyear Eagle F1 Asym2 255/35R19 92Y SL EAGLE F1 ASYM2 ROF 255/35R19 Discontinued 431.73$ 224.50$ -$ 784204348 Passenger Goodyear Eagle F1 Asym2 265/35ZR20 95Y SL EAGLE F1 ASYM 2 NO R 265/35ZR20 Available 565.16$ 293.88$ -$ 784067348 Passenger Goodyear Eagle F1 Asym2 265/40ZR19 98Y SL EAGLE F1 ASYM 2 NO R 265/40ZR19 Available 507.75$ 264.03$ -$ 784247560 Passenger Goodyear Eagle F1 Asym2 265/50R19 110Y XL EAG F1 ASYM 2 SUV MGT 265/50R19 Available 510.66$ 265.54$ -$ 784118359 Passenger Goodyear Eagle F1 Asym2 275/35R20 102Y XL EAGLE F1 ASYM2 MOE ROF 275/35R20 Available 583.07$ 303.20$ -$ 784445348 Passenger Goodyear Eagle F1 Asym2 285/40R21 109Y XL EAGLE F1 ASYM 2 SUV A0 285/40R21 Available 775.12$ 403.06$ -$ 783182385 Passenger Goodyear Eagle F1 Asym3 225/40R19 93Y EAG F1 ASYM 3 XL ROF *RSC 225/40R19 Discontinued 481.40$ 250.33$ -$ 783115385 Passenger Goodyear Eagle F1 Asym3 225/50R18 95W EF1 ASYM3 ROF STR RSC 225/50R18 Available 351.90$ 182.99$ -$ 783129385 Passenger Goodyear Eagle F1 Asym3 245/35R20 95Y EAG F1 ASYM 3 XL * RSC MOE 245/35R20 Discontinued 574.37$ 298.67$ -$ 783718394 Passenger Goodyear Eagle F1 Asym3 245/35R20 95Y XL EF1 ASYM3SCTROF STR MOE 245/35R20 Discontinued 546.72$ 284.29$ -$ 783141385 Passenger Goodyear Eagle F1 Asym3 245/40R19 98Y EF1 ASYM 3 XL ROF *RSC MOE 245/40R19 Available 451.67$ 234.87$ -$ 783836394 Passenger Goodyear Eagle F1 Asym3 245/40R19 98Y EF1 ASYM3SCTROF STR MOE 245/40R19 Available 467.32$ 243.01$ -$ 783787388 Passenger Goodyear Eagle F1 Asym3 245/40R19 98Y XL EAGLE F1 ASYMMETRIC 3 J 245/40R19 Available 402.70$ 209.40$ -$ 783005385 Passenger Goodyear Eagle F1 Asym3 245/45R18 100Y XL EF1 ASYM3 ROF * RSCMOE 245/45R18 Discontinued 503.22$ 261.67$ -$ 783494385 Passenger Goodyear Eagle F1 Asym3 255/35R19 96Y EAG F1 ASYM 3 XL ROF *RSC 255/35R19 Available 536.15$ 278.80$ -$ 783363388 Passenger Goodyear Eagle F1 Asym3 255/35R20 97Y XL EAGLE F1 ASYMMETRIC 3 J 255/35R20 Available 406.22$ 211.23$ -$ 783146388 Passenger Goodyear Eagle F1 Asym3 265/35ZR21 101Y EAGLE F1 ASYM 3 NF0 265/35ZR21 Available 540.97$ 281.30$ -$ 783119544 Passenger Goodyear Eagle F1 Asym3 265/45R20 104Y SL EAGLE F1 ASYM 3 SUV N0 265/45R20 Available 467.68$ 243.19$ -$ 783859388 Passenger Goodyear Eagle F1 Asym3 265/45ZR19 105(Y) XL EF1 ASYMMETRIC 3 NO 265/45ZR19 Available 482.54$ 250.92$ -$ 783857385 Passenger Goodyear Eagle F1 Asym3 275/35R19 100Y EF1 ASYM3 ROF * RSC MOE R 275/35R19 Available 526.98$ 274.03$ -$ 783123544 Passenger Goodyear Eagle F1 Asym3 295/40R20 106Y SL EAGLE F1 ASYM 3 SUV N0 295/40R20 Available 490.84$ 255.24$ -$ 783917388 Passenger Goodyear Eagle F1 Asym3 295/40ZR19 108(Y) XL EF1 ASYMMETRIC 3 NO 295/40ZR19 Available 537.73$ 279.62$ -$ 783142388 Passenger Goodyear Eagle F1 Asym3 305/30ZR21 104Y EAGLE F1 ASYM 3 NF0 305/30ZR21 Available 676.23$ 351.64$ -$ 783138385 Passenger Goodyear EAGLE F1 ASYMMETRIC3 ROF225/45R18 95Y EAGLE F1 ASYMMETRIC3 ROF 225/45R18 Available 364.22$ 189.39$ -$ 783139385 Passenger Goodyear EAGLE F1 ASYMMETRIC3 ROF255/40R18 99Y EAGLE F1 ASYMMETRIC3 ROF 255/40R18 Available 440.11$ 228.86$ -$ 406375063 Passenger Goodyear Eagle F1 GS EMT P245/45ZR17 89Y S2 EF1 GS EMTB02RPTL P245/45ZR17 Available 577.62$ 300.36$ -$ 406390063 Passenger Goodyear Eagle F1 GS EMT P275/40ZR18 94Y S2 EF1 GS EMTB02RPTL P275/40ZR18 Available 661.76$ 344.12$ -$ 406609164 Passenger Goodyear Eagle F1 GS-2 EMT P245/40ZR18 (88Y) LL EF1 GS-2 EMT VSBTL P245/40ZR18 Available 578.19$ 300.66$ -$ 406610164 Passenger Goodyear Eagle F1 GS-2 EMT P285/35ZR19 (90Y) LL EF1 GS-2 EMT VSBTL P285/35ZR19 Available 693.07$ 360.40$ -$ 389428128 Passenger Goodyear Eagle F1 Supercar 245/45ZR20 99Y SL EAG F1 SUPCAR VSBRPTL 245/45R20 Available 384.63$ 200.01$ -$ 389926128 Passenger Goodyear Eagle F1 Supercar 245/45ZR20 99Y SL EAG F1 SUPCAR VSBRPTL 245/45ZR20 Available 381.93$ 198.60$ -$ 389357128 Passenger Goodyear Eagle F1 SuperCar 255/35R22 99W XL EAG F1SUPCAR VSBRPTL 255/35R22 Available 345.27$ 179.54$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.4 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 389357001 Passenger Goodyear Eagle F1 Supercar 255/35R22 99W XL EAGLE F1 SUPERCAR SCT 255/35R22 Available 381.05$ 198.15$ -$ 389398128 Passenger Goodyear Eagle F1 Supercar 285/35R22 102W SL EAG F1SUPCAR VSBRPTL 285/35R22 Available 328.80$ 170.98$ -$ 389398001 Passenger Goodyear Eagle F1 Supercar 285/35R22 102W SL EAGLE F1 SUPERCAR SCT 285/35R22 Available 372.67$ 193.79$ -$ 389046128 Passenger Goodyear Eagle F1 Supercar P255/45ZR18 99W S2 EAG F1SUPCAR VSBRPTL P255/45ZR18 Available 324.28$ 168.63$ -$ 389119128 Passenger Goodyear Eagle F1 Supercar P265/40ZR17 91Y S2 EAG F1 SUPCAR VSBRPTL P265/40ZR17 Available 579.36$ 301.27$ -$ 389027128 Passenger Goodyear Eagle F1 Supercar P285/40ZR18 96W LL EAG F1SUPCAR VSBRPTL P285/40ZR18 Available 334.07$ 173.72$ -$ 389118128 Passenger Goodyear Eagle F1 Supercar P295/35ZR18 91Y S2 EAG F1 SUPCAR VSBRPTL P295/35ZR18 Available 707.88$ 368.10$ -$ 797047561 Passenger Goodyear EAGLE F1 SUPERCAR 3 245/35ZR19 93Y XL EAGLE F1 SUPERCAR 3 245/35ZR19 Available 371.84$ 193.36$ -$ 797050561 Passenger Goodyear EAGLE F1 SUPERCAR 3 245/35ZR20 95Y XL EAGLE F1 SUPERCAR 3 245/35ZR20 Available 440.38$ 229.00$ -$ 797051561 Passenger Goodyear EAGLE F1 SUPERCAR 3 245/40ZR18 97Y XL EAGLE F1 SUPERCAR 3 245/40ZR18 Available 300.52$ 156.27$ -$ 797052561 Passenger Goodyear EAGLE F1 SUPERCAR 3 245/40ZR19 98Y XL EAGLE F1 SUPERCAR 3 245/40ZR19 Available 361.22$ 187.83$ -$ 797053561 Passenger Goodyear EAGLE F1 SUPERCAR 3 245/45ZR17 99Y XL EAGLE F1 SUPERCAR 3 245/45ZR17 Available 288.38$ 149.96$ -$ 797058561 Passenger Goodyear EAGLE F1 SUPERCAR 3 245/45ZR20 103Y XL EAGLE F1 SUPERCAR 3 245/45ZR20 Available 402.17$ 209.13$ -$ 797062561 Passenger Goodyear EAGLE F1 SUPERCAR 3 255/40ZR18 99Y XL EAGLE F1 SUPERCAR 3 255/40ZR18 Available 349.08$ 181.52$ -$ 797068561 Passenger Goodyear EAGLE F1 SUPERCAR 3 255/40ZR19 100Y XL EAGLE F1 SUPERCAR 3 255/40ZR19 Available 387.99$ 201.75$ -$ 797020561 Passenger Goodyear EAGLE F1 SUPERCAR 3 255/40ZR20 101Y XL EAGLE F1 SUPERCAR 3 255/40ZR20 Available 443.16$ 230.44$ -$ 797069561 Passenger Goodyear EAGLE F1 SUPERCAR 3 255/45ZR20 105Y XL EAGLE F1 SUPERCAR 3 255/45ZR20 Available 400.64$ 208.33$ -$ 797070561 Passenger Goodyear EAGLE F1 SUPERCAR 3 265/35ZR19 98Y XL EAGLE F1 SUPERCAR 3 265/35ZR19 Available 458.35$ 238.34$ -$ 797024561 Passenger Goodyear EAGLE F1 SUPERCAR 3 265/40ZR19 102Y XL EAGLE F1 SUPERCAR 3 265/40ZR19 Available 447.74$ 232.82$ -$ 797032561 Passenger Goodyear EAGLE F1 SUPERCAR 3 275/35R18 95Y SL EAGLE F1 SUPERCAR 3 275/35R18 Available 364.22$ 189.39$ -$ 797076561 Passenger Goodyear EAGLE F1 SUPERCAR 3 275/40ZR18 99Y SL EAGLE F1 SUPERCAR 3 275/40ZR18 Available 362.15$ 188.32$ -$ 797079561 Passenger Goodyear EAGLE F1 SUPERCAR 3 275/40ZR19 101Y SL EAGLE F1 SUPERCAR 3 275/40ZR19 Available 431.02$ 224.13$ -$ 797080561 Passenger Goodyear EAGLE F1 SUPERCAR 3 275/40ZR20 106Y XL EAGLE F1 SUPERCAR 3 275/40ZR20 Available 478.05$ 248.59$ -$ 797788523 Passenger Goodyear Eagle F1 Supercar 3 285/30ZR20 95(Y) SL EAGLE F1 SUPERCAR 3 285/30ZR20 Available 438.53$ 228.04$ -$ 797081561 Passenger Goodyear EAGLE F1 SUPERCAR 3 285/35ZR19 103Y XL EAGLE F1 SUPERCAR 3 285/35ZR19 Available 453.78$ 235.97$ -$ 797082561 Passenger Goodyear EAGLE F1 SUPERCAR 3 285/35ZR20 100Y SL EAGLE F1 SUPERCAR 3 285/35ZR20 Available 508.44$ 264.39$ -$ 797084561 Passenger Goodyear EAGLE F1 SUPERCAR 3 295/30ZR19 100Y XL EAGLE F1 SUPERCAR 3 295/30ZR19 Available 500.81$ 260.42$ -$ 797085561 Passenger Goodyear EAGLE F1 SUPERCAR 3 295/30ZR20 101Y SL EAGLE F1 SUPERCAR 3 295/30ZR20 Available 510.95$ 265.69$ -$ 797086561 Passenger Goodyear EAGLE F1 SUPERCAR 3 305/30ZR19 102Y SL EAGLE F1 SUPERCAR 3 305/30ZR19 Available 527.44$ 274.27$ -$ 797001538 Passenger Goodyear Eagle F1 Supercar 3 305/30ZR19 98(Y) SL EAGLE F1 SUPERCAR 3 305/30ZR19 Available 537.34$ 279.42$ -$ 797789523 Passenger Goodyear Eagle F1 Supercar 3 305/30ZR20 99(Y) SL EAGLE F1 SUPERCAR 3 305/30ZR20 Available 485.51$ 252.47$ -$ 797088561 Passenger Goodyear EAGLE F1 SUPERCAR 3 305/35ZR20 104Y SL EAGLE F1 SUPERCAR 3 305/35ZR20 Available 571.63$ 297.25$ -$ 797002538 Passenger Goodyear Eagle F1 Supercar 3 325/30ZR19 101(Y) SL EAGLE F1 SUPERCAR 3 325/30ZR19 Available 596.26$ 310.06$ -$ 797091561 Passenger Goodyear EAGLE F1 SUPERCAR 3 325/30ZR19 105Y SL EAGLE F1 SUPERCAR 3 325/30ZR19 Available 507.93$ 264.12$ -$ 797108538 Passenger Goodyear Eagle F1 SuperCar 3R 205/45ZR17 88Y XL EAGLE F1 SUPERCAR 3R 205/45ZR17 Available 281.50$ 146.38$ -$ 797103538 Passenger Goodyear Eagle F1 SuperCar 3R 205/50ZR15 86Y SL EAGLE F1 SUPERCAR 3R 205/50ZR15 Available 223.76$ 116.36$ -$ 797104538 Passenger Goodyear Eagle F1 SuperCar 3R 225/45ZR17 91Y SL EAGLE F1 SUPERCAR 3R 225/45ZR17 Available 333.90$ 173.63$ -$ 797018538 Passenger Goodyear Eagle F1 Supercar 3R 235/35ZR19 91(Y) XL EAGLE F1 SUPERCAR 3R 235/35ZR19 Available 396.36$ 206.11$ -$ 797109538 Passenger Goodyear Eagle F1 SuperCar 3R 235/40ZR18 95Y XL EAGLE F1 SUPERCAR 3R 235/40ZR18 Available 403.69$ 209.92$ -$ 797110538 Passenger Goodyear Eagle F1 SuperCar 3R 245/35ZR19 93Y XL EAGLE F1 SUPERCAR 3R 245/35ZR19 Available 519.95$ 270.37$ -$ 797105538 Passenger Goodyear Eagle F1 SuperCar 3R 245/40ZR17 91Y SL EAGLE F1 SUPERCAR 3R 245/40ZR17 Available 343.19$ 178.46$ -$ 797051538 Passenger Goodyear Eagle F1 SuperCar 3R 245/40ZR18 97Y XL EAGLE F1 SUPERCAR 3R 245/40ZR18 Available 409.79$ 213.09$ -$ 797040538 Passenger Goodyear Eagle F1 Supercar 3R 255/40ZR20 97(Y)SL EAGLE F1 SUPERCAR 3R 255/40ZR20 Available 460.71$ 239.57$ -$ 797107538 Passenger Goodyear Eagle F1 SuperCar 3R 265/35ZR18 97Y XL EAGLE F1 SUPERCAR 3R 265/35ZR18 Available 479.58$ 249.38$ -$ 797111538 Passenger Goodyear Eagle F1 Supercar 3R 265/35ZR19 98(Y) XL EAGLE F1 SUPERCAR 3R 265/35ZR19 Available 487.15$ 253.32$ -$ 797073538 Passenger Goodyear Eagle F1 SuperCar 3R 265/40ZR18 101Y XL EAGLE F1 SUPRCAR 3R 265/40ZR18 Discontinued 424.92$ 220.96$ -$ 797092538 Passenger Goodyear Eagle F1 Supercar 3R 265/40ZR19 98Y SL EAGLE F1 SUPERCAR 3R 265/40ZR19 Available 543.23$ 282.48$ -$ 797032538 Passenger Goodyear Eagle F1 Supercar 3R 275/35ZR18 95Y SL EAGLE F1 SUPERCAR 3R 275/35ZR18 Available 423.22$ 220.07$ -$ 797106538 Passenger Goodyear Eagle F1 SuperCar 3R 285/30ZR18 93Y SL EAGLE F1 SUPERCAR 3R 285/30ZR18 Available 500.81$ 260.42$ -$ 797031538 Passenger Goodyear Eagle F1 Supercar 3R 285/30ZR20 95(Y) SL EAGLE F1 SUPERCAR 3R 285/30ZR20 Available 601.08$ 312.56$ -$ 797081538 Passenger Goodyear Eagle F1 SuperCar 3R 285/35ZR19 103(Y) XL EAGLE F1 SUPRCAR 3R 285/35R19 Available 485.62$ 252.52$ -$ 797082538 Passenger Goodyear Eagle F1 Supercar 3R 285/35ZR20 100Y SL EAGLE F1 SUPERCAR 3R 285/35ZR20 Available 530.46$ 275.84$ -$ 797028538 Passenger Goodyear Eagle F1 Supercar 3R 305/30ZR20 103(Y)XL EAGLE F1 SUPERCAR 3R 305/30ZR20 Available 654.45$ 340.31$ -$ 412561506 Passenger Goodyear Eagle F1 Supercar EMT P275/35ZR18(87Y)L2 EAG F1 SPRCR EMTVSBTL P275/35ZR18 Available 749.17$ 389.57$ -$ 412562506 Passenger Goodyear Eagle F1 Supercar EMT P325/30ZR19 94Y L2 EAG F1 SPRCR EMTVSBTL P325/30ZR19 Available 822.93$ 427.92$ -$ 408561330 Passenger Goodyear Eagle F1 Supercar G:2 P275/35ZR18 (87Y) EAG F1 SUPCR G:2 ROF L P275/35ZR18 Available 484.04$ 251.70$ -$ 408561331 Passenger Goodyear Eagle F1 Supercar G:2 P275/35ZR18 (87Y) EAGF1 SUPCR G:2 ROF R P275/35ZR18 Available 484.04$ 251.70$ -$ 408029330 Passenger Goodyear Eagle F1 Supercar G:2 P325/30ZR19 (94Y) EAGF1 SUPCR G:2 ROF L P325/30ZR19 Discontinued 549.91$ 285.95$ -$ 408029331 Passenger Goodyear Eagle F1 Supercar G:2 P325/30ZR19 (94Y) EAGF1 SUPCR G:2 ROF R P325/30ZR19 Discontinued 568.84$ 295.80$ -$ 106137625 Passenger Goodyear Eagle GT II P275/45R20 106V S2 EAG GT II VSBRPTL P275/45R20 Available 256.80$ 133.54$ -$ 106087625 Passenger Goodyear Eagle GT II P285/50R20 111H S2 EAG GT II VSBRPTL P285/50R20 Available 210.73$ 109.58$ -$ 706052025 Passenger Goodyear Eagle LS P235/60R17 103S X2 EAGLE LS XNWRPTL P235/60R17 Available 369.85$ 192.32$ -$ 706567163 Passenger Goodyear Eagle LS2 225/50R17 94H SL EAGLE LS2 BLTRPTL 225/50R17 Discontinued - Low Inventory 329.70$ 171.44$ -$ 706171163 Passenger Goodyear Eagle LS2 225/50R18 95H SL EAGLE LS2 RPTL 225/50R18 Available 180.46$ 93.84$ -$ 706447163 Passenger Goodyear Eagle LS2 225/55R17 97H SL EAGLE LS2 RPTL 225/55R17 Available 171.22$ 89.03$ -$ 706038163 Passenger Goodyear Eagle LS2 235/45R18 94V SL EAGLE LS2 VSBRPTL 235/45R18 Available 202.31$ 105.20$ -$ 706588163 Passenger Goodyear Eagle LS2 235/45R18 94V SL EAGLE LS2 VSBRPTL INM 235/45R18 Available 203.67$ 105.91$ -$ 706377308 Passenger Goodyear Eagle LS2 235/45R19 95H SL EAGLE LS2 MOE ROF 235/45R19 Available 483.87$ 251.61$ -$ 706377575 Passenger Goodyear Eagle LS2 235/45R19 95H SL EAGLE LS2 ROF FCA 235/45R19 Available 386.79$ 201.13$ -$ 706414308 Passenger Goodyear Eagle LS2 235/55R19 101V SL EAGLE LS2 NO F 235/55R19 Available 376.78$ 195.93$ -$ 706356324 Passenger Goodyear Eagle LS2 235/55R19 101H SL EAGLE LS2 AO BLTRPTL 235/55R19 Available 395.24$ 205.52$ -$ 706014308 Passenger Goodyear Eagle LS2 245/40R18 93H SL EAGLE LS2 BLTRPTL 245/40R18 Discontinued 324.28$ 168.63$ -$ 706387322 Passenger Goodyear Eagle LS2 245/40R19 98V XL EAGLE LS2 ROF STR-RSC 245/40R19 Available 560.14$ 291.27$ -$ 706239308 Passenger Goodyear Eagle LS2 245/45R18 100H XL EAGLE LS2 AO RPTL 245/45R18 Available 460.11$ 239.26$ -$ 706440322 Passenger Goodyear Eagle LS2 245/45R18 100V XL EAGLE LS2 ROF STR-RSC 245/45R18 Available 498.53$ 259.24$ -$ 706110163 Passenger Goodyear Eagle LS2 255/50R19 107H XL EAGLE LS2 ROF STR-RSC 255/50R19 Available 367.91$ 191.31$ -$ 706939308 Passenger Goodyear Eagle LS2 255/55R18 109V XL EAGLE LS2 BLTRPTL 255/55R18 Discontinued 425.69$ 221.36$ -$ 706999163 Passenger Goodyear Eagle LS2 255/55R18 109H XL EAGLE LS2 ROF STR-RSC 255/55R18 Available 361.99$ 188.23$ -$ 706385308 Passenger Goodyear Eagle LS2 265/50R19 110V XL EAGLE LS2 BLT N1 TL 265/50R19 Available 389.98$ 202.79$ -$ 706386308 Passenger Goodyear Eagle LS2 275/45R20 110V XL EAGLE LS2 BLT N1 TL 275/45R20 Available 489.60$ 254.59$ -$ 706648163 Passenger Goodyear Eagle LS2 P195/65R15 89S SL EAGLE LS2 VSBRPTL P195/65R15 Available 120.99$ 62.91$ -$ 706611163 Passenger Goodyear Eagle LS2 P205/70R16 96T S2 EAGLE LS2 VSBRPTL P205/70R16 Available 187.15$ 97.32$ -$ 706569163 Passenger Goodyear Eagle LS2 P225/55R18 97H S2 EAGLE LS2 VSBRPTL P225/55R18 Available 187.15$ 97.32$ -$ 706018163 Passenger Goodyear Eagle LS2 P235/50R18 97H SL EAGLE LS2 VSBRPTL P235/50R18 Available 271.02$ 140.93$ -$ 706069165 Passenger Goodyear Eagle LS2 P275/55R20 111S S2 EAGLE LS2 B01RPTL P275/55R20 Available 243.66$ 126.70$ -$ 706795168 Passenger Goodyear Eagle LS2 ROF 205/50R17 89H SL EAGLE LS2 ROF B BSWTL 205/50R17 Available 587.55$ 305.53$ -$ 706567308 Passenger Goodyear Eagle LS2 ROF 225/50R17 94H SL EAGLE LS2 ROF TL 225/50R17 Available 414.13$ 215.35$ -$ 706923322 Passenger Goodyear Eagle LS2 ROF 225/55R17 97V SL EAGLE LS2 * ROF BLT TL 225/55R17 Available 409.35$ 212.86$ -$ 706578322 Passenger Goodyear Eagle LS2 ROF 245/45R17 95H SL EAGLE LS2 ROF MOE 245/45R17 Available 460.99$ 239.71$ -$ 706280322 Passenger Goodyear Eagle LS2 ROF 245/45R19 102V XL EAGLE LS2 * ROF BLT TL 245/45R19 Discontinued 595.32$ 309.57$ -$ 706070322 Passenger Goodyear Eagle LS2 ROF 245/50R18 100V SL EAGLE LS2 * ROF BLTTL 245/50R18 Discontinued 544.34$ 283.06$ -$ 706088322 Passenger Goodyear Eagle LS2 ROF 245/50R18 100W SL EAGLE LS2 * ROF BLT TL 245/50R18 Available 687.29$ 357.39$ -$ 732401500 Passenger Goodyear Eagle RS-A 195/60R15 88H SL EAG RS-A VSBRPTL 195/60R15 Available 115.02$ 59.81$ -$ 732222500 Passenger Goodyear Eagle RS-A 235/55R18 100V SL EAG RS-A VSB 235/55R18 Available 224.99$ 116.99$ -$ 732603500 Passenger Goodyear Eagle RS-A 245/45R20 99V S2 EAG RS-A VSBRPTL 245/45R20 Available 262.22$ 136.35$ -$ 732016500 Passenger Goodyear Eagle RS-A 255/45R19 100V SL EAG RS-A VSBRPTL 255/45R19 Available 325.33$ 169.17$ -$ 732007741 Passenger Goodyear Eagle RS-A 255/45R20 101V SL EAG RS-A BSL RPTL 255/45R20 Available 392.78$ 204.25$ -$ 732170500 Passenger Goodyear Eagle RS-A P205/55R16 89H S2 EAG RS-A VSBRPTL P205/55R16 Available 148.36$ 77.15$ -$ 732674500 Passenger Goodyear Eagle RS-A P205/55R16 89H S2 EAG RS-A VSBRPTL P205/55R16 Available 146.34$ 76.10$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.5 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 732682500 Passenger Goodyear Eagle RS-A P215/45R17 87W SL EAG RS-A VSBRPTL P215/45R17 Available 165.24$ 85.92$ -$ 732262500 Passenger Goodyear Eagle RS-A P215/55R17 93V SL EAG RS-A VSBRPTL P215/55R17 Available 234.42$ 121.90$ -$ 732646500 Passenger Goodyear Eagle RS-A P225/45R18 91V S2 EAG RS-A VSBRPTL P225/45R18 Available 199.12$ 103.54$ -$ 732941500 Passenger Goodyear Eagle RS-A P225/55R17 95V S2 EAG RS-A VSBRPTL P225/55R17 Discontinued - Low Inventory 242.29$ 125.99$ -$ 732279438 Passenger Goodyear Eagle RS-A P245/45R18 96V S2 EAG RS-A N VSBRPTL P245/45R18 Available 232.93$ 121.12$ -$ 732899500 Passenger Goodyear Eagle RS-A P245/50R20 102H SL EAG RS-A VSBRPTL P245/50R20 Available 254.84$ 132.52$ -$ 732612500 Passenger Goodyear Eagle RS-A P245/50R20 102V S2 EAG RS-A VSBRPTL P245/50R20 Discontinued 398.01$ 206.97$ -$ 732550500 Passenger Goodyear Eagle RS-A P255/50R20 104V S2 EAG RS-A VSBRPTL P255/50R20 Available 307.92$ 160.12$ -$ 732587500 Passenger Goodyear Eagle RS-A P255/60R19 108H S2 EAG RS-A VSBRPTL P255/60R19 Available 276.01$ 143.53$ -$ 732372500 Passenger Goodyear Eagle RS-A P275/60R17 110H S2 EAG RS-A VSBRPTL P275/60R17 Available 235.78$ 122.61$ -$ 107548343 Passenger Goodyear Eagle RS-A2 245/45ZR20 99Y SL EAGLE RS-A2 VSBTL 245/45ZR20 Available 412.08$ 214.28$ -$ 107172660 Passenger Goodyear Eagle RS-A2 P245/45R19 98V SL EAGLE RS-A2 VSB CCC TL P245/45R19 Available 416.21$ 216.43$ -$ 107172552 Passenger Goodyear Eagle RS-A2 P245/45R19 98V SL EAGLE RS-A2 CCC P245/45R19 Available 396.71$ 206.29$ -$ 107172659 Passenger Goodyear Eagle RS-A2 P245/45R19 98V SL EAGLE RS-A2 VSB TL P245/45R19 Available 253.69$ 131.92$ -$ 109136366 Passenger Goodyear Eagle Sport A/S 205/45R17 88V XL EAGLE SPORT A/S VSBTL 205/45R17 Discontinued 196.76$ 102.32$ -$ 109576366 Passenger Goodyear Eagle Sport A/S 205/50R17 93V SL EAGLE SPORT A/S VSBTL 205/50R17 Available 207.52$ 107.91$ -$ 109907366 Passenger Goodyear Eagle Sport A/S 205/55R16 91V SL EAGLE SPORT A/S VSBTL 205/55R16 Available 174.19$ 90.58$ -$ 109053366 Passenger Goodyear Eagle Sport A/S 215/45R17 91W XL EAGLE SPORT A/S VSBTL 215/45R17 Available 194.62$ 101.20$ -$ 109065366 Passenger Goodyear Eagle Sport A/S 215/45R18 93W XL EAGLE SPORT A/S VSBTL 215/45R18 Available 219.69$ 114.24$ -$ 109055366 Passenger Goodyear Eagle Sport A/S 225/40R18 92W SL EAGLE SPORT A/S VSBTL 225/40R18 Available 214.50$ 111.54$ -$ 109044366 Passenger Goodyear Eagle Sport A/S 225/45R17 94W XL EAGLE SPORT A/S VSBTL 225/45R17 Available 185.63$ 96.53$ -$ 109058366 Passenger Goodyear Eagle Sport A/S 225/45R18 95W SL EAGLE SPORT A/S VSBTL 225/45R18 Available 236.84$ 123.16$ -$ 109083366 Passenger Goodyear Eagle Sport A/S 225/50R17 94W SL EAGLE SPORT A/S VSBTL 225/50R17 Available 211.28$ 109.87$ -$ 109092395 Passenger Goodyear Eagle Sport A/S 225/50R18 95V EAGLE SPORT A/S STR ROF 225/50R18 Available 388.79$ 202.17$ -$ 109143395 Passenger Goodyear Eagle Sport A/S 225/55R17 97H EAG SPRT A/S ROF STR MOE 225/55R17 Available 366.91$ 190.79$ -$ 109086382 Passenger Goodyear Eagle Sport A/S 225/55R18 98V SL EAGLE SPORT A/S VSBTL 225/55R18 Available 238.69$ 124.12$ -$ 109132366 Passenger Goodyear Eagle Sport A/S 225/60R18 100V SL EAGLE SPORT A/S VSBTL 225/60R18 Available 245.15$ 127.48$ -$ 109104366 Passenger Goodyear Eagle Sport A/S 235/40R18 91W SL EAGLE SPORT A/S VSBTL 235/40R18 Available 231.39$ 120.32$ -$ 109063366 Passenger Goodyear Eagle Sport A/S 235/40R18 95W XL EAGLE SPORT A/S VSBTL 235/40R18 Available 251.60$ 130.83$ -$ 109270366 Passenger Goodyear Eagle Sport A/S 235/45R17 94W SL EAGLE SPORT A/S VSBTL 235/45R17 Available 203.21$ 105.67$ -$ 109084366 Passenger Goodyear Eagle Sport A/S 235/45R18 94V SL EAGLE SPORT A/S VSBTL 235/45R18 Available 252.83$ 131.47$ -$ 109087366 Passenger Goodyear Eagle Sport A/S 235/50R18 97V SL EAGLE SPORT A/S VSBTL 235/50R18 Available 254.84$ 132.52$ -$ 109152569 Passenger Goodyear Eagle Sport A/S 235/50R19 99H SL EAGLE SPORT A/S AO 235/50R19 Available 356.83$ 185.55$ -$ 109149569 Passenger Goodyear Eagle Sport A/S 235/55R18 100H SL EAGLE SPORT A/S AO 235/55R18 Available 327.74$ 170.42$ -$ 109100366 Passenger Goodyear Eagle Sport A/S 235/55R20 102V SL EAGLE SPORT A/S VSBTL 235/55R20 Available 300.52$ 156.27$ -$ 109133366 Passenger Goodyear Eagle Sport A/S 235/60R18 107V XL EAGLE SPORT A/S VSBTL 235/60R18 Available 258.42$ 134.38$ -$ 109066366 Passenger Goodyear Eagle Sport A/S 245/35R20 95W XL EAGLE SPORT A/S VSBTL 245/35R20 Available 252.36$ 131.23$ -$ 109060366 Passenger Goodyear Eagle Sport A/S 245/40R17 91W SL EAGLE SPORT A/S VSBTL 245/40R17 Available 225.83$ 117.43$ -$ 109057366 Passenger Goodyear Eagle Sport A/S 245/40R18 93W SL EAGLE SPORT A/S VSBTL 245/40R18 Available 245.02$ 127.41$ -$ 109077366 Passenger Goodyear Eagle Sport A/S 245/40R19 94W SL EAGLE SPORT A/S VSBTL 245/40R19 Available 336.69$ 175.08$ -$ 109140395 Passenger Goodyear Eagle Sport A/S 245/40R19 98H EAG SPORT A/S ROF STR MOE 245/40R19 Available 442.46$ 230.08$ -$ 109056366 Passenger Goodyear Eagle Sport A/S 245/45R18 96W SL EAGLE SPORT A/S VSBTL 245/45R18 Available 256.43$ 133.34$ -$ 109093382 Passenger Goodyear Eagle Sport A/S 245/45R18 100 H XL EAGLE SPORT A/S J BLT 245/45R18 Available 266.10$ 138.37$ -$ 109093395 Passenger Goodyear Eagle Sport A/S 245/45R18 100H EAGLE SPORT A/S ROF 245/45R18 Available 410.02$ 213.21$ -$ 109069366 Passenger Goodyear Eagle Sport A/S 245/45R20 103W XL EAGLE SPORT A/S VSBTL 245/45R20 Available 302.93$ 157.52$ -$ 109089366 Passenger Goodyear Eagle Sport A/S 245/50R18 100V SL EAGLE SPORT A/S VSBTL 245/50R18 Available 265.63$ 138.13$ -$ 109111366 Passenger Goodyear Eagle Sport A/S 245/50R20 102V SL EAGLE SPORT A/S VSBTL 245/50R20 Available 264.86$ 137.73$ -$ 109142557 Passenger Goodyear Eagle Sport A/S 245/50R20 105V XL EAGLE SPORT A/S J BLT 245/50R20 Available 354.01$ 184.09$ -$ 109113366 Passenger Goodyear Eagle Sport A/S 245/55R19 103V SL EAGLE SPORT A/S VSBTL 245/55R19 Available 292.61$ 152.16$ -$ 109080366 Passenger Goodyear Eagle Sport A/S 255/35R18 94W XL EAGLE SPORT A/S VSBTL 255/35R18 Available 300.82$ 156.43$ -$ 109074366 Passenger Goodyear Eagle Sport A/S 255/35R19 96W XL EAGLE SPORT A/S VSBTL 255/35R19 Available 322.56$ 167.73$ -$ 109081366 Passenger Goodyear Eagle Sport A/S 255/35R20 97W XL EAGLE SPORT A/S VSBTL 255/35R20 Available 294.19$ 152.98$ -$ 109072366 Passenger Goodyear Eagle Sport A/S 255/40R18 99W XL EAGLE SPORT A/S VSBTL 255/40R18 Available 285.46$ 148.44$ -$ 109128569 Passenger Goodyear Eagle Sport A/S 255/45R19 104H XL EAGLE SPORT A/S AO 255/45R19 Discontinued 301.11$ 156.58$ -$ 109082366 Passenger Goodyear Eagle Sport A/S 255/45R20 101W SL EAGLE SPORT A/S VSBTL 255/45R20 Available 292.61$ 152.16$ -$ 109020366 Passenger Goodyear Eagle Sport A/S 255/50R19 107V XL EAGLE SPORT A/S VSBTL 255/50R19 Available 309.26$ 160.82$ -$ 109108366 Passenger Goodyear Eagle Sport A/S 255/50R20 109 XL EAGLE SPORT A/S VSBTL 255/50R20 Available 300.52$ 156.27$ -$ 109147557 Passenger Goodyear Eagle Sport A/S 255/50R20 109H XL EAGLE SPORT A/S AO 255/80R20 Available 417.95$ 217.33$ -$ 109112366 Passenger Goodyear Eagle Sport A/S 255/55R18 109V SL EAGLE SPORT A/S VSBTL 255/55R18 Available 280.47$ 145.84$ -$ 109097395 Passenger Goodyear Eagle Sport A/S 255/55R19 111H XL EAGL SPORT A/S ROF AOE 255/55R19 Available 446.68$ 232.27$ -$ 109114366 Passenger Goodyear Eagle Sport A/S 255/55R20 107H SL EAGLE SPORT A/S VSBTL 255/55R20 Available 255.71$ 132.97$ -$ 109110366 Passenger Goodyear Eagle Sport A/S 255/60R19 109H XL EAGLE SPORT A/S VSBTL 255/60R19 Available 261.28$ 135.87$ -$ 109098366 Passenger Goodyear Eagle Sport A/S 265/45R18 101V SL EAGLE SPORT A/S VSBTL 265/45R18 Available 447.50$ 232.70$ -$ 109146399 Passenger Goodyear Eagle Sport A/S 265/50R19 110W XL EAGLE SPORT A/S MGT 265/50R19 Available 477.06$ 248.07$ -$ 109062366 Passenger Goodyear Eagle Sport A/S 275/40R20 106W XL EAGLE SPORT A/S VSBTL 275/40R20 Available 316.36$ 164.51$ -$ 109138366 Passenger Goodyear Eagle Sport A/S 275/55R20 117V XL EAGLE SPORT A/S VSBTL 275/55R20 Available 271.02$ 140.93$ -$ 109102395 Passenger Goodyear Eagle Sport A/S 285/40R20 108V XL EAGL SPORT A/S ROF MOE 285/40R20 Discontinued - Low Inventory 867.58$ 451.14$ -$ 109115366 Passenger Goodyear Eagle Sport A/S 285/45R22 110H SL EAGLE SPORT A/S VSBTL 285/45R22 Available 329.03$ 171.10$ -$ 109154395 Passenger Goodyear Eagle Sport A/S ROF 285/45R20 112H XL EAGL SPORT A/S ROF 285/45R20 Available 465.04$ 241.82$ -$ 102020559 Passenger Goodyear Eagle Touring 225/55R19 103H XL EAGLE TOURING NF0 225/55R19 Available 313.98$ 163.27$ -$ 102918387 Passenger Goodyear Eagle Touring 235/40R19 96V EAGLE TOURING VSB RPTL 235/40R19 Available 252.83$ 131.47$ -$ 102964559 Passenger Goodyear Eagle Touring 235/45R18 98V EAGLE TOURING RPTL 235/45R18 Available 210.69$ 109.56$ -$ 102928387 Passenger Goodyear Eagle Touring 235/55R20 102V EAGLE TOURING VSB RPTL 235/55R20 Available 270.76$ 140.80$ -$ 102972387 Passenger Goodyear Eagle Touring 245/40R19 94W EAGLE TOURING RPTL 245/40R19 Available 253.69$ 131.92$ -$ 102972396 Passenger Goodyear Eagle Touring 245/40R19 94W SL EAGLE TOURING VSBTL SCT 245/40R19 Available 371.03$ 192.94$ -$ 102850387 Passenger Goodyear Eagle Touring 245/40R20 95W EAGLE TOURING VSB RPTL 245/40R20 Available 297.38$ 154.64$ -$ 102003387 Passenger Goodyear Eagle Touring 245/40R20 99W XL EAGLE TOUR VSB RPTL SCT 245/40R20 Available 402.17$ 209.13$ -$ 102997387 Passenger Goodyear Eagle Touring 245/40R20 99W XL EAGLE TOURING VSB RPTL 245/40R20 Available 272.29$ 141.59$ -$ 102839387 Passenger Goodyear Eagle Touring 245/45R19 98V EAGLE TOURING VSB RPTL 245/45R19 Available 238.08$ 123.80$ -$ 102015387 Passenger Goodyear Eagle Touring 245/45R19 98W EAG TOUR SL VSB RPTL 245/45R19 Available 228.67$ 118.91$ -$ 102015578 Passenger Goodyear Eagle Touring 245/45R19 98W EAGLE TOURING SCT VSB RPTL 245/45R19 Available 365.45$ 190.03$ -$ 102011387 Passenger Goodyear Eagle Touring 265/45R20 104V SL EAGLE TOURING N0 265/45R20 Available 472.66$ 245.78$ -$ 102994396 Passenger Goodyear Eagle Touring 275/40R22 107W EAG TOUR XL SCT VSB RPTL 275/40R22 Available 574.77$ 298.88$ -$ 102994387 Passenger Goodyear Eagle Touring 275/40R22 107W EAG TOUR XL VSB RPTL 275/40R22 Available 398.57$ 207.26$ -$ 102021559 Passenger Goodyear Eagle Touring 275/45R19 108H XL EAGLE TOURING NF0 275/45R19 Available 415.77$ 216.20$ -$ 102863387 Passenger Goodyear Eagle Touring 285/45R22 114H EAGLE TOURING VSB RPTL 285/45R22 Available 253.43$ 131.78$ -$ 102012387 Passenger Goodyear Eagle Touring 295/40R20 106V SL EAGLE TOURING N0 295/40R20 Available 464.43$ 241.50$ -$ 102035387 Passenger Goodyear Eagle Touring 245/45R20 99V EAGLE TOURING VSB RPTL 245/45R20 Available 257.25$ 133.77$ -$ 102043559 Passenger Goodyear Eagle Touring 255/45R20 101H EAGLE TOURING MO 255/45R20 Available 305.49$ 158.85$ -$ 102044559 Passenger Goodyear Eagle Touring 255/45R20 105H XL EAGLE TOURING MO 255/45R20 Available 310.85$ 161.64$ -$ 102045559 Passenger Goodyear Eagle Touring 235/60R20 108H XL EAGLE TOURING STR 235/60R20 Available 323.54$ 168.24$ -$ 102042559 Passenger Goodyear Eagle Touring 305/30R21 104H XL EAGLE TOURING NF0 305/30R21 Available 509.99$ 265.19$ -$ 102041559 Passenger Goodyear Eagle Touring 265/35R21 101H XL EAGLE TOURING NF0 265/35R21 Available 478.11$ 248.62$ -$ 102048641 Passenger Goodyear Eagle Touring 235/50R21 101V SL EAG TOURING B01 RPTL 235/50R21 Available 418.75$ 217.75$ -$ 102062559 Passenger Goodyear Eagle Touring 255/50R21 109H XL EAGLE TOURING STR 255/50R21 Available 503.74$ 261.94$ -$ 102017387 Passenger Goodyear Eagle Touring 255/60R18 108H EAGLE TOURING RPTL 255/60R18 Available 221.98$ 115.43$ -$ 102046642 Passenger Goodyear Eagle Touring SCT 255/50R21 109H XL EAGLE TOURING SCT STR 255/50R21 Available 499.99$ 259.99$ -$ 765001001 Passenger Goodyear EcoReady 255/45R19 104W XL ECOREADY VSB 255/45R19 Available 412.49$ 214.49$ -$ 765002001 Passenger Goodyear EcoReady 235/45R18 98W XL ECOREADY VSB 235/45R18 Available 332.49$ 172.89$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.6 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 112015379 Passenger Goodyear Efficient Grip 195/55R16 87W EFFICIENTGRIP PERFROFSTR 195/55R16 Available 395.07$ 205.44$ -$ 112031344 Passenger Goodyear Efficient Grip 225/45R18 91V EFFICIENTGRIP* ROF STR-RSC 225/45R18 Available 348.79$ 181.37$ -$ 112005344 Passenger Goodyear Efficient Grip 225/45R18 91Y SL EFFICIENTGRIP* ROF TL 225/45R18 Discontinued 380.41$ 197.81$ -$ 112014344 Passenger Goodyear Efficient Grip 235/45R19 95V SL EFFICIENTGRIP MOE ROF 235/45R19 Available 429.02$ 223.09$ -$ 112006344 Passenger Goodyear Efficient Grip 255/40R18 95Y SL EFFICIENTGRIP* ROF TL 255/40R18 Available 417.95$ 217.33$ -$ 112073534 Passenger Goodyear Efficient Grip Perf 225/55R17 97W SL EFFIECIENTGRIP PERF STR 225/55R17 Available 188.55$ 98.05$ -$ 112084534 Passenger Goodyear Efficient Grip Perf 205/45R17 88V XL EFFICENTGRIP PERF 205/45R17 Available 249.99$ 129.99$ -$ 112081631 Passenger Goodyear Efficient Grip Perf 255/45R20 101T EFFICENTGRIP PERF EDT 255/45R20 Available 473.75$ 246.35$ -$ 112080634 Passenger Goodyear Efficient Grip Perf 235/50R20 100T EFFICENTGRIP PERF EDT 235/50R20 Available 436.25$ 226.85$ -$ 112228344 Passenger Goodyear Efficient Grip ROF 255/40R19 100Y XL EFFICIENTGRIP* ROF A0 255/40R19 Available 707.93$ 368.12$ -$ 484159635 Passenger Goodyear ElectricDrive GT 255/45R19 XL ELECTRICDRIVE GT 255/45R19 Available 337.88$ 175.70$ -$ 484165656 Passenger Goodyear ElectricDrive GT SCT 235/45R18 XL 98W ELECTRICDRIVE GT SCT 235/45R18 Available 350.00$ 182.00$ -$ 484163656 Passenger Goodyear ElectricDrive GT SCT 235/40R19 96W XL ELECTRICDRIVE GT SCT 235/40R19 Discontinued 368.76$ 191.76$ -$ 484159656 Passenger Goodyear ElectricDrive GT SCT 255/45R19 XL 104W ELECTRICDRIVE GT SCT 255/45R19 Available 387.50$ 201.50$ -$ 484186656 Passenger Goodyear ElectricDrive GT SCT 235/40R19 96W XL ELECTRICDRIVE GT SCT 235/40R19 Available 378.05$ 196.59$ -$ 763002657 Passenger Goodyear ElectricDrive SCT 215/50R17 95V XL ELECTRICDRIVE SCT VSB 215/50R17 Available 281.11$ 146.18$ -$ 763003657 Passenger Goodyear ElectricDrive SCT 215/55R17 94V SL ELECTRICDRIVE SCT VSB 215/55R17 Available 269.06$ 139.91$ -$ 111003513 Passenger Goodyear Excellence 245/40R19 98Y XL EXCELLENCE ROF STR-RSC 245/40R19 Available 481.63$ 250.45$ -$ 684011293 Passenger Goodyear Excellence 255/45R20 101W SL EXCELLENCE AO BLTTL 255/45R20 Available 531.68$ 276.47$ -$ 111045513 Passenger Goodyear Excellence ROF 245/40R20 99Y XL EXCELLENCE ROF BLTTL 245/40R20 Available 671.98$ 349.43$ -$ 111016513 Passenger Goodyear Excellence ROF 245/45R19 98Y SL EXCELLENCE ROF BLTTL 245/45R19 Available 633.84$ 329.60$ -$ 111446513 Passenger Goodyear Excellence ROF 275/35R19 96Y SL EXCELLENCE * ROF BLT TL 275/35R19 Available 623.03$ 323.98$ -$ 111048513 Passenger Goodyear Excellence ROF 275/35R20 102Y XL EXCELLENCE ROF BLTTL 275/35R20 Available 774.11$ 402.54$ -$ 111017513 Passenger Goodyear Excellence ROF 275/40R19 101Y SL EXCELLENCE ROF BLTTL 275/40R19 Available 854.63$ 444.41$ -$ 402602047 Passenger Goodyear Integrity 185/55R15 82T SL INTEGRITY VSB TL 185/55R15 Available 170.50$ 88.66$ -$ 402479047 Passenger Goodyear Integrity 225/65R17 101S SL INTEGRITY VSBRPTL 225/65R17 Available 214.97$ 111.78$ -$ 117065646 Passenger Goodyear UG PERF + SUV 235/70R16 106T SL ULTRA GRIP + SUV UGS 235/70R16 Available 209.31$ 108.84$ -$ 117488646 Passenger Goodyear UG PERF + SUV 235/60R17 102H SL UG PERF + SUV UGS 235/60R17 Available 229.12$ 119.14$ -$ 117049646 Passenger Goodyear UG PERF + SUV 225/65R17 102H SL UG PERF + SUV UGS 225/65R17 Available 216.16$ 112.40$ -$ 117061645 Passenger Goodyear UG PERF + SUV 215/65R17 99V SL UG PERF + SUV UGS 215/65R17 Available 194.08$ 100.92$ -$ 117073646 Passenger Goodyear UG PERF + SUV 235/55R19 105V XL UG PERF + SUV UGS 235/55R19 Available 275.87$ 143.45$ -$ 117068646 Passenger Goodyear UG PERF + SUV 235/65R17 108H XL ULTRAGRI PERF+ SUV UGS 235/65R17 Available 234.21$ 121.79$ -$ 117076646 Passenger Goodyear UG PERF + SUV 235/65R18 110V XL UG PERF + SUV UGS 235/65R18 Available 251.36$ 130.71$ -$ 117075646 Passenger Goodyear UG PERF + SUV 265/60R18 114H XL UG PERF + SUV UGS 265/60R18 Available 285.38$ 148.40$ -$ 117054646 Passenger Goodyear UG PERF + SUV 215/70R16 100T SL UG PERF + SUV UGS 215/70R16 Available 177.33$ 92.21$ -$ 117077646 Passenger Goodyear UG PERF + SUV 215/60R17 100V XL UG PERF + SUV UGS 215/60R17 Available 199.06$ 103.51$ -$ 117062646 Passenger Goodyear UG PERF + SUV 225/60R18 104V XL UG PERF + SUV UGS 225/60R18 Available 241.00$ 125.32$ -$ 117992646 Passenger Goodyear UG PERF + SUV 235/55R18 104H XL UG PERF + SUV UGS 235/55R18 Available 271.45$ 141.16$ -$ 117019646 Passenger Goodyear UG PERF + SUV 225/55R19 99V SL UG PERF + SUV UGS 225/55R19 Available 271.68$ 141.27$ -$ 117048646 Passenger Goodyear UG PERF + SUV 225/60R17 103V XL UG PERF + SUV UGS 225/60R17 Available 231.15$ 120.20$ -$ 117072646 Passenger Goodyear UG PERF + SUV 225/55R18 102V XL UG PERF + SUV UGS 225/55R18 Available 263.08$ 136.80$ -$ 117067650 Passenger Goodyear UG PERF SUV G1 245/50R20 105V XL UG PERF SUV G1 UGS 245/50R20 Available 307.22$ 159.76$ -$ 117037650 Passenger Goodyear UG PERF SUV G1 255/50R20 109V XL UG PERF SUV G1 UGS 255/50R20 Available 317.47$ 165.08$ -$ 117078650 Passenger Goodyear UG PERF SUV G1 285/35R22 106V XL UG PERF SUV G1 285/35R22 Available 375.00$ 195.00$ -$ 117847373 Passenger Goodyear ULT Grip 8 235/60R18 100H SL ULT GRIP 8 PERFORMANCE 255/60R18 Available 338.60$ 176.07$ -$ 117838373 Passenger Goodyear Ultra Grip 8 Performance 285/45R20 112V XL ULT GRIP 8 PERFORM A0 285/45R20 Available 551.10$ 286.57$ -$ 117195564 Passenger Goodyear Ultra Grip Performance 255/55R19 111H XL ULTRA GRIP PERF G-1 AO 255/55R19 Available 410.45$ 213.43$ -$ 766739355 Passenger Goodyear Ultra Grip Winter 185/60R15 84T SL ULTRA GRIP WINTER TL 185/60R15 Discontinued 127.45$ 66.27$ -$ 766105355 Passenger Goodyear Ultra Grip Winter 175/70R14 84T SL ULTRA GRIP W TER TL 175/70R14 Discontinued 102.19$ 53.14$ -$ 117780373 Passenger Goodyear UltraGrip 8 Perf 205/65R16 95H SL ULTRA GRIP 8 PERF UGS 205/65R16 Available 163.91$ 85.24$ -$ 117060645 Passenger Goodyear UltraGrip 9+205/65R15 94T SL UG 9+ UGS 205/65R15 Available 147.16$ 76.52$ -$ 117059645 Passenger Goodyear UltraGrip 9+205/60R16 92H SL UG 9+ UGS 205/60R16 Available 163.29$ 84.91$ -$ 117045645 Passenger Goodyear UltraGrip 9+195/65R15 91T SL UG 9+ UGS 195/65R15 Available 144.05$ 74.90$ -$ 117044645 Passenger Goodyear UltraGrip 9+195/60R15 88T SL UG 9+ UGS 195/60R15 Available 143.48$ 74.61$ -$ 117051645 Passenger Goodyear UltraGrip 9+185/65R15 88T SL UG 9+ UGS 185/65R15 Available 138.16$ 71.84$ -$ 117046645 Passenger Goodyear UltraGrip 9+205/55R16 94H XL UG 9+ UGS 205/55R16 Available 183.04$ 95.18$ -$ 117040564 Passenger Goodyear Ultragrip Perf Gen-1 305/30R21 XL ULTRA GRIP PERF GEN-1 AO TL 305/30R21 Discontinued 660.24$ 343.32$ -$ 117038564 Passenger Goodyear Ultragrip Perf Gen-1 245/35R20 XL ULTRA GRIP PERF GEN-1 AO TL 245/35R20 Available 465.99$ 242.31$ -$ 117034564 Passenger Goodyear Ultragrip Perf Gen-1 245/45R20 XL ULTRA GRIP PERF GEN1 NF0 245/45R20 Available 337.50$ 175.50$ -$ 653008580 Passenger Goodyear Ultragrip Perf Gen-1 205/60R16 96H ULTRAGRIP PERF GEN-1 205/60R16 Available 212.50$ 110.50$ -$ 653006580 Passenger Goodyear Ultragrip Perf Gen-1 205/45R18 90H ULTRAGRIP PERF GEN-1 205/45R18 Available 231.25$ 120.25$ -$ 117992564 Passenger Goodyear Ultragrip Perf Gen-1 235/55R18 XL ULTRA GRIP PERF GEN-1 AO TL 235/55R18 Available 337.13$ 175.31$ -$ 117042564 Passenger Goodyear Ultragrip Perf Gen-1 235/55R19 105H UG PERF + MO XL 235/55R19 Available 397.50$ 206.70$ -$ 117993564 Passenger Goodyear Ultragrip Perf Gen-1 265/40R20 XL ULTRA GRIP PERF GEN-1 AO TL 265/40R20 Available 413.44$ 214.99$ -$ 117036564 Passenger Goodyear Ultragrip Perf Gen-1 285/40R20 XL ULTRA GRIP PERF GEN1 NF0 285/40R20 Available 450.00$ 234.00$ -$ 653009637 Passenger Goodyear Ultragrip Perf Gen-1 235/60R20 108H XL ULTRAGRIP PERF G-1 STR 235/60R20 Available 418.75$ 217.75$ -$ 117069564 Passenger Goodyear Ultragrip Perf Gen-1 305/30R21 104V UG PERF G1 NA0 XL 305/30R21 Available 729.06$ 379.11$ -$ 653010637 Passenger Goodyear Ultragrip Perf Gen-1 255/50R21 109H XL ULTRAGRIP PERF G-1 STR 255/50R21 Available 518.75$ 269.75$ -$ 117063637 Passenger Goodyear UltraGrip Perf+215/60R16 99H XL UG PERF + UGS 215/60R16 Available 174.21$ 90.59$ -$ 117079637 Passenger Goodyear UltraGrip Perf+215/55R16 97H XL UG PERF + UGS 215/55R16 Available 207.88$ 108.10$ -$ 117082637 Passenger Goodyear UltraGrip Perf+275/45R21 110H XL UG PERF + MO 275/45R21 Available 593.00$ 308.36$ -$ 117016637 Passenger Goodyear UltraGrip Perf+215/65R16 98T SL UG PERF + UGS 215/65R16 Available 186.50$ 96.98$ -$ 117773637 Passenger Goodyear UltraGrip Perf+235/50R18 101V XL ULTRAGRIP PERF+ UGS 235/50R18 Available 280.68$ 145.95$ -$ 117753637 Passenger Goodyear UltraGrip Perf+225/55R17 97H SL UG PERF + UGS 225/55R17 Available 218.99$ 113.87$ -$ 117064637 Passenger Goodyear UltraGrip Perf+235/55R17 103V XL UG PERF + UGS 235/55R17 Available 230.81$ 120.02$ -$ 117074637 Passenger Goodyear UltraGrip Perf+265/50R20 111H XL UG PERF + UGS 265/50R20 Available 337.28$ 175.39$ -$ 117043637 Passenger Goodyear UltraGrip Perf+245/45R18 100H XL ULTRAGRIP PERF + STR 245/45R18 Available 331.00$ 172.12$ -$ 117056637 Passenger Goodyear UltraGrip Perf+225/50R17 98H XL UG PERF + UGS 225/50R17 Discontinued 244.40$ 127.09$ -$ 117334637 Passenger Goodyear UltraGrip Perf+235/60R16 100H SL UG PERF + UGS 235/60R16 Available 185.70$ 96.57$ -$ 117525637 Passenger Goodyear UltraGrip Perf+215/55R16 93H SL UG PERF + UGS 215/55R16 Discontinued 185.65$ 96.54$ -$ 117028637 Passenger Goodyear UltraGrip Perf+255/40R19 100V XL ULTRAGRIP PERF + STR 255/40R19 Available 363.20$ 188.87$ -$ 117071637 Passenger Goodyear UltraGrip Perf+225/50R18 99V XL UG PERF + UGS 225/50R18 Available 254.59$ 132.39$ -$ 117070637 Passenger Goodyear UltraGrip Perf+215/50R17 95V XL UG PERF + UGS 215/50R17 Available 223.57$ 116.26$ -$ 117763637 Passenger Goodyear UltraGrip Perf+215/55R17 98V XL UG PERF + UGS 215/55R17 Available 203.70$ 105.93$ -$ 117041637 Passenger Goodyear UltraGrip Perf+245/40R19 98V XL ULTRAGRIP PERF + STR 245/40R19 Available 360.37$ 187.39$ -$ 117050637 Passenger Goodyear UltraGrip Perf+225/60R16 102V XL UG PERF + UGS 225/60R16 Available 176.71$ 91.89$ -$ 787064580 Passenger Goodyear Ultragrip Performance 225/50R17 ULTRAGRIP PERFORMANCE GEN-1 225/50R17 Available 349.00$ 181.48$ -$ 187002565 Passenger Goodyear WinterCommand 185/65R15 88T SL WINTERCOMMAND BSL 185/65R15 Discontinued - Low Inventory 131.60$ 68.43$ -$ 187038565 Passenger Goodyear WinterCommand 195/60R15 88T SL WINTERCOMMAND 195/60R15 Discontinued 136.65$ 71.06$ -$ 187018565 Passenger Goodyear WinterCommand 215/60R16 95T SL WINTERCOMMAND BSL 215/60R16 Discontinued - Low Inventory 165.85$ 86.24$ -$ 187036565 Passenger Goodyear WinterCommand 225/50R17 98T XL WINTERCOMMAND BSL 225/50R17 Discontinued - Low Inventory 231.50$ 120.38$ -$ 187020565 Passenger Goodyear WinterCommand 225/60R16 98T SL WINTERCOMMAND BSL 225/60R16 Discontinued 168.20$ 87.46$ -$ 187057565 Passenger Goodyear WinterCommand 225/60R18 100T SL WINTERCOMMAND BSL 225/60R18 Discontinued 215.20$ 111.90$ -$ 187014565 Passenger Goodyear WinterCommand 225/65R16 100T SL WINTERCOMMAND SL 225/65R16 Discontinued 181.90$ 94.59$ -$ 187063565 Passenger Goodyear WinterCommand 235/50R18 97T SL WINTERCOMMAND BSL 235/50R18 Discontinued 267.20$ 138.94$ -$ 187034565 Passenger Goodyear WinterCommand 235/55R17 99T SL WINTERCOMMAND BSL 235/55R17 Discontinued 209.85$ 109.12$ -$ 187061565 Passenger Goodyear WinterCommand 235/55R18 100T SL WINTERCOMMAND BSL 235/55R18 Discontinued - Low Inventory 258.45$ 134.39$ -$ 187031565 Passenger Goodyear WinterCommand 235/60R17 102T SL WINTERCOMMAND BSL 235/60R17 Discontinued - Low Inventory 230.10$ 119.65$ -$ 187010565 Passenger Goodyear WinterCommand 235/70R16 106T SL WINTERCOMMAND SL 235/70R16 Discontinued - Low Inventory 199.25$ 103.61$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.7 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 781030579 Passenger Goodyear WinterCommand Ultra 175/65R15 84H SL WNTRCMD ULTRA 175/65R15 Available 143.70$ 74.72$ -$ 781032579 Passenger Goodyear WinterCommand Ultra 185/55R16 83T SL WNTRCMD ULTRA 185/55R16 Available 183.05$ 95.19$ -$ 781033579 Passenger Goodyear WinterCommand Ultra 185/60R15 84T SL WNTRCMD ULTRA 185/60R15 Available 151.55$ 78.81$ -$ 781019579 Passenger Goodyear WinterCommand Ultra 185/65R15 88T SL WNTRCMD ULTRA 185/65R15 Available 148.49$ 77.21$ -$ 781001579 Passenger Goodyear WinterCommand Ultra 195/65R15 91T SL WNTRCMD ULTRA 195/65R15 Available 154.50$ 80.34$ -$ 781018579 Passenger Goodyear WinterCommand Ultra 205/50R17 93H XL WNTRCMD ULTRA 205/50R17 Available 244.00$ 126.88$ -$ 781002579 Passenger Goodyear WinterCommand Ultra 205/55R16 94H XL WNTRCMD ULTRA 205/55R16 Available 201.05$ 104.55$ -$ 781007579 Passenger Goodyear WinterCommand Ultra 205/60R16 96H XL WNTRCMD ULTRA 205/60R16 Available 178.65$ 92.90$ -$ 781020579 Passenger Goodyear WinterCommand Ultra 205/65R16 99H XL WNTRCMD ULTRA 205/65R16 Available 181.65$ 94.46$ -$ 781015579 Passenger Goodyear WinterCommand Ultra 215/45R17 91H XL WNTRCMD ULTRA 215/45R17 Available 251.15$ 130.60$ -$ 781016579 Passenger Goodyear WinterCommand Ultra 215/50R17 95H XL WNTRCMD ULTRA 215/50R17 Available 258.45$ 134.39$ -$ 781006579 Passenger Goodyear WinterCommand Ultra 215/55R16 97H XL WNTRCMD ULTRA 215/55R16 Available 208.45$ 108.39$ -$ 781005579 Passenger Goodyear WinterCommand Ultra 215/55R17 98H XL WNTRCMD ULTRA 215/55R17 Available 225.75$ 117.39$ -$ 781003579 Passenger Goodyear WinterCommand Ultra 215/60R16 99H XL WNTRCMD ULTRA 215/60R16 Available 187.90$ 97.71$ -$ 781010579 Passenger Goodyear WinterCommand Ultra 215/65R16 102T XL WNTRCMD ULTRA 215/65R16 Available 203.45$ 105.79$ -$ 781021579 Passenger Goodyear WinterCommand Ultra 215/65R17 103T XL WNTRCMD ULTRA 215/65R17 Available 209.90$ 109.15$ -$ 781035579 Passenger Goodyear WinterCommand Ultra 225/40R18 92V XL WNTRCMD ULTRA 225/40R18 Available 305.05$ 158.63$ -$ 781022579 Passenger Goodyear WinterCommand Ultra 225/45R17 94H XL WNTRCMD ULTRA 225/45R17 Available 268.45$ 139.59$ -$ 781013579 Passenger Goodyear WinterCommand Ultra 225/45R18 95V XL WNTRCMD ULTRA 225/45R18 Available 294.55$ 153.17$ -$ 781011579 Passenger Goodyear WinterCommand Ultra 225/50R17 98H XL WNTRCMD ULTRA 225/50R17 Available 273.10$ 142.01$ -$ 781017579 Passenger Goodyear WinterCommand Ultra 225/50R18 99H XL WNTRCMD ULTRA 225/50R18 Available 283.70$ 147.52$ -$ 781009579 Passenger Goodyear WinterCommand Ultra 225/55R17 101H XL WNTRCMD ULTRA 225/55R17 Available 239.80$ 124.70$ -$ 781067579 Passenger Goodyear WinterCommand Ultra 225/55R18 102V XL WNTRCMD ULTRA 225/55R18 Available 271.60$ 141.23$ -$ 781012579 Passenger Goodyear WinterCommand Ultra 225/60R16 102H XL WNTRCMD ULTRA 225/60R16 Available 193.05$ 100.39$ -$ 781023579 Passenger Goodyear WinterCommand Ultra 225/60R18 100H SL WNTRCMD ULTRA 225/60R18 Available 266.60$ 138.63$ -$ 781063579 Passenger Goodyear WinterCommand Ultra 225/65R17 102H SL WNTRCMD ULTRA 225/65R17 Available 226.35$ 117.70$ -$ 781037579 Passenger Goodyear WinterCommand Ultra 235/40R19 96V XL WNTRCMD ULTRA 235/40R19 Available 338.50$ 176.02$ -$ 781073579 Passenger Goodyear WinterCommand Ultra 235/45R18 99V XL WNTRCMD ULTRA 235/45R18 Available 297.15$ 154.52$ -$ 781072579 Passenger Goodyear WinterCommand Ultra 235/45R19 99V XL WNTRCMD ULTRA 235/45R19 Available 324.75$ 168.87$ -$ 781040579 Passenger Goodyear WinterCommand Ultra 235/50R18 101V XL WNTRCMD ULTRA 235/50R18 Available 291.25$ 151.45$ -$ 781041579 Passenger Goodyear WinterCommand Ultra 235/50R19 103H XL WNTRCMD ULTRA 235/50R19 Available 314.90$ 163.75$ -$ 781008579 Passenger Goodyear WinterCommand Ultra 235/55R17 99H SL WNTRCMD ULTRA 235/55R17 Available 259.50$ 134.94$ -$ 781014579 Passenger Goodyear WinterCommand Ultra 235/55R18 100H SL WNTRCMD ULTRA 235/55R18 Available 281.97$ 146.62$ -$ 781043579 Passenger Goodyear WinterCommand Ultra 235/55R20 102H SL WNTRCMD ULTRA 235/55R20 Available 368.05$ 191.39$ -$ 781027579 Passenger Goodyear WinterCommand Ultra 235/60R18 107H XL WNTRCMD ULTRA 235/60R18 Available 289.65$ 150.62$ -$ 781064579 Passenger Goodyear WinterCommand Ultra 235/65R17 104H SL WNTRCMD ULTRA 235/65R17 Available 240.15$ 124.88$ -$ 781066579 Passenger Goodyear WinterCommand Ultra 235/65R18 106V SL WNTRCMD ULTRA 235/65R18 Available 269.60$ 140.19$ -$ 781044579 Passenger Goodyear WinterCommand Ultra 245/40R18 97V XL WNTRCMD ULTRA 245/40R18 Available 310.95$ 161.69$ -$ 781046579 Passenger Goodyear WinterCommand Ultra 245/45R18 100V XL WNTRCMD ULTRA 245/45R18 Available 314.90$ 163.75$ -$ 781060579 Passenger Goodyear WinterCommand Ultra 245/45R19 102V XL WNTRCMD ULTRA 245/45R19 Available 344.40$ 179.09$ -$ 781068579 Passenger Goodyear WinterCommand Ultra 245/50R20 102V SL WNTRCMD ULTRA 245/50R20 Available 334.60$ 173.99$ -$ 781071579 Passenger Goodyear WinterCommand Ultra 245/55R19 107V SL WNTRCMD ULTRA 245/55R19 Available 324.75$ 168.87$ -$ 781065579 Passenger Goodyear WinterCommand Ultra 245/60R18 105V SL WNTRCMD ULTRA 245/60R18 Available 283.40$ 147.37$ -$ 781050579 Passenger Goodyear WinterCommand Ultra 255/45R20 105V XL WNTRCMD ULTRA 255/45R20 Available 364.10$ 189.33$ -$ 781069579 Passenger Goodyear WinterCommand Ultra 255/50R20 109V XL WNTRCMD ULTRA 255/50R20 Available 358.20$ 186.26$ -$ 781059579 Passenger Goodyear WinterCommand Ultra 255/55R19 111H XL WNTRCMD ULTRA 255/55R19 Available 344.40$ 179.09$ -$ 781070579 Passenger Goodyear WinterCommand Ultra 265/50R20 107V SL WNTRCMD ULTRA 265/50R20 Available 381.85$ 198.56$ -$ 781057579 Passenger Goodyear WinterCommand Ultra 275/45R20 110H XL WNTRCMD ULTRA 275/45R20 Available 393.65$ 204.70$ -$ 755667383 Light Truck Goodyear Assurance CS Fuel Max 225/65R17 102H SL ASSUR CS FUEL MAX VSB 225/65R17 Available 251.24$ 130.64$ -$ 755907383 Light Truck Goodyear Assurance CS Fuel Max 255/65R18 111T SL ASSUR CS FUEL MAX VSB 255/65R18 Available 294.58$ 153.18$ -$ 771811118 Light Truck Goodyear Cargo 205/65R15C 102/100R LR-C CARGO G26 BLTTL 205/65R15C Discontinued 276.71$ 143.89$ -$ 771855581 Light Truck Goodyear Cargo Vector 2 225/55R17C 104H CARGO VECTOR 2 225/55R17C Discontinued 279.00$ 145.08$ -$ 724864519 Light Truck Goodyear Endurance Trailer ST205/75R14 105N LR-D ENDURANCE BSW TL ST205/75R14 Available 177.45$ 92.27$ -$ 724861519 Light Truck Goodyear Endurance Trailer ST205/75R15 107N LR-D ENDURANCE BSW TL ST205/75R15 Available 183.28$ 95.31$ -$ 724865519 Light Truck Goodyear Endurance Trailer ST215/75R14 108N LR-D ENDURANCE BSW TL ST215/75R14 Available 177.83$ 92.47$ -$ 724857519 Light Truck Goodyear Endurance Trailer ST225/75R15 117N LR-E ENDURANCE BSW TL ST225/75R15 Available 207.14$ 107.71$ -$ 724858519 Light Truck Goodyear Endurance Trailer ST235/80R16 123N LR-E ENDURANCE BSW TL ST235/80R16 Available 251.00$ 130.52$ -$ 724860519 Light Truck Goodyear Endurance Trailer ST235/85R16 125N LR-E ENDURANCE BSW TL ST235/85R16 Available 278.41$ 144.77$ 1.32$ 724862519 Light Truck Goodyear Endurance Trailer ST255/85R16 129N LR-E ENDURANCE BSW TL ST255/85R16 Available 311.73$ 162.10$ 5.48$ 357013294 Light Truck Goodyear Fierce Attitude M/T 35X12.50R20LT 121Q E FIERCE ATTITUDE M/T 35X12.50R20LT Available 509.30$ 264.84$ -$ 151093203 Light Truck Goodyear Fortera HL 265/50R20 107T SL FORTERA HL VSB TL 265/50R20 Available 290.33$ 150.97$ -$ 151284203 Light Truck Goodyear Fortera HL P245/65R17 105T S2 FORTERA HL VSB TL P245/65R17 Available 217.74$ 113.22$ -$ 151056203 Light Truck Goodyear Fortera HL P245/70R17 108T SL FORTERA HL VSB TL P245/70R17 Available 227.43$ 118.26$ -$ 151559248 Light Truck Goodyear Fortera HL P255/65R18 109S S2 FORTERA HL TL P255/65R18 Available 269.35$ 140.06$ -$ 151774163 Light Truck Goodyear Fortera SL 305/40R22 114H S2 FORTERA SL VSB TL 305/40R22 Discontinued 472.90$ 245.91$ -$ 151775163 Light Truck Goodyear Fortera SL 305/45R22 118H S2 FORTERA SL VSB TL 305/45R22 Discontinued 458.28$ 238.31$ -$ 754587575 Light Truck Goodyear Ultra Grip+ SUV 4x4 245/60R18 105H SL ULTRAGRIP + SUV UGS 245/60R18 Available 276.89$ 143.98$ -$ 754317575 Light Truck Goodyear Ultra Grip+ SUV 4x4 265/70R16 112T SL ULTRA GRIP + SUV UGS 265/70R16 Available 239.30$ 124.44$ -$ 754594575 Light Truck Goodyear Ultra Grip+ SUV 4x4 245/65R17 107H SL ULTRA GRIP + SUV UGS 245/65R17 Available 242.64$ 126.17$ -$ 754338575 Light Truck Goodyear Ultra Grip+ SUV 4x4 265/65R17 112T SL ULTRAGRIP + SUV UGS 265/65R17 Available 251.36$ 130.71$ -$ 184290786 Light Truck Goodyear WinterCommand LT LT245/75R17 121Q E WINTERCOMMAND LT TL LT245/75R17 Discontinued - Low Inventory 317.70$ 165.20$ -$ 184153786 Light Truck Goodyear WinterCommand LT LT265/75R16 123Q E WINTERCOMMAND LT LT265/75R16 Discontinued - Low Inventory 303.60$ 157.87$ -$ 184152786 Light Truck Goodyear WinterCommand LT LT265/70R17 121Q E WINTERCOMMAND LT LT265/70R17 Available 325.60$ 169.31$ -$ 184432786 Light Truck Goodyear WinterCommand LT LT275/70R18 125Q E WINTERCOMMAN LT LT275/70R18 Available 357.75$ 186.03$ 1.32$ 781076579 Light Truck Goodyear WinterCommand Ultra 235/55R19 105H XL WNTRCMD ULTRA 235/55R19 Available 309.00$ 160.68$ -$ 740036515 Light Truck Goodyear Wrangler AT LT195/75R14 C WRL AT HBW TL LT195/75R14 Available 317.70$ 165.20$ -$ 758089572 Light Truck Goodyear Wrangler AT Adventure 235/75R17 109T SL WRL AT ADVENTURE BSL 235/75R17 Available 261.54$ 136.00$ -$ 758592572 Light Truck Goodyear Wrangler AT Adventure 245/65R17 107T SL WRL AT ADVENTURE BSL 245/65R17 Available 317.31$ 165.00$ -$ 758060572 Light Truck Goodyear Wrangler AT Adventure 245/70R17 110T SL WRL AT ADVENTURE BSL 245/70R17 Available 319.23$ 166.00$ -$ 758059571 Light Truck Goodyear Wrangler AT Adventure 245/75R16 111T SL WRL AT ADVENTURE OWL 245/75R16 Available 327.58$ 170.34$ -$ 758177707 Light Truck Goodyear Wrangler AT Adventure 245/75R17 112T SL WRL AT ADVENTURE BSW 245/75R17 Available 232.26$ 120.78$ -$ 758264845 Light Truck Goodyear Wrangler AT Adventure 255/60R20 113H WRL A/T ADVENTURE JLR 255/60R20 Available 404.19$ 210.18$ -$ 758069572 Light Truck Goodyear Wrangler AT Adventure 255/65R17 110T SL WRL AT ADVENTURE BSL 255/65R17 Available 268.93$ 139.84$ -$ 758263845 Light Truck Goodyear Wrangler AT Adventure 255/65R19 114H WRL A/T ADVENTURE JLR 255/65R19 Available 372.84$ 193.88$ -$ 758067571 Light Truck Goodyear Wrangler AT Adventure 255/70R17 112T SL WRL AT ADVENTURE OWL 255/70R17 Available 325.00$ 169.00$ -$ 758074707 Light Truck Goodyear Wrangler AT Adventure 255/70R18 113T SL WRL AT ADVENTURE BSW 255/70R18 Available 252.65$ 131.38$ -$ 758260845 Light Truck Goodyear Wrangler AT Adventure 255/70R18 116H XL WRL AT ADVENTURE JLR 255/70R18 Available 352.15$ 183.12$ -$ 758124630 Light Truck Goodyear Wrangler AT Adventure 265/50R20 107T SL WRL AT ADVENTURE VSB 265/50R20 Available 344.23$ 179.00$ -$ 758076571 Light Truck Goodyear Wrangler AT Adventure 265/60R18 110T SL WRL AT ADVENTURE OWL 265/60R18 Available 365.38$ 190.00$ -$ 758076630 Light Truck Goodyear Wrangler AT Adventure 265/60R18 110T SL WRL AT ADVENTURE VSB 265/60R18 Available 362.65$ 188.58$ -$ 758061571 Light Truck Goodyear Wrangler AT Adventure 265/65R17 112T SL WRL AT ADVENTURE OWL 265/65R17 Available 348.08$ 181.00$ -$ 758068571 Light Truck Goodyear Wrangler AT Adventure 265/65R18 114T SL WRL AT ADVENTURE OWL 265/65R18 Available 330.77$ 172.00$ -$ 758042572 Light Truck Goodyear Wrangler AT Adventure 265/70R17 115T SL WRL AT ADVENTURE BSL 265/70R17 Available 303.85$ 158.00$ -$ 758070571 Light Truck Goodyear Wrangler AT Adventure 265/70R18 116T SL WRL AT ADVENTURE OWL 265/70R18 Available 315.38$ 164.00$ -$ 758065572 Light Truck Goodyear Wrangler AT Adventure 275/55R20 113T SL WRL AT ADVENTURE BSL 275/55R20 Available 348.08$ 181.00$ -$ 758065571 Light Truck Goodyear Wrangler AT Adventure 275/55R20 113T SL WRL AT ADVENTURE OWL 275/55R20 Available 348.08$ 181.00$ -$ 758082572 Light Truck Goodyear Wrangler AT Adventure 275/60R20 115T SL WRL AT ADVENTURE BSL 275/60R20 Available 351.92$ 183.00$ -$ 758073571 Light Truck Goodyear Wrangler AT Adventure 275/60R20 115T SL WRL AT ADVENTURE OWL 275/60R20 Available 351.92$ 183.00$ -$ 758081572 Light Truck Goodyear Wrangler AT Adventure 275/65R18 116T SL WRL AT ADVENTURE BSL 275/65R18 Available 338.46$ 176.00$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.8 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 758066571 Light Truck Goodyear Wrangler AT Adventure 275/65R18 116T SL WRL AT ADVENTURE OWL 275/65R18 Available 380.77$ 198.00$ -$ 748517572 Light Truck Goodyear Wrangler AT Adventure LT215/85R16 115R E WRL AT ADVENTURE BSL LT215/85R16 Available 317.31$ 165.00$ -$ 748748572 Light Truck Goodyear Wrangler AT Adventure LT225/75R16 115R E WRL AT ADVENTURE BSL LT225/75R16 Available 308.93$ 160.64$ -$ 748635572 Light Truck Goodyear Wrangler AT Adventure LT235/80R17 120R E WRL AT ADVENTURE BSL LT235/80R17 Available 326.92$ 170.00$ -$ 748469572 Light Truck Goodyear Wrangler AT Adventure LT245/70R17 119R E WRL AT ADVENTURE BSL LT245/70R17 Available 315.38$ 164.00$ -$ 748103572 Light Truck Goodyear Wrangler AT Adventure LT245/75R16 120S E WRL AT ADVENTURE BSL LT245/75R16 Discontinued 348.51$ 181.23$ -$ 748104572 Light Truck Goodyear Wrangler AT Adventure LT245/75R17 121S E WRL AT ADVENTURE BSL LT245/75R17 Available 332.69$ 173.00$ -$ 748097572 Light Truck Goodyear Wrangler AT Adventure LT265/60R20 121R E WRL AT ADVENTURE BSL LT265/60R20 Available 442.31$ 230.00$ -$ 748661572 Light Truck Goodyear Wrangler AT Adventure LT265/70R17 121S E WRL AT ADVENTURE BSL LT265/70R17 Available 351.92$ 183.00$ -$ 748661571 Light Truck Goodyear Wrangler AT Adventure LT265/70R17 121S E WRL AT ADVENTURE OWL LT265/70R17 Available 351.92$ 183.00$ -$ 748014572 Light Truck Goodyear Wrangler AT Adventure LT265/70R18 124S E WRL AT ADVENTURE BSL LT265/70R18 Available 396.15$ 206.00$ 0.19$ 748746572 Light Truck Goodyear Wrangler AT Adventure LT265/75R16 123R E WRL AT ADVENTURE BSL LT265/75R16 Available 361.54$ 188.00$ -$ 748965571 Light Truck Goodyear Wrangler AT Adventure LT275/65R18 123S E WRL AT ADVENTURE OWL LT275/65R18 Available 440.38$ 229.00$ -$ 748303572 Light Truck Goodyear Wrangler AT Adventure LT275/65R20 126S E WRL AT ADVENTURE BSL LT275/65R20 Available 446.15$ 232.00$ 2.36$ 748139686 Light Truck Goodyear Wrangler AT Adventure LT275/70R18 E WRL AT ADVENTURE B01 NSF LT275/70R18 Available 369.04$ 191.90$ 1.32$ 748139571 Light Truck Goodyear Wrangler AT Adventure LT275/70R18 E WRL AT ADVENTURE OWL NSF LT275/70R18 Available 373.05$ 193.99$ 1.32$ 748101572 Light Truck Goodyear Wrangler AT Adventure LT285/55R20 122R E WRL AT ADVENTURE BSL LT285/55R20 Discontinued - Low Inventory 498.08$ 259.00$ -$ 748015572 Light Truck Goodyear Wrangler AT Adventure LT285/60R20 125R E WRL AT ADVENTURE BSL LT285/60R20 Available 525.00$ 273.00$ 1.32$ 748096572 Light Truck Goodyear Wrangler AT Adventure LT285/70R17 121R E WRL AT ADVENTURE BSL LT285/70R17 Available 371.15$ 193.00$ -$ 411154177 Light Truck Goodyear Wrangler AT/S LT215/75R15 106/103S D WRL AT/S BSLRPTL LT215/75R15 Available 301.90$ 156.99$ -$ 410422176 Light Truck Goodyear Wrangler AT/S P265/70R17 113S S2 WRL AT/S OWL TL P265/70R17 Available 237.10$ 123.29$ -$ 753007001 Light Truck Goodyear Wrangler Boulder MT 33X12.50R15LT 108Q C WRL BOULDER MT OWL LT33X12.50R15 Available 403.90$ 210.03$ -$ 753008002 Light Truck Goodyear Wrangler Boulder MT 33X12.50R20LT 119Q F WRL BOULDER MT BSL LT33X12.50R20 Available 601.40$ 312.73$ -$ 753009001 Light Truck Goodyear Wrangler Boulder MT 35X12.50R15LT 113Q C WRL BOULDER MT OWL LT35X12.50R15 Available 397.54$ 206.72$ -$ 753011001 Light Truck Goodyear Wrangler Boulder MT 35X12.50R17LT 121Q E WRL BOULDER MT OWL LT35X12.50R17 Available 541.51$ 281.59$ -$ 753012001 Light Truck Goodyear Wrangler Boulder MT 35X12.50R18LT 123Q E WRL BOULDER MT OWL LT35X12.50R18 Available 615.43$ 320.02$ -$ 753013002 Light Truck Goodyear Wrangler Boulder MT 35X12.50R20LT 125Q F WRL BOULDER MT BSL LT35X12.50R20 Available 635.81$ 330.62$ 1.32$ 753016002 Light Truck Goodyear Wrangler Boulder MT 35X12.50R22LT 121Q F WRL BOULDER MT BSL LT35X12.50R22 Available 737.74$ 383.62$ -$ 753014002 Light Truck Goodyear Wrangler Boulder MT 37X12.50R17LT 124Q D WRL BOULDER MT BSL LT37X12.50R17 Available 611.60$ 318.03$ 0.19$ 753015002 Light Truck Goodyear Wrangler Boulder MT 37X12.50R20LT 126Q E WRL BOULDER MT BSL LT37X12.50R20 Available 682.95$ 355.13$ 2.36$ 753001001 Light Truck Goodyear Wrangler Boulder MT LT265/70R17 121Q E WRL BOULDER MT OWL LT265/70R17 Available 394.99$ 205.39$ -$ 753002001 Light Truck Goodyear Wrangler Boulder MT LT265/75R16 123Q E WRL BOULDER MT OWL LT265/75R16 Available 380.96$ 198.10$ -$ 753003001 Light Truck Goodyear Wrangler Boulder MT LT275/70R18 125P E WRL BOULDER MT OWL LT275/70R18 Available 457.43$ 237.86$ 1.32$ 753004001 Light Truck Goodyear Wrangler Boulder MT LT285/70R17 121Q E WRL BOULDER MT OWL LT285/70R17 Available 468.89$ 243.82$ -$ 753005001 Light Truck Goodyear Wrangler Boulder MT LT285/75R16 126Q E WRL BOULDER MT OWL LT285/75R16 Available 416.65$ 216.66$ 2.36$ 753018002 Light Truck Goodyear Wrangler Boulder MT LT295/60R20 126Q E WRL BOULDER MT BSL LT295/60R20 Available 626.89$ 325.98$ 2.36$ 753017002 Light Truck Goodyear Wrangler Boulder MT LT295/65R20 129Q E WRL BOULDER MT BSL LT295/65R20 Available 621.79$ 323.33$ 5.48$ 753006001 Light Truck Goodyear Wrangler Boulder MT LT295/70R18 129P E WRL BOULDER MT OWL LT295/70R18 Available 530.05$ 275.63$ 5.48$ 150675601 Light Truck Goodyear Wrangler DuraTrac 245/70R17 110S SL WRL DURATRAC BSL TL 245/70R17 Discontinued 332.13$ 172.71$ -$ 312022142 Light Truck Goodyear Wrangler DuraTrac LT245/70R17 119Q E WRL DURATRAC BSL TL LT245/70R17 Available 331.96$ 172.62$ -$ 150884574 Light Truck Goodyear Wrangler DuraTrac 255/55R19 111Q XL WRL DURATRAC XL FP TL 255/55R19 Available 403.29$ 209.71$ -$ 150009601 Light Truck Goodyear Wrangler DuraTrac 255/55R20 110Q XL WRL DURATRAC BLT TL 255/55R20 Available 412.04$ 214.26$ -$ 150524601 Light Truck Goodyear Wrangler DuraTrac 255/70R18 113S SL WRL DURATRAC BSL TL 255/70R18 Discontinued 387.49$ 201.49$ -$ 150014574 Light Truck Goodyear Wrangler DuraTrac 255/70R18 116Q XL WRL DURATRAC JLR 255/70R18 Available 375.70$ 195.36$ -$ 150684601 Light Truck Goodyear Wrangler DuraTrac 255/75R17 115S SL WRL DURATRAC BSL TL 255/75R17 Discontinued 345.15$ 179.48$ -$ 150525601 Light Truck Goodyear Wrangler DuraTrac 265/60R18 110S SL WRL DURATRAC BSL TL 265/60R18 Available 400.24$ 208.12$ -$ 150153601 Light Truck Goodyear Wrangler DuraTrac 265/65R17 112S SL WRL DURATRAC BSL TL 265/65R17 Available 337.74$ 175.62$ -$ 150644601 Light Truck Goodyear Wrangler DuraTrac 265/65R18 114S SL WRL DURATRAC BSL TL 265/65R18 Discontinued 407.35$ 211.82$ -$ 150564601 Light Truck Goodyear Wrangler DuraTrac 265/70R16 112S SL WRL DURATRAC BSL TL 265/70R16 Discontinued 322.26$ 167.58$ -$ 150154601 Light Truck Goodyear Wrangler DuraTrac 265/70R17 115S SL WRL DURATRAC BSL TL 265/70R17 Discontinued 336.49$ 174.97$ -$ 150008601 Light Truck Goodyear Wrangler DuraTrac 275/55R20 113T SL WRL DURATRAC BSL TL 275/55R20 Discontinued 430.05$ 223.63$ -$ 150678601 Light Truck Goodyear Wrangler DuraTrac 275/60R20 115S SL WRL DURATRAC BSL TL 275/60R20 Discontinued 432.90$ 225.11$ -$ 150638601 Light Truck Goodyear Wrangler DuraTrac 275/65R18 116S SL WRL DURATRAC BSL TL 275/65R18 Discontinued 420.11$ 218.46$ -$ 312007027 Light Truck Goodyear Wrangler DuraTrac 31X10.50R15LT 109Q C WRL DURATRAC TL 31X10.50R15LT Available 257.69$ 134.00$ -$ 312020027 Light Truck Goodyear Wrangler DuraTrac 33X12.50R15LT 108Q C WRL DURATRAC TL 33X12.50R15LT Available 422.96$ 219.94$ -$ 312064142 Light Truck Goodyear Wrangler DuraTrac 33X12.50R20LT 114Q E WRL DURATRAC BSL TL 33X12.50R20LT Discontinued 647.58$ 336.74$ -$ 312054142 Light Truck Goodyear Wrangler DuraTrac 35X12.50R17LT 121Q E WRL DURATRAC BSL TL 35X12.50R17LT Available 581.83$ 302.55$ -$ 312085142 Light Truck Goodyear Wrangler DuraTrac LT285/75R18 129Q E WRL DURATRAC NSF BSL LT285/75R18 Available 490.08$ 254.84$ 5.48$ 312009142 Light Truck Goodyear Wrangler DuraTrac LT225/75R16 115/112Q E WRL DURATRAC TL LT225/75R16 Available 290.38$ 151.00$ -$ 312008027 Light Truck Goodyear Wrangler DuraTrac LT235/75R15 104/101Q C WRL DURATRAC TL LT235/75R15 Available 299.46$ 155.72$ -$ 312032142 Light Truck Goodyear Wrangler DuraTrac LT235/80R17 120/117Q E WRL DURATRAC BSL LT235/80R17 Available 340.38$ 177.00$ -$ 312036142 Light Truck Goodyear Wrangler DuraTrac LT235/85R16 120/116Q E WRL DURATRAC TL LT235/85R16 Available 273.08$ 142.00$ -$ 312249027 Light Truck Goodyear Wrangler DuraTrac LT245/75R16 120/116Q E WRL DURATRAC OWL LT245/75R16 Discontinued 300.00$ 156.00$ -$ 312112027 Light Truck Goodyear Wrangler DuraTrac LT285/70R17 121Q E WRL DURATRAC OWLNSPSF LT285/70R17 Available 432.45$ 224.87$ -$ 312023027 Light Truck Goodyear Wrangler DuraTrac LT245/75R17 121/118Q E WRL DURATRAC TL LT245/75R17 Discontinued 338.46$ 176.00$ -$ 312014142 Light Truck Goodyear Wrangler DuraTrac LT265/70R17 121/118Q E WRL DURATRAC TL LT265/70R17 Discontinued 361.54$ 188.00$ -$ 312018027 Light Truck Goodyear Wrangler DuraTrac LT265/75R16 112/109Q C WRL DURATRAC TL LT265/75R16 Discontinued 349.40$ 181.69$ -$ 312034142 Light Truck Goodyear Wrangler DuraTrac LT265/75R16 123/120P E WRL DURATRAC BSL LT265/75R16 Available 328.85$ 171.00$ -$ 312067142 Light Truck Goodyear Wrangler DuraTrac LT275/65R18 113Q C WRL DURATRAC BSL TL LT275/65R18 Available 367.56$ 191.13$ -$ 312011142 Light Truck Goodyear Wrangler DuraTrac LT275/65R18 123/120Q E WRL DURATRAC TL LT275/65R18 Discontinued 426.92$ 222.00$ -$ 312025142 Light Truck Goodyear Wrangler DuraTrac LT275/65R20 126/123Q E WRL DURATRAC TL LT275/65R20 Discontinued 484.62$ 252.00$ 2.36$ 312068027 Light Truck Goodyear Wrangler DuraTrac LT275/70R18 121R D WRL DURATRAC BSL NSF LT275/70R18 Available 415.89$ 216.26$ -$ 312012142 Light Truck Goodyear Wrangler DuraTrac LT275/70R18 125/122Q E WRL DURATRAC TL LT275/70R18 Discontinued 430.77$ 224.00$ 1.32$ 312065027 Light Truck Goodyear Wrangler DuraTrac LT275/70R18 125R E WRL DURATRAC OWL TL LT275/70R18 Available 416.44$ 216.55$ 1.32$ 312028142 Light Truck Goodyear Wrangler DuraTrac LT285/60R20 125/122Q E WRL DURATRAC TL LT285/60R20 Discontinued 548.08$ 285.00$ 1.32$ 312058027 Light Truck Goodyear Wrangler DuraTrac LT285/65R18 125Q E WRL DURATRAC OWL TL LT285/65R18 Discontinued 486.54$ 253.00$ 1.32$ 312015027 Light Truck Goodyear Wrangler DuraTrac LT285/70R17 121/118Q D WRL DURATRAC TL LT285/70R17 Discontinued 442.81$ 230.26$ -$ 312052027 Light Truck Goodyear Wrangler DuraTrac LT285/70R17 121Q E WRL DURATRAC OWL TL LT285/70R17 Discontinued 421.15$ 219.00$ -$ 312035142 Light Truck Goodyear Wrangler DuraTrac LT285/75R16 126/123P E WRL DURATRAC BSL LT285/75R16 Discontinued 353.85$ 184.00$ 2.36$ 312024142 Light Truck Goodyear Wrangler DuraTrac LT295/65R18 127/124Q E WRL DURATRAC TL LT295/65R18 Available 521.43$ 271.14$ 3.40$ 312053142 Light Truck Goodyear Wrangler DuraTrac LT295/70R17 121Q E WRL DURATRAC BSL TL LT295/70R17 Available 505.55$ 262.89$ -$ 312030142 Light Truck Goodyear Wrangler DuraTrac LT305/55R20 121/118Q E WRL DURATRAC TL LT305/55R20 Discontinued 488.46$ 254.00$ -$ 312031142 Light Truck Goodyear Wrangler DuraTrac LT315/70R17 121/118Q D WRL DURATRAC TL LT315/70R17 Available 519.46$ 270.12$ -$ 312029142 Light Truck Goodyear Wrangler DuraTrac LT325/60R20 126Q E WRL DURATRAC TL LT325/60R20 Available 765.01$ 397.81$ 2.36$ 312016142 Light Truck Goodyear Wrangler DuraTrac LT325/65R18 127/124Q E WRL DURATRAC TL LT325/65R18 Available 613.15$ 318.84$ 3.40$ 312110027 Light Truck Goodyear Wrangler DuraTrac LT285/70R17 121Q D WRL DURATRAC OWL NSP LT285/70R17 Available 442.81$ 230.26$ -$ 312109142 Light Truck Goodyear Wrangler DuraTrac LT285/60R20 125Q E WRL DURATRAC BSL NSP LT285/60R20 Available 679.85$ 353.52$ 1.32$ 150013574 Light Truck Goodyear Wrangler DuraTrac (P 255/60R20 113Q XL WRL DURATRAC JLR 255/60R20 Available 405.69$ 210.96$ -$ 150012574 Light Truck Goodyear Wrangler DuraTrac (P 255/65R19 114Q XL WRL DURATRAC JLR 255/65R19 Available 419.81$ 218.30$ -$ 150021991 Light Truck Goodyear Wrangler DuraTrac RT 245/70R17 114T XL WRL DURATRAC RT BSL TL 245/70R17 Available 331.76$ 172.52$ -$ 150022991 Light Truck Goodyear Wrangler DuraTrac RT 255/65R17 114T XL WRL DURATRAC RT BSL TL 255/65R17 Available 349.59$ 181.79$ -$ 150023991 Light Truck Goodyear Wrangler DuraTrac RT 255/70R17 112T SL WRL DURATRAC RT BSL TL 255/70R17 Available 329.01$ 171.09$ -$ 150028991 Light Truck Goodyear Wrangler DuraTrac RT 255/70R18 116T XL WRL DURATRAC RT BSL TL 255/70R18 Available 393.45$ 204.59$ -$ 150026991 Light Truck Goodyear Wrangler DuraTrac RT 255/75R17 115T SL WRL DURATRAC RT BSL TL 255/75R17 Available 357.81$ 186.06$ -$ 150035991 Light Truck Goodyear Wrangler DuraTrac RT 265/50R22 112T XL WRL DURATRAC RT BSL TL 265/50R22 Available 555.23$ 288.72$ -$ 150029991 Light Truck Goodyear Wrangler DuraTrac RT 265/60R18 114T XL WRL DURATRAC RT BSL TL 265/60R18 Available 396.25$ 206.05$ -$ 150033991 Light Truck Goodyear Wrangler DuraTrac RT 265/60R20 112T SL WRL DURATRAC RT BSL TL 265/60R20 Available 453.78$ 235.97$ -$ 150032991 Light Truck Goodyear Wrangler DuraTrac RT 265/65R17 116T XL WRL DURATRAC RT BSL TL 265/65R17 Available 346.84$ 180.36$ -$ 150030991 Light Truck Goodyear Wrangler DuraTrac RT 265/65R18 116T XL WRL DURATRAC RT BSL TL 265/65R18 Available 388.54$ 202.04$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.9 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 150020991 Light Truck Goodyear Wrangler DuraTrac RT 265/70R16 116T XL WRL DURATRAC RT BSL TL 265/70R16 Available 300.71$ 156.37$ -$ 150027991 Light Truck Goodyear Wrangler DuraTrac RT 265/70R17 116T XL WRL DURATRAC RT BSL TL 265/70R17 Available 323.34$ 168.14$ -$ 150034991 Light Truck Goodyear Wrangler DuraTrac RT 265/70R18 116T SL WRL DURATRAC RT BSL TL 265/70R18 Available 398.94$ 207.45$ -$ 150019991 Light Truck Goodyear Wrangler DuraTrac RT 275/55R20 113T SL WRL DURATRAC RT BSL TL 275/55R20 Available 429.79$ 223.49$ -$ 150010991 Light Truck Goodyear Wrangler DuraTrac RT 275/60R20 115T SL WRL DURATRAC RT BSL TL 275/60R20 Available 444.43$ 231.10$ -$ 150031991 Light Truck Goodyear Wrangler DuraTrac RT 275/65R18 116T XL WRL DURATRAC RT BSL TL 275/65R18 Available 403.18$ 209.65$ -$ 176313991 Light Truck Goodyear Wrangler DuraTrac RT 33X12.50R20LT F 119Q WRL DURATRAC RT LT33X12.50R20 Available 644.34$ 335.06$ -$ 176314991 Light Truck Goodyear Wrangler DuraTrac RT 35X12.50R20LT F 125Q WRL DURATRAC RT LT35X12.50R20 Available 667.89$ 347.30$ 1.32$ 176103991 Light Truck Goodyear Wrangler DuraTrac RT LT245/75R16 E 120/116R WRL DURATRAC RT LT245/75R16 Available 354.44$ 184.31$ -$ 176104991 Light Truck Goodyear Wrangler DuraTrac RT LT245/75R17 E 121/118S WRL DURATRAC RT LT245/75R17 Available 363.70$ 189.12$ -$ 176315991 Light Truck Goodyear Wrangler DuraTrac RT LT255/80R17 E 123/120Q WRL DURATRAC RT LT255/80R17 Available 434.59$ 225.99$ -$ 176294991 Light Truck Goodyear Wrangler DuraTrac RT LT265/70R17 E 123/120S WRL DURATRAC RT LT265/70R17 Available 375.60$ 195.31$ -$ 176099991 Light Truck Goodyear Wrangler DuraTrac RT LT265/70R18 E 124/121R WRL DURATRAC RT LT265/70R18 Available 423.03$ 219.98$ 0.19$ 176301991 Light Truck Goodyear Wrangler DuraTrac RT LT275/55R20 E 120/117S WRL DURATRAC RT LT275/55R20 Available 441.76$ 229.72$ -$ 176302991 Light Truck Goodyear Wrangler DuraTrac RT LT275/60R20 E 123/120S WRL DURATRAC RT LT275/60R20 Available 473.89$ 246.42$ -$ 176092991 Light Truck Goodyear Wrangler DuraTrac RT LT275/65R18 E 123/120R WRL DURATRAC RT LT275/65R18 Available 448.45$ 233.19$ -$ 176303991 Light Truck Goodyear Wrangler DuraTrac RT LT275/65R20 E 126/123S WRL DURATRAC RT LT275/65R20 Available 579.28$ 301.23$ 2.36$ 176139991 Light Truck Goodyear Wrangler DuraTrac RT LT275/70R18 E 125/122R WRL DURATRAC RT LT275/70R18 Available 452.31$ 235.20$ 1.32$ 176101991 Light Truck Goodyear Wrangler DuraTrac RT LT285/55R20 E 122/119R WRL DURATRAC RT LT285/55R20 Available 633.38$ 329.36$ -$ 176311991 Light Truck Goodyear Wrangler DuraTrac RT LT285/60R20 E 125/122S WRL DURATRAC RT LT285/60R20 Available 580.99$ 302.11$ 1.32$ 176093991 Light Truck Goodyear Wrangler DuraTrac RT LT285/65R18 E 125/122R WRL DURATRAC RT LT285/65R18 Available 542.89$ 282.30$ 1.32$ 176316991 Light Truck Goodyear Wrangler DuraTrac RT LT285/65R20 E 127/124S WRL DURATRAC RT LT285/65R20 Available 640.23$ 332.92$ 3.40$ 176317991 Light Truck Goodyear Wrangler DuraTrac RT LT285/70R17 E 126/123R WRL DURATRAC RT LT285/70R17 Available 443.05$ 230.39$ 2.36$ 176585991 Light Truck Goodyear Wrangler DuraTrac RT LT285/75R16 E 126/123R WRL DURATRAC RT LT285/75R16 Available 430.48$ 223.85$ 2.36$ 176318991 Light Truck Goodyear Wrangler DuraTrac RT LT285/75R17 E 128/125Q WRL DURATRAC RT LT285/75R17 Available 519.59$ 270.19$ 4.44$ 176300991 Light Truck Goodyear Wrangler DuraTrac RT LT285/75R18 E 129/126S WRL DURATRAC RT LT285/75R18 Available 575.79$ 299.41$ 5.48$ 176319991 Light Truck Goodyear Wrangler DuraTrac RT LT295/65R18 E 127/124Q WRL DURATRAC RT LT295/65R18 Available 560.71$ 291.57$ 3.40$ 176320991 Light Truck Goodyear Wrangler DuraTrac RT LT295/70R17 E 128/125S WRL DURATRAC RT LT295/70R17 Available 494.90$ 257.35$ 4.44$ 176188991 Light Truck Goodyear Wrangler DuraTrac RT LT295/70R18 E 129/126Q WRL DURATRAC RT LT295/70R18 Available 570.31$ 296.56$ 5.48$ 176312991 Light Truck Goodyear Wrangler DuraTrac RT LT305/55R20 E 125/122Q WRL DURATRAC RT LT305/55R20 Available 693.70$ 360.72$ 1.32$ 176321991 Light Truck Goodyear Wrangler DuraTrac RT LT305/65R18 F 128/125Q WRL DURATRAC RT LT305/65R18 Available 594.99$ 309.39$ 4.44$ 176475991 Light Truck Goodyear Wrangler DuraTrac RT LT305/70R16 E 124/121Q WRL DURATRAC RT LT305/70R16 Available 470.23$ 244.52$ 0.19$ 779025859 Light Truck Goodyear Wrangler Enforcer MT 37X12.50R16.5LT 133N E WRL ENFORCER MT 37X12.50R16.5LT Net Price 1,159.75$ 512.37$ 9.83$ 779026859 Light Truck Goodyear Wrangler Enforcer MT 37X12.50R16.5LT 127N D WRL ENFORCER MT 37X12.50R16.5LT Net Price 1,090.90$ 512.37$ 3.31$ 403422171 Light Truck Goodyear Wrangler HP P265/70R17 113S S2 WRL HP VSBRPTL P265/70R17 Available 230.65$ 119.94$ -$ 403074417 Light Truck Goodyear Wrangler HP(P)255/70R18 113T SL WRLHP VSB 255/70R18 Available 548.65$ 285.30$ -$ 744154900 Light Truck Goodyear Wrangler HT LT215/75R15 106/103Q D WRL HT OL BSL TL LT215/75R15 Available 296.11$ 153.98$ -$ 744821900 Light Truck Goodyear Wrangler HT LT215/85R16E WRL HT OL BSL TL LT215/85R16 Discontinued 266.57$ 138.62$ -$ 744830900 Light Truck Goodyear Wrangler HT LT225/75R16E WRL HT OL BSL TL LT225/75R16 Discontinued 247.71$ 128.81$ -$ 744395900 Light Truck Goodyear Wrangler HT LT245/75R16 120/116R E WRL HT OL BSL TL LT245/75R16 Discontinued 252.94$ 131.53$ -$ 744725502 Light Truck Goodyear Wrangler HT/S LT235/85R16E WRL HT/S BSL TL LT235/85R16 Discontinued 295.44$ 153.63$ -$ 743123154 Light Truck Goodyear Wrangler MT 37-1250R165LT 127N D WRL MT A BSL TL 37X12.50R16.5LT Net Price 1,045.50$ 545.77$ 3.31$ 750713326 Light Truck Goodyear Wrangler MT/R Kevlar LT235/85R16 E WRANGLER MT/R W/KEVLAR TL LT235/85R16 Discontinued - Low Inventory 362.95$ 188.73$ -$ 750140326 Light Truck Goodyear Wrangler MT/R Kevlar LT245/70R17 119Q E WRL MT/R KEVLAR BSL LT245/70R17 Discontinued - Low Inventory 371.05$ 192.95$ -$ 750151326 Light Truck Goodyear Wrangler MT/R Kevlar LT245/75R16 120Q E WRL MT/R KEVLAR BSL LT245/75R16 Discontinued - Low Inventory 399.17$ 207.57$ -$ 750707326 Light Truck Goodyear Wrangler MT/R Kevlar LT245/75R17 121Q E WRL MT/R KEVLAR BSL LT245/75R17 Discontinued - Low Inventory 401.35$ 208.70$ -$ 750153326 Light Truck Goodyear Wrangler MT/R Kevlar LT265/75R16 123Q E WRL MT/R KEVLAR BSL LT265/75R16 Discontinued - Low Inventory 384.85$ 200.12$ -$ 750392326 Light Truck Goodyear Wrangler MT/R Kevlar LT275/65R18 113Q C WRL MT/R KEVLAR BSL LT275/65R18 Discontinued - Low Inventory 520.55$ 270.69$ -$ 179020436 Light Truck Goodyear Wrangler SR-A LT265/60R20 121/118S E WRL SR-A VSB TL LT265/60R20 Discontinued - Low Inventory 358.97$ 186.66$ -$ 179040436 Light Truck Goodyear Wrangler SR-A LT265/70R18 124/121S E WRL SR-A VSBTL LT265/70R18 Discontinued 402.63$ 209.37$ 0.19$ 183482418 Light Truck Goodyear Wrangler SR-A P225/70R15 100S S2 WRL SR-A OWL TL P225/70R15 Available 221.15$ 115.00$ -$ 183601418 Light Truck Goodyear Wrangler SR-A P255/70R16 109S S2 WRL SR-A OWL TL P255/70R16 Available 255.77$ 133.00$ -$ 183107418 Light Truck Goodyear Wrangler SR-A P255/75R17 113S S2 WRL SR-A OWL TL P255/75R17 Available 279.04$ 145.10$ -$ 183558436 Light Truck Goodyear Wrangler SR-A P265/60R18 109T S2 WRL SR-A VSB TL P265/60R18 Discontinued 236.04$ 122.74$ -$ 183106418 Light Truck Goodyear Wrangler SR-A P265/70R17 113R S2 WRL SR-A OWL TL P265/70R17 Available 232.26$ 120.78$ -$ 183106436 Light Truck Goodyear Wrangler SR-A P265/70R17 113R S2 WRL SR-A VSB TL P265/70R17 Available 227.43$ 118.26$ -$ 183102217 Light Truck Goodyear Wrangler SR-A P275/55R20 111S SL WRL SR-A BSL TL P275/55R20 Discontinued - Low Inventory 294.00$ 152.88$ -$ 183934436 Light Truck Goodyear Wrangler SR-A P275/60R20 114S S2 WRL SR-A VSB TL P275/60R20 Available 257.69$ 134.00$ -$ 183934492 Light Truck Goodyear Wrangler SR-A P275/60R20 114S SL WRL SR-A OWL TL P275/60R20 Available 257.69$ 134.00$ -$ 183934470 Light Truck Goodyear Wrangler SR-A P275/60R20 114S SL WRL SR-A SL VSB TL P275/60R20 Available 257.69$ 134.00$ -$ 773017415 Light Truck Goodyear Wrangler ST P225/75R16 S2 104S WRL ST VSB TL P225/75R16 Available 159.68$ 83.03$ -$ 741126681 Light Truck Goodyear Wrangler Trailrunner A/T 235/75R15 105S SL WRL TRAILRUNR AT BSL 235/75R15 Available 145.16$ 75.48$ -$ 741178681 Light Truck Goodyear Wrangler Trailrunner A/T 275/60R20 115S SL WRL TRAILRUNR AT BSL 275/60R20 Available 280.65$ 145.94$ -$ 741066680 Light Truck Goodyear Wrangler Trailrunner A/T 275/65R18 116T SL WRL TRAILRUNNER A/T 275/65R18 Discontinued - Low Inventory 313.09$ 162.81$ -$ 742303681 Light Truck Goodyear Wrangler Trailrunner A/T LT275/65R20 126S E WRL TRAILRUNR AT BSL LT275/65R20 Discontinued 392.31$ 204.00$ 2.36$ 748108571 Light Truck Goodyear Wrl AT Adv Kevlar LT275/70R18 125S E WRL AT ADVENTURE OWL LT275/70R18 Discontinued 375.01$ 195.01$ 1.32$ 179196622 Light Truck Goodyear Wrl Fort HT C-Type 195/75R16C 107R D WRL FORTITUDE HT TL 195/75R16C Discontinued 237.10$ 123.29$ -$ 179194622 Light Truck Goodyear Wrl Fort HT C-Type 225/75R16C 121R E WRL FORTITUDE HT TL 225/75R16C Discontinued 341.50$ 177.58$ -$ 179195622 Light Truck Goodyear Wrl Fort HT C-Type 235/65R16C 121R E WRL FORTITUDE HT TL 235/65R16C Discontinued 324.15$ 168.56$ -$ 157561834 Light Truck Goodyear Wrl Fortitude HT 225/65R17 102H SL WRL FORTITUDE HT 225/65R17 Available 196.15$ 102.00$ -$ 157144620 Light Truck Goodyear Wrl Fortitude HT 225/75R16 104T SL WRL FORTITUDE HT OWLTL 225/75R16 Discontinued 243.92$ 126.84$ -$ 157996622 Light Truck Goodyear Wrl Fortitude HT 235/65R17 104T SL WRL FORTITUDE HT BSLTL 235/65R17 Discontinued 244.89$ 127.34$ -$ 157043622 Light Truck Goodyear Wrl Fortitude HT 235/70R16 106T SL WRL FORTITUDE HT BSLTL 235/70R16 Discontinued 239.60$ 124.59$ -$ 157142622 Light Truck Goodyear Wrl Fortitude HT 235/75R15 105T SL WRL FORTITUDE HT BSLTL 235/75R15 Discontinued 208.32$ 108.33$ -$ 157145622 Light Truck Goodyear Wrl Fortitude HT 235/75R16 112T XL WRL FORTITUDE HT BSLTL 235/75R16 Discontinued 322.69$ 167.80$ -$ 157089622 Light Truck Goodyear Wrl Fortitude HT 235/75R17 109T SL WRL FORTITUDE HT BSLTL 235/75R17 Discontinued 277.32$ 144.21$ -$ 157001622 Light Truck Goodyear Wrl Fortitude HT 245/60R18 105T SL WRL FORTITUDE HT BSLTL 245/60R18 Discontinued 298.20$ 155.06$ -$ 157592622 Light Truck Goodyear Wrl Fortitude HT 245/65R17 107T SL WRL FORTITUDE HT BSLTL 245/65R17 Discontinued 258.92$ 134.64$ -$ 157762620 Light Truck Goodyear Wrl Fortitude HT 245/70R16 107T SL WRL FORTITUDE HT OWLTL 245/70R16 Discontinued 258.75$ 134.55$ -$ 157172620 Light Truck Goodyear Wrl Fortitude HT 245/70R17 110T SL WRL FORTITUDE HT OWLTL 245/70R17 Discontinued 298.14$ 155.03$ -$ 157059620 Light Truck Goodyear Wrl Fortitude HT 245/75R16 111T SL WRL FORTITUDE HT OWLTL 245/75R16 Discontinued 251.91$ 130.99$ -$ 157069622 Light Truck Goodyear Wrl Fortitude HT 255/65R17 110T SL WRL FORTITUDE HT BSLTL 255/65R17 Available 235.49$ 122.45$ -$ 157088622 Light Truck Goodyear Wrl Fortitude HT 255/65R18 111T SL WRL FORTITUDE HT BSLTL 255/65R18 Discontinued - Low Inventory 306.65$ 159.46$ -$ 157067620 Light Truck Goodyear Wrl Fortitude HT 255/70R17 112T SL WRL FORTITUDE HT OWLTL 255/70R17 Discontinued 285.14$ 148.27$ -$ 157076622 Light Truck Goodyear Wrl Fortitude HT 265/60R18 110T SL WRL FORTITUDE HT BSLTL 265/60R18 Available 257.69$ 134.00$ -$ 157061620 Light Truck Goodyear Wrl Fortitude HT 265/65R17 112T SL WRL FORTITUDE HT OWLTL 265/65R17 Discontinued 322.58$ 167.74$ -$ 157068622 Light Truck Goodyear Wrl Fortitude HT 265/65R18 114T SL WRL FORTITUDE HT BSLTL 265/65R18 Discontinued - Low Inventory 247.65$ 128.78$ -$ 157045622 Light Truck Goodyear Wrl Fortitude HT 265/70R16 112T SL WRL FORTITUDE HT BSLTL 265/70R16 Available 272.16$ 141.52$ -$ 157042622 Light Truck Goodyear Wrl Fortitude HT 265/70R17 115T SL WRL FORTITUDE HT BSWTL 265/70R17 Discontinued 259.38$ 134.88$ -$ 157042620 Light Truck Goodyear Wrl Fortitude HT 265/70R17 115T SL WRL FORTITUDE HT OWLTL 265/70R17 Available 259.68$ 135.03$ -$ 157070620 Light Truck Goodyear Wrl Fortitude HT 265/70R18 116T SL WRL FORTITUDE HT OWLTL 265/70R18 Discontinued 328.67$ 170.91$ -$ 157081620 Light Truck Goodyear Wrl Fortitude HT 275/65R18 116T SL WRL FORTITUDE HT OWLTL 275/65R18 Discontinued - Low Inventory 282.21$ 146.75$ -$ 157066708 Light Truck Goodyear Wrl Fortitude HT 275/65R18 116T SL WRL FORTITUDE HT VSBTL 275/65R18 Available 273.08$ 142.00$ -$ 179233622 Light Truck Goodyear Wrl Fortitude HT LT215/85R16 115R E WRL FORTITUDE HT TL LT215/85R16 Discontinued 289.92$ 150.76$ -$ 179748622 Light Truck Goodyear Wrl Fortitude HT LT225/75R16 115R E WRL FORTITUDE HT TL LT225/75R16 Discontinued 287.96$ 149.74$ -$ 179235622 Light Truck Goodyear Wrl Fortitude HT LT235/80R17 120R E WRL FORTITUDE HT TL LT235/80R17 Discontinued 301.59$ 156.83$ -$ 179469622 Light Truck Goodyear Wrl Fortitude HT LT245/70R17 119R E WRL FORTITUDE HT TL LT245/70R17 Discontinued 341.09$ 177.37$ -$ 179747622 Light Truck Goodyear Wrl Fortitude HT LT245/75R16 120R E WRL FORTITUDE HT TL LT245/75R16 Discontinued 316.88$ 164.78$ -$ 179236622 Light Truck Goodyear Wrl Fortitude HT LT245/75R17 121R E WRL FORTITUDE HT TL LT245/75R17 Discontinued 335.28$ 174.35$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.10 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 179097622 Light Truck Goodyear Wrl Fortitude HT LT265/60R20 121R E WRL FORTITUDE HT TL LT265/60R20 Discontinued 390.89$ 203.26$ -$ 179535620 Light Truck Goodyear Wrl Fortitude HT LT265/70R17 121R E WRL FORTITUDE HT TL LT265/70R17 Discontinued - Low Inventory 348.80$ 181.38$ -$ 179214622 Light Truck Goodyear Wrl Fortitude HT LT265/70R18 124R E WRL FORTITUDE HT TL LT265/70R18 Discontinued 360.18$ 187.29$ 0.19$ 179092622 Light Truck Goodyear Wrl Fortitude HT LT275/65R18 123R E WRL FORTITUDE HT TL LT275/65R18 Discontinued - Low Inventory 373.58$ 194.26$ -$ 179139622 Light Truck Goodyear Wrl Fortitude HT LT275/70R18 125R E WRL FORTITUDE HT TL LT275/70R18 Discontinued 366.10$ 190.37$ 1.32$ 179237622 Light Truck Goodyear Wrl Fortitude HT LT285/70R17 121R E WRL FORTITUDE HT TL LT285/70R17 Discontinued - Low Inventory 356.96$ 185.62$ -$ 727271332 Light Truck Goodyear Wrl HP All Weather 235/55R19 105V XL WRL HP ALL WEATHER JLR 235/55R19 Discontinued 492.49$ 256.09$ -$ 269561969 Light Truck Goodyear Wrl Steadfast HT 225/65R17 102H WRANGLER STEADFAST HT 225/65R17 Available 242.08$ 125.88$ -$ 269027969 Light Truck Goodyear Wrl Steadfast HT 255/65R17 110T SL WRANGLER STEADFAST HT 255/65R17 Available 287.73$ 149.62$ -$ 269031969 Light Truck Goodyear Wrl Steadfast HT 245/60R20 107H SL WRANGLER STEADFAST HT 245/60R20 Available 326.44$ 169.75$ -$ 269026969 Light Truck Goodyear Wrl Steadfast HT 275/50R22 115H XL WRANGLER STEADFAST HT 275/50R22 Available 398.70$ 207.32$ -$ 269005969 Light Truck Goodyear Wrl Steadfast HT 265/70R17 115T WRANGLER STEADFAST HT 265/70R17 Available 271.39$ 141.12$ -$ 269001969 Light Truck Goodyear Wrl Steadfast HT 275/55R20 113H WRANGLER STEADFAST HT 275/55R20 Available 317.26$ 164.98$ -$ 269023969 Light Truck Goodyear Wrl Steadfast HT 245/60R18 105H WRANGLER STEADFAST HT 245/60R18 Available 312.16$ 162.32$ -$ 269007969 Light Truck Goodyear Wrl Steadfast HT 265/60R18 110H WRANGLER STEADFAST HT 265/60R18 Available 322.35$ 167.62$ -$ 269018969 Light Truck Goodyear Wrl Steadfast HT 235/60R18 107H XL WRANGLER STEADFAST HT 235/60R18 Available 307.06$ 159.67$ -$ 269009969 Light Truck Goodyear Wrl Steadfast HT 265/65R18 114T WRANGLER STEADFAST HT 265/65R18 Available 296.88$ 154.38$ -$ 269012969 Light Truck Goodyear Wrl Steadfast HT 235/65R18 106H WRANGLER STEADFAST HT 235/65R18 Available 295.60$ 153.71$ -$ 269006969 Light Truck Goodyear Wrl Steadfast HT 275/65R18 116T WRANGLER STEADFAST HT 275/65R18 Available 332.55$ 172.93$ -$ 269011969 Light Truck Goodyear Wrl Steadfast HT 265/50R20 107H WRANGLER STEADFAST HT 265/50R20 Available 328.73$ 170.94$ -$ 269004969 Light Truck Goodyear Wrl Steadfast HT 225/60R17 99H WRANGLER STEADFAST HT 225/60R17 Available 259.93$ 135.16$ -$ 269019969 Light Truck Goodyear Wrl Steadfast HT 275/60R20 115H WRANGLER STEADFAST HT 275/60R20 Available 330.00$ 171.60$ -$ 269017969 Light Truck Goodyear Wrl Steadfast HT 265/70R16 112T WRANGLER STEADFAST HT 265/70R16 Available 277.76$ 144.44$ -$ 269016969 Light Truck Goodyear Wrl Steadfast HT 245/70R17 110T WRANGLER STEADFAST HT 245/70R17 Available 277.76$ 144.44$ -$ 269013969 Light Truck Goodyear Wrl Steadfast HT 285/45R22 114H XL WRANGLER STEADFAST HT 285/45R22 Available 380.96$ 198.10$ -$ 269010969 Light Truck Goodyear Wrl Steadfast HT 245/55R19 103T WRANGLER STEADFAST HT 245/55R19 Available 304.51$ 158.35$ -$ 269022969 Light Truck Goodyear Wrl Steadfast HT 265/65R17 112T WRANGLER STEADFAST HT 265/65R17 Available 318.54$ 165.64$ -$ 269024969 Light Truck Goodyear Wrl Steadfast HT 235/55R20 102V WRANGLER STEADFAST HT 235/55R20 Available 303.24$ 157.68$ -$ 269015969 Light Truck Goodyear Wrl Steadfast HT 255/50R20 109H XL WRANGLER STEADFAST HT 255/50R20 Available 331.28$ 172.27$ -$ 269025969 Light Truck Goodyear Wrl Steadfast HT 255/55R20 107V WRANGLER STEADFAST HT 255/55R20 Available 323.63$ 168.29$ -$ 269020969 Light Truck Goodyear Wrl Steadfast HT 235/55R19 101V WRANGLER STEADFAST HT 235/55R19 Available 310.89$ 161.66$ -$ 269030969 Light Truck Goodyear Wrl Steadfast HT 235/50R19 99H WRANGLER STEADFAST HT 235/50R19 Available 309.61$ 161.00$ -$ 269033969 Light Truck Goodyear Wrl Steadfast HT 265/45R20 108V XL WRANGLER STEADFAST HT 265/45R20 Available 385.79$ 200.61$ -$ 734006640 Light Truck Goodyear Wrl Territory AT 265/65R18 114T SL WRL TERRITORY AT BSL 265/65R18 Available 286.33$ 148.89$ -$ 734087640 Light Truck Goodyear Wrl Territory AT 275/60R20 115S SL WRL TERRITORY AT BSL 275/60R20 Available 297.88$ 154.90$ -$ 734006586 Light Truck Goodyear Wrl Territory AT 265/65R18 114T SL WRL TERRITORY AT OWL 265/65R18 Available 292.84$ 152.28$ -$ 734088640 Light Truck Goodyear Wrl Territory AT 225/55R17 101H XL WRL TERRITORY AT BSL 225/55R17 Available 325.51$ 169.27$ -$ 734090640 Light Truck Goodyear Wrl Territory AT 235/55R17 103H XL WRL TERRITORY AT BSL 235/55R17 Available 333.08$ 173.20$ -$ 733259838 Light Truck Goodyear Wrl Territory AT LT325/65R18 D WRANGLER TERRITORY AT BSL LT325/65R18 Available 411.38$ 213.92$ -$ 734070640 Light Truck Goodyear Wrl Territory AT 265/70R16 112T SL WRL TERRITORY AT BSL 265/70R16 Available 221.81$ 115.34$ -$ 734004640 Light Truck Goodyear Wrl Territory AT 265/60R18 110H SL WRL TERRITORY AT BSL 265/60R18 Available 274.84$ 142.92$ -$ 734001640 Light Truck Goodyear Wrl Territory AT 275/65R18 116T SL WRL TERRITORY AT BSL 275/65R18 Available 288.46$ 150.00$ -$ 733287838 Light Truck Goodyear Wrl Territory AT LT305/55R22 E 122S WRL TERRITORY AT BSL LT305/55R22 Available 562.09$ 292.29$ -$ 733295838 Light Truck Goodyear Wrl Territory AT LT265/60R22 E 123T WRL TERRITORY AT BSL LT265/60R22 Available 529.59$ 275.39$ -$ 734002640 Light Truck Goodyear Wrl Territory AT (P)255/70R17 112T SL WRL TERRITORY AT BSL 255/70R17 Available 237.21$ 123.35$ -$ 734003640 Light Truck Goodyear Wrl Territory AT (P)255/65R18 111T SL WRL TERRITORY AT BSL 255/65R18 Available 268.39$ 139.56$ -$ 687070885 Light Truck Goodyear Wrl Territory AT/S 265/70R18 116T WRANGLER TERRITORY AT/S 265/70R18 Available 270.73$ 140.78$ -$ 687067885 Light Truck Goodyear Wrl Territory AT/S (P)255/70R17 112T WRL TERRITORY AT/S OWL 255/70R17 Available 264.51$ 137.55$ -$ 687088885 Light Truck Goodyear Wrl Territory AT/S (P)255/65R18 111T WRL TERRITORY AT/S OWL 255/65R18 Available 270.96$ 140.90$ -$ 827010815 Light Truck Goodyear Wrl Territory HT 275/60R20 115T SL WRL TERRITORY HT VSB 275/60R20 Discontinued 314.74$ 163.66$ -$ 844077001 Light Truck Goodyear Wrl Territory HT LT245/75R17 E 121/118R WRL TERRITORY HT LT245/75R17 Available 322.58$ 167.74$ -$ 827017973 Light Truck Goodyear Wrl Territory HT (P)255/65R17 110T SL WRL TERRITORY HT BSL 255/65R17 Available 235.49$ 122.45$ -$ 827018815 Light Truck Goodyear Wrl Territory HT (P)275/60R20 115H SL WRL TERRITORY HT VSB 275/60R20 Available 285.68$ 148.55$ -$ 827037815 Light Truck Goodyear Wrl Territory HT (P)275/60R20 116T XL WRL TERRITORY HT VSB 275/60R20 Available 295.49$ 153.65$ -$ 796272833 Light Truck Goodyear Wrl Territory MT LT275/70R18 C WRANGLER TERRITORY MT LT275/70R18 Available 322.89$ 167.90$ -$ 796289833 Light Truck Goodyear Wrl Territory MT LT305/70R18 E 126R WRL TERRITORY MT BSL LT305/70R18 Available 438.65$ 228.10$ 2.36$ 796265833 Light Truck Goodyear Wrl Territory MT LT265/60R20 C WRANGLER TERRITORY MT LT265/60R20 Available 374.69$ 194.84$ -$ 796285833 Light Truck Goodyear Wrl Territory MT LT285/70R17 C 116S WRANGLER TERRITORY MT LT285/70R17 Available 411.28$ 213.87$ -$ 796270833 Light Truck Goodyear Wrl Territory MT LT315/70R17 C WRANGLER TERRITORY MT LT315/70R17 Available 419.45$ 218.11$ -$ 796291984 Light Truck Goodyear Wrl Territory MT LT285/70R17 C 116Q WRL TERRITORY MT BLT LT285/70R17 Available 411.28$ 213.87$ -$ 796392833 Light Truck Goodyear Wrl Territory MT LT275/65R18 C 113Q WRL TERRITORY MT BSL LT275/65R18 Available 382.23$ 198.76$ -$ 796327833 Light Truck Goodyear Wrl Territory MT LT315/70R17 C 113S WRL TERRITORY MT BSL LT315/70R17 Available 493.69$ 256.72$ -$ 723286933 Light Truck Goodyear Wrl Territory RT LT325/65R18 121Q WRANGLER TERRITORY RT LT325/65R18 Available 382.49$ 198.89$ -$ 710003933 Light Truck Goodyear Wrl Territory RT (P)265/70R18 116T SL WRANGLER TERRITORY RT 265/70R18 Available 285.90$ 148.67$ -$ 742299681 Light Truck Goodyear Wrl TrailRunner AT LT275/65R20 126S E WRL TRAILRUNNER AT LT275/65R20 Available 492.49$ 256.09$ 2.36$ 131195995 Light Truck Goodyear Wrl WH HT C-Type 235/65R16C E 121/119R WRL WH HT C-TYPE 235/65R16C Available 267.41$ 139.05$ -$ 131194995 Light Truck Goodyear Wrl WH HT C-Type 225/75R16C E 121/120R WRL WH HT C-TYPE 225/75R16C Available 288.46$ 150.00$ -$ 131196995 Light Truck Goodyear Wrl WH HT C-Type 195/75R16C D 107/105R WRL WH HT C-TYPE 195/75R16C Available 230.77$ 120.00$ -$ 480757856 Light Truck Goodyear Wrl Workhorse AT 225/65R17 102T SL WRL WORKHORSE AT OWL 225/65R17 Available 258.79$ 134.57$ -$ 480129856 Light Truck Goodyear Wrl Workhorse AT 225/75R16 104S SL WRL WORKHORSE AT OWL 225/75R16 Available 205.77$ 107.00$ -$ 480250855 Light Truck Goodyear Wrl Workhorse AT 235/60R18 103T XL WRL WORKHORSE AT BSL 235/60R18 Available 277.34$ 144.22$ -$ 481195855 Light Truck Goodyear Wrl Workhorse AT 235/65R16C E 121R WRL WORKHORSE AT BSL 235/65R16 Available 267.55$ 139.13$ -$ 480996855 Light Truck Goodyear Wrl Workhorse AT 235/65R17 104T SL WRL WORKHORSE AT BSL 235/65R17 Available 226.92$ 118.00$ -$ 480043856 Light Truck Goodyear Wrl Workhorse AT 235/70R16 106T SL WRL WORKHORSE AT OWL 235/70R16 Available 231.04$ 120.14$ -$ 480078855 Light Truck Goodyear Wrl Workhorse AT 235/70R17 109T XL WRL WORKHORSE AT BSL 235/70R17 Available 273.08$ 142.00$ -$ 480001855 Light Truck Goodyear Wrl Workhorse AT 245/60R18 105T SL WRL WORKHORSE AT BSL 245/60R18 Available 289.13$ 150.35$ -$ 480592855 Light Truck Goodyear Wrl Workhorse AT 245/65R17 107T SL WRL WORKHORSE AT BSL 245/65R17 Available 283.99$ 147.67$ -$ 480762856 Light Truck Goodyear Wrl Workhorse AT 245/70R16 107T SL WRL WORKHORSE AT OWL 245/70R16 Available 250.29$ 130.15$ -$ 480060855 Light Truck Goodyear Wrl Workhorse AT 245/70R17 110T SL WRL WORKHORSE AT BSL 245/70R17 Available 287.19$ 149.34$ -$ 480128856 Light Truck Goodyear Wrl Workhorse AT 245/75R16 111S SL WRL WORKHORSE AT OWL 245/75R16 Available 247.43$ 128.66$ -$ 480127856 Light Truck Goodyear Wrl Workhorse AT 255/70R16 111S SL WRL WORKHORSE AT OWL 255/70R16 Available 264.74$ 137.66$ -$ 480067856 Light Truck Goodyear Wrl Workhorse AT 255/70R17 112T SL WRL WORKHORSE AT OWL 255/70R17 Available 293.43$ 152.58$ -$ 480074856 Light Truck Goodyear Wrl Workhorse AT 255/70R18 113T SL WRL WORKHORSE AT OWL 255/70R18 Available 292.31$ 152.00$ -$ 480076856 Light Truck Goodyear Wrl Workhorse AT 265/60R18 110T SL WRL WORKHORSE AT OWL 265/60R18 Available 314.78$ 163.69$ -$ 480061856 Light Truck Goodyear Wrl Workhorse AT 265/65R17 112T SL WRL WORKHORSE AT OWL 265/65R17 Available 293.61$ 152.68$ -$ 480068856 Light Truck Goodyear Wrl Workhorse AT 265/65R18 114T SL WRL WORKHORSE AT OWL 265/65R18 Available 329.93$ 171.56$ -$ 480045856 Light Truck Goodyear Wrl Workhorse AT 265/70R16 112T SL WRL WORKHORSE AT OWL 265/70R16 Available 268.54$ 139.64$ -$ 480042856 Light Truck Goodyear Wrl Workhorse AT 265/70R17 115T SL WRL WORKHORSE AT OWL 265/70R17 Available 282.85$ 147.08$ -$ 480070856 Light Truck Goodyear Wrl Workhorse AT 265/70R18 116T SL WRL WORKHORSE AT OWL 265/70R18 Available 288.46$ 150.00$ -$ 480057856 Light Truck Goodyear Wrl Workhorse AT 265/75R16 116T SL WRL WORKHORSE AT OWL 265/75R16 Available 263.15$ 136.84$ -$ 480065855 Light Truck Goodyear Wrl Workhorse AT 275/55R20 113T SL WRL WORKHORSE AT BSL 275/55R20 Available 338.69$ 176.12$ -$ 480066856 Light Truck Goodyear Wrl Workhorse AT 275/65R18 116T SL WRANGLER WORKHORSE AT 275/65R18 Available 288.46$ 150.00$ -$ 480176855 Light Truck Goodyear Wrl Workhorse AT 285/45R22 114H XL WRL WORKHORSE AT BSL 285/45R22 Available 336.54$ 175.00$ -$ 481233855 Light Truck Goodyear Wrl Workhorse AT LT215/85R16 E 115R WRL WORKHORSE AT BSL LT215/85R16 Available 281.29$ 146.27$ -$ 481267855 Light Truck Goodyear Wrl Workhorse AT LT225/65R17 D 107S WRL WORKHORSE AT BSL LT225/65R17 Available 269.05$ 139.91$ -$ 481748855 Light Truck Goodyear Wrl Workhorse AT LT225/75R16 E 115R WRL WORKHORSE AT BSL LT225/75R16 Available 270.15$ 140.48$ -$ 481235855 Light Truck Goodyear Wrl Workhorse AT LT235/80R17 E 120R WRL WORKHORSE AT BSL LT235/80R17 Available 303.85$ 158.00$ -$ 481745855 Light Truck Goodyear Wrl Workhorse AT LT235/85R16 E 120R WRL WORKHORSE AT BSL LT235/85R16 Available 280.77$ 146.00$ -$ 481120855 Light Truck Goodyear Wrl Workhorse AT LT245/70R17 E 119S WRL WORKHORSE AT BSL LT245/70R17 Available 294.23$ 153.00$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.11 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 481103855 Light Truck Goodyear Wrl Workhorse AT LT245/75R16 E 120R WRL WORKHORSE AT BSL LT245/75R16 Available 269.23$ 140.00$ -$ 481104855 Light Truck Goodyear Wrl Workhorse AT LT245/75R17 E 121S WRL WORKHORSE AT BSL LT245/75R17 Available 305.77$ 159.00$ -$ 481097855 Light Truck Goodyear Wrl Workhorse AT LT265/60R20 E 121R WRL WORKHORSE AT BSL LT265/60R20 Available 369.23$ 192.00$ -$ 481535855 Light Truck Goodyear Wrl Workhorse AT LT265/70R17 E 121R WRL WORKHORSE AT BSL LT265/70R17 Available 327.99$ 170.55$ -$ 481014856 Light Truck Goodyear Wrl Workhorse AT LT265/70R18 E 124S WRL WORKHORSE AT OWL LT265/70R18 Available 349.61$ 181.80$ 0.19$ 481746856 Light Truck Goodyear Wrl Workhorse AT LT265/75R16 E 123R WRL WORKHORSE AT OWL LT265/75R16 Available 282.79$ 147.05$ -$ 481965856 Light Truck Goodyear Wrl Workhorse AT LT275/65R18 E 123S WRL WORKHORSE AT OWL LT275/65R18 Available 359.15$ 186.76$ -$ 481139856 Light Truck Goodyear Wrl Workhorse AT LT275/70R18 E 125R WRL WORKHORSE AT OWL LT275/70R18 Available 369.23$ 192.00$ 1.32$ 481096856 Light Truck Goodyear Wrl Workhorse AT LT285/70R17 E 121R WRL WORKHORSE AT OWL LT285/70R17 Available 334.62$ 174.00$ -$ 481585856 Light Truck Goodyear Wrl Workhorse AT LT285/75R16 E 126R WRL WORKHORSE AT OWL LT285/75R16 Available 333.71$ 173.53$ 2.36$ 131092875 Light Truck Goodyear Wrl Workhorse HT LT275/65R18 123R E WRL WORKHORSE HT BSL LT275/65R18 Available 355.56$ 184.89$ -$ 116082632 Light Truck Goodyear Wrl Workhorse HT 235/75R17 109T SL WRL WORKHORSE HT BSL 235/75R17 Available 256.66$ 133.46$ -$ 116083632 Light Truck Goodyear Wrl Workhorse HT 235/65R17 104T SL WRL WORKHORSE HT BSL 235/65R17 Available 205.77$ 107.00$ -$ 131636875 Light Truck Goodyear Wrl Workhorse HT LT245/75R17 121R E WRL WORKHORSE HT BSL LT245/75R17 Available 290.38$ 151.00$ -$ 116075652 Light Truck Goodyear Wrl Workhorse HT 265/70R18 116T SL WRL WORKHORSE HT OWL 265/70R18 Available 259.62$ 135.00$ -$ 116007651 Light Truck Goodyear Wrl Workhorse HT 265/70R17 115T SL WRL WORKHORSE HT VSB 265/70R17 Available 259.41$ 134.89$ -$ 131748875 Light Truck Goodyear Wrl Workhorse HT LT225/75R16 115R E WRL WORKHORSE HT BSL LT225/75R16 Available 250.10$ 130.05$ -$ 116010652 Light Truck Goodyear Wrl Workhorse HT 265/70R17 115T SL WRL WORKHORSE HT OWL 265/70R17 Discontinued 267.15$ 138.92$ -$ 116002652 Light Truck Goodyear Wrl Workhorse HT 255/70R17 112T SL WRL WORKHORSE HT OWL 255/70R17 Available 263.46$ 137.00$ -$ 131099944 Light Truck Goodyear Wrl Workhorse HT LT265/70R18 124R E WRL WORKHORSE HT BSL LT265/70R18 Available 326.92$ 170.00$ 0.19$ 116086632 Light Truck Goodyear Wrl Workhorse HT 235/70R16 106T SL WRL WORKHORSE HT BSL 235/70R16 Available 215.06$ 111.83$ -$ 116085652 Light Truck Goodyear Wrl Workhorse HT 245/70R16 107T SL WRL WORKHORSE HT OWL 245/70R16 Available 207.69$ 108.00$ -$ 116080652 Light Truck Goodyear Wrl Workhorse HT 245/70R17 110T SL WRL WORKHORSE HT OWL 245/70R17 Available 221.15$ 115.00$ -$ 116008651 Light Truck Goodyear Wrl Workhorse HT 275/55R20 113T SL WRL WORKHORSE HT VSB 275/55R20 Available 240.38$ 125.00$ -$ 131090944 Light Truck Goodyear Wrl Workhorse HT LT275/65R20 126R E WRL WORKHORSE HT BSL LT275/65R20 Available 357.69$ 186.00$ 2.36$ 116084652 Light Truck Goodyear Wrl Workhorse HT 245/75R16 111T SL WRL WORKHORSE HT OWL 245/75R16 Available 213.30$ 110.92$ -$ 131745944 Light Truck Goodyear Wrl Workhorse HT LT235/85R16 120R E WRL WORKHORSE HT BSL LT235/85R16 Available 228.85$ 119.00$ -$ 116074632 Light Truck Goodyear Wrl Workhorse HT 285/45R22 114H XL WRL WORKHORSE HT BSL 285/45R22 Available 355.84$ 185.04$ -$ 116079652 Light Truck Goodyear Wrl Workhorse HT 265/65R17 112T SL WRL WORKHORSE HT OWL 265/65R17 Available 230.77$ 120.00$ -$ 131096944 Light Truck Goodyear Wrl Workhorse HT LT285/70R17 121R E WRL WORKHORSE HT BSL LT285/70R17 Available 303.85$ 158.00$ -$ 131015944 Light Truck Goodyear Wrl Workhorse HT LT285/60R20 125R E WRL WORKHORSE HT BSL LT285/60R20 Available 390.38$ 203.00$ 1.32$ 116009652 Light Truck Goodyear Wrl Workhorse HT 275/65R18 116T SL WRL WORKHORSE HT OWL 275/65R18 Available 273.08$ 142.00$ -$ 131517875 Light Truck Goodyear Wrl Workhorse HT LT215/85R16 115R E WRL WORKHORSE HT BSL LT215/85R16 Available 215.38$ 112.00$ -$ 131746954 Light Truck Goodyear Wrl Workhorse HT LT265/75R16 123R E WRL WORKHORSE HT OWL LT265/75R16 Available 257.69$ 134.00$ -$ 131469875 Light Truck Goodyear Wrl Workhorse HT LT245/70R17 119R E WRL WORKHORSE HT BSL LT245/70R17 Available 265.38$ 138.00$ -$ 131635875 Light Truck Goodyear Wrl Workhorse HT LT235/80R17 120R E WRL WORKHORSE HT BSL LT235/80R17 Available 271.15$ 141.00$ -$ 116081632 Light Truck Goodyear Wrl Workhorse HT 245/65R17 107T SL WRL WORKHORSE HT BSL 245/65R17 Available 209.62$ 109.00$ -$ 116078632 Light Truck Goodyear Wrl Workhorse HT 245/60R18 105T SL WRL WORKHORSE HT BSL 245/60R18 Available 221.15$ 115.00$ -$ 131747875 Light Truck Goodyear Wrl Workhorse HT LT245/75R16 120R E WRL WORKHORSE HT BSL LT245/75R16 Available 232.69$ 121.00$ -$ 131646875 Light Truck Goodyear Wrl Workhorse HT LT275/70R18 125R E WRL WORKHORSE HT BSL LT275/70R18 Available 326.92$ 170.00$ 1.32$ 116072652 Light Truck Goodyear Wrl Workhorse HT 265/75R16 116T SL WRL WORKHORSE HT OWL 265/75R16 Available 243.30$ 126.52$ -$ 116003632 Light Truck Goodyear Wrl Workhorse HT 255/65R18 111T SL WRL WORKHORSE HT BSL 255/65R18 Available 242.31$ 126.00$ -$ 131535875 Light Truck Goodyear Wrl Workhorse HT LT265/70R17 121R E WRL WORKHORSE HT BSL LT265/70R17 Available 317.31$ 165.00$ -$ 131020944 Light Truck Goodyear Wrl Workhorse HT LT265/60R20 121S E WRL WORKHORSE HT BSL LT265/60R20 Available 388.89$ 202.22$ -$ 116006632 Light Truck Goodyear Wrl Workhorse HT (P)265/65R18 114T SL WRL WORKHORSE HT BSL 265/65R18 Available 258.86$ 134.61$ -$ 139005674 Commercial LT Goodyear Endurance RSA 225/70R19.5 G ENDURANCE RSA TL 225/70R19.5 Available 903.11$ 361.24$ 4.44$ 139004674 Commercial LT Goodyear Endurance RSA 245/70R19.5 H ENDURANCE RSA TL 245/70R19.5 Available 981.96$ 392.79$ 13.61$ 139866674 Commercial LT Goodyear Endurance RSA LT215/85R16 E 115/112Q ENDURANCE RSA TL LT215/85R16 Available 795.73$ 318.29$ -$ 139862674 Commercial LT Goodyear Endurance RSA LT225/75R16 E 115/112Q ENDURANCE RSA TL LT225/75R16 Available 791.67$ 316.67$ -$ 139715674 Commercial LT Goodyear Endurance RSA LT245/75R16 E 120/116Q ENDURANCE RSA TL LT245/75R16 Available 828.90$ 331.56$ -$ 139866672 Commercial LT Goodyear Endurance RSD LT215/85R16 E 115/112Q ENDURANCE RSD LT215/85R16 Available 755.78$ 302.31$ -$ 139862672 Commercial LT Goodyear Endurance RSD LT225/75R16 E 115/112Q ENDURANCE RSD LT225/75R16 Available 771.66$ 308.66$ -$ 139715672 Commercial LT Goodyear Endurance RSD LT245/75R16 E 120/116Q ENDURANCE RSD LT245/75R16 Available 819.39$ 327.76$ -$ 139755860 Commercial LT Goodyear Fuel Max RSA ULT 225/70R195 G FUEL MAX RSA TL 225/70R19.5 Available 959.55$ 383.82$ 4.44$ 139002860 Commercial LT Goodyear Fuel Max RSA ULT 245/70R19.5 H FUEL MAX RSA TL 245/70R19.5 Available 1,043.35$ 417.34$ 13.61$ 139172808 Commercial LT Goodyear Fuel Max RTD ULT 225/70R195 FUELMAX RTD 1R-G 8J6173 225/70R19.5 Available 977.89$ 391.16$ 4.44$ 139002808 Commercial LT Goodyear Fuel Max RTD ULT 245/70R19.5 FUEL MAX RTD TL 8J4085 245/70R19.5 Available 1,053.50$ 421.40$ 13.61$ 139699107 Commercial LT Goodyear G171 8R195 F G171 TL 8R19.5 Discontinued 769.42$ 307.77$ 0.19$ 139229099 Commercial LT Goodyear G614 RST LT235/85R16G G614 RST TL LT235/85R16 Available 836.10$ 334.44$ 2.36$ 139755205 Commercial LT Goodyear G622 RSD 225/70R195 128/126N G G622 RSD TL 225/70R19.5 Available 783.29$ 313.32$ 4.44$ 139913205 Commercial LT Goodyear G622 RSD 245/70R195 G G622 RSD TL 245/70R19.5 Available 843.86$ 337.54$ 9.83$ 139065028 Commercial LT Goodyear G633 RSD 8R195 F G633 RSD TL 8R19.5 Discontinued 753.13$ 301.25$ 0.19$ 139172053 Commercial LT Goodyear G647 RSS 225/70R195 G G647 RSS TL 225/70R19.5 Available 771.00$ 308.40$ 4.44$ 139177080 Commercial LT Goodyear G647 RSS 245/70R195 133/131L G G647 RSS TL 245/70R19.5 Available 810.76$ 324.30$ 9.83$ 139699080 Commercial LT Goodyear G647 RSS 8R19.5 F G647 RSS TL 8R19.5 Available 759.20$ 303.68$ 0.19$ 139418050 Commercial LT Goodyear G670 RV 225/70R195 F G670RV TL 225/70R19.5 Discontinued - Low Inventory 927.76$ 371.10$ 1.32$ 139177050 Commercial LT Goodyear G670 RV ULT 245/70R195 G G670 RV ULT TL FORD G2 ENH 245/70R19.5 Discontinued 1,197.11$ 478.84$ 9.83$ 139081307 Commercial LT Goodyear G971 LT215/85R16 E G971 TL LT215/85R16 Discontinued 711.07$ 284.43$ -$ 139080307 Commercial LT Goodyear G971 LT235/85R16 E G971 TL LT235/85R16 Available 748.48$ 299.39$ -$ 139823740 Commercial LT Goodyear KMAX 245/70R17.5 J KMAX T ULT INMETRO TL 245/70R17.5 Available 923.29$ 369.32$ 23.63$ 139010740 Commercial LT Goodyear KMAX T ULT 285/70R19.5 KMAX T ULT MTO 285/70R19.5 Available 879.05$ 351.62$ 36.76$ 139824679 Commercial LT Goodyear Regional RHS 235/75R17.5 H 132/130L REGIONAL RHS TL 235/75R17.5 Available 1,060.46$ 424.18$ 8.60$ 138798985 Medium Truck Goodyear Armor Max ESD 11R24.5 H 149/146L ARMOR MAX ESD 11R24.5 Available 1,691.71$ 676.68$ 34.59$ 138799985 Medium Truck Goodyear Armor Max ESD 11R22.5 H 146/143K ARMOR MAX ESD BSL TL 11R22.5 Available 1,500.19$ 600.08$ 29.39$ 756160897 Medium Truck Goodyear Armor Max MSA 425/65R225 L ARMOR MAX MSA TL 425/65R22.5 Available 2,010.34$ 804.14$ 37.33$ 756024897 Medium Truck Goodyear Armor Max MSA 275/70R22.5 148/145K J ARMOR MAX MSA 275/70R22.5 Available 1,476.75$ 590.70$ 32.51$ 756513897 Medium Truck Goodyear Armor Max MSA 385/65R22.5 158K ARMOR MAX MSA 385/65R22.5 Available 2,129.18$ 851.67$ 27.74$ 756515897 Medium Truck Goodyear Armor Max MSA 445/65R22.5 168K ARMOR MAX MSA 445/65R22.5 Available 2,506.03$ 1,002.41$ 41.58$ 138127897 Medium Truck Goodyear Armor Max MSA 12R22.5 150/147K H ARMOR MAX MSA 12R22.5 Available 1,995.41$ 798.16$ 36.76$ 138799897 Medium Truck Goodyear Armor Max MSA 11R22.5 146/143K H ARMOR MAX MSA 11.00R22.5 Available 1,720.15$ 688.06$ 29.39$ 756685897 Medium Truck Goodyear Armor Max MSA 255/70R22.5 140/137K H ARMOR MAX MSA 255/70R22.5 Available 1,532.95$ 613.18$ 18.99$ 756146887 Medium Truck Goodyear Armor Max MSA DS 315/80R22.5 157/154K L ARMOR MAX MSA DS 315/80R22.5 Available 2,442.59$ 977.04$ 52.83$ 138799887 Medium Truck Goodyear Armor Max MSA DS 11R22.5 149/146K H ARMOR MAX MSA DS 11.00R22.5 Available 1,874.97$ 749.99$ 29.39$ 138798887 Medium Truck Goodyear Armor Max MSA DS 11R24.5 149/146K H ARMOR MAX MSA DS 11.00R24.5 Available 1,964.34$ 785.74$ 34.59$ 756160887 Medium Truck Goodyear Armor Max MSA DuraSeal 425/65R225 L ARMOR MAX MSA DURASEAL TL 425/65R22.5 Available 2,378.12$ 951.25$ 37.33$ 138799652 Medium Truck Goodyear Armor Max Pro Grade MSD 11R225 H ARMOR MAX PRO GRADE MSD TL 11R22.5 Available 1,503.40$ 601.36$ 29.39$ 138798652 Medium Truck Goodyear Armor Max Pro Grade MSD 11R245 H ARMOR MAX PRO GRADE MSD TL 11R24.5 Available 1,626.79$ 650.72$ 34.59$ 138127652 Medium Truck Goodyear Armor Max Pro Grade MSD 12R225 H ARMOR MAX PRO GRADE MSD TL 12R22.5 Available 1,764.95$ 705.98$ 36.76$ 138799653 Medium Truck Goodyear Armor Max Pro MSD Dura 11R225 H ARMOR MAX PRO GRADE MSD DURAS 11R22.5 Available 1,662.30$ 664.92$ 29.39$ 138798653 Medium Truck Goodyear Armor Max Pro MSD Dura 11R245 H ARMOR MAX PRO GRADE MSD DURAS 11R24.5 Available 1,780.21$ 712.08$ 34.59$ 138802734 Medium Truck Goodyear Endurance LHD 11R225 G ENDURANCE LHD 11R22.5 Available 1,438.04$ 575.22$ 25.23$ 138179734 Medium Truck Goodyear Endurance LHD 11R225 H ENDURANCE LHD 11R22.5 Available 1,468.16$ 587.27$ 29.39$ 138810734 Medium Truck Goodyear Endurance LHD 11R245 G ENDURANCE LHD 11R24.5 Available 1,525.74$ 610.30$ 29.39$ 138813734 Medium Truck Goodyear Endurance LHD 11R245 H ENDURANCE LHD 11R24.5 Available 1,556.28$ 622.51$ 34.59$ 756816734 Medium Truck Goodyear Endurance LHD 285/75R245 G ENDURANCE LHD 285/75R24.5 Available 1,495.24$ 598.09$ 25.23$ 756817734 Medium Truck Goodyear Endurance LHD 295/75R225 G ENDURANCE LHD 295/75R22.5 Available 1,410.62$ 564.25$ 25.23$ 138802753 Medium Truck Goodyear Endurance LHS 11R22.5 144/142L G ENDURANCE LHS 11R22.5 Discontinued 1,368.50$ 547.40$ 25.23$ 138161753 Medium Truck Goodyear Endurance LHS 11R22.5 146/143L H ENDURANCE LHS 11R22.5 Available 1,395.90$ 558.36$ 29.39$ 138801753 Medium Truck Goodyear Endurance LHS 11R24.5 146/143L G ENDURANCE LHS 11R24.5 Available 1,450.64$ 580.26$ 29.39$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.12 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 138813753 Medium Truck Goodyear Endurance LHS 11R24.5 149/146L H ENDURANCE LHS 11R24.5 Available 1,479.62$ 591.85$ 34.59$ 756604753 Medium Truck Goodyear Endurance LHS 285/75R245 144/141L G ENDURANCE LHS 285/75R24.5 Discontinued 1,421.60$ 568.64$ 25.23$ 756405753 Medium Truck Goodyear Endurance LHS 285/75R245 147/144L H ENDURANCE LHS 285/75R24.5 Available 1,450.04$ 580.02$ 31.00$ 756603753 Medium Truck Goodyear Endurance LHS 295/75R225 144/141L G ENDURANCE LHS 295/75R22.5 Available 1,341.17$ 536.47$ 25.23$ 756220753 Medium Truck Goodyear Endurance LHS 295/75R225 149/146L H ENDURANCE LHS 295/75R22.5 Available 1,367.96$ 547.18$ 34.59$ 138792674 Medium Truck Goodyear Endurance RSA 10R225 G ENDURANCE RSA TL 10R22.5 Available 1,238.85$ 495.54$ 20.51$ 138802674 Medium Truck Goodyear Endurance RSA 11R225 G ENDURANCE RSA TL 11R22.5 Discontinued 1,317.93$ 527.17$ 25.23$ 138179674 Medium Truck Goodyear Endurance RSA 11R225 H ENDURANCE RSA TL 11R22.5 Available 1,344.28$ 537.71$ 29.39$ 138801674 Medium Truck Goodyear Endurance RSA 11R245 G ENDURANCE RSA TL 11R24.5 Discontinued - Low Inventory 1,317.94$ 527.18$ 29.39$ 138813674 Medium Truck Goodyear Endurance RSA 11R245 H ENDURANCE RSA TL 11R24.5 Available 1,424.93$ 569.97$ 34.59$ 138783674 Medium Truck Goodyear Endurance RSA 12R225 H ENDURANCE RSA TL 12R22.5 Available 1,470.59$ 588.24$ 36.76$ 139009674 Medium Truck Goodyear Endurance RSA 235/75R17.5 H ENDURANCE RSA 235/75R17.5 Available 754.56$ 301.82$ 8.60$ 139008674 Medium Truck Goodyear Endurance RSA 215/75R17.5 G ENDURANCE RSA 215/75R17.5 Available 693.96$ 277.58$ 4.44$ 756168674 Medium Truck Goodyear Endurance RSA 245/75R22.5 G ENDURANCE RSA TL 245/75R22.5 Available 1,061.38$ 424.55$ 11.06$ 756067674 Medium Truck Goodyear ENDURANCE RSA 255/70R22.5 H ENDURANCE RSA TL 255/70R22.5 Available 1,159.77$ 463.91$ 18.99$ 756125674 Medium Truck Goodyear ENDURANCE RSA 265/75R22.5 G ENDURANCE RSA TL 265/75R22.5 Discontinued 1,163.68$ 465.47$ 16.07$ 756158674 Medium Truck Goodyear Endurance RSA 275/70R22.5 J ENDURANCE RSA TL 275/70R22.5 Available 1,212.46$ 484.98$ 32.51$ 756817674 Medium Truck Goodyear ENDURANCE RSA 295/75R225 G ENDURANCE RSA TL 295/75R22.5 Available 1,291.57$ 516.63$ 25.23$ 138002853 Medium Truck Goodyear Endurance RST 11R22.5 H ENDURANCE RST 11R22.5 Available 1,211.12$ 484.45$ 29.39$ 138813853 Medium Truck Goodyear Endurance RST 11R24.5 H ENDURANCE RST 11R24.5 Available 1,283.80$ 513.52$ 34.59$ 756011853 Medium Truck Goodyear Endurance RST 285/75R24.5 H ENDURANCE RST 285/75R24.5 Discontinued 1,291.44$ 516.58$ 31.00$ 756015853 Medium Truck Goodyear Endurance RST 295/75R225 H 146/143L ENDURANCE RST 295/75R22.5 Available 1,187.40$ 474.96$ 29.39$ 158796643 Medium Truck Goodyear Endurance TSD 305/70R225 L ENDURANCE TSD TL 305/70R22.5 Available 1,619.68$ 647.87$ 40.92$ 756805748 Medium Truck Goodyear Endurance TSD 315/80R225 L 157/154L ENDURANCE TSD(RPL)315/80R22.5 Discontinued 1,818.96$ 727.58$ 52.83$ 158805643 Medium Truck Goodyear Endurance TSD 315/80R225 L ENDURANCE TSD TL 315/80R22.5 Available 1,690.18$ 676.07$ 52.83$ 756141651 Medium Truck Goodyear ENDURANCE WHA 315/80R225 L ENDURANCE WHA TL 315/80R22.5 Available 1,488.22$ 595.29$ 63.32$ 756141650 Medium Truck Goodyear ENDURANCE WHA DURA 315/80R225 L ENDURANCE WHA DURASEAL TL 315/80R22.5 Available 1,598.46$ 639.38$ 63.32$ 756010762 Medium Truck Goodyear FUEL MAX 385/65R22.5 L 164K FUEL MAX T TL 385/65R22.5 Available 2,321.42$ 928.57$ 35.44$ 756001762 Medium Truck Goodyear FUEL MAX 435/50R19.5 L 160J FUEL MAX TL 435/50R19.5 Available 1,615.33$ 646.13$ 60.67$ 756817675 Medium Truck Goodyear Fuel Max 1AD 295/75R22.5 144/141L G FUELMAX 1AD 295/75R22.5 Available 1,311.78$ 524.71$ 25.23$ 138802884 Medium Truck Goodyear Fuel Max LHD2 11R22.5 144/142L G FUEL MAX LHDDX 11R22.5 Discontinued 1,476.51$ 590.60$ 25.23$ 756603884 Medium Truck Goodyear Fuel Max LHD2 295/75R22.5 G FUELMAX LHD2 21J603-01 295/75R22.5 Available 1,533.44$ 613.38$ 25.23$ 756817645 Medium Truck Goodyear FUEL MAX LHT 295/75R225 G FUEL MAX LHT 295/75R22.5 Available 1,135.97$ 454.39$ 25.23$ 138003808 Medium Truck Goodyear Fuel Max RTD 11R22.5 FUELMAX RTD 1R-G TL 11R22.5 Available 1,399.04$ 559.62$ 25.23$ 138004808 Medium Truck Goodyear Fuel Max RTD 11R22.5 FUELMAX RTD 1R-H FORD G2 ENH 11R22.5 Available 1,427.01$ 570.81$ 29.39$ 756006808 Medium Truck Goodyear Fuel Max RTD 255/70R22.5 FUELMAX RTD 1R-H TL 255/70R22.5 Available 1,217.18$ 486.87$ 18.99$ 756817808 Medium Truck Goodyear Fuel Max RTD 295/75R22.5 FUELMAX RTD 1R-G TL 9J4002 295/75R22.5*Available 1,371.08$ 548.43$ 25.23$ 756303851 Medium Truck Goodyear Fuel Max S RHS Gen-2 385/55R225 L FUELMAX S GEN-2 TL 385/55R22.5 Discontinued 1,547.70$ 619.08$ 60.67$ 756013871 Medium Truck Goodyear Fuel Max S RHS Gen-2 295/60R225 150/147K FUELMAX S GEN-2 295/60R225 Available 1,081.76$ 432.70$ 36.76$ 756432773 Medium Truck Goodyear FUEL MAX SSD 445/50R225 161L L FUEL MAX SSD TL 445/50R22.5 Discontinued 2,765.43$ 1,106.17$ 31.66$ 756434697 Medium Truck Goodyear FUEL MAX SST 445/50R225 161L FUEL MAX SST TL 445/50R22.5 Discontinued 2,339.03$ 935.61$ 31.66$ 138802647 Medium Truck Goodyear FuelMax RSA 11R22.5 144/141L G FUELMAX RSA 11R22.5 Available 1,326.81$ 530.73$ 25.23$ 138179647 Medium Truck Goodyear FuelMax RSA 11R22.5 146/143L H FUELMAX RSA 11R22.5 Available 1,353.32$ 541.33$ 29.39$ 138801647 Medium Truck Goodyear FuelMax RSA 11R24.5 146/143L G FUELMAX RSA 11R24.5 Discontinued 1,378.30$ 551.32$ 29.39$ 138813647 Medium Truck Goodyear FuelMax RSA 11R24.5 149/146L H FUELMAX RSA 11R24.5 Available 1,406.44$ 562.58$ 34.59$ 756817647 Medium Truck Goodyear FUELMAX RSA 295/75R225 144/141L G FUELMAX RSA 295/75R22.5 Discontinued 1,313.54$ 525.42$ 25.23$ 756809647 Medium Truck Goodyear FuelMax RSA 295/75R225 149/146L H FUELMAX RSA 295/75R22.5 Available 1,339.80$ 535.92$ 34.59$ 756017696 Medium Truck Goodyear FUELMAX S 295/80R22.5 J FUELMAX S 295/80R22.5 Available 1,877.68$ 751.07$ 45.08$ 135349002 Medium Truck Goodyear G114 10R175 H G114 STTL 10R17.5 Discontinued 911.48$ 364.59$ 11.06$ 135576003 Medium Truck Goodyear G114 1000R15TR J G114 STTT 1000R15TR Available 1,002.63$ 401.05$ 32.51$ 756246567 Medium Truck Goodyear G114 LP 215/75R175 H G114 LP STTL 215/75R17.5 Available 666.93$ 266.77$ 12.29$ 756921903 Medium Truck Goodyear G159 265/70R195 G G159 TL 265/70R19.5 Discontinued 1,010.16$ 404.06$ 17.48$ 138382231 Medium Truck Goodyear G177 1100R20 H G177 TT 11.00R20 Available 1,773.34$ 709.34$ 36.76$ 138391231 Medium Truck Goodyear G177 1200R24 J G177 TT 12.00R24 Available 2,113.63$ 845.45$ 55.47$ 138869230 Medium Truck Goodyear G177 12R245 H G177 TL 12R24.5 Discontinued 1,804.83$ 721.93$ 40.92$ 138026335 Medium Truck Goodyear G177 OTR 1200R24 158/155D J G177 OTR TT 12.00R24 Discontinued 2,336.22$ 934.49$ -$ 138802111 Medium Truck Goodyear G182 RSD 11R225 G G182 RSD TL 11R22.5 Available 1,372.14$ 548.86$ 25.23$ 138803185 Medium Truck Goodyear G182 RSD 11R225 H G182 RSD TL 11R22.5 Available 1,399.56$ 559.82$ 29.39$ 138801185 Medium Truck Goodyear G182 RSD 11R245 G G182 RSD TL 11R24.5 Discontinued 1,454.44$ 581.77$ 29.39$ 138941185 Medium Truck Goodyear G182 RSD 11R245 H G182 RSD TL 11R24.5 Available 1,483.55$ 593.42$ 34.59$ 138302669 Medium Truck Goodyear G182 RSD 12R225 150/147 H G182 RSD TL 12R22.5 Discontinued 1,577.98$ 631.19$ 36.76$ 756817111 Medium Truck Goodyear G182 RSD 295/75R225 G G182 RSD TL 295/75R22.5 Available 1,344.69$ 537.88$ 25.23$ 138057363 Medium Truck Goodyear G272 MSA 12.00R20 154 J G272 MSA TL 12.00R20 Available 1,801.28$ 720.51$ 45.08$ 756426288 Medium Truck Goodyear G275 MSA 335/65R225 G G275 MSA TL 335/65R22.5 Available 2,431.83$ 972.73$ 31.00$ 756122288 Medium Truck Goodyear G275 MSA 335/80R20 145M F G275 MSA TL 1J8041 335/80R20 Net Price 2,538.24$ 652.05$ 27.31$ 756033288 Medium Truck Goodyear G275 MSA 365/80R20 154K G G275 MSA TL 365/80R20 Net Price 2,310.38$ 747.31$ 45.08$ 756123288 Medium Truck Goodyear G275 MSA 365/70R225 152M G G275 MSA TL 365/70R22.5 Available 2,836.74$ 1,134.70$ 40.92$ 756513422 Medium Truck Goodyear G278 MSD 385/65R225 158K J G278 MSD TL 385/65R22.5 Available 2,277.38$ 910.95$ 27.74$ 756514422 Medium Truck Goodyear G278 MSD 425/65R225 165K L G278 MSD TL 425/65R22.5 Available 2,530.41$ 1,012.16$ 37.33$ 756515422 Medium Truck Goodyear G278 MSD 445/65R225 168K L G278 MSD TL 445/65R22.5 Available 2,758.14$ 1,103.26$ 41.58$ 138307668 Medium Truck Goodyear G282 MSD 11R225 146/143 H G282 MSD TL 11R22.5 Available 1,425.40$ 570.16$ 29.39$ 138308668 Medium Truck Goodyear G282 MSD 11R245 149/146 H G282 MSD TL 11R24.5 Available 1,510.95$ 604.38$ 34.59$ 138302668 Medium Truck Goodyear G282 MSD 12R225 150/147 H G282 MSD TL 12R22.5 Available 1,639.21$ 655.68$ 36.76$ 138382667 Medium Truck Goodyear G287 MSA 1100R20 H G287 MSA TT 11.00R20 Available 1,624.30$ 649.72$ 36.76$ 138655715 Medium Truck Goodyear G288 1200R24 J G288 TT 12.00R24 Available 1,890.13$ 756.05$ 55.47$ 756780665 Medium Truck Goodyear G288 MSA 255/70R225 H G288 MSA TL 255/70R22.5 Discontinued - Low Inventory 1,242.81$ 497.12$ 18.99$ 756135665 Medium Truck Goodyear G288 MSA 275/70R22.5 H G288 MSA TL 275/70R22.5 Discontinued 1,476.75$ 590.70$ 32.51$ 756141613 Medium Truck Goodyear G289 WHA 315/80R225 L G289 WHA TL 315/80R22.5 Discontinued 1,308.64$ 523.46$ 63.32$ 756141614 Medium Truck Goodyear G289 WHA DURASEAL 315/80R225 L G289 WHA DURASEAL TL 315/80R22.5 Available 1,451.07$ 580.43$ 63.32$ 756254420 Medium Truck Goodyear G291 LP 315/80R225 J G291 LP TL 315/80R22.5 Discontinued 1,388.40$ 555.36$ 45.08$ 756256420 Medium Truck Goodyear G291 LP 315/80R225 L G291 LP TL 315/80R22.5 Available 1,388.40$ 555.36$ 52.83$ 756314365 Medium Truck Goodyear G296 MSA 445/65R225 L G296 MSA TL 445/65R22.5 Discontinued - Low Inventory 2,364.18$ 945.67$ 41.58$ 756160367 Medium Truck Goodyear G296 WHA 425/65R225 L G296 WHA TL 425/65R22.5 Available 2,271.25$ 908.50$ 37.33$ 756160369 Medium Truck Goodyear G296 WHA Duraseal 425/65R225 L G296 WHA DURASEAL TL 425/65R22.5 Available 2,432.04$ 972.82$ 37.33$ 756817364 Medium Truck Goodyear G316 LHT Duraseal F MAX 295/75R225 G G316 LHT FUEL MAX DURASEAL 295/75R22.5 Available 1,233.26$ 493.30$ 25.23$ 756067263 Medium Truck Goodyear G316 LHT FUEL MAX 255/70R225 H G316 LHT FUEL MAX 255/70R22.5 Available 1,118.70$ 447.48$ 18.99$ 756158263 Medium Truck Goodyear G316 LHT FUEL MAX 275/70R225 J G316 LHT FUEL MAX 275/70R22.5 Available 1,188.46$ 475.38$ 32.51$ 756604263 Medium Truck Goodyear G316 LHT FUEL MAX 285/75R245 G G316 LHT FUEL MAX TL 285/75R24.5 Available 1,180.18$ 472.07$ 25.23$ 756817263 Medium Truck Goodyear G316 LHT FUEL MAX 295/75R225 G G316 LHT FUEL MAX TL 295/75R22.5 Available 1,113.40$ 445.36$ 25.23$ 138953263 Medium Truck Goodyear G316 LHT FUELMAX 11R225 G G316 LHT FUEL MAX TL 11R22.5 Available 1,136.12$ 454.45$ 25.23$ 138802364 Medium Truck Goodyear G316 LHT FUELMAX DURA 11R225 G G316 LHT FUEL MAX DURASEAL 11R22.5 Available 1,258.41$ 503.36$ 25.23$ 138389562 Medium Truck Goodyear G386 1200R20 J G386 UNISTEEL MSS TT 12.00R20 Available 1,187.63$ 475.05$ 45.08$ 138953619 Medium Truck Goodyear G572 1AD FUELMAX 11R225 G G572 1AD FUEL MAX TL 11R22.5 Available 1,259.11$ 503.64$ 25.23$ 756817619 Medium Truck Goodyear G572 1AD FuelMax 295/75R22.5 G G572 1AD FUEL MAX TL 295/75R22.5 Discontinued 1,311.78$ 524.71$ 25.23$ 756634584 Medium Truck Goodyear G572A LHD FuelMax 255/70R225 H G572A LHD FUELMAX TL 255/70R22.5 Discontinued 1,487.76$ 595.11$ 18.99$ 138948265 Medium Truck Goodyear G622 RSD 10R225 G G622 RSD TL 10R22.5 Available 1,215.95$ 486.38$ 20.51$ 138953265 Medium Truck Goodyear G622 RSD 11R225 G G622 RSD TL 11R22.5 Available 1,284.27$ 513.71$ 25.23$ 138307265 Medium Truck Goodyear G622 RSD 11R225 H G622 RSD TL 11R22.5 Available 1,309.92$ 523.97$ 29.39$ 138801265 Medium Truck Goodyear G622 RSD 11R245 G G622 RSD TL 11R24.5 Available 1,361.31$ 544.52$ 29.39$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.13 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 138302265 Medium Truck Goodyear G622 RSD 12R225 H G622 RSD TL 12R22.5 Available 1,524.68$ 609.87$ 36.76$ 756319265 Medium Truck Goodyear G622 RSD 245/75R22.5 G G622 RSD TL 245/75R22.5 Discontinued 1,091.62$ 436.65$ 11.06$ 756203265 Medium Truck Goodyear G622 RSD 255/70R22.5 H G622 RSD TL 255/70R22.5 Discontinued 1,117.32$ 446.93$ 18.99$ 756527265 Medium Truck Goodyear G622 RSD 265/75R22.5 G G622 RSD TL 265/75R22.5 Discontinued 1,271.15$ 508.46$ 16.07$ 756938265 Medium Truck Goodyear G622 RSD 295/75R22.5 G G622 RSD TL 295/75R22.5 Available 1,258.58$ 503.43$ 25.23$ 138001337 Medium Truck Goodyear G661 HSA 9R225 133/131L F G661 HSA TL 9R22.5 Available 972.43$ 388.97$ 9.83$ 756306050 Medium Truck Goodyear G670 RV 245/75R225 G G670 RV TL 245/75R22.5 Available 1,530.26$ 612.10$ 11.06$ 756780050 Medium Truck Goodyear G670 RV 255/70R225 H G670 RV TL 255/70R22.5 Available 1,491.65$ 596.66$ 18.99$ 756305050 Medium Truck Goodyear G670 RV 265/75R225 G G670 RV TL 265/75R22.5 Available 1,589.44$ 635.78$ 16.07$ 756919050 Medium Truck Goodyear G670 RV 275/70R225 H G670 RV TL 275/70R22.5 Available 1,615.77$ 646.31$ 32.51$ 756967050 Medium Truck Goodyear G670 RV 275/80R225 H G670 RV TL 275/80R22.5 Available 1,786.21$ 714.48$ 34.59$ 756060050 Medium Truck Goodyear G670 RV 295/80R225 H G670 RV TL 295/80R22.5 Available 1,710.50$ 684.20$ 40.92$ 756141050 Medium Truck Goodyear G670 RV 315/80R225 L G670 RV TL 315/80R22.5 Available 2,267.28$ 906.91$ 52.83$ 138798578 Medium Truck Goodyear G731 MSA 11R245 H G731 MSA TL 11R24.5 Discontinued 1,477.23$ 590.89$ 34.59$ 138799528 Medium Truck Goodyear G741 MSD 11R225 146/143K H G741 MSD TL 11R22.5 Discontinued 1,500.19$ 600.08$ 29.39$ 138798528 Medium Truck Goodyear G741 MSD 11R245 149/146K H G741 MSD TL 11R24.5 Discontinued 1,994.94$ 797.98$ 34.59$ 138799576 Medium Truck Goodyear G751 MSA 11R225 H G751 MSA TL 11R22.5 Available 1,478.25$ 591.30$ 29.39$ 138798576 Medium Truck Goodyear G751 MSA 11R245 H G751 MSA TL 11R24.5 Available 1,566.97$ 626.79$ 34.59$ 138127576 Medium Truck Goodyear G751 MSA 12R225 H G751 MSA TL 12R22.5 Available 1,714.80$ 685.92$ 36.76$ 138869576 Medium Truck Goodyear G751 MSA 12R245 H G751 MSA TL 12R24.5 Available 1,744.34$ 697.73$ 40.92$ 756146576 Medium Truck Goodyear G751 MSA 315/80R225 L G751 MSA TL 315/80R22.5 Available 1,921.75$ 768.70$ 52.83$ 138799577 Medium Truck Goodyear G751 MSA DURASEAL 11R225 H G751 MSA DURASEAL TL 11R22.5 Available 1,611.31$ 644.52$ 29.39$ 158042569 Medium Truck Goodyear INTCTY CRSR B315/80R225 J INTCTY CRSR TL 315/80R22.5 Available 1,489.34$ 595.74$ 45.08$ 756912750 Medium Truck Goodyear KMAX 215/75R17.5 128M KMAX S TL 215/75R17.5 Available 937.54$ 375.02$ 4.44$ 756680641 Medium Truck Goodyear KMAX 235/75R17.5 143J RH KMAX T BLT TL 235/75R17.5 Available 838.53$ 335.41$ 23.63$ 756702818 Medium Truck Goodyear KMAX 265/70R19.5 H 140/138M KMAX D 265/70R19.5 Discontinued 1,332.62$ 533.05$ 18.99$ 756661750 Medium Truck Goodyear KMAX 285/70R19.5 146M KMAX S TL 285/70R19.5 Available 1,429.69$ 571.87$ 29.39$ 756617750 Medium Truck Goodyear KMAX 295/60R22.5 150K KMAX S TL 295/60R22.5 Discontinued - Low Inventory 1,189.94$ 475.98$ 36.76$ 756008796 Medium Truck Goodyear KMAX D Repl 295/80R225 152/148L KMAX D TRACTION 295/80R22.5 Available 1,381.99$ 552.80$ 40.92$ 756016750 Medium Truck Goodyear KMax S 375/45R22.5 156L KMAX S TL 375/45R22.5 Available 2,100.98$ 840.39$ 50.27$ 756017750 Medium Truck Goodyear KMAX S G2 295/80R22.5 154/152M J KMAX S GEN-2 TL 295/80R22.5 Available 1,376.27$ 550.51$ 45.08$ 138802687 Medium Truck Goodyear MARATHON LHD 11R225 G MARATHON LHD GY BSL TL 11R22.5 Available 965.48$ 386.19$ 25.23$ 138801687 Medium Truck Goodyear MARATHON LHD 11R245 G MARATHON LHD GY BSL TL 11R24.5 Available 1,003.32$ 401.33$ 29.39$ 138813687 Medium Truck Goodyear MARATHON LHD 11R245 H MARATHON LHD GY BSL TL 11R24.5 Discontinued 1,023.39$ 409.36$ 34.59$ 756604687 Medium Truck Goodyear Marathon LHD 285/75R24.5 G MARATHON LHD GY BSL TL 285/75R24.5 Available 1,002.94$ 401.18$ 25.23$ 756817687 Medium Truck Goodyear MARATHON LHD 295/75R225 G MARATHON LHD GY BSL TL 295/75R22.5 Available 946.17$ 378.47$ 25.23$ 138802089 Medium Truck Goodyear Marathon LHS 11R225 G MARATHON LHS TL 11R22.5 Discontinued 927.96$ 371.18$ 25.23$ 138179089 Medium Truck Goodyear Marathon LHS 11R225 H MARATHON LHS TL 11R22.5 Available 946.53$ 378.61$ 29.39$ 138801089 Medium Truck Goodyear Marathon LHS 11R245 G MARATHON LHS TL 11R24.5 Discontinued 983.63$ 393.45$ 29.39$ 138813089 Medium Truck Goodyear Marathon LHS 11R245 H MARATHON LHS TL 11R24.5 Available 1,003.30$ 401.32$ 34.59$ 756816089 Medium Truck Goodyear MARATHON LHS 285/75R245 G MARATHON LHS TL 285/75R24.5 Available 963.93$ 385.57$ 25.23$ 756817089 Medium Truck Goodyear MARATHON LHS 295/75R225 G MARATHON LHS TL 295/75R22.5 Discontinued 909.39$ 363.76$ 25.23$ 756809089 Medium Truck Goodyear MARATHON LHS 295/75R225 H MARATHON LHS TL 295/75R22.5 Available 927.56$ 371.02$ 34.59$ 158668531 Medium Truck Goodyear Marathon LHS II+315/80R22.5 L MARATHON LHS II+ HL 315/80R22.5 Available 1,560.86$ 624.34$ 55.47$ 138802692 Medium Truck Goodyear MARATHON LHT 11R22.5 144/142L G MARATHON LHT 11R22.5 Available 798.04$ 319.22$ 25.23$ 138801692 Medium Truck Goodyear MARATHON LHT 11R24.5 146/143L G MARATHON LHT 11R24.5 Available 845.90$ 338.36$ 29.39$ 756603692 Medium Truck Goodyear Marathon LHT 295/75R225 144/141L G MARATHON LHT 295/75R22.5 Available 782.06$ 312.82$ 25.23$ 759441413 Medium Truck Goodyear Marathon LHT SS 385/65R225 160K/158L L MARATHON LHT GH 385/65R22.5 Available 2,136.61$ 854.64$ 30.33$ 138792737 Medium Truck Goodyear MARATHON RSA 10R225 G MARATHON RSA TL 10R22.5 Available 932.54$ 373.02$ 20.51$ 138179737 Medium Truck Goodyear MARATHON RSA 11R225 H MARATHON RSA TL 11R22.5 Available 992.04$ 396.82$ 29.39$ 138813737 Medium Truck Goodyear MARATHON RSA 11R245 H MARATHON RSA TL 11R24.5 Available 1,051.57$ 420.63$ 34.59$ 138783737 Medium Truck Goodyear MARATHON RSA 12R225 H MARATHON RSA 12R22.5 Available 1,140.86$ 456.34$ 36.76$ 756067737 Medium Truck Goodyear MARATHON RSA 255/70R225 H MARATHON RSA TL 255/70R22.5 Available 903.68$ 361.47$ 18.99$ 756604737 Medium Truck Goodyear MARATHON RSA 285/75R24.5 G MARATHON RSA TL 285/75R24.5 Discontinued 1,025.46$ 410.18$ 25.23$ 756603737 Medium Truck Goodyear MARATHON RSA 295/75R22.5 G MARATHON RSA TL 295/75R22.5 Available 972.19$ 388.88$ 25.23$ 138803738 Medium Truck Goodyear MARATHON RSD 11R225 H MARATHON RSD TL 11R22.5 Available 1,042.93$ 417.17$ 29.39$ 138813738 Medium Truck Goodyear MARATHON RSD 11R245 H MARATHON RSD TL 11R24.5 Available 1,105.49$ 442.20$ 34.59$ 756604738 Medium Truck Goodyear MARATHON RSD 285/75R24.5 G MARATHON RSD TL 285/75R24.5 Discontinued 1,083.37$ 433.35$ 25.23$ 756603738 Medium Truck Goodyear MARATHON RSD 295/75R22.5 G MARATHON RSD TL 295/75R22.5 Available 1,022.08$ 408.83$ 25.23$ 138179739 Medium Truck Goodyear MARATHON RSS 11R225 H MARATHON RSS TL 11R22.5 Available 941.49$ 376.60$ 29.39$ 138813739 Medium Truck Goodyear MARATHON RSS 11R245 H MARATHON RSS TL 11R24.5 Available 997.96$ 399.18$ 34.59$ 756067739 Medium Truck Goodyear MARATHON RSS 255/70R22.5 H 140/137M MARATHON RSS TL 255/70R22.5 Available 875.56$ 350.22$ 18.99$ 756604739 Medium Truck Goodyear MARATHON RSS 285/75R24.5 G 144/141L MARATHON RSS TL 285/75R24.5 Discontinued 978.02$ 391.21$ 25.23$ 756603739 Medium Truck Goodyear MARATHON RSS 295/75R22.5 G MARATHON RSS TL 295/75R22.5 Available 922.63$ 369.05$ 25.23$ 138803824 Medium Truck Goodyear MARATHON RTD 11R225 H MARATHON RTD TL 11R22.5 Available 1,146.46$ 458.58$ 29.39$ 756809824 Medium Truck Goodyear MARATHON RTD 295/75R22.5 H MARATHON RTD TL 295/75R22.5 Available 1,146.46$ 458.58$ 34.59$ 158713627 Medium Truck Goodyear Metro Miler B275/70R225 J MM G652 TL 275/70R22.5 Available 1,257.53$ 503.01$ 32.51$ 158706158 Medium Truck Goodyear Metro Miler B305/70R225 H MM G152 TL 305/70R22.5 Available 1,489.34$ 595.74$ 36.76$ 158170627 Medium Truck Goodyear Metro Miler B305/70R225 L MM G652 TL 305/70R22.5 Available 1,650.46$ 660.18$ 40.92$ 158282158 Medium Truck Goodyear Metro Miler B305/75R245 H MM G152 TL 305/75R24.5 Discontinued 1,596.74$ 638.69$ 45.08$ 158877627 Medium Truck Goodyear Metro Miler B305/85R225 J MM G652 TL 305/85R22.5 Available 1,811.58$ 724.63$ 40.92$ 158777627 Medium Truck Goodyear Metro Miler B315/80R225 L MM G652 TL 315/80R22.5 Available 1,722.07$ 688.83$ 52.83$ 756005234 Medium Truck Goodyear Offroad ORD 325/95R24 162/160G L OFFROAD ORD TL 325/95R24 Available 2,483.87$ 993.55$ 66.15$ 756019938 Medium Truck Goodyear Omnitrac D HD 315/80R225 K OMNITRAC D HD 315/80R22.5 Discontinued 2,832.81$ 1,133.13$ 50.27$ 138745337 Medium Truck Goodyear Omnitrac MSD II 12.00R24 L OMNITRAC MSD II PLUS TT 12.00R24 Available 1,891.64$ 756.66$ 60.67$ 756703938 Medium Truck Goodyear Omnitrac MSD II 325/95R24 162/160K OMNITRAC D HD 325/95R24 Available 2,299.88$ 919.95$ 66.15$ 756019566 Medium Truck Goodyear Omnitrac MSD II 315/80R225 K OMNITRAC MSD II 315/80R22.5 Available 2,832.81$ 760.00$ 50.27$ 756618996 Medium Truck Goodyear Omnitrac MST II 445/65R225 L 169K OMNITRAC MST II 445/65R22.5 Available 2,119.62$ 847.85$ 43.94$ 756703939 Medium Truck Goodyear Omnitrac S HD 325/95R24 162/160K OMNITRAC S HD 325/95R24 Available 2,388.34$ 955.34$ 66.15$ 271122771 Medium Truck Dunlop SP381 255/70R225 H DUNLOP SP831 TL 255/70R22.5 Available 994.43$ 397.77$ 18.99$ 271131278 Medium Truck Dunlop SP881 11R24.5 H DUNLOP SP881 TL 11R24.5 Discontinued 1,614.43$ 645.77$ 34.59$ 158649771 Medium Truck Goodyear Ultra Grip Max S 385/55R22.5 L ULTRA GRIP MAX S TL 385/55R22.5 Available 1,638.68$ 655.47$ 60.67$ 756518937 Medium Truck Goodyear Ultra Grip Max S Rep 315/80R225 J ULTRA GRIP MAX S REP 315/80R22.5 Available 1,712.74$ 685.10$ 50.27$ 138007798 Medium Truck Goodyear Ultragrip RTD 11R22.5 143/146L G ULTRAGRIP RTD 11R22.5 Available 1,375.06$ 550.03$ 25.23$ 138006798 Medium Truck Goodyear Ultragrip RTD 11R22.5 143/146L H ULTRAGRIP RTD 11R22.5 Available 1,402.53$ 561.01$ 29.39$ 158007992 Medium Truck Goodyear Urban Max BSA EV 315/80R22.5 L 161/157K URBAN MAX BSA EV 315/80R22.5 Available 1,885.67$ 754.27$ 63.32$ 158006518 Medium Truck Goodyear Urban MCS 305/70R22.5 153/150J URBAN MCS * RP TL 305/70R22.5 Discontinued 1,738.80$ 695.52$ 43.00$ 158009518 Medium Truck Goodyear Urban MCS 305/70R22.5 L 153/150J URBAN MCS 305/70R22.5 Available 1,738.80$ 695.52$ 43.00$ 138799689 Medium Truck Goodyear Workhorse MSA 11R225 146/143K H WORKHORSE MSA TL 11R22.5 Available 933.71$ 373.48$ 29.39$ 138798689 Medium Truck Goodyear Workhorse MSA 11R245 149/146K H WORKHORSE MSA TL 11R24.5 Available 1,009.91$ 403.96$ 34.59$ 138127689 Medium Truck Goodyear Workhorse MSA 12R225 WORKHORSE MSA TL 12R22.5 Discontinued 1,083.12$ 433.25$ 36.76$ 756160689 Medium Truck Goodyear Workhorse MSA 425/65R22.5 165 L WORKHORSE MSA TL 425/65R22.5 Available 1,793.37$ 717.35$ 37.33$ 138869689 Medium Truck Goodyear WORKHORSE MSA 12R245 152/149K H WORKHORSE MSA TL 12R24.5 Discontinued 1,139.83$ 455.93$ 40.92$ 756141689 Medium Truck Goodyear Workhorse MSA 315/80R22.5 161/154K L WORKHORSE MSA TL 315/80R22.5 Available 1,209.32$ 483.73$ 63.32$ 756513689 Medium Truck Goodyear Workhorse MSA 385/65R22.5 158K WORKHORSE MSA TL 385/65R22.5 Available 1,685.84$ 674.34$ 27.74$ 138835691 Medium Truck Goodyear WORKHORSE MSD 11R22.5 146/143J H WORKHORSE MSD TL 11R22.5 Available 996.17$ 398.47$ 29.39$ 138847691 Medium Truck Goodyear WORKHORSE MSD 11R24.5 149/146J H WORKHORSE MSD TL 11R24.5 Available 1,066.63$ 426.65$ 34.59$ 123006023 OTR Bias Goodyear 14.00-20 (TGB)1400-20 20 ALL SERVICE N.D.C.C 14.00-20 Available 1,619.43$ 1,133.60$ -$ 123250776 OTR Bias Goodyear 14.00-24 (TGB)1400-24NHS 32 ELV3A INDUSTRIAL NY BSWTL 14.00-24NHS Available 2,347.43$ 1,643.20$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.14 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 152705961 OTR Bias Goodyear 14.00R20 (TGR)1400R20 J AT2A TL P1E5070 14.00R20 Net Price 3,644.57$ 1,683.99$ -$ 152126956 OTR Bias Goodyear 14.00R25 (TGR)14.00R25 3X EV-4R INDUSTRIAL TL BLT 14.00R25 Available 4,656.00$ 3,259.20$ -$ 152168310 OTR Bias Goodyear 14.00R25 (TGR)14.00R25NHS 3X RL4J E4 6S TL 14.00R25NHS Available 4,210.29$ 2,947.20$ -$ 152135038 OTR Bias Goodyear 14.00R25 (TGR)1400R25 3X EV-4S INDUSTRIAL A5 TL 14.00R25 Available 4,939.43$ 3,457.60$ -$ 125509106 OTR Bias Goodyear 16.00-25 (A21B)1600-25 32 HRL E3 4S TL 16.00-25 Available 7,124.57$ 4,987.20$ -$ 125509243 OTR Bias Goodyear 16.00-25 (A21B)1600-25 32 HRL4B E4 3S NYTL 16.00-25 Available 7,772.57$ 5,440.80$ -$ 155022987 OTR Bias Goodyear 16.00R20 (A21R)1600R20 M AT2A TL P0E5051 16.00R20 Net Price 4,251.43$ 2,025.87$ -$ 155022003 OTR Bias Goodyear 16.00R20 (A21R)1600R20 M AT3A TL P9E5066 16.00R20 Net Price 4,533.71$ 1,790.25$ -$ 153107957 OTR Bias Goodyear 18.00R25 (A21R)18.00R25 EV-3G INSDUSTRIAL 3X 207 A5 18.00R25 Available 7,529.14$ 5,270.40$ -$ 153028741 OTR Bias Goodyear 18.00R25 (A21R)1800R25 2X RL4J E4 4S TLDX 18.00R25 Available 6,249.99$ 4,374.99$ -$ 153028439 OTR Bias Goodyear 18.00R25 (A21R)1800R25 2X RL5K L5 6S TLDX D5751 18.00R25 Available 9,232.91$ 6,463.04$ -$ 153107491 OTR Bias Goodyear 18.00R25 (A21R)1800R25 3X EV4R INDUSTIRAL TL 18.00R25 Available 8,622.86$ 6,036.00$ -$ 153107390 OTR Bias Goodyear 18.00R25 (A21R)1800R25 3X EV-4S GEN II 207A5 IND4 18.00R25 Available 10,298.29$ 7,208.80$ -$ 153107693 OTR Bias Goodyear 18.00R25 (A21R)1800R25 3X EV-5S INDUSTIRAL TL 18.00R25 Available 9,877.71$ 6,914.40$ -$ 153107011 OTR Bias Goodyear 18.00R25 (A21R)1800R25 3X EV-4D A5 TL 18.00R25 Available 8,622.86$ 6,036.00$ -$ 136706343 OTR Bias Goodyear 20.5R25 (A21R)20.5R25 C1 GP4D 6S L-4/E-4 TL 20.5R25 Available 4,696.00$ 3,287.20$ -$ 155060686 OTR Bias Goodyear 20.5R25 (A21R)205R25 2X RT-5D HI-STABILITY TL 20.5R25 Available 6,396.57$ 4,477.60$ -$ 124578596 OTR Bias Goodyear 21.00-25 (A22B)2100-25 28 SRB 7A 4S NYTL 21.00-25 Available 5,870.86$ 4,109.60$ -$ 124593282 OTR Bias Goodyear 21.00-25 (A22B)2100-25 32 ELV 5A NYTL 21.00-25 Available 11,901.71$ 8,331.20$ -$ 125010191 OTR Bias Goodyear 21.00-25 (A22B)2100-25 40 ELV3C IND 4S TL 21.00-25 Available 8,257.14$ 5,780.00$ -$ 153054688 OTR Bias Goodyear 23.5R25 (A21R)235R25 3X RL-4K 24/24 6S TL 23.5R25 Available 8,257.14$ 5,780.00$ -$ 124640583 OTR Bias Goodyear 24-21 (A21B)24-21 14 SRB7A 2S NYTL 24-21 Available 3,724.57$ 2,607.20$ -$ 124916989 OTR Bias Goodyear 26.5-25 (A22B)265-25 26 GRL D/L-3A 4S NYTL 26.5-25 Available 6,153.14$ 4,307.20$ -$ 124866540 OTR Bias Goodyear 26.5-25 (A22B)265-25 32 SMODL5C 6S NYTLDX 26.5-25 Available 12,074.39$ 8,452.07$ -$ 136013673 OTR Bias Goodyear 26.5R25 (A22R)26.5R25 2X RT-3B HI-STAB 6S L-3/G-3 TL 26.5R25 Available 7,772.57$ 5,440.80$ -$ 136013365 OTR Bias Goodyear 26.5R25 (A22R)265R25 2X RL4K 209A2 TL 26.5R25 Available 10,849.14$ 7,594.40$ -$ 136012713 OTR Bias Goodyear 26.5R25 (A22R)265R25 3X RL5K HI-STAB 6S L-5 26.5R25 Available 13,538.29$ 9,476.80$ -$ 136013534 OTR Bias Goodyear 26.5R25 (A22R)265R25 GP-4D 2X L-4 6S TL 26.5R25 Available 8,786.29$ 6,150.40$ -$ 124926628 OTR Bias Goodyear 29.5-25 (A22B)295-25 28 GRL DL3A L3 4S TL 29.5-25 Available 7,489.14$ 5,242.40$ -$ 136098494 OTR Bias Goodyear 29.5R25 (A22R)295R25 2X RL-4K HI-STABILITY 24/24 L4 6S 29.5R25 Available 13,277.71$ 9,294.40$ -$ 136098393 OTR Bias Goodyear 29.5R25 (A22R)295R25 2X RL-5K HI-STABILITY 24/24 L5 6S 29.5R25 Available 17,852.57$ 12,496.80$ -$ 155161020 OTR Bias Goodyear 450/95R25 450/95R25 EV-4M PORT HANDLER TL 450/95R25 Available 5,505.14$ 3,853.60$ -$ 155046492 OTR Bias Goodyear 480/95R25 (A21R)480/95R25 EV-4C INDUSTRIAL TL 480/95R25 Available 6,315.43$ 4,420.80$ -$ 155046491 OTR Bias Goodyear 480/95R25 (A21R)480/95R25 3X EV-4R INDUSTRIAL 206 A5 TL 480/95R25 Available 6,640.00$ 4,648.00$ -$ 136144303 OTR Bias Goodyear 600/65R25 (A21R)600/65R25 1X GP3D 6S TL 600/65R25 Available 5,829.71$ 4,080.80$ -$ 155136890 OTR Bias Goodyear 650/65R25 (A21R)650/65R25 C2 GP3D E3 6S TL 650/65R25 Available 6,476.57$ 4,533.60$ -$ 206101008 OTR Bias American American Backhoe 12.5/80-18 10 AMERICAN BACKHOE F 12.5/80-18 Available 728.00$ 509.60$ -$ 206072004 OTR Bias American American Backhoe 16.9-24 08 AMERICAN BACKHOE 16.9-24 Available 1,093.71$ 765.60$ -$ 206078004 OTR Bias American American Backhoe 17.5L-24 08 AMERICAN BACKHOE 17.5L-24 Available 1,214.86$ 850.40$ -$ 206083004 OTR Bias American American Backhoe 18.4-24 10 AMERICAN BACKHOE 18.4-24 Available 1,294.86$ 906.40$ -$ 206098004 OTR Bias American American Backhoe 19.5L-24 10 AMERICAN BACKHOE 19.5L-24 Available 1,214.86$ 850.40$ -$ 206100004 OTR Bias American American Backhoe 19.5L-24 12 AMERICAN BACKHOE 19.5L-24 Available 1,254.86$ 878.40$ -$ 206126019 OTR Bias American American Backhoe 21L-24 12 AMERICAN BACKHOE 21L-24 Available 1,417.14$ 992.00$ -$ 206053001 OTR Bias American American Miner 1300-24TG 12 AMERICAN MINER SL E2 G2 13.00-24TG Available 891.43$ 624.00$ -$ 206054001 OTR Bias American American Miner 1300-24TG 16 AMERICAN MINER SL E2 G2 13.00-24TG Available 971.43$ 680.00$ -$ 206056001 OTR Bias American American Miner 1400-24TG 12 AMERICAN MINER SL L2 E2 G2 14.00-24TG Available 971.43$ 680.00$ -$ 206057001 OTR Bias American American Miner 1400-24TG 16 AMERICAN MINER SL L2 E2 G2 14.00-24TG Available 1,093.71$ 765.60$ -$ 206112014 OTR Bias American American Skid Steer 10-16.5NHS 06 AMERICAN SKID STEER SSL-2A 10-16.5NHS Available 283.43$ 198.40$ -$ 206113014 OTR Bias American American Skid Steer 10-16.5NHS 08 AMERICAN SKID STEER SSL-2A 10-16.5NHS Available 323.43$ 226.40$ -$ 206114014 OTR Bias American American Skid Steer 10-16.5NHS 10 AMERICAN SKID STEER SSL-2A 10-16.5NHS Available 323.43$ 226.40$ -$ 206259003 OTR Bias American American Skid Steer 10-16.5NHS 10 AMERICAN SKID STEER SST-3A 10-16.5NHS Available 445.71$ 312.00$ -$ 206259124 OTR Bias American American Skid Steer 10-165NHS 10 AMERICAN SKID STEER SSI-4A 10-16.5NHS Available 445.71$ 312.00$ -$ 206116014 OTR Bias American American Skid Steer 12-16.5NHS 08 AMERICAN SKID STEER SSL-2A 12-16.5NHS Available 364.57$ 255.20$ -$ 206119014 OTR Bias American American Skid Steer 12-16.5NHS 10 AMERICAN SKID STEER SSL-2A 12-16.5NHS Available 404.57$ 283.20$ -$ 206097003 OTR Bias American American Skid Steer 12-16.5NHS 12 AMERICAN SKID STEER SST-3A 12-16.5NHS Available 525.71$ 368.00$ -$ 206097124 OTR Bias American American Skid Steer 12-165NHS 12 AMERICAN SKID STEER SSI-4A 12-16.5NHS Available 566.86$ 396.80$ -$ 206129014 OTR Bias American American Skid Steer 14-17.5NHS AMERICAN SKID STEER SSL-2A 14-17.5NHS Available 689.14$ 482.40$ -$ 206121014 OTR Bias American American Skid Steer 14-17.5NHS 08 AMERICAN SKID STEER SSL-2A 14-17.5NHS Available 566.86$ 396.80$ -$ 206122014 OTR Bias American American Skid Steer 14-17.5NHS 10 AMERICAN SKID STEER SSL-2A 14-17.5NHS Available 606.86$ 424.80$ -$ 206123014 OTR Bias American American Skid Steer 15-19.5NHS 14 AMERICAN SKID STEER SSL-2A 15-19.5NHS Available 930.29$ 651.20$ -$ 206069003 OTR Bias American American Skid Steer 23-8.50-12NHS 8 AMERICAN SKID STEER SST-3A 23X8.50-12NHS Available 283.43$ 198.40$ -$ 206109020 OTR Bias American American Skid Steer 31X15.50-15NHS 08 AM SKID STEER SSV-2A 31X15.50-15NHS Available 485.71$ 340.00$ -$ 206111020 OTR Bias American American Skid Steer 31X15.50-15NHS 12 AM SKID STEER SSV-2A 31X15.50-15NHS Available 525.71$ 368.00$ -$ 272330020 OTR Bias DUNLOP DUN 11.00R20 1100R20 157 A3 PG21RC TT 11.00R20 Available 1,093.71$ 765.60$ -$ 133540487 OTR Bias Goodyear ELV4B 1800-25 40 ELV4B NYTL 18.00-25 Available 6,963.43$ 4,874.40$ -$ 133540192 OTR Bias Goodyear ELV4D IND 4S 1800-25 40 ELV4D IND 4S TL 18.00-25 Available 7,044.57$ 4,931.20$ -$ 133540141 OTR Bias Goodyear ELV5D 1800-25 40 ELV5D TL 18.00-25 Available 7,449.14$ 5,214.40$ -$ 133909255 OTR Bias Goodyear GGL D/L 2A 4S 235-25 20 GGL D/L 2A 4S TL 23.5-25 Available 3,563.43$ 2,494.40$ -$ 125901630 OTR Bias Goodyear GGL DL-2A L2/E2/G 4S 205-25 12 GGL DL-2A L2/E2/G 4S TL 20.5-25 Available 1,942.86$ 1,360.00$ -$ 125902630 OTR Bias Goodyear GGL DL-2A L2/E2/G 4S 205-25 16 GGL DL-2A L2/E2/G 4S TL 20.5-25 Available 2,104.00$ 1,472.80$ -$ 123876469 OTR Bias Goodyear GRL D/L 3A 175-25 16 GRL D/L-3A L3/G3 TL 17.5-25 Available 1,862.86$ 1,304.00$ -$ 133909256 OTR Bias Goodyear GRL D/L 3A 4S 235-25 20 GRL D/L 3A 4S TL 23.5-25 Available 4,008.00$ 2,805.60$ -$ 123897469 OTR Bias Goodyear GRL D/L-3A 175-25 12 GRL D/L-3A L3/G3 TL 17.5-25 Available 1,699.43$ 1,189.60$ -$ 125903258 OTR Bias Goodyear GRL DL-3A L3/E3/G 4S 205-25 20 GRL DL-3A L3/E3/G 4S TL 20.5-25 Available 3,077.71$ 2,154.40$ -$ 125902258 OTR Bias Goodyear GRL DL-3A L3/E3/G3 4S 205-25 16 GRL DL-3A L3/E3/G3 4S TL 20.5-25 Available 2,267.43$ 1,587.20$ -$ 123340184 OTR Bias Goodyear HRL3A 1200-20 16 HRL3A NYTT 12.00-20ML Available 1,942.86$ 1,360.00$ -$ 125493261 OTR Bias Goodyear PVG 7A 1600-24 12 PVG 7A 4S NYTL 16.00-24TG Available 3,320.00$ 2,324.00$ -$ 123876458 OTR Bias Goodyear SGLDL2A 175-25 16 SGLDL2A NYTL 17.5-25 Available 1,780.57$ 1,246.40$ -$ 123877458 OTR Bias Goodyear SGLDL2A 175-25 20 SGLDL2A NYTL 17.5-25 Available 2,024.00$ 1,416.80$ -$ 123897463 OTR Bias Goodyear SGLDL2A 200 175-25 12 SGLDL2A 200 NYTL 17.5-25 Available 1,538.29$ 1,076.80$ -$ 133534596 OTR Bias Goodyear SRB 7A 4S 1800-25 16 SRB 7A 4S NYTL 18.00-25 Available 4,049.14$ 2,834.40$ -$ 123003006 OTR Bias Goodyear WRL31A 1400-24 28 WRL3A NYTL 14.00-24NHS Available 3,724.57$ 2,607.20$ -$ 123428645 OTR Bias Goodyear WRL3A 1400-20 24 WRL3A NYTT 14.00-20NHS Available 3,240.00$ 2,268.00$ -$ 123448645 OTR Bias Goodyear WRL3A 1400-24 28 WRL3A NYTT 14.00-24NHS Available 3,724.57$ 2,607.20$ -$ 136007425 OTR Radial Goodyear 17.5R25 (A3AR)17.5R25 1X GP-3E 6S TL 17.5R25 Available 3,111.97$ 2,178.38$ -$ 272030089 OTR Radial Dunlop A2/134 335/80R18 SPT 9 145 A2/134 B TL DUNLOP 335/80R18 Available 1,052.57$ 736.80$ -$ 272030109 OTR Radial Dunlop A2/135 365/70R18 SPT 9 146 A2/135 B TL DUNLOP 365/70R18 Available 1,294.86$ 906.40$ -$ 272030319 OTR Radial Dunlop A2/136 335/80R20 SPT 9 147 A2/136 B TL DUNLOP 335/80R20 Available 1,699.43$ 1,189.60$ -$ 272030169 OTR Radial Dunlop A2/141 365/80R20 SPT 9 153 A2/141 B TL DUNLOP 365/80R20 Available 1,780.57$ 1,246.40$ -$ 272030119 OTR Radial Dunlop A2/141 405/70R18 SPT 9 153 A2/141 B TL DUNLOP 405/70R18 Available 1,538.29$ 1,076.80$ -$ 272030219 OTR Radial Dunlop A2/143 405/70R20 SPT 9 155 A2/143 B TL DUNLOP 405/70R20 Available 1,862.86$ 1,304.00$ -$ 152475283 OTR Radial Goodyear AS-3A 14.00R24TG 2X AS-3A G3 TL 14.00R24TG Available 2,752.00$ 1,926.40$ -$ 152523252 OTR Radial Goodyear AS-3A 175R25 2X AS3A L3/G3 4S TL 17.5R25 Available 3,240.00$ 2,268.00$ -$ 155118860 OTR Radial Goodyear AS-3A 205R25 171A8 2X AS-3A 4S L3/G3 20.5R25 Available 3,805.71$ 2,664.00$ -$ 155426440 OTR Radial Goodyear EV4S 1600R25 3X EV4S TL 16.00R25 Available 5,425.14$ 3,797.60$ -$ 152888070 OTR Radial Goodyear GP2B 155R25 1X GP2B 6S TL 15.5R25 Available 2,306.29$ 1,614.40$ -$ 152524070 OTR Radial Goodyear GP2B 175R25 1X GP2B 6S TL 17.5R25 Available 2,672.00$ 1,870.40$ -$ 155903276 OTR Radial Goodyear GP2B 205R25 1X GP2B 6S TL 20.5R25 Available 3,077.71$ 2,154.40$ -$ 153083272 OTR Radial Goodyear GP2B 235R25 2X GP2B 4S TL 23.5R25 Available 4,049.14$ 2,834.40$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.15 of 16 Florida (NASPO) Effective 04/25/2023, Expires 06/30/2024 Gov't Base Price Book Date: 2/1/2023 G0009113: State Agencies | G0009114: Local Government Agencies | G0009115: NAPA, First Vehicle Services, The Parts House Acquisition, MANCON, G4S, Elite Lines, Medics Ambulance Service and Transfield Services | G0009116: Agencies using Holman | G0009117: Vera-Williamson Investment - City of Pembroke PinesBase Price Book Date: February 01, 2023 FET if applicableDiscounted Agency Price Product Code Tire Type Brand Tire Line Size and Description Item StatusSize 152040069 OTR Radial Goodyear GP2B 385/95R25 00 GP2B 170E TL 385/95R25 Available 3,724.57$ 2,607.20$ -$ 155214214 OTR Radial Goodyear GP2B 445/95R25 00 GP2B 177E TL 445/95R25 Available 3,888.00$ 2,721.60$ -$ 153097928 OTR Radial Goodyear GP-4D 235R25 GP-4D 6S C1 1STAR+2STARL-4/E-4 TL 23.5R25 Available 6,153.14$ 4,307.20$ -$ 136087095 OTR Radial Goodyear GP-4D 265R25 2X GP4D 6S TL 265R25 Available 8,786.29$ 6,150.40$ -$ 136090357 OTR Radial Goodyear GP-4D HI-STABILITY 295R25 2X GP4D HI-STAB 6S L4/E4 TL 295R25 Available 12,468.57$ 8,728.00$ -$ 152714291 OTR Radial Goodyear RL4J 1400R24 3X RL4J E4 4S TT 14.00R24NHS Available 4,049.14$ 2,834.40$ -$ 153028748 OTR Radial Goodyear RL4J 1800R25 2X RL4J E4 6S TL 18.00R25 Available 7,124.57$ 4,987.20$ -$ 152713208 OTR Radial Goodyear RL-4L 1400R25NHS 3X RL-4L E-4 2S TL 14.00R25NHS Available 4,049.14$ 2,834.40$ -$ 152117476 OTR Radial Goodyear RL-5K 1200R20NHS 3X RL-5K 12/12 L5 6S TL 12.00R20NHS Available 2,955.43$ 2,068.80$ -$ 155010382 OTR Radial Goodyear RL-5K 205R25 2X RL-5K HI-STABILITY 24/24 20.5R25 Available 6,396.57$ 4,477.60$ -$ 153103382 OTR Radial Goodyear RL-5K 235R25 2X RL-5K HI-STABILITY L5 6S 24/24 23.5R25 Available 8,744.00$ 6,120.80$ -$ 152045466 OTR Radial Goodyear RL-5K HI-STABILITY 175R25 2X RL-5K HI-STABILITY 24/24 TL 17.5R25 Available 5,707.43$ 3,995.20$ -$ 152524375 OTR Radial Goodyear RT-3B 175R25 176A2 1X RT-3B 6S TL 17.5R25 Available 3,401.14$ 2,380.80$ -$ 155903375 OTR Radial Goodyear RT-3B 205R25 186A2 1X RT-3B 6S TL 20.5R25 Available 3,805.71$ 2,664.00$ -$ 153082375 OTR Radial Goodyear RT-3B 235R25 195/A2 1X RT-3B L3/G3 6S TL 23.5R25 Available 4,939.43$ 3,457.60$ -$ 136090358 OTR Radial Goodyear RT-3B HI-STABILITY 295R25 2X RT-3B HI-STAB 6S TL 295R25 Available 10,688.00$ 7,481.60$ -$ 153103686 OTR Radial Goodyear RT-5D HI-STABILITY 235R25 2X RT-5D HI-STABILITY 6S TL 235R25 Available 8,744.00$ 6,120.80$ -$ 136013686 OTR Radial Goodyear RT-5D HI-STABILITY 265R25 2X RT-5D HI-STABILITY 265R25 Available 12,306.29$ 8,614.40$ -$ 136090669 OTR Radial Goodyear RT-5D HI-STABILITY 295R25 2X RT-5D HI-STAB 6S TL 295R25 Available 16,355.43$ 11,448.80$ -$ 152712409 OTR Radial Goodyear SG-2B 1400R24 1X SG-2B G-2 TL 14.00R24TG Available 2,672.00$ 1,870.40$ -$ 155908351 OTR Radial Goodyear TL3A+175R25 TL3A+ C1 1*+2* 6S L-3+T/E-3+T TL 17.5R25 Available 3,724.57$ 2,607.20$ -$ 155906351 OTR Radial Goodyear TL3A+205R25 TL3A+ C1 1*+2* 6S L-3+T/E-3+T TL 20.5R25 Available 4,251.43$ 2,976.00$ -$ 153097059 OTR Radial Goodyear TL3A+235R25 2X TL3A+ 6S C1 TL 23.5R25 Available 5,466.29$ 3,826.40$ -$ 136084244 OTR Radial Goodyear TL-3A+265R25 C1 TL-3A+ 6S TL 265R25 Available 8,541.71$ 5,979.20$ -$ 136165082 OTR Radial Goodyear TL-3A+750/65R25 C1 1+2 STAR TL-3A+ 6S E-3+T 750/65R25 Available 8,905.14$ 6,233.60$ -$ 136090465 OTR Radial Goodyear TL-3A+ HI-STABILITY 295R25 2X TL-3A+ HI-STAB 6S L-3 T/E-3+T 295R25 Available 11,659.43$ 8,161.60$ -$ State of Florida 4-25-23 to 6-30-24.xlsx Pricing is subject to change at any time with or without notice. Please check the Government Sales website or Tire-HQ for the latest pricing information.16 of 16 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL PEP BOYS #120 1029 E ALTAMONTE DR ALTAMONTE SPRINGS FL 32701 (407) 339-3385 Store Manager PEP BOYS #1434 710 W. HIGHWAY 436 ALTAMONTE SPRINGS FL 32714 (407) 774-6830 Store Manager D.G. WILLIAMS 200 WEST MAIN ST APOPKA FL 32703 (407) 889-7074 dwilli6573@aol.com PEP BOYS #1422 260 E MAIN ST APOPKA FL 32703 (407) 886-2699 Store Manager PEP BOYS #544 2000 EAST SEMORAN BLVD APOPKA FL 32703 (407) 880-4500 Store Manager 120073 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1233 2213 E SEMORAN BLVD APOPKA FL 32703 (407) 502-4697 TIM MORAN tmoran@mavistire.com 122503 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1800 1675 E. SEMORAN BLVD APOPKA FL 32703 (407) 884-4441 TIM MORAN tmoran@mavistire.com THE TIREMAN INC 1109 W MAIN ST AVON PARK FL 33825 (863) 452-2031 virgil@bigttire.net GOODYEAR AUTO SERVICE #2439 390 EAST VAN FLEET DRIVE BARTOW FL 33830 (863) 533-4136 Store Manager AKRON TIRE CO INC ROBBIE TIRE 41 SE AVE C BELLE GLADE FL 33430 (561) 996-6556 astafford@tiresoles.com 122507 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #2003 4441 SE 102ND PLACE BELLEVIEW FL 34420 (352) 719-4271 TIM MORAN tmoran@mavistire.com VP & C INC GEORGE'S WHOLESALE TIRE 3260 N LECANTO HWY BEVERLY HILLS FL 34465 (352) 527-1712 office@georgeswholesale.net 134432 MONRO INC TIRE CHOICE #1293 22923 SANDALFOOT PLAZA DR BOCA RATON FL 33428 (561) 488-1822 KYLE PETERSON kyle.peterson@monro.com 147055 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 10 NW 28TH ST BOCA RATON FL 33431 (561) 453-1444 TIM MORAN tmoran@mavistire.com 906625 GOODYEAR AUTO SERVICE #6625 199 NW 1ST AVE BOCA RATON FL 33432 (561) 368-3898 gsr6625@goodyear.com 134034 MONRO INC TIRE CHOICE #1249 12831 TRADE CENTER DR BONITA SPRINGS FL 34135 (239) 947-1214 KYLE PETERSON kyle.peterson@monro.com 146278 MONRO INC TIRE CHOICE #1589 10100 BONITA BEACH ROAD BONITA SPRINGS FL 34135 (239) 948-2777 KYLE PETERSON kyle.peterson@monro.com EASY PAY TIRE STORES INC 619 N FEDERAL HIGHWAY BOYNTON BEACH FL 33435 (561) 732-2696 doug@easypaytire.com 134028 MONRO INC TIRE CHOICE #1250 3940 HYPOLUXO ROAD BOYNTON BEACH FL 33436 (561) 641-7518 KYLE PETERSON kyle.peterson@monro.com 134444 MONRO INC TIRE CHOICE #1295 1640 S CONGRESS AVE BOYNTON BEACH FL 33426 (561) 752-9090 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1808 6324 14TH ST WEST BRADENTON FL 34207 (941) 751-7519 Store Manager PEP BOYS #398 2303 CORTEZ RD BRADENTON FL 34207 (941) 739-1525 Store Manager SHEPHERD'S TIRE SERVICE, INC 3949 14TH ST W BRADENTON FL 34205-6003 (941) 746-7885 lshepherd941@gmail.com 134002 MONRO INC TIRE CHOICE #1276 5720 RANCH LAKE ROAD BRADENTON FL 34202 (941) 756-8605 KYLE PETERSON kyle.peterson@monro.com 138238 MONRO INC TIRE CHOICE #1373 5202 E STATE ROAD 64 BRADENTON FL 34208 (941) 749-6100 KYLE PETERSON kyle.peterson@monro.com 138240 MONRO INC TIRE CHOICE #1372 8712 E STATE ROAD 70 BRADENTON FL 34202 (941) 755-8394 KYLE PETERSON kyle.peterson@monro.com 118138 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #536 5706 FL 64 EAST BRADENTON FL 34208 (941) 877-2093 TIM MORAN tmoran@mavistire.com 120072 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #1232 15209 GARNET TRAIL BRADENTON FL 34211 (941) 900-4495 TIM MORAN tmoran@mavistire.com 122093 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1794 6025 STATE ROAD 70 E BRADENTON FL 34203 (941) 751-1818 TIM MORAN tmoran@mavistire.com 144039 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 6008 LAKEWOOD RANCH BLVD BRADENTON FL 34211-2113 (941) 238-0193 TIM MORAN tmoran@mavistire.com ELITE AUTO & TIRES INC 611 W ROBERTSON ST BRANDON FL 33511 (813) 689-7171 shannon@eliteautoandtires.com PEP BOYS #139 1747 W BRANDON BLVD BRANDON FL 33511 (813) 689-0700 Store Manager PEP BOYS #1803 214 E BRANDON BLVD BRANDON FL 33511 (813) 655-3476 Store Manager 144038 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #807 841 LITHIA PINECREST RD BRANDON FL 33511-6193 (813) 982-3500 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2485 740 BROAD ST BROOKSVILLE FL 34601 (352) 796-4961 Store Manager BUSHNELL TIRE CO 322 NORTH MAIN ST BUSHNELL FL 33513 (352) 793-7822 jhatcher@aol.com PEP BOYS #1527 161 N TYNDALL PKWY CALLAWAY FL 32404 (850) 769-0261 Store Manager 139222 MONRO INC TIRE CHOICE #1455 3040 HIGHWAY 95A CANTONMENT FL 32533 (850) 474-1718 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1820 1820 SDEL PRADO BLVD CAPE CORAL FL 33990 (239) 214-6911 Store Manager 146284 MONRO INC TIRE CHOICE #1596 946 NE PINE ISLAND ROAD CAPE CORAL FL 33909 (239) 424-8657 KYLE PETERSON kyle.peterson@monro.com 146678 MONRO INC TIRE CHOICE #1523 1011 SW PINE ISLAND ROAD CAPE CORAL FL 33991 (786) 465-7549 KYLE PETERSON kyle.peterson@monro.com 122752 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1799 1335 DEL PRADO BLVD S CAPE CORAL FL 33990 (352) 474-5558 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2525 2144 DEL PRADO BLVD SOUTH CAPE CORAL FL 33904 (239) 574-3539 Store Manager PEP BOYS #1813 690 E SEMORAN BLVD CASSELBERRY FL 32707 (407) 682-9988 Store Manager PEP BOYS #1423 70 BLAKE DR CELEBRATION FL 34747 (321) 939-2581 Store Manager GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 11601 47TH ST N CLEARWATER FL 33762 (727) 299-0722 Store Manager PEP BOYS #1447 29889 US 19 NORTH CLEARWATER FL 33761 (727) 785-2803 Store Manager PEP BOYS #1806 1559B GULF TO BAY BLVD CLEARWATER FL 33755 (727) 443-1194 Store Manager 138058 MONRO INC TIRE CHOICE #1375 235 S BELCHER RD CLEARWATER FL 33765 (727) 799-4800 KYLE PETERSON kyle.peterson@monro.com 144043 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 2165 GULF TO BAY BLVD CLEARWATER FL 33765-0000 (727) 431-3101 TIM MORAN tmoran@mavistire.com 146230 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #801 1798 NORTH HERCULES CLEARWATER FL 33765 (727) 466-4724 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2452 4115 E BAY DR CLEARWATER FL 33764 (727) 536-9404 Store Manager PEP BOYS #1054 950 HOOKS STREET CLERMONT FL 34711 (352) 243-2109 Store Manager PEP BOYS #1417 1437 SUNRISE PLAZA DR CLERMONT FL 34714 (352) 536-1177 Store Manager 120070 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1230 1602 HAMMOCK RIDGE RD CLERMONT FL 34711 (352) 708-3435 TIM MORAN tmoran@mavistire.com 120071 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1231 591 E HIGHWAY 50 CLERMONT FL 34711 (352) 702-4532 TIM MORAN tmoran@mavistire.com AKRON TIRE CO INC ROBBIE TIRE 121 SOUTH BOND ST CLEWISTON FL 33440 (863) 983-6197 astafford@tiresoles.com MIKE GATTO INC 500 A N COCOA BLVD COCOA FL 32922 (321) 632-7500 sknockdown@aol.com 134449 MONRO INC TIRE CHOICE #1289 4589 W HILLSBORO BLVD COCONUT CREEK FL 33073 (954) 421-0444 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #6651 3690 BIRD AVE CORAL GABLES FL 33133 (305) 446-8101 Store Manager Authorized Dealers - State of Florida Goodyear Tire & Rubber Company Updated 1/31/2024 Page 1 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL PEP BOYS #292 2100 UNIVERSITY DR CORAL SPRINGS FL 33071 (954) 346-4041 Store Manager 134446 MONRO INC TIRE CHOICE #1291 4620 CORAL RIDGE DR CORAL SPRINGS FL 33076 (954) 255-8522 KYLE PETERSON kyle.peterson@monro.com 134448 MONRO INC TIRE CHOICE #1290 8090 WILES ROAD CORAL SPRINGS FL 33067 (954) 755-5584 KYLE PETERSON kyle.peterson@monro.com HUB CITY TIRE COMPANY 615 N FERDON BLVD CRESTVIEW FL 32536 (850) 682-5121 crestviewtire1@gmail.com PEP BOYS #1533 883 N FERDON BLVD CRESTVIEW FL 32536 (850) 689-1550 Store Manager 120087 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1247 8002 OSCEOLAPOLKLINERD DAVENPORT FL 33896 (863) 251-5051 TIM MORAN tmoran@mavistire.com AKRON TIRE CO INC DAVIE TIRE OUTLET 5841 SW 45TH ST DAVIE FL 33314 (954) 321-6618 astafford@tiresoles.com KOVAC AUTOMOTIVE OF DAVIE INC 2770 DAVIE RD DAVIE FL 33314-3494 (954) 792-7357 jpk3012@aol.com PEP BOYS #182 2380 S UNIVERSITY DR DAVIE FL 33324 (954) 476-2401 Store Manager 134665 MONRO INC TIRE CHOICE #1308 1124 SW 101ST ROAD DAVIE FL 33324 (954) 577-2000 KYLE PETERSON kyle.peterson@monro.com 4 BOYS ENTERPRISES INC 424 S NOVA RD DAYTONA BEACH FL 32114 (386) 258-1051 04tires@gmail.com MCGEE TRUCK TIRE CENTER 148 N. RIDGEWOOD AVENUE DAYTONA BEACH FL 32114 (386) 252-7661 Store Manager PEP BOYS #163 2220 W. INTERNATIONAL SPEEDWAY DAYTONA BEACH FL 32114 (386) 255-6390 Store Manager 138245 MONRO INC MCGEE AUTO SVC & TIRES #1369 148 N RIDGEWOOD AVE DAYTONA BEACH FL 32114 (386) 252-7661 KYLE PETERSON kyle.peterson@monro.com 147062 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 377 S FEDERAL HIGHWAY DEERFIELD BEACH FL 33441 (754) 233-3326 TIM MORAN tmoran@mavistire.com TIRESOLES OF BROWARD INC 1865 S POWERLINE RD, SUITE C DEERFIELD BEACH FL 33442 (954) 354-1810 astafford@tiresoles.com TIRESOLES OF BROWARD INC 1865 SOUTH POWERLINE RD DEERFIELD BEACH FL 33442 (954) 354-8489 astafford@tiresoles.com 178006 NATIONAL TIRE BROKERS 829 US HIGHWAY 90 W DEFUNIAK SPRINGS FL 32433 (850) 892-5191 JEFFERY CUMMINGS jeffntbc@gdsys.net PEP BOYS #1433 2835 S. WOODLAND BLVD DELAND FL 32720 (386) 943-9299 Store Manager PEP BOYS #1826 722 S WOODLAND BLVD DELAND FL 32720 (386) 337-3530 Store Manager 138054 MONRO INC TIRE CHOICE #1379 680 N SPRING GARDEN AVE DELAND FL 32720 (386) 740-8996 KYLE PETERSON kyle.peterson@monro.com 134447 MONRO INC TIRE CHOICE #1294 4715 WEST ATLANTIC AVE DELRAY BEACH FL 33445 (561) 638-5526 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1531 35800 EMERALD COAST PKWY DESTIN FL 32541 (850) 650-1575 Store Manager GOODYEAR AUTO SERVICE #2251 34721 EMERALD COAST PARKWAY DESTIN FL 32541 (850) 650-2338 Store Manager DORAL TIRE AND SERVICE CORP 2010 NW 107 AVE DORAL FL 33172 (305) 592-8000 bertfernandez79@yahoo.com 138246 MONRO INC MCGEE AUTO SVC & TIRES #1367 28919 US HWY 27 DUNDEE FL 33838 (863) 439-8473 KYLE PETERSON kyle.peterson@monro.com 120480 ACTION TIRE SERVICE LLC ACTION TIRE SERVICE 130 KITTO LANE DUNDEE FL 33838 (863) 438-8444 VALERIE GRIFFIN store1@actiontireservices.com 146231 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 1810 MAIN ST DUNEDIN FL 34698 (727) 748-4265 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #1286 1757 MEMORIAL TRAIL BLDG 1757 EGLIN AFB FL 32542 (850) 401-9524 Store Manager 20664 U S VENTURE INC 2832 ANVIL BLOCK ROAD ELLENWOOD GA 30294 (404) 762-4944 BRIAN DECKER bdecker@usautoforce.com STERNS AUTO SVC & TIRE CTR INC 1590 S MCCALL RD ENGLEWOOD FL 34223 (941) 474-2905 bob@sbgtires.com 134032 MONRO INC TIRE CHOICE #1243 10451 CORKSCREW COMMONS DR ESTERO FL 33928 (239) 949-1214 KYLE PETERSON kyle.peterson@monro.com 146286 MONRO INC TIRE CHOICE #1594 20441 S TAMIAMI TRAIL ESTERO FL 33928 (239) 949-0777 KYLE PETERSON kyle.peterson@monro.com 146289 MONRO INC TIRE CHOICE #1592 20331 GRANDE OAKS BLVD ESTERO FL 33928 (239) 390-9188 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1424 15469 US HIGHWAY 441 EUSTIS FL 32726 (352) 357-2637 Store Manager PEP BOYS #6625 1807 EAST-WEST PARKWAY FLEMING ISLAND FL 32003 (904) 278-5252 Store Manager GOODYEAR AUTO SERVICE #2444 1585-A ISLAND LANE FLEMING ISLAND FL 32003 (904) 215-3712 Store Manager JOHN CROSBY ENTERPRISES 800 W ST RD 84 FORT LAUDERDALE FL 33315 (954) 523-3198 oktire2@bellsouth.net PEP BOYS #387 2721 STIRLING RD FORT LAUDERDALE FL 33312 (954) 894-1888 Store Manager 147063 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 3500 NORTH FEDERAL HIGHWAY FORT LAUDERDALE FL 33308 (754) 233-4068 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2537 11 NORTH ANDREWS AVE FORT LAUDERDALE FL 33301 (954) 463-0411 Store Manager WAGNER TIRE INC 1740 E SUNRISE BLVD FORT LAUDERDALE FL 33304 (954) 463-7588 wagnertire@yahoo.com MERCIER LLC 15135 MCGREGOR BLVD FORT MYERS FL 33908 (239) 437-0377 wmercier2@aol.com PEP BOYS #204 4797 S CLEVELAND AVE FORT MYERS FL 33907 (239) 939-5447 Store Manager 134016 MONRO INC TIRE CHOICE #1262 8600 GLADIOLUS DRIVE FORT MYERS FL 33908 (239) 985-6992 KYLE PETERSON kyle.peterson@monro.com 134024 MONRO INC TIRE CHOICE #1254 9002 ROLFES ROAD FORT MYERS FL 33966 (239) 278-3228 KYLE PETERSON kyle.peterson@monro.com 134036 MONRO INC TIRE CHOICE #1247 13621 FIDDLESTICKS BLVD FORT MYERS FL 33912 (239) 561-5575 KYLE PETERSON kyle.peterson@monro.com 138656 MONRO INC MCGEE AUTO SVC & TIRES #1446 5960 COUNTY LAKES DR FORT MYERS FL 33905 (239) 362-3025 KYLE PETERSON kyle.peterson@monro.com 146277 MONRO INC TIRE CHOICE #1590 15530 S TAMIAMI TRAIL FORT MYERS FL 33908 (239) 948-2777 KYLE PETERSON kyle.peterson@monro.com 146283 MONRO INC TIRE CHOICE #1597 4230 COLONIAL BLVD FORT MYERS FL 33966 (239) 353-0007 KYLE PETERSON kyle.peterson@monro.com 146285 MONRO INC TIRE CHOICE #1595 4028 CLEVELAND AVENUE FORT MYERS FL 33901 (239) 936-4949 KYLE PETERSON kyle.peterson@monro.com 146288 MONRO INC TIRE CHOICE #1593 5785 BAYSHORE ROAD FORT MYERS FL 33917 (239) 567-2777 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1827 2903 S US HWY 1 FORT PIERCE FL 34982 (772) 595-5230 Store Manager TIRESOLES ELPEX/HICKMAN'S 6101 ORANGE AVE FORT PIERCE FL 34947 (772) 464-4211 astafford@tiresoles.com PEP BOYS #1530 311 NE RACETRACK RD FORT WALTON BEACH FL 32547 (850) 863-1102 Store Manager PEP BOYS #1532 15 W MIRACLE STRIP PKWY FORT WALTON BEACH FL 32548 (850) 243-7632 Store Manager PEP BOYS #1534 705 NORTH BEAL ST FORT WALTON BEACH FL 32547 (850) 862-2164 Store Manager PEP BOYS #311 601 SUNRISE BLVD FT LAUDERDALE FL 33304 (954) 779-1002 Store Manager 138721 ADVANCED TIRE LLC 912 N MAIN ST GAINESVILLE FL 32601 (352) 559-0708 JEFF GUINN jguinn@advancedtireservicefl.com PEP BOYS #127 7725 W NEWBERRY RD GAINESVILLE FL 32606 (352) 332-6003 Store Manager 144041 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 3545 W UNIVERSITY AVE GAINESVILLE FL 32607-0000 (352) 244-9842 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2440 1211 N MAIN ST GAINESVILLE FL 32601 (352) 372-3537 Store Manager GOODYEAR AUTO SERVICE #2586 407 NW 75TH ST GAINESVILLE FL 32607 (352) 332-5111 Store Manager 136159 MONRO INC TIRE CHOICE #1351 4690 LAKE WORTH RD GREENACRES FL 33463 (561) 967-9120 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #6666 3838 JOG ROAD GREENACRES FL 33463 (561) 968-1014 Store Manager Page 2 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL LEDDY ENTERPRISES INC 2983 GULF BREEZE PKWY/HWY 98 GULF BREEZE FL 32563 (850) 932-4250 randyleddy@bellsouth.net PEP BOYS #1495 3113 GULF BREEZE PKWY GULF BREEZE FL 32563 (850) 932-6425 Store Manager VANNOYS TIRES INC 3425 GULF BREEZE PKWY GULF BREEZE FL 32563 (850) 916-0912 jeff@vannoys.gccoxmail.com 120112 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1757 35560 HIGHWAY 27 HAINES CITY FL 33844 (863) 422-1110 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2472 100 MAXCY PLAZA CIRCLE HAINES CITY FL 33844 (863) 422-4965 Store Manager FESTIVAL TIRES III INC 4696 PALM AVE HIALEAH FL 33012 (305) 512-9662 angel.mediavilla@yahoo.com PEP BOYS #153 17050 NORTHWEST 57TH AVE HIALEAH FL 33015 (305) 557-4498 Store Manager REPAIRS 4 LESS AND TIRES INC 20125 NW 67TH AVE HIALEAH FL 33015 (305) 623-0569 gianttiregoodyear@gmail.com 139267 WESTLAND AUTO CENTER LLC 4000 W 16TH AVE HIALEAH FL 33012 (305) 557-8888 vmorales@westlandautocenter.com GOODYEAR AUTO SERVICE #6641 2670 W 68TH ST HIALEAH FL 33016 (305) 819-7433 Store Manager TIRESOLES OF BROWARD INC MIAMI TIRESOLES 7800 N W 103RD ST HIALEAH FL 33016 (305) 821-2121 astafford@tiresoles.com PEP BOYS #1828 11350 SE FEDERAL HWY HOBE SOUND FL 33455 (772) 546-2195 Store Manager LEONE TIRE & AUTO 2424 US HWY 19 N HOLIDAY FL 34691 (727) 934-5470 Leonetire@gmail.com PEP BOYS #1825 310 RIDGEWOOD AVE HOLLY HILL FL 32117 (386) 262-1664 Store Manager FAMILY TIRE DIST INC 2817 PEMBROKE ROAD HOLLYWOOD FL 33020 (954) 922-8473 familytire@familytiredistributors.com J & S TIRE AND AUTO INC 5911 PEMBROKE ROAD HOLLYWOOD FL 33023 (954) 989-2600 jatchiss@bellsouth.net PEP BOYS #176 760 S STATE ROAD 7 HOLLYWOOD FL 33023 (954) 985-9440 Store Manager GOODYEAR AUTO SERVICE #2544 2825 HOLLYWOOD BLVD HOLLYWOOD FL 33020 (954) 923-6521 Store Manager GOODYEAR AUTO SERVICE #6647 497 S STATE ROAD 7 HOLLYWOOD FL 33023 (954) 987-0450 Store Manager KM PEDERSEN ENTERPRISES INC 406 WASHINGTON AVE HOMESTEAD FL 33030 (305) 245-9533 kmped@aol.com GOODYEAR AUTO SERVICE #6675 30100 S DIXIE HWY HOMESTEAD FL 33030 (305) 247-6966 Store Manager 122814 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #557 3775 S SUNCOAST BLVD HOMOSASSA FL 34446 TIM MORAN tmoran@mavistire.com 118134 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #531 12229 LITTLE ROAD HUDSON FL 34667 (727) 819-4668 TIM MORAN tmoran@mavistire.com EXPRESS CARE LLC 16087 SW WARFIELD BLVD INDIANTOWN FL 34956 (772) 597-3741 expresscarellc@yahoo.com TMT AUTO CLINIC INC 1117 SR 20 INTERLACHEN FL 32148 (386) 684-1901 tmttires@gmail.com ARLINGTON TIRE & SVC CTR 5807 MERRILL RD JACKSONVILLE FL 32277 (904) 743-6294 PRESTONGOODYEAR@YAHOO.COM GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 450 LANE AVE N JACKSONVILLE FL 32254 (904) 783-2541 Store Manager PEP BOYS #130 1105 DUNN AVE JACKSONVILLE FL 32218 (904) 696-0090 Store Manager PEP BOYS #135 919 LANE AVE S JACKSONVILLE FL 32205 (904) 695-7770 Store Manager PEP BOYS #1489 8397 BAYMEADOWS RD JACKSONVILLE FL 32256 (904) 448-5042 Store Manager PEP BOYS #47 9605 SAN JOSE BLVD JACKSONVILLE FL 32257 (904) 260-9660 Store Manager PEP BOYS #6621 9148 PHILIPS HIGHWAY JACKSONVILLE FL 32256 (904) 260-9600 Store Manager PEP BOYS #6622 12620 SAN JOSE BLVD JACKSONVILLE FL 32223 (904) 268-2044 Store Manager PEP BOYS #6623 3726 ST AUGUSTINE RD JACKSONVILLE FL 32207 (904) 398-6982 Store Manager PEP BOYS #6624 5431 ROOSEVELT BLVD JACKSONVILLE FL 32210 (904) 387-9218 Store Manager PEP BOYS #6627 13657-1 ATLANTIC BLVD JACKSONVILLE FL 32225 (904) 221-1100 Store Manager PEP BOYS #6628 13131-1 WOLF BAY DRIVE JACKSONVILLE FL 32218 (904) 757-6600 Store Manager PEP BOYS #6629 7762 BLANDING BLVD JACKSONVILLE FL 32244 (904) 337-1053 Store Manager TUBELS SERVICE CENTER 3483 PHILLIPS HWY JACKSONVILLE FL 32207 (904) 398-4545 TUBELSCOMPLETEAUTOCARE@GMAIL.COM 905995 TUBELS SERVICE CENTER INC 11411 N MAIN ST JACKSONVILLE FL 32218 (904) 757-8100 TUBELSCOMPLETEAUTOCARE@GMAIL.COM 116957 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #386 1178 3RD ST S JACKSONVILLE FL 32250-6518 (904) 694-2600 TIM MORAN tmoran@mavistire.com 119446 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #377 910 DUNN AVE JACKSONVILLE FL 32218 (904) 515-4550 TIM MORAN tmoran@mavistire.com 143557 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 7390 103RD ST JACKSONVILLE FL 32210 (904) 693-5183 TIM MORAN tmoran@mavistire.com 143558 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #824 5942 UNIVERSITY BLVD W JACKSONVILLE FL 32216 (904) 693-5178 TIM MORAN tmoran@mavistire.com 143559 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #825 10101 ATLANTIC BLVD JACKSONVILLE FL 32225 (904) 693-5173 TIM MORAN tmoran@mavistire.com 143560 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #826 14175 BEACH BLVD JACKSONVILLE FL 32250 (904) 693-5193 TIM MORAN tmoran@mavistire.com 143561 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #827 9950 SAN JOSE BLVD JACKSONVILLE FL 32257 (904) 693-5168 TIM MORAN tmoran@mavistire.com 143562 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #828 2660 RACE TRACK RD JACKSONVILLE FL 32259 (904) 693-5143 TIM MORAN tmoran@mavistire.com 143563 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #829 13958 VILLAGE LAKE CIRCLE JACKSONVILLE FL 32258 (904) 447-7515 TIM MORAN tmoran@mavistire.com 143564 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #830 9718 TOUCHTON RD JACKSONVILLE FL 32246 (904) 447-7516 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2426 817 N CLAY ST JACKSONVILLE FL 32202 (904) 598-1001 Store Manager GOODYEAR AUTO SERVICE #2433 675 SKYMARKS DR JACKSONVILLE FL 32218 (904) 714-9065 Store Manager GOODYEAR AUTO SERVICE #2448 11800 SAN JOSE BLVD JACKSONVILLE FL 32223 (904) 262-0090 Store Manager GOODYEAR AUTO SERVICE #2450 4593 SAN JUAN JACKSONVILLE FL 32210 (904) 389-3671 Store Manager GOODYEAR AUTO SERVICE #2457 14150 BEACH BLVD JACKSONVILLE FL 32250 (904) 223-9399 Store Manager GOODYEAR AUTO SERVICE #2458 40 GIRVIN RD JACKSONVILLE FL 32225 (904) 220-4929 Store Manager GOODYEAR AUTO SERVICE #2460 9738 SAN JOSE BLVD JACKSONVILLE FL 32257 (904) 260-8720 Store Manager GOODYEAR AUTO SERVICE #2461 131 GATEWAY CIRCLE JACKSONVILLE FL 32259 (904) 823-1800 Store Manager GOODYEAR AUTO SERVICE #2587 9927 ATLANTIC BLVD JACKSONVILLE FL 32225 (904) 724-5111 Store Manager GOODYEAR AUTO SERVICE #2593 1740 SOUTH 3RD ST JACKSONVILLE FL 32250 (904) 241-0555 Store Manager TIRE HUB LLC #104 4101 BULLS BAY HIGHWAY JACKSONVILLE FL 32219 (904) 693-8576 chris.cameron@tirehub.com TIRESOLES OF JACKSONVILLE 1475 PICKETTVILLE RD JACKSONVILLE FL 32220 (904) 378-0090 astafford@tiresoles.com 120130 U S VENTURE INC U S AUTOFORCE 5885 MINING TERRACE JACKSONVILLE FL 32257 (904) 260-8700 BRIAN DECKER bdecker@usautoforce.com PEP BOYS #1642 1737 N. 3RD ST JACKSONVILLE BEACH FL 32250 (904) 246-0792 Store Manager PEP BOYS #1824 1300 NORTH 3RD ST JACKSONVILLE BEACH FL 32250 (904) 758-8649 Store Manager Page 3 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL PEP BOYS #6626 304 3RD ST N JACKSONVILLE BEACH FL 32250 (904) 249-5711 Store Manager SUWANNEE VALLEY TIRE INC 1225 NW US HWY 129 JASPER FL 32052 (386) 792-2420 ehendry@windstream.net PEP BOYS #397 2064 W INDIANTOWN RD JUPITER FL 33458 (561) 748-9444 Store Manager GOODYEAR AUTO SERVICE #2527 1350 W INDIANTOWN RD JUPITER FL 33458 (561) 741-4379 Store Manager PEP BOYS #1655 2708 W. OSCEOLA PARKWAY KISSIMMEE FL 34741 (407) 518-2098 Store Manager PEP BOYS #310 302 W VINE ST KISSIMMEE FL 34741 (407) 933-0055 Store Manager 120085 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1245 4135 W VINE STREET KISSIMMEE FL 34741 (407) 543-1718 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2421 1031 BUENAVENTURA BLVD KISSIMMEE FL 34743 (407) 344-8108 Store Manager GOODYEAR AUTO SERVICE #2420 863 N HWY 27 LADY LAKE FL 32159 (352) 751-1119 Store Manager 116959 ADVANCED TIRE LLC 837 E DUVAL LAKE CITY FL 32055 (386) 406-6745 JEFF GUINN jguinn@advancedtireservicefl.com 120089 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1249 4416 LAKE MARY BLVD LAKE MARY FL 32746 (407) 871-3468 TIM MORAN tmoran@mavistire.com SEMINOLE TIRE COMPANY OF LAKE 624 US 27 SOUTH LAKE PLACID FL 33852 (863) 465-5057 naomi@seminoletireinc.com 138050 MONRO INC TIRE CHOICE #1383 203 DOMARIS AVE LAKE WALES FL 33853 (863) 676-3423 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #194 4301 LAKE WORTH RD LAKE WORTH FL 33461 (561) 968-4688 Store Manager 134451 MONRO INC TIRE CHOICE #1296 4601 W HYPOLUXO RD LAKE WORTH FL 33463 (561) 964-0200 KYLE PETERSON kyle.peterson@monro.com 138012 MONRO INC TIRE CHOICE #1347 5865 STATE ROAD 7 LAKE WORTH FL 33449 (561) 868-4676 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #6642 4358 S SR 7 LAKE WORTH FL 33467 (561) 304-7344 Store Manager TIRESOLES OF BROWARD INC ELPEX 402 RINKER WAY LAKE WORTH FL 33461 (561) 588-2777 astafford@tiresoles.com MCGEE TRUCK TIRE CENTER 3939 US HIGHWAY 98 SOUTH LAKELAND FL 33812 (863) 667-3347 Store Manager PEP BOYS #118 4405 U S HWY 98 N LAKELAND FL 33809 (863) 853-3776 Store Manager PEP BOYS #1619 6820 S. FLORIDA AVENUE LAKELAND FL 33813 (863) 644-3420 Store Manager PEP BOYS #1818 5437 US HWY 98 N LAKELAND FL 33809 (863) 853-8692 Store Manager PEP BOYS #8073 6800 E STATE RD 33 LAKELAND FL 33805 (800) 737-2697 Store Manager 136121 MONRO INC TIRE CHOICE #1354 3102 S FLORIDA AVE LAKELAND FL 33803 (863) 644-1027 KYLE PETERSON kyle.peterson@monro.com 138039 MONRO INC MCGEE TIRE 3939 US HWY 98S LAKELAND FL 33812 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com 138043 MONRO INC TIRE CHOICE #1390 5020 US HWY 98 N LAKELAND FL 33809 (863) 858-4477 KYLE PETERSON kyle.peterson@monro.com 138044 MONRO INC TIRE CHOICE #1389 4304 SOUTH FLORIDA AVE LAKELAND FL 33813 (863) 646-8518 KYLE PETERSON kyle.peterson@monro.com 138244 MONRO INC MCGEE AUTO SVC & TIRES #1368 3939 US HWY 98 S LAKELAND FL 33812 (863) 667-3347 KYLE PETERSON kyle.peterson@monro.com 138248 MONRO INC MCGEE RETREAD #1364 2636 LASSO LANE LAKELAND FL 33801 (863) 665-8473 KYLE PETERSON kyle.peterson@monro.com 120088 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1248 4516 FLORIDA AVE S LAKELAND FL 33813 (863) 777-4994 TIM MORAN tmoran@mavistire.com 144040 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 5120 DAVE ROBBINS WAY LAKELAND FL 33812-5065 (863) 937-0700 TIM MORAN tmoran@mavistire.com 134017 MONRO INC TIRE CHOICE #1261 22267 COLLIER PKWY LAND O LAKES FL 34639 (813) 995-6272 KYLE PETERSON kyle.peterson@monro.com 120597 MAVIS TIRE EXPRESS SVCS CORP TUFFYTIRE&AUTO #1778 3530 LAND O LAKES BLVD LAND O LAKES FL 34639 (813) 996-2290 TIM MORAN tmoran@mavistire.com PEP BOYS #1805 13015 SEMINOL BLVD STE 1 LARGO FL 33778 (727) 518-6476 Store Manager 134005 MONRO INC TIRE CHOICE #1273 13399 SEMINOLE BLVD LARGO FL 33778 (727) 683-0893 KYLE PETERSON kyle.peterson@monro.com 139516 MONRO INC TIRE CHOICE #1476 2110 S BELCHER RD LARGO FL 33771 (585) 647-6401 KYLE PETERSON kyle.peterson@monro.com 144045 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES N 1190 MISSOURI AVE LARGO FL 33770 (727) 218-1050 TIM MORAN tmoran@mavistire.com GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 901 NW 31ST AVE LAUDERHILL FL 33311 (954) 583-9499 Store Manager 119691 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #741 1183 N LECANTO HWY LECANTO FL 34461 (352) 474-5559 TIM MORAN tmoran@mavistire.com PEP BOYS #1419 1314 W MAIN ST LEESBURG FL 34748 (352) 787-2144 Store Manager PEP BOYS #1437 10209 HIGHWAY 441 LEESBURG FL 34788 (352) 314-6913 Store Manager PEP BOYS #1821 9816 US HIGHWAY 441 LEESBURG FL 34788 (352) 504-3671 Store Manager 146282 MONRO INC TIRE CHOICE #1598 3502 LEE BLVD LEHIGH ACRES FL 33971 (239) 533-0064 KYLE PETERSON kyle.peterson@monro.com 146722 MONRO INC TIRE CHOICE #1522 3310 LEE BLVD LEHIGH ACRES FL 33971 (239) 690-6441 KYLE PETERSON kyle.peterson@monro.com 134025 MONRO INC TIRE CHOICE #1253 16505 FISH HAWK BLVD LITHIA FL 33547 (813) 689-5454 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1435 100 S. HIGHWAY 17-92 LONGWOOD FL 32750 (407) 339-4611 Store Manager PEP BOYS #1687 22545 CATFISH LAKE ROAD LUTZ FL 33549 (813) 909-7175 Store Manager 134014 MONRO INC TIRE CHOICE #1264 18951 STATE ROAD 54 LUTZ FL 33558 (813) 751-0294 KYLE PETERSON kyle.peterson@monro.com 134660 MONRO INC THE TIRE CHOICE #1312 2189 N STATE ROAD 7 MARGATE FL 33063 (954) 366-1306 KYLE PETERSON kyle.peterson@monro.com MIKE GATTO INC 2965 BUSH DR MELBOURNE FL 32935 (321) 421-6600 sknockdown@aol.com MIKE GATTO INC 15 W HIBISCUS BLVD MELBOURNE FL 32901 (321) 727-3322 sknockdown@aol.com 134786 MONRO INC TIRE CHOICE #1302 453 N HARBOUR BLVD MELBOURNE FL 32935 (321) 751-3722 KYLE PETERSON kyle.peterson@monro.com 120106 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1751 7195 DOLINA COURT MELBOURNE FL 32940 (321) 259-8494 TIM MORAN tmoran@mavistire.com MIKE GATTO INC 855 N COURTENAY PKWY MERRIT ISLAND FL 32953 (321) 452-4747 sknockdown@aol.com PEP BOYS #1611 1090 N COURTENAY PKWY MERRITT ISLAND FL 32953 (321) 453-9583 Store Manager 135062 ADVENTURE TIRES 3 LLC 7930 NW 36TH STREET MIAMI FL 33166 (954) 385-8696 gerencia.corpotyre@gmail.com AUTOMOTIVE CARE OF DORAL 6485 NW 87TH AVE MIAMI FL 33178 (305) 477-1397 automotivecareofdoral@gmail.com GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 3045 NW 119TH ST MIAMI FL 33167 (305) 687-3400 Store Manager PAULS TIRE INC 7601 NW 66TH ST MIAMI FL 33166 (305) 592-0509 ianseaman@yahoo.com PEP BOYS #133 10200 BROAD CHANNEL RD MIAMI FL 33157 (305) 252-7311 Store Manager PEP BOYS #157 2301 S W 8TH ST MIAMI FL 33135 (305) 541-7200 Store Manager PEP BOYS #167 211 NW 82ND AVE MIAMI FL 33126 (305) 264-6355 Store Manager PEP BOYS #173 295 NE 167TH ST MIAMI FL 33162 (305) 655-3000 Store Manager PEP BOYS #369 10660 S W 40TH ST MIAMI FL 33165 (305) 220-8877 Store Manager TECH & TIRES CORP 8761 SW 40TH STREET MIAMI FL 33165 (305) 229-1820 techtires@live.com Page 4 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL 134661 MONRO INC TIRE CHOICE #1311 13150 SW 87TH AVENUE MIAMI FL 33176 (786) 842-3540 KYLE PETERSON kyle.peterson@monro.com 134662 MONRO INC TIRE CHOICE #1306 13790 SW 56TH STREET MIAMI FL 33175 (305) 382-3400 KYLE PETERSON kyle.peterson@monro.com 138700 MONRO INC TIRE CHOICE #1447 8291 BISCAYNE BLVD MIAMI FL 33138 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com 123573 BLACKWELL MIAMI INC BLACKWELL MIAMI 8250 N MIAMI AVE MIAMI FL 33150 (305) 603-9025 COOPER ALTIER admin@blackwellmiami.com BALADO NATIONAL TIRES INC 1633 NW 27TH AVE MIAMI FL 33125 (305) 635-9001 orlando@balado.com 906624 GOODYEAR AUTO SERVICE #6624 11530 SW 147TH AVE MIAMI FL 33173 (305) 385-9753 gsr6624@goodyear.com GOODYEAR AUTO SERVICE #6644 9001 S DIXIE HWY MIAMI FL 33156 (305) 667-7575 Store Manager TIRE HUB LLC #152 14350 NW 56TH CT UNIT 120 MIAMI FL 33054 (305) 681-4129 chris.cameron@tirehub.com 134664 MONRO INC TIRE CHOICE #1305 1850 ALTON ROAD MIAMI BEACH FL 33139 (305) 532-4807 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1631 1716 BLANDING BLVD.MIDDLEBURG FL 32068 (904) 406-4758 Store Manager 143553 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #820 2600 BLANDING BLVD MIDDLEBURG FL 32068 (904) 693-5198 TIM MORAN tmoran@mavistire.com 162208 U S VENTURE INC 695 COMMERCE BLVD MIDWAY FL 32343 (850) 224-8473 BRIAN DECKER bdecker@usautoforce.com PEP BOYS #1539 6611 CAROLINE ST MILTON FL 32570 (850) 623-4377 Store Manager EAGLE TIRE&SERVICE CENTER LLC 6425 HWY 90 W MILTON FL 32570 (850) 623-2236 jimmy@eagletiremilton.com GOODYEAR AUTO SERVICE #6661 2101 S HIATUS RD MIRAMAR FL 33025 (954) 450-4984 Store Manager GOODYEAR AUTO SERVICE #2248 12340 EMERALD COAST PARKWAY W MIRAMAR BEACH FL 32550 (850) 269-2522 Store Manager GOODYEAR COMMERCIAL TIRE & SVC CTR #104 1295 WEST I65 SERVICE RD N MOBILE AL 36618 (251) 471-2714 mdaniels@goodyear.com 120110 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1755 16750 US HWY 441 MT. DORA FL 32757 (352) 383-4994 TIM MORAN tmoran@mavistire.com 138045 MONRO INC TIRE CHOICE #1388 6867 N CHURCH AVE MULBERRY FL 33860 (863) 644-7700 KYLE PETERSON kyle.peterson@monro.com 120113 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1758 6597 N CHURCH ST MULBERRY FL 33860 (863) 425-5400 TIM MORAN tmoran@mavistire.com COLLIER AUTOMOTIVE GROUP 6220 COLLIER BLVD NAPLES FL 34114 (239) 793-7117 Hawkcapital@aol.com 134022 MONRO INC TIRE CHOICE #1256 13020 LINVINGTON ROAD NAPLES FL 34105 (239) 659-0700 KYLE PETERSON kyle.peterson@monro.com 134026 MONRO INC TIRE CHOICE #1252 2800 IMMOKALEE ROAD NAPLES FL 34110 (239) 594-0320 KYLE PETERSON kyle.peterson@monro.com 139304 MONRO INC TIRE CHOICE #1472 806 111TH AVENUE NORTH NAPLES FL 34108 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com 146276 MONRO INC TIRE CHOICE #1588 4020 GREEN BLVD NAPLES FL 34116 (239) 352-0001 KYLE PETERSON kyle.peterson@monro.com 146280 MONRO INC TIRE CHOICE #1586 996 CENTRAL AVENUE NAPLES FL 34102 (239) 263-8483 KYLE PETERSON kyle.peterson@monro.com 146281 MONRO INC TIRE CHOICE #1587 4740 RADIO ROAD NAPLES FL 34104 (239) 643-2230 KYLE PETERSON kyle.peterson@monro.com 146290 MONRO INC TIRE CHOICE #1591 6505 DUDLEY DRIVE NAPLES FL 34105 (239) 430-2777 KYLE PETERSON kyle.peterson@monro.com 120107 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1752 7445 VANDERBILT BEACH RD NAPLES FL 34119 (239) 304-2072 TIM MORAN tmoran@mavistire.com COLLIER TIRES & REPAIRS INC 3906 EXCHANGE AVE NAPLES FL 34104 (239) 643-7676 rkoert@yahoo.com GOODYEAR AUTO SERVICE #6652 14275 COLLIER BLVD NAPLES FL 34119 (239) 348-3537 Store Manager GOODYEAR AUTO SERVICE #2250 8460 NAVARRE PKWY NAVARRE FL 32566 (850) 936-1200 Store Manager CRYSTAL BEACH TIRE & AUTO INC 5038 US HWY 19 NEW PORT RICHEY FL 34652-3942 (727) 849-7516 GTC1945@tampabay.RR.com 134012 MONRO INC TIRE CHOICE #1266 4710 ROWAN ROAD NEW PORT RICHEY FL 34653 (727) 376-5493 KYLE PETERSON kyle.peterson@monro.com 145694 MONRO INC TIRE CHOICE #1521 10627 STATE ROAD 54 NEW PORT RICHEY FL 34655 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com 144037 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #806 5444 LITTLE RD NEW PORT RICHEY FL 34655-1199 (727) 753-0017 TIM MORAN tmoran@mavistire.com 138040 MONRO INC TIRE CHOICE #1393 1445 S DIXIE FWY NEW SMYRNA BEACH FL 32168 (386) 428-5784 KYLE PETERSON kyle.peterson@monro.com 120105 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1750 14145 W NEW BERRY RD STE 101 NEWBERRY FL 32669 (352) 332-0500 TIM MORAN tmoran@mavistire.com PEP BOYS #1535 796 JOHN SIMS PKWY NICEVILLE FL 32578 (850) 678-0887 Store Manager GOODYEAR AUTO SERVICE #2249 1056 JOHN SIMS PKWY NICEVILLE FL 32578 (850) 678-2522 Store Manager GOODYEAR AUTO SERVICE #2556 12850 WEST DIXIE HWY NORTH MIAMI FL 33161 (305) 891-4648 Store Manager GOODYEAR AUTO SERVICE #6654 532 N LAKE BLVD NORTH PALM BEACH FL 33408 (561) 848-2544 Store Manager HEARTLAND TIRE INC BUCK'S MASTER CAR CARE 12145 TAMIAMI TRL NORTH PORT FL 34287 (941) 426-3242 bmitchell@heartlandtireservice.com 134019 MONRO INC TIRE CHOICE #1259 4480 AIDAN LANE NORTH PORT FL 34287 (941) 426-1019 KYLE PETERSON kyle.peterson@monro.com 120503 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1773 14970 TAMIAMI TRAIL NORTH PORT FL 34287 (941) 423-3211 TIM MORAN tmoran@mavistire.com 134007 MONRO INC TIRE CHOICE #1271 1210 E COMMERCIAL BLVD OAKLAND PARK FL 33334 (954) 332-3064 KYLE PETERSON kyle.peterson@monro.com GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 1120 SW 12TH ST OCALA FL 34471 (352) 351-3360 Store Manager PARKER'S TIRE & AUTO SERVICE 3000 N PINE AVE OCALA FL 34475 (352) 320-0786 kevin@parkerstire.com PEP BOYS #1659 2170 NE 49TH COURT RD.OCALA FL 34470 (352) 624-8654 Store Manager PEP BOYS #1819 2425 NE SILVER SPRNGS BLVD OCALA FL 34470 (352) 368-3697 Store Manager PEP BOYS #598 2035 SW COLLEGE RD OCALA FL 34471 (352) 369-0303 Store Manager 146677 MONRO INC TIRE CHOICE #1599 4710 SW COLLEGE ROAD OCALA FL 34474 (352) 414-5589 KYLE PETERSON kyle.peterson@monro.com 131839 ADVANCED TIRE LLC 2418 E SILVER SPRINGS BLVD OCALA FL 34470 (352) 236-8825 JEFF GUINN jguinn@advancedtireservicefl.com 139447 ADVANCED TIRE LLC 2199 NW 10TH ST OCALA FL 34475 (352) 236-8825 JEFF GUINN jguinn@advancedtireservicefl.com PEP BOYS #1613 8805 WEST COLONIAL DR OCOEE FL 34761 (407) 293-8634 Store Manager PEP BOYS #1811 11460 W COLONIAL DRIVE OCOEE FL 34761 (407) 654-9847 Store Manager 120074 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1234 11203 W COLONIAL DRIVE OCOEE FL 34761 (407) 439-2815 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2424 16006 STATE RD 54 ODESSA FL 33556 (813) 926-8485 Store Manager TOTAL ROADSIDE SERVICES LLC 3176 HIGHWAY 710 EAST OKEECHOBEE FL 34974 (863) 634-6839 totalroadsideservice@hotmail.com LEONE TIRE & AUTO 3826 TAMPA RD OLDSMAR FL 34677 (813) 818-7669 Leonetire@gmail.com 146228 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 650 DOUGLAS RD E OLDSMAR FL 34677 (813) 815-6171 TIM MORAN tmoran@mavistire.com PEP BOYS #113 204 BLANDING BLVD ORANGE PARK FL 32073 (904) 276-7680 Store Manager 143555 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #821 706 PARK AVE ORANGE PARK FL 32073 (904) 693-5188 TIM MORAN tmoran@mavistire.com 143556 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #822 346 BLANDING BLVD ORANGE PARK FL 32073 (904) 693-5163 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2443 1615 WELLS ROAD ORANGE PARK FL 32073 (904) 269-9700 Store Manager Page 5 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL 3D TIRE COMPANY 538 W KENNEDY BLVD ORLANDO FL 32810 (407) 875-3399 3dtire@gmail.com GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 971 TAFT VINELAND RD ORLANDO FL 32824 (407) 855-1182 Store Manager PEP BOYS #125 7750 S ORANGE BLOSSOM TRL ORLANDO FL 32809 (407) 851-2626 Store Manager PEP BOYS #126 601 POWERS DR ORLANDO FL 32818 (407) 295-5553 Store Manager PEP BOYS #1496 4400 S. SEMORAN BLVD ORLANDO FL 32822 (407) 381-8537 Store Manager PEP BOYS #1520 5546 LB MCLEOD RD ORLANDO FL 32811 (407) 295-2658 Store Manager PEP BOYS #1522 420 WOODLAND LAKE DR ORLANDO FL 32828 (407) 207-1750 Store Manager PEP BOYS #1694 351 AVALON PARK S BLVD ORLANDO FL 32828 (407) 207-4588 Store Manager PEP BOYS #1812 3327 W COLONIAL DRIVE ORLANDO FL 32808 (407) 521-8111 Store Manager PEP BOYS #6588 4400 S SEMORAN BLVD ORLANDO FL 32822 (407) 776-0738 Store Manager 116893 MONRO INC TIRE CHOICE #1673 7412 HOFFNER AVENUE ORLANDO FL 32822 (407) 434-0768 KYLE PETERSON kyle.peterson@monro.com 143448 MONRO INC TIRE CHOICE #1505 255 E TOWN CENTER BLVD ORLANDO FL 32824 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com 146723 MONRO INC TIRE CHOICE #1524 333 W AVALON PARK BLVD ORLANDO FL 32828 (407) 318-2944 KYLE PETERSON kyle.peterson@monro.com 146724 MONRO INC TIRE CHOICE #1574 11861 CURRY FORD ROAD ORLANDO FL 32822 (407) 955-4564 KYLE PETERSON kyle.peterson@monro.com 147128 MONRO INC MCGEE COMMERCIAL TIRE #1654 1006 JETSTREAM DR ORLANDO FL 32824 (407) 888-4994 KYLE PETERSON kyle.peterson@monro.com 120075 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1235 1717 LEE ROAD ORLANDO FL 32810 (407) 641-4202 TIM MORAN tmoran@mavistire.com 120076 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1236 4698 S ORANGE AVENUE ORLANDO FL 32806 (407) 269-8762 TIM MORAN tmoran@mavistire.com 120077 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1237 11231 S ORANGE BLOSSOM ORLANDO FL 32837 (407) 915-3756 TIM MORAN tmoran@mavistire.com 120078 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1238 300 S ALAFAYA TRAIL ORLANDO FL 32828 (407) 966-2305 TIM MORAN tmoran@mavistire.com 120079 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1239 1000 CAR CARE DRIVE ORLANDO FL 32836 (407) 824-0976 TIM MORAN tmoran@mavistire.com 120080 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1240 14373 NARCOOSSEE ROAD ORLANDO FL 32832 (407) 707-8637 TIM MORAN tmoran@mavistire.com 120081 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE 11571 DARYL CARTER PKWY ORLANDO FL 32821 (321) 300-7553 TIM MORAN tmoran@mavistire.com 120095 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1255 14369 NARCOOSSEE RD ORLANDO FL 32832 (407) 985-2156 TIM MORAN tmoran@mavistire.com 120096 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1256 4111 NJOHN YOUNG PARKWAY ORLANDO FL 32804 (407) 295-3535 TIM MORAN tmoran@mavistire.com 120097 MAVIS TIRE EXPRESS SVCS CORP WELDON TIRE #778 333 THORPE ROAD ORLANDO FL 32824 (407) 816-8143 TIM MORAN tmoran@mavistire.com 122043 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1787 5645 METROWEST BLVD ORLANDO FL 32811 (407) 352-7824 TIM MORAN tmoran@mavistire.com 122502 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1798 7444 NARCOOSSEE RD ORLANDO FL 32822 (321) 235-6052 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2435 447 S GOLDENROD RD ORLANDO FL 32822 (407) 249-0037 Store Manager GOODYEAR AUTO SERVICE #2437 8265 S JOHN YOUNG PARKWAY ORLANDO FL 32819 (407) 354-4422 Store Manager GOODYEAR AUTO SERVICE #2456 601 N BUMBY AVE ORLANDO FL 32803 (407) 894-0511 Store Manager GOODYEAR AUTO SERVICE #2466 2575 W COLONIAL DR ORLANDO FL 32804 (407) 295-0732 Store Manager TIRE HUB LLC #107 450 GILLS DRIVE STE 100 ORLANDO FL 32824 (407) 277-9052 chris.cameron@tirehub.com PEP BOYS #1436 234 W. GRANADA BLVD ORMOND BEACH FL 32174 (386) 677-5037 Store Manager PEP BOYS #1061 2994 ALAFAYA TRAIL OVIEDO FL 32765 (407) 326-5000 Store Manager PEP BOYS #1516 907 SOUTH LAKE JESSUP AVE OVIEDO FL 32765 (407) 366-0202 Store Manager 146725 MONRO INC TIRE CHOICE #1571 318 W MITCHELL HAMMOCK ROAD OVIEDO FL 32765 (321) 222-3856 KYLE PETERSON kyle.peterson@monro.com 120090 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1250 1330 ALAFAYA TRAIL OVIEDO FL 32765 (407) 502-4721 TIM MORAN tmoran@mavistire.com 122504 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1802 385 W MITCHELL HAMMOCK RD OVIEDO FL 32765 (407) 977-7595 TIM MORAN tmoran@mavistire.com 120093 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1253 4243 E COUNTY ROAD 466 OXFORD FL 34484 (352) 571-2256 TIM MORAN tmoran@mavistire.com PEP BOYS #1541 4128 HWY. 90 PACE FL 32571 (850) 994-0777 Store Manager ST JOHN SUPER SERVICE CENTER 608 REID ST PALATKA FL 32177 (386) 328-9231 stjohnsservice@cs.com MIKE GATTO INC 1103 MALABAR RD PALM BAY FL 32907 (321) 953-6008 sknockdown@aol.com PEP BOYS #1610 2035 PALM BAY ROAD NE PALM BAY FL 32905 (321) 723-0280 Store Manager PEP BOYS #285 3169 NORTHLAKE BLVD PALM BEACH GARDENS FL 33403 (561) 881-8744 Store Manager 136206 CERTIFIED TIRE & SERVICE LLC 995 SW MARTIN DOWNS BLVD PALM CITY FL 34990 (772) 324-9145 goodyearpalmcity@yahoo.com A K TIRES LLC 5814 E HWY 100 PALM COAST FL 32164 (386) 437-0888 shawn@aktires.com 120108 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1753 1430 PALM COAST PKWYNW PALM COAST FL 32137 (386) 597-4788 TIM MORAN tmoran@mavistire.com PEP BOYS #1804 35061 US HWY 19 NORTH PALM HARBOR FL 34684 (727) 771-6216 Store Manager 134011 MONRO INC TIRE CHOICE #1267 30780 US 19 N PALM HARBOR FL 34684 (727) 437-4700 KYLE PETERSON kyle.peterson@monro.com 146229 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #800 601 ALT 19 NORTH PALM HARBOR FL 34683 (727) 491-8489 TIM MORAN tmoran@mavistire.com 902431 GOODYEAR AUTO SERVICE #2431 2910 PALM HARBOR BLVD PALM HARBOR FL 34683 (727) 787-1007 gsr2431@goodyear.com ALFORD & ALFORD PDL LLC 180 NORTH TYNDALL PARKWAY PANAMA CITY FL 32404 (850) 763-7339 alfordtirecenter@gmail.com PEP BOYS #122 821 W 23RD ST PANAMA CITY FL 32405 (850) 872-8884 Store Manager PEP BOYS #1528 712 W 23RD ST PANAMA CITY FL 32405 (850) 763-7936 Store Manager GOODYEAR AUTO SERVICE #2227 1001 W 15TH ST PANAMA CITY FL 32401 (850) 763-4651 Store Manager PEP BOYS #1529 8113 FRONT BEACH RD PANAMA CITY BEACH FL 32407 (850) 236-7585 Store Manager 122088 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #2017 8268 US 301 N PARRISH FL 34219 (941) 532-1002 TIM MORAN tmoran@mavistire.com FAMILY TIRE DIST INC 12606 PINES BLVD PEMBROKE PINES FL 33027 (954) 435-0703 familytire@familytiredistributors.com 906623 GOODYEAR AUTO SERVICE #6623 300 NW 172ND AVE PEMBROKE PINES FL 33029 (954) 436-3661 gsr6623@goodyear.com GOODYEAR AUTO SERVICE #6663 8301 PINES BLVD PEMBROKE PINES FL 33024 (954) 435-1383 Store Manager ACD HOLDINGS INC 470 E NINE MILE RD PENSACOLA FL 32514 (850) 477-5044 coltssafety42@yahoo.com PEP BOYS #142 4700 MOBILE HWY PENSACOLA FL 32506 (850) 457-1907 Store Manager PEP BOYS #1536 317 E NINE MILE RD PENSACOLA FL 32514 (850) 476-6530 Store Manager PEP BOYS #1537 549 NEW WARRINGTON RD PENSACOLA FL 32506 (850) 455-1305 Store Manager PEP BOYS #1538 300 E CERVANTES ST PENSACOLA FL 32501 (850) 433-5471 Store Manager Page 6 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL PEP BOYS #1542 1560 W FAIRFIELD DR PENSACOLA FL 32501 (850) 432-7791 Store Manager PEP BOYS #1545 6389 NORTH 9TH AVE PENSACOLA FL 32504 (850) 477-0330 Store Manager PEP BOYS #82 6340 N DAVIS HWY PENSACOLA FL 32504 (850) 484-0605 Store Manager VANNOYS TIRES INC 2252 W MICHIGAN AVE PENSACOLA FL 32526-2379 (850) 477-0209 jeff@vannoys.gccoxmail.com VANNOYS TIRES INC 126 E NINE MILE RD PENSACOLA FL 32534 (850) 476-2507 jeff@vannoys.gccoxmail.com VANNOYS TIRES INC 6113 N NINTH AVE PENSACOLA FL 32504 (850) 477-0209 jeff@vannoys.gccoxmail.com VANNOYS TIRES INC 1249 N NEW WARRINGTON RD PENSACOLA FL 32506 (850) 455-5492 jeff@vannoys.gccoxmail.com VANNOYS TIRES LLC 3199 W NINE MILE RD PENSACOLA FL 32534 (850) 435-4555 jeff@vannoys.gccoxmail.com CRIBBS & SONS INC 1005 S JEFFERSON STREET PERRY FL 32348 (850) 584-3883 revroper@hotmail.com PEP BOYS #1649 6492 PARK BLVD.PINELLAS PARK FL 33781 (727) 541-6154 Store Manager PEP BOYS #1807 6790 US HWY 19 N PINELLAS PARK FL 33781 (727) 522-5188 Store Manager 138239 MONRO INC TIRE CHOICE #1374 7511 49TH STREET N PINELLAS PARK FL 33781 (727) 548-0779 KYLE PETERSON kyle.peterson@monro.com 138042 MONRO INC TIRE CHOICE #1391 2102 JAMES L REDMAN PKWY PLANT CITY FL 33563 (813) 754-8473 KYLE PETERSON kyle.peterson@monro.com 144042 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 2103 JAMES L REDMAN PARKWAY PLANT CITY FL 33563-0000 (813) 756-2483 TIM MORAN tmoran@mavistire.com PEP BOYS #376 12251 W SUNRISE BLVD PLANTATION FL 33323 (954) 916-9100 Store Manager 147064 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 1401 S UNIVERSITY DR PLANTATION FL 33324 (754) 231-4806 TIM MORAN tmoran@mavistire.com ONIK & ARMEN INC 440 E COPENS RD POMPANO BEACH FL 33064 (954) 785-5493 gianttireauto@yahoo.com PEP BOYS #165 240 COPANS RD POMPANO BEACH FL 33064 (954) 784-7676 Store Manager TIRE HUB LLC #105 2939 NW 27TH AVE BLDG 2901 POMPANO BEACH FL 33069 (954) 977-8141 chris.cameron@tirehub.com 116892 MONRO INC TIRE CHOICE #1672 19100 VETERANS BLVD PORT CHARLOTTE FL 33948 (941) 315-5091 KYLE PETERSON kyle.peterson@monro.com 120936 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO#1786 2572 TAMIAMI TRAIL PORT CHARLOTTE FL 33952 (941) 764-9815 TIM MORAN tmoran@mavistire.com J A TIRE & SERVICE INC 5120 S CLYDE MORRIS BLVD PORT ORANGE FL 32127 (386) 761-0010 goodyearportorange@yahoo.com 122097 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE&AUTO#1795 4831 CLYDE MORRIS BLVD PORT ORANGE FL 32129 (386) 756-8889 TIM MORAN tmoran@mavistire.com TOTAL TIRE & SERVICE 5120 S CLYDE MORRIS BLVD PORT ORANGE FL 32127 (386) 761-0010 goodyearportorange@yahoo.com PEP BOYS #1822 9208 US HWY 19 N PORT RICHEY FL 34668 (727) 619-4854 Store Manager GEORGE'S WHSLE TIRE PASCO INC 8230 US HIGHWAY 19 PORT RICHEY FL 34668 (727) 817-0905 shawnam@gwtires.com BAYSHORE TIRE&AUTO SVC CTR LLC 1820 SW BAYSHORE BLVD PORT SAINT LUCIE FL 34984 (772) 871-1111 ronnyhanna@yahoo.com 134015 MONRO INC TIRE CHOICE #1263 250 NW CASHMERE BLVD PORT SAINT LUCIE FL 34986 (772) 408-1950 KYLE PETERSON kyle.peterson@monro.com 134020 MONRO INC TIRE CHOICE #1258 2010 SW BAYSHORE BLVD PORT SAINT LUCIE FL 34984 (772) 408-1251 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #2521 10475 SO FEDERAL HWY PORT SAINT LUCIE FL 34952 (772) 398-9052 Store Manager GOODYEAR AUTO SERVICE #6673 3225 S TAMIAMI TRAIL PUNTA GORDA FL 33950 (941) 639-1186 Store Manager PEP BOYS #1632 10119 MCMULLEN ROAD RIVERVIEW FL 33569 (813) 677-0950 Store Manager 134006 MONRO INC TIRE CHOICE #1272 10742 BIG BEND ROAD RIVERVIEW FL 33579 (813) 549-1813 KYLE PETERSON kyle.peterson@monro.com 138006 MONRO INC TIRE CHOICE #1394 7015 US HIGHWAY 301 S RIVERVIEW FL 33578 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com 122505 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1804 10209 BIG BEND ROAD RIVERVIEW FL 33578 (813) 672-2030 TIM MORAN tmoran@mavistire.com 144044 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #813 13110 US HIGHWAY 301 RIVERVIEW FL 33578 (813) 533-5096 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2438 13360 SOUTH US HWY 301 RIVERVIEW FL 33578 (813) 677-1794 Store Manager 134666 MONRO INC TIRE CHOICE #1309 1213-1 STATE ROAD 7 ROYAL PALM BEACH FL 33411 (561) 784-7811 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #6668 11451 SOUTHERN BLVD ROYAL PALM BEACH FL 33411 (561) 793-1115 Store Manager RAYS TIRE & SERVICE CENTER INC 2330 DOBBS RD SAINT AUGUSTINE FL 32086 (904) 810-5889 raystire@aol.com GOODYEAR AUTO SERVICE #2449 512 W GEOFFREY ST SAINT AUGUSTINE FL 32086 (904) 825-1229 Store Manager RAYS TIRE & SERVICE CENTER INC 1375 US HWY 1 SOUTH SAINT AUGUSTINE FL 32084 (904) 829-6418 info@Raystire.net PEP BOYS #1519 4561 13TH STREET SAINT CLOUD FL 34769 (407) 891-3661 Store Manager 120086 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1246 4550 13TH STREET SAINT CLOUD FL 34769 (407) 809-3105 TIM MORAN tmoran@mavistire.com BOB LEES INC 1631 4TH ST N SAINT PETERSBURG FL 33704-4399 (727) 822-3981 tmurrian@gmail.com 138011 MONRO INC TIRE CHOICE #1363 445 99TH AVE N SAINT PETERSBURG FL 33702 (727) 217-0020 KYLE PETERSON kyle.peterson@monro.com 138241 MONRO INC TIRE CHOICE #1371 456 DR MLK ST N SAINT PETERSBURG FL 33705 (727) 898-8818 KYLE PETERSON kyle.peterson@monro.com 122815 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES&BRAKES #2014 4900 34TH ST S SAINT PETERSBURG FL 33711 TIM MORAN tmoran@mavistire.com 144034 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #803 2701 TYRONE BLVD N SAINT PETERSBURG FL 33710-3037 (727) 347-7223 TIM MORAN tmoran@mavistire.com 144047 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #816 4001 4TH ST N SAINT PETERSBURG FL 33703 (727) 400-3094 TIM MORAN tmoran@mavistire.com D.G. WILLIAMS 1215 S FRENCH AVE SANFORD FL 32771 (407) 330-3588 dwilli6573@aol.com PEP BOYS #1416 555 W FIRST STREET SANFORD FL 32771 (407) 322-2821 Store Manager PEP BOYS #1521 4170 WEST STATE ROAD 46 SANFORD FL 32771 (407) 322-9896 Store Manager PEP BOYS #1817 4231 N HWY 17-92 SANFORD FL 32773 (407) 321-0339 Store Manager 120091 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1251 4151 W 1ST STREET SANFORD FL 32771 (407) 269-8167 TIM MORAN tmoran@mavistire.com PEP BOYS #1809 4427 BEE RIDGE RD SARASOTA FL 34233 (941) 371-1377 Store Manager PEP BOYS #6619 1324 N WASHINGTON BLVD SARASOTA FL 34236 (941) 330-2675 Store Manager 134013 MONRO INC TIRE CHOICE #1265 5837 DEREK AVENUE SARASOTA FL 34238 (941) 343-4502 KYLE PETERSON kyle.peterson@monro.com 120502 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1774 5050 FRUITVILLE RD SARASOTA FL 34232 (941) 343-9487 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2451 3481 CATTLEMAN BLVD SARASOTA FL 34232 (941) 377-8775 Store Manager 902453 GOODYEAR AUTO SERVICE #2453 401 N LEMON AVE SARASOTA FL 34236 (941) 365-5060 gsr2453@goodyear.com GOODYEAR AUTO SERVICE #2574 5785 BENEVA RD SARASOTA FL 34233 (941) 923-3364 Store Manager 906622 GOODYEAR AUTO SERVICE #6622 4699 SW VOLUNTEER RD SOUTHWEST RANCHES FL 33330 (954) 434-2370 gsr6622@goodyear.com PEP BOYS #1703 14414 SPRING HILL DRIVE SPRING HILL FL 34609 (352) 544-8273 Store Manager 117452 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #387 119 MARINER BLVD SPRING HILL FL 34609-5625 (352) 587-5660 TIM MORAN tmoran@mavistire.com Page 7 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL 120109 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1754 1280 COMMERCIAL WAY SPRING HILL FL 34606 (352) 600-7971 TIM MORAN tmoran@mavistire.com BOBBYS AUTO REPAIR & BODY LLC 15136 COUNTY LINE RD SPRING HILL FL 34610 (727) 857-4430 bobbysautorepairllc@gmail.com 902484 GOODYEAR AUTO SERVICE #2484 11021 NORTHCLIFFE BLVD. SPRING HILL FL 34608 (352) 398-1960 gsr2484@goodyear.com PEP BOYS #6630 1605 COUNTY ROAD 210 ST AUGUSTINE FL 32095 (904) 429-9575 Store Manager 134021 MONRO INC TIRE CHOICE #1257 4295 SE FEDERAL HWY BLD B STUART FL 34997 (772) 320-0960 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #6657 1955 SE FEDERAL HWY STUART FL 34994 (772) 286-8550 Store Manager 120331 MONRO INC TIRE CHOICE #1756 14650 US HWY 441 SUMMERFIELD FL 34491 (352) 240-1163 KYLE PETERSON kyle.peterson@monro.com 120111 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1756 16676 US HIGHWAY 441 SUMMERFIELD FL 34491 (352) 693-2245 TIM MORAN tmoran@mavistire.com PEP BOYS #6537 4397 N PINE ISLAND RD SUNRISE FL 33351 (954) 741-3111 Store Manager 147065 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 1751 NW 136TH AVE SUNRISE FL 33323 (754) 837-8994 TIM MORAN tmoran@mavistire.com BLICKENDERFER ENTERPRISES INC 3206 APALACHEE PKWY TALLAHASSEE FL 32311 (850) 656-8473 blick111@gmail.com NEECE TIRE & AUTO SERVICE INC 4792 BLOUNTSTOWN HWY TALLAHASSEE FL 32304 (850) 574-4100 neroband@hotmail.com PEP BOYS #123 2353 APALACHEE PARKWAY TALLAHASSEE FL 32301 (850) 656-9000 Store Manager PEP BOYS #1523 2525 NORTH MONROE ST TALLAHASSEE FL 32303 (850) 385-5323 Store Manager PEP BOYS #1524 1425 WEST TENNESSEE ST TALLAHASSEE FL 32304 (850) 224-0095 Store Manager PEP BOYS #1525 2237 CAPITAL CIRCLE NE TALLAHASSEE FL 32308 (850) 385-4377 Store Manager PEP BOYS #1526 2984 APALACHEE PKWY TALLAHASSEE FL 32301 (850) 656-1024 Store Manager 138049 MONRO INC TIRE CHOICE #1384 2400 CAPITAL CIRCLE NE TALLAHASSEE FL 32308 (850) 386-8473 KYLE PETERSON kyle.peterson@monro.com 143551 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 2715 N MONROE ST TALLAHASSEE FL 32303 (850) 422-2022 TIM MORAN tmoran@mavistire.com 143552 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 2400 MILL CREEK LN TALLAHASSEE FL 32308 (850) 553-9660 TIM MORAN tmoran@mavistire.com 144046 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 3335 BEECH RIDE CT TALLAHASSEE FL 32312 (850) 688-1196 TIM MORAN tmoran@mavistire.com 145799 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 205 NORTH MAGNOLIA DR TALLAHASSEE FL 32301 (850) 325-0971 TIM MORAN tmoran@mavistire.com TIRE TOWN EAST 3206 APALACHEE PKWY TALLAHASSEE FL 32311 (850) 656-8473 blick111@gmail.com PEP BOYS #382 7305 W COMMERCIAL BLVD TAMARAC FL 33319 (954) 726-8677 Store Manager 134029 MONRO INC TIRE CHOICE #1246 7011 NW 88TH AVENUE TAMARAC FL 33321 (954) 721-9811 KYLE PETERSON kyle.peterson@monro.com 134445 MONRO INC TIRE CHOICE #1292 6852 N UNIVERSITY DRIVE TAMARAC FL 33321 (954) 721-4700 KYLE PETERSON kyle.peterson@monro.com GOODYEAR COMMERCIAL TIRE & SERVICE CENTER 1325 MASSARO BLVD TAMPA FL 33619 (813) 621-5891 Store Manager MCGEE TRUCK TIRE CENTER 6204 E. HILLSBOROUGH AVENUE TAMPA FL 33610 (813) 623-5600 Store Manager PEP BOYS #124 3933 W HILLSBOROUGH AVE TAMPA FL 33614 (813) 884-1577 Store Manager PEP BOYS #136 10124 N FLORIDA AVE TAMPA FL 33612 (813) 933-2424 Store Manager PEP BOYS #143 15625 N DALE MABRY HWY TAMPA FL 33618 (813) 963-5545 Store Manager PEP BOYS #1459 7302 W. HILLSBOROUGH AVE TAMPA FL 33634 (813) 884-1890 Store Manager PEP BOYS #1620 6022 GUNN HWY TAMPA FL 33625 (813) 961-0361 Store Manager PEP BOYS #1802 7655 W HILLSBOROUGH AVE TAMPA FL 33615 (813) 249-7736 Store Manager PEP BOYS #1810 2304 E BEARSS AVE TAMPA FL 33613 (813) 866-8790 Store Manager PEP BOYS #1823 8705 NORTH DALE MABRY TAMPA FL 33614 (813) 336-3330 Store Manager 134004 MONRO INC TIRE CHOICE #1274 12705 N DALE MABRY HIGHWAY TAMPA FL 33618 (813) 549-8968 KYLE PETERSON kyle.peterson@monro.com 134009 MONRO INC TIRE CHOICE #1269 3603 S DALE MABRY HWY TAMPA FL 33629 (813) 574-0940 KYLE PETERSON kyle.peterson@monro.com 134023 MONRO INC TIRE CHOICE #1255 20687 BRUCE B DOWNS BLVD TAMPA FL 33647 (813) 907-2599 KYLE PETERSON kyle.peterson@monro.com 134035 MONRO INC TIRE CHOICE #1248 13006 RACE TRACK RD TAMPA FL 33626 (813) 341-2100 KYLE PETERSON kyle.peterson@monro.com 138046 MONRO INC TIRE CHOICE #1387 4224 GUNN HWY TAMPA FL 33618 (813) 968-2657 KYLE PETERSON kyle.peterson@monro.com 138048 MONRO INC TIRE CHOICE #1385 601 N MORGAN ST TAMPA FL 33602 (813) 273-0988 KYLE PETERSON kyle.peterson@monro.com 138051 MONRO INC TIRE CHOICE #1382 8490 SHELDON RD TAMPA FL 33615 (813) 888-5388 KYLE PETERSON kyle.peterson@monro.com 138247 MONRO INC MCGEE AUTO SVC & TIRES #1366 6204 E HILLSBOROUGH AVE TAMPA FL 33610 (813) 623-5600 KYLE PETERSON kyle.peterson@monro.com 120933 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1783 1130 EAST FLETCHER AVE TAMPA FL 33612 (813) 980-0792 TIM MORAN tmoran@mavistire.com 144035 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES 17325 DONA MICHELLE DR TAMPA FL 33647-3213 (813) 558-0882 TIM MORAN tmoran@mavistire.com 144036 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #805 5660 W WATERS AVE TAMPA FL 33634-1213 (813) 806-5765 TIM MORAN tmoran@mavistire.com 147053 MAVIS TIRE EXPRESS SVCS CORP MAVIS DISCOUNT TIRE DC #723 6422 HARNEY ROAD TAMPA FL 33610 (813) 553-6225 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2428 3813 S DALE MABRY HWY TAMPA FL 33611 (813) 831-1891 Store Manager TIRE HUB LLC #103 4942 JOANNE KEARNEY RD TAMPA FL 33619 (813) 621-3103 chris.cameron@tirehub.com 120934 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1784 40200 US HWY 19 N TARPON SPRINGS FL 34689 (727) 943-9939 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2430 904 E TARPON AVE TARPON SPRINGS FL 34689 (727) 937-4179 Store Manager LAKE TIRE & AUTO INC 812 W BURLEIGH BLVD TAVARES FL 32778 (352) 343-0041 lktire@comcast.net 138041 MONRO INC TIRE CHOICE #1392 9240 N 56TH ST TEMPLE TERRACE FL 33617 (813) 988-4191 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1698 8697 SE 165TH MULBERRY LANE THE VILLAGES FL 32162 (352) 205-7746 Store Manager 134003 MONRO INC TIRE CHOICE #1275 280 COLONY BLVD THE VILLAGES FL 32162 (352) 430-0043 KYLE PETERSON kyle.peterson@monro.com 134008 MONRO INC TIRE CHOICE #1270 45 LAGRANDE BLVD THE VILLAGES FL 32159 (352) 391-6488 KYLE PETERSON kyle.peterson@monro.com 134018 MONRO INC TIRE CHOICE #1260 3949 WEDGEWOOD LANE THE VILLAGES FL 32162 (352) 391-1001 KYLE PETERSON kyle.peterson@monro.com PEP BOYS #1641 3100 CHENEY HWY TITUSVILLE FL 32780 (321) 268-1534 Store Manager PEP BOYS #1518 10306 E COLONIAL DR UNION PARK FL 32817 (407) 282-3155 Store Manager NE-RO TIRE & BRAKE SVC INC 2311 S PATTERSON ST VALDOSTA GA 31601 (229) 244-8353 neroband@hotmail.com LOVE'S TIRE & SERVICE CENTER 1701 HIGHWAY 60 EAST VALRICO FL 33594 (813) 661-3955 evol6362@aol.com 138055 MONRO INC TIRE CHOICE #1378 3523 BELL SHOALS RD VALRICO FL 33594 (813) 651-9585 KYLE PETERSON kyle.peterson@monro.com 138057 MONRO INC TIRE CHOICE #1377 2514 EAST STATE ROAD 60 VALRICO FL 33594 (813) 685-6344 KYLE PETERSON kyle.peterson@monro.com PIT STOP AUTO REPAIR SHOPS INC 1841 TAMIAMI TRAIL S VENICE FL 34293 (941) 497-2000 ronaldjperry@comcast.net Page 8 NONSIG DEALER NAME DBA ADDRESS CITY STATE ZIP PHONE CONTACT NAME CONTACT EMAIL 134010 MONRO INC TIRE CHOICE #1268 4060 S TAMIAMI TRAIL VENICE FL 34293 (941) 441-2504 KYLE PETERSON kyle.peterson@monro.com 138047 MONRO INC TIRE CHOICE #1386 1908 TAMIAMI TRAIL S VENICE FL 34293 (941) 408-1717 KYLE PETERSON kyle.peterson@monro.com 120935 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1785 2371 S. TAMIAMI TRAIL VENICE FL 34293 (941) 493-8887 TIM MORAN tmoran@mavistire.com 906626 GOODYEAR AUTO SERVICE #6626 1920 58TH AVE VERO BEACH FL 32966 (772) 562-4654 gsr6626@goodyear.com GOODYEAR AUTO SERVICE #6658 755 21ST ST VERO BEACH FL 32960 (772) 567-1174 Store Manager MIKE GATTO INC 7205 DOLINA COURT VIERA FL 32940 (321) 308-2468 sknockdown@aol.com 122175 MAVIS TIRE EXPRESS SVCS CORP TUFFY TIRE & AUTO #1796 27303 WESLEY CHAPEL BLVD WESLEY CHAPEL FL 33544-4287 (813) 907-5200 TIM MORAN tmoran@mavistire.com 902446 GOODYEAR AUTO SERVICE #2446 27342 WESLEY CHAPEL BLVD WESLEY CHAPEL FL 33544 (813) 991-1090 gsr2446@goodyear.com MARTINO COMMERCIAL TIRE LLC 751 S CONGRESS AVE WEST PALM BEACH FL 33406 (561) 683-0535 walmsley@live.ca PEP BOYS #370 800 N MILITARY TRAIL WEST PALM BEACH FL 33415 (561) 686-3004 Store Manager 134030 MONRO INC TIRE CHOICE #1245 7800 W OKEECHOBEE BLVD WEST PALM BEACH FL 33411 (561) 640-7890 KYLE PETERSON kyle.peterson@monro.com 134031 MONRO INC TIRE CHOICE #1244 1118 N DIXIE HIGHWAY WEST PALM BEACH FL 33401 (561) 659-1066 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #6649 515 S DIXIE HWY WEST PALM BEACH FL 33401 (561) 832-4181 Store Manager NKE TRADING AUTOPARTS CORP 15740 STATE RD 84 WESTON FL 33326 (954) 384-8473 westonauto@att.net 120094 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1254 5167 SUNDANCE TRAIL WILDWOOD FL 34785 (352) 571-2441 TIM MORAN tmoran@mavistire.com 119690 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #508 4961 STATE ROAD 674 WIMAUMA FL 33598 (813) 736-0265 TIM MORAN tmoran@mavistire.com 120082 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1242 11685 SVL PRK DR WINDERMERE FL 34786 (407) 392-9168 TIM MORAN tmoran@mavistire.com US TIRE IMPORTS INC 12475 W COLONIAL DRIVE WINTER GARDEN FL 34787 (407) 614-8344 accounts@ustireimports.com 120083 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1243 5185 HAMLIN GRVS WINTER GARDEN FL 34787 (407) 347-3239 TIM MORAN tmoran@mavistire.com PEP BOYS #1686 5694 SE CYPRESS GARDENS BLVD WINTER HAVEN FL 33884 (863) 324-1824 Store Manager 138053 MONRO INC TIRE CHOICE #1380 1803 3RD STREET SW WINTER HAVEN FL 33880 (863) 401-8473 KYLE PETERSON kyle.peterson@monro.com 138120 MONRO INC TIRE CHOICE #1398 6975 CYPRESS GARDEN BLVD WINTER HAVEN FL 33884 (585) 647-6400 KYLE PETERSON kyle.peterson@monro.com GOODYEAR AUTO SERVICE #2442 6975 CYPRESS GARDENS BLVD WINTER HAVEN FL 33884 (863) 875-1760 Store Manager 120084 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1244 1070 W FAIRBANKSAV WINTER PARK FL 32789 (407) 269-8143 TIM MORAN tmoran@mavistire.com 120092 MAVIS TIRE EXPRESS SVCS CORP ACTION GATOR TIRE #1252 2040 FL-436 WINTER PARK FL 32792 (407) 543-0366 TIM MORAN tmoran@mavistire.com GOODYEAR AUTO SERVICE #2523 5535 RED BUG LAKE RD WINTER SPRINGS FL 32708 (407) 699-5141 Store Manager FIRST CHOICE CAR CARE INC 463670 SR 200 YULEE FL 32097 (904) 225-2775 mwburdett@gmail.com 116956 MAVIS TIRE EXPRESS SVCS CORP MAVIS TIRES & BRAKES #297 463697 STATE RD 200 YULEE FL 32097 (904) 441-0754 TIM MORAN tmoran@mavistire.com 146685 PURE AUTO CENTERS LLC 463140 SR 200 YULEE FL 32097 (904) 463-8907 vett3030@yahoo.com Page 9 Iowa Department of Administrative Services Contracts Declaration & Execution Page Title of COntract: I Bid Proposal Number I Contract Number lires, Tubes and Services -NASPO ValuePoint RFP1118005083 19101 This Agreement is entered into between the State of Iowa (by and through Its agency, the Department of Administrative Services) and the Contractor named below: State Agency's Name: Iowa Department of Administrative Services -Central Procurement Bureau Contractor's Name: The Goodyear Tire & Rubber Company Contract to Begin: I Date of Expiration: I Annual Extensions: April 1, 2019 Ma.rch 31, 2024 None The parties agree to comply with the tenns and conditions and attachments which are by this reference made a part of the Agreement: Section 1-Terms & Conditions ...................................................................................................... -................. Page 2 Section 2 -Scope of Work ....................................... -..................... -.................................................................. Page 26 Section 3 -Pricing ................................................................................................................................................ Page 33 Section 4 -Contacts ............................................................................................................................................ Page 36 IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto Contractor: Goodyear Tlre.& Rubber Company Address 200 Innovation Way, Akron, OH 44316 State of Iowa: Department of Administrative Services -Central Procurement Bureau Printed Name and Title of Person Sig Allen Meyer, COO Address 1305 E. Walnut Street, Hoover Building, Floor 3, Des Moines, IA 50319 DateSlg7 d II o~ THE GOODYEAR TIRE & RUBBER COMPANY Government Sales Channel CITY OF CLEARWATER, FLORIDA 03/13/2024 To whom it may concern This letter shall serve as notification that The Goodyear Tire & Rubber Company is currently routing a contract amendment to extend the current State of Florida contract through June 30, 2024, to align with the attached fully executed extension already signed between Goodyear and NASPO. Sincerely Kenny Miller Government Sales Contract Manager The Goodyear Tire & Rubber Company 200 Innovation Way #6461, Akron, OH 44316-0001 Phone: 330.796.4352 kenneth_miller@goodyear.com AMENDMENT No. 3 TO CONTRACT 19101 FOR TIRES, TUBES, and SERVICES This Amendment No. 3 (this “Amendment”) to the Contract Number 19101 dated April 1, 2019, is made and entered into as of February 9, 2024 (“Effective Date”), by and between Goodyear Tire & Rubber Company (“Contractor”), and the Iowa Department of Administrative Services (the “Lead State”). NOW, THEREFORE, the parties herein acknowledge and agree as follows: 1.The Contract is extended for an additional term commencing upon the expiration of the original term and shall now expire June 30, 2024. 2.Except as set forth in this Amendment No. 3, the Contract shall remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties have caused this Amendment No. 3 to be executed by their respective duly authorized representatives as of the date set forth above. GOODYEAR TIRE & RUBBER COMPANY IOWA DEPARTMENT OF ADMINISTRATIVE SERVICES By: By: Name: Name: Title: Title: Dated: _ Dated: Brian Dougherty Channel Manager 2/9/2024 Karl Wendt Procurement Manager February 9, 2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0317 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Award Invitation to Bid 03-24, Surplus of Clearwater Gas System Propane Customer and Assets, approve an Assets Purchase Agreement with Suburban Propane, L.P. of Whippany, New Jersey, in the amount of $4,250,000, and authorize the appropriate officials to execute same. SUMMARY: Clearwater Gas System (CGS) has operated a Propane business for over 30 years, separate from our natural gas distribution utility. CGS serves approximately 2,000 residential and commercial propane customers, with annual sales of approximately 430,000 gallons. Over the past several years the propane business has not grown its customer base and has consistently stayed around 2,000 customers. In addition, propane as a stand-alone business has not returned a profit. As a result, CGS Management asked Council for approval to move forward with a potential sale of the propane system at the February 16, 2023 council meeting. CGS then hired a third party consultant to determine the total value of the propane system. The business valuation came in at $2.4 million. Subsequently, city procurement issued invitation to Bid #03-24, for the sale of the propane system. Bids were received in November 2023 and Suburban Propane came in as the highest most responsive bidder at a total sale price of $4.25 million, which is $1.85 million higher than the valuation price. The Assets Purchase Agreement (APA) sets a “Closing Date” to occur no later than April 12, 2024. This closing date serves as the official day Suburban Propane takes ownership of CGS’s propane customers, equipment and all assets listed in Schedule A of the APA. APPROPRIATION CODE AND AMOUNT: Funds will be deposited into Account 423-364412 (Surplus Machinery and Equipment) STRATEGIC PRIORITY: High Performing Government (1.5) - Selling off Propane business results in more focus on our natural gas distribution operations and increased profitability of the utility with the opportunity to lower gas rates to customers. Environmental Stewardship (4.1) - The City is divesting its ownership in propane fuels, which is a higher emitting carbon fuel compared to natural gas. Superior Public Service (5.3) - Clearwater Gas System (CGS) collaborated with City Administration and determined that selling off Propane was in the best interest of the City. Page 1 City of Clearwater Printed on 3/15/2024 ASSETS PURCHASE AGREEMENT THIS AGREEMENT is made as of this _____ day of March, 2024 (“Effective Date”), and shall set forth the terms of the sale by CITY OF CLEARWATER, a municipal corporation, d/b/a CLEARWATER GAS SYSTEM, with a principal place of business located at 100 S Myrtle Avenue, 3rd Fl, Clearwater, Florida 33756 (“Seller”), and of the purchase by SUBURBAN PROPANE, L.P. with its principal place of business at 240 Route 10 West, Whippany, New Jersey 07981 (“Buyer”), of the herein described Assets of Seller's Liquefied Petroleum Gas Business. NOW THEREFORE, in consideration of the mutual covenants and agreements contained herein and for other good and valuable consideration, the receipt of which is hereby acknowledged, the parties, intending to be legally bound, agree as follows: 1. The following definitions shall be applicable throughout this Agreement: (a) “Active Customers” shall mean those customers of Seller's LP-Gas Business who have purchased any LP-Gas from Seller at any time during the thirteen month period prior to the Closing Date, except that such term shall not be deemed to include any customer who: (i) disconnected Seller's LP-Gas tank or cylinder prior to the Closing Date; or (ii) moved, prior to the Closing Date, from the home or premises occupied by such customer at the time of his or her last purchase of LP-Gas from Seller. The number of Active Customers as of the Effective Date is set forth in Schedule A, attached hereto and made a part hereof. (b) “Active Customer Installations” shall mean each installation of equipment owned by Seller on the premises of Active Customers, and shall include all regulators, meters, fittings, tubing and any other related equipment not owned by the Active Customer. (c) “Active Customer List” shall mean a full and complete list of all Active Customers, but may not include all cash paying customers who receive LP-Gas by means other than delivery by Seller (e.g., cash and carry customers). (d) “Accounts Receivable” shall mean all notes and other instruments and accounts receivable by Seller in connection with Seller's LP-Gas Business from Active Customers. (e) “Assets” shall have the meaning set forth in Paragraph 4(a). (f) “Closing Date” shall mean a date not later than the 12th day of April, 2024, or such earlier date as the parties may mutually agree, upon which the closing of the transaction contemplated by this Agreement (the “Closing”) shall take place. 2 (g) “Data Protection Laws” means all applicable laws governing the administrative, technical, or physical controls that protect personal data from unauthorized access, use or disclosure, including, where applicable, the Health Insurance Portability and Accountability Act of 1996, state data breach notification laws, state social security number protection laws, all applicable laws and industry standards governing the security of credit card transactions and related personal financial information, and any implementing regulations of any of the foregoing. (h) “Deficient Customer Installations” shall mean those Active Customer Installations that are not in full compliance with all Federal, state and local laws, ordinances, rules and regulations affecting same, or industry standards (including, for example, the National Fire codes of the National Fire Protection Association). (i) “Encumbrances” shall have the meaning set forth in Paragraph 2(c). (j) “LP-Gas” shall mean and include any material composed predominantly of the following hydrocarbons, either by themselves or as mixtures: propane, propylene, butane (normal butane or isobutane) and butylene (including isomers); (k) “LP-Gas Business” shall mean any and all purchase, storage, distribution, sale or rental of LP-Gas, LP-Gas appliances and parts, or related equipment by Seller, as specified in Schedule “A” of this Agreement. (l) “Material Adverse Change” means any change, event, circumstance, effect or development that, considered together with all other changes, events, circumstances, effects and developments, is materially adverse to the assets, liabilities, financial condition or operations of the LP-Gas Business, taken as a whole, as compared to the situation described in the due diligence materials supplied by Seller to Buyer on or before the Effective Date; provided, however, that, a Material Adverse Change to the LP-Gas Business shall not be deemed to have occurred as a result of any of the following changes, events or developments (either alone or in combination): (i) any change in general economic, political or business conditions (including any effects on the economy arising as a result of acts of terrorism), but which does not have a materially disproportionate impact on the LP-Gas Business relative to other businesses in the propane industry; (ii) any change in propane commodity prices; (iii) any change affecting the propane storage, transportation and distribution industry generally (including the impact of weather on volumes sold) but which does not have a materially disproportionate impact on the business of the LP-Gas Business relative to other businesses in the propane industry; or (iv) any change in accounting requirements or principles imposed by generally accepted accounting principles in the United States or any change in law or regulation after the Effective Date but which does not, in each case, have a materially disproportionate impact on the business of the LP-Gas Business relative to other businesses in the propane industry. (m) “Miscellaneous Equipment” shall mean all of the equipment and tangible property owned by Seller and used in connection with Seller's LP-Gas Business as set forth in the attached Schedule A-1. 3 (n) Intentionally Deleted. (o) “Non-Compete Period” shall have the meaning set forth in Paragraph 7. (p) “Permits” shall mean any and all approvals, authorizations, consents, licenses, permits or certificates issued to Seller by a Federal, state or local government agency or body in connection with the operation of Seller’s LP-Gas Business. (q) “Principals” shall mean any other individuals who have an interest in the ownership of Seller’s business. (r) “Regular Business Day” shall mean any weekday (Monday through Friday, inclusive) 1) that has not been designated a National Holiday by the Federal Government and 2) on which the banks in the State of Florida are open. 2. Seller warrants and represents to, and agrees with, Buyer as follows: (a) Seller is in good standing under the laws of the state of its formation and at all times relevant hereto has been authorized to conduct business in that state and in any other state in which a Subject Location is located. (b) The execution and delivery of this Agreement by Seller and the sale of the Assets herein described: (i) Have been duly authorized by all necessary organizational action on the part of Seller and are not subject to any claims by shareholders, governing body or other owners of Seller; and (ii) Do not conflict with any of the provisions contained in any agreement or instrument to or by which Seller may be bound, and are not subject to any claims by third parties. (c) Seller has good and marketable title to all of the Assets being sold to Buyer and the Assets are subject to no existing mortgage, pledge, lien, conditional sale, or other title retention agreement, lease, encumbrance, restriction, or charge whatsoever (collectively referred to as “Encumbrances”), except those Encumbrances set forth on Schedule C, attached hereto and made a part hereof. All such Encumbrances shall be removed and satisfied by the Closing Date. Seller will forever warrant and defend its title, and that of Buyer after the Closing Date, to the Assets against all and every person and persons whomsoever. Prior to the Closing Date, Seller has not transferred or assigned to any person or entity any of Seller's rights, title or interest in the Assets sold hereunder, including without limitation its Active Customer List. After the Effective Date, Seller shall not transfer or assign any of the Assets to any other person or entity except as otherwise authorized under this Agreement. (d) The tangible Assets, to the best of Seller’s knowledge, are in good repair and operating condition, normal wear and tear excepted, and those Assets are in full 4 compliance with all Federal, state and local laws, ordinances, rules and regulations affecting same, as well as industry safety standards (including, for example, the National Fire codes of the National Fire Protection Association), which representation shall survive the Closing Date. (e) Except as provided on Schedule D attached hereto and made a part hereof: (i) Seller is not engaged in and, to the best of its knowledge and belief, is not threatened with, any litigation, or governmental, or other, proceeding, which may give rise to any claim against the Assets, (ii) Seller has paid all taxes and other government imposed charges arising from the LP-Gas Business, and (iii) Seller has complied with all escheat and similar laws requiring payment to the government of all sums owed by Seller to third parties which remain unclaimed after a period of time. (f) No additional consent or approval of, or other action by, any governmental body or agency is required in connection with the execution hereof or the sale of the Assets by Seller to Buyer. (g) Seller has complied with all applicable Federal, state and local laws, regulations and ordinances relating to its LP-Gas Business, including, without limitation, the obtaining and maintenance in good standing of all required Permits, as well as to its employment of labor, including the provisions thereof relating to wages and hours and the payment of Social Security and similar taxes, and is not liable for any arrears of wages or any tax or penalty for failure to comply with any of the foregoing. To the best of Seller’s knowledge, (i) Seller complies with, and has at all times within the past three (3) years complied with, all applicable Data Protection Laws, and (ii) Seller has not collected, used, disclosed, transferred, or otherwise processed any personal data in any manner that violates any Data Protection Law or is inconsistent with the terms of Seller’s privacy and security policies. (h) Seller is a party to contracts or agreements, oral or written, with all of its Active Customers, to the best of Seller's knowledge, information and belief, all of such contracts are enforceable in accordance with their terms, and Seller is not in default in respect of any material provision thereof. Except as provided on Schedule E attached hereto and made a part hereof, Seller is not a party to any contracts or agreements which obligate it to sell LP-Gas to any of its Active Customers at a fixed price. Seller, in connection with its LP-Gas Business, is not a party to any contracts or agreements, other than those that have been disclosed to Buyer and contracts with customers that are being assigned to Buyer hereunder. (i) Seller holds no customer deposits or other security from any Active Customer and is under no obligation to return any sum of money to any Active Customer upon termination of any contract being assigned to Buyer hereunder except for those identified on Schedule F attached hereto and made a part hereof. Seller has held all customer deposits or other securities in accordance with all applicable laws, rules and/or regulations. (j) The Accounts Receivable being acquired by Buyer hereunder, as set forth on 5 Schedule E attached hereto and made a part hereof, represent sales in the ordinary course of Seller's LP-Gas Business, are valid, subsisting, and enforceable obligations of the persons to whom such sales were made and are or will become due without defense or set off. (k) During the five (5) year period immediately preceding the Closing Date, Seller has sustained no losses relating to workers compensation, general and/or products liability, automobile liability or property damage with respect to Seller's LP-Gas Business, properties or employees, except as set forth on Schedule G attached hereto and made a part hereof. A Certificate of Insurance evidencing the insurance coverages applicable to Seller's LP-Gas Business as set forth in Paragraph 10(c) is set forth as Schedule H attached hereto and made a part hereof; which coverages have been in effect for at least the past five (5) years. (l) As of the Effective Date, the Active Customer List correctly and accurately states the number, and identity, of Active Customers. (m) During the period between the Effective Date and the Closing Date, Seller will conduct its LP-Gas Business only in the ordinary course of business prior to the execution of this Agreement and in compliance with applicable law; will use its commercially reasonable efforts to preserve the present business operations, organization and goodwill of its LP-Gas Business, preserve the present relationships with its Active Customers, and maintain its insurance policies with respect to the Assets; and, without the prior written consent of the Buyer, take no action (including any failure to act) that could reasonably be expected to materially impair the value of any Asset. (n) Seller will promptly notify Buyer in writing of any event which would reasonably be expected to result in a Material Adverse Change that occurs prior to the Closing Date. In the event that within ten (10) Regular Business Days following the date of Seller’s notice, then, unless the parties thereafter amend this Agreement to their mutual satisfaction, this Agreement shall terminate and thereafter each party will be relieved of any further obligation to the other hereunder. If Seller does not receive the MAC Notice within the aforesaid time period following Seller’s notification to Buyer of the occurrence of a Material Adverse Change, then Buyer shall be conclusively deemed to have waived the right to terminate its obligations under this Agreement as a result of the specific Material Adverse Change set forth in Seller’s notification (but not as a result of any subsequent Material Adverse Change that may occur) and shall proceed to Closing. 3. Buyer warrants and represents to Seller as follows: (a) Buyer is a limited partnership duly organized, validly existing, and in good standing under the laws of the State of Florida and is qualified to do business in the state(s) in which it does business. 6 (b) The execution and delivery of this Agreement by Buyer and its purchase of the Assets herein described: (i) Have been duly authorized by all necessary corporate action; and (ii) Do not conflict with any of the provisions contained in any other instrument to or by which it may be bound. 4. (a) Subject to the terms and conditions hereof, Seller agrees to sell, assign, transfer, convey and deliver to Buyer, and Buyer agrees to purchase from Seller, on the Closing Date, certain assets of the LP-Gas Business, which assets shall be sometimes referred to herein as the “Assets,” including the following: (i) All of Seller's assets as described in Paragraphs 1(a), (b), (c), (e) and (m) above, including, without limitation the items listed in Schedules A and F, Buyer shall purchase only those items which it shall identify to Seller on the Closing Date; and (ii) All of Seller's rights under all written contracts between Seller and Seller's Active Customers and any oral agreement which Seller has with those of its customers as to whom it has no written contracts, together with all security (to the extent that such security exists including customer deposits) and guarantees relating thereto; and (iii) All of Seller's books, papers and records in connection with the Seller’s LP-Gas Business to be sold or assigned to Buyer on the Closing Date, except general ledgers, tax returns, and related correspondence, as provided for in Paragraph 6(d); and (iv) All Permits (to the extent assignable); and (v) The right to bill and receive payment for LP-Gas, LP-Gas and parts, or related equipment shipped or delivered by Seller and services performed by Seller before the Closing but unbilled or unpaid as of the Closing; and (vi) The right to receive and retain correspondences related to the Assets; and (vii) All rights of Seller under or pursuant to all warranties, representations and guarantees made by suppliers, manufacturers and contractors to the extent relating to the Assets; and (viii) All goodwill and other intangible assets associated with the Assets, including customer and supplier lists, it being the intention of Seller and Buyer that Buyer shall acquire all of the above- described Assets of Seller's LP-Gas Business. The Assets shall be subject to physical counts, audits and verifications as soon after the Closing Date as is reasonably practicable. 7 (b) Buyer does not and shall not assume or be liable for any liabilities, debts or obligations of Seller arising out of, relating to or otherwise in respect of Seller’s LP-Gas Business, except for: (i) all liabilities of Seller under the written contracts or oral agreements with Active Customers purchased by Buyer under Paragraph 4(a)(ii) arising from and after the Closing; and (ii) all liabilities of Seller with respect to Active Customer deposits and credit balances purchased by Buyer. 5. The purchase price shall be calculated, adjusted and paid as follows: (a) The total purchase price shall be US Four Million Two Hundred Fifty Thousand Dollars ($4,250,000.00). (b) The amounts set forth in Paragraph 5(a) shall be subject to adjustment as follows: (i) Adjustments attributable to the pro-ration of taxes and pre-paid expenses, and Buyer’s payment of taxes that are Seller’s responsibility and have not been paid within a reasonable time, as provided for in Paragraph 11. Buyer shall have the right to set off the appropriate decreases hereunder from the purchase price. (ii) In addition to the foregoing, if at any time during the Non-Compete Period Buyer determines in good faith that Seller has materially breached any representation or warranty made by Seller in this Agreement, Seller shall be liable to Buyer for any damages. At such time, Buyer shall provide Seller with a written notice specifying in reasonable detail the breaches by Seller and the basis for damages and the amount of Seller’s liability to Buyer. The rights granted to Buyer pursuant to this Paragraph 5(b) shall be in addition to all other legal and equitable rights and remedies which may be available to Buyer, which rights are hereby reserved by Buyer. (c) The purchase price shall be paid as follows: (i) By delivery on the Closing Date by Buyer to Seller of a wire transfer in the amount of US Four Million Two Hundred Fifty Thousand Dollars ($4,250,000.00), as set forth in Paragraph 5. (d) Buyer and Seller agree that, for Buyer’s and Seller’s respective federal, state and local income tax purposes, the purchase price shall be allocated among the Assets in a manner consistent with Section 1060 of the Internal Revenue Code and the 8 regulations thereunder. Buyer shall provide Seller with a purchase price allocation not later than August 1, 2024. Buyer’s allocation shall be final and shall be used to prepare both Buyer’s and Seller’s Forms 8594, respectively. 6.On the Closing Date: (a)Subject to the terms and conditions of this Agreement, Seller shall deliver into Buyer's possession all of the Assets covered by this Agreement as listed in Paragraph 4(a), following which Buyer shall operate the LP-Gas Business covered by this Agreement as of 12:01 A.M. on the Closing Date. (b)Seller shall deliver to Buyer appropriate instruments of transfer, conveyance, sale and assignment with respect to the Assets, including, without limitation, a Bill of Sale substantially in the form attached hereto as Exhibit A, and such other good and sufficient instruments of conveyance and transfer as shall be effective to vest in Buyer all of Seller's right, title and interest in and to the Assets, free and clear of any and all liens, leases, mortgages, pledges, conditional sales, or other title retention agreements, charges, restrictions and Encumbrances whatsoever, together with any consents to any such instruments by third parties necessary to make the same valid and effective. (c)Seller represents that they will not be able to secure and deliver to Buyer a tax clearance certificate indicating that all sales, use and employment taxes payable by the Seller on or prior to the Closing Date have been paid and that there is no lien for unpaid sales, use or employment taxes on the Assets. Seller therefore agrees to indemnify Buyer for any resulting damages and costs associated from such failure to obtain such tax sale certificate prior to Closing. (d)Seller shall deliver to Buyer all of its books, papers and records relating to the Assets and to the business and operations of Seller's LP-Gas Business, except minute books, stock books, general ledgers, tax returns and related correspondence. All of such materials delivered to Buyer shall be made available for inspection by Seller at all reasonable times after the Closing Date. Upon request of Buyer, Seller and any Principals shall provide occasional consultation respecting the LP-Gas Business at any reasonable times during the Non-Compete Period. 7.Seller and any Principals shall not, directly, within the geographic area located within the State of Florida, without the prior written consent of Buyer in its sole discretion, for a period of ten (10) years from the Closing Date (the “Non-Compete Period”): (a)Except as specifically stated within Paragraph 7(f) below, engage in any retail operations involving the sale or rental of LP-Gas or LP-Tanks, other than those related to equipment then in possession of the Seller as of the Closing Date as an individual, partner, employee, corporate officer, corporate principal or corporate director; 9 (b) Have any beneficial ownership interest in any corporation, partnership, firm, association or business which is engaged in retail operations involving the purchase, storage, distribution, sale or rental of LP-Gas or LP-Tanks, other than those related to equipment then in possession of the Seller as of the Closing Date; (c) Request any past, present or future customers of the LP-Gas Business, or of its authorized dealers, to curtail or cancel their business with Buyer; (d) Solicit or canvass any business for any other business engaged in retail operations involving the purchase, storage, distribution, sale or rental of LP-Gas or LP-Tanks from any past, present or future customer of the LP-Gas Business or any other person; (e) Induce or attempt to influence any employee of the LP-Gas Business or of Buyer to terminate his or her employment; or (f) Notwithstanding the preceding limitations, Seller shall be permitted, within the geographic area described in this Paragraph 7, to sell and service petroleum industry customers to the extent that it does not involve or conflict with any LP-Gas business line competitive to Buyer’s interests. Further, Seller shall have the ability to convert to natural gas those of Buyer’s customers that initiate contact with Seller regarding a natural gas conversion, upon written request from customer to Seller, and such requests shall be made available to Buyer upon request. Seller shall comply with all state regulations relating to notice requirements of existing propane customers. For clarity, after the Closing Date Seller shall not be permitted to actively solicit or canvass any of Buyer’s customers, as listed in Schedule A, for the purpose of converting such customers to natural gas. The term “actively solicit” shall mean any printed or online publications, that are mailed, emailed (to include digital social media), or texted directly to Buyer’s customers in Schedule A. Any incidental advertisements, such as utility bill messages, press releases, trade shows, conferences, sponsorships, or website/digital postings that originate from a City of Clearwater department outside the direct control/oversight of the Clearwater Gas System department, shall not be considered actively soliciting. Seller shall have the right to convert the following eight (8) address locations to natural gas, as part of an ongoing natural gas expansion project. 8, 14, 16, 19, 25, 30, 34, 36 Winston Dr, Belleair, FL Seller and the Principals agree that this covenant is reasonable and equitable and supported by adequate consideration. Seller and any Principals acknowledge and agree that the breach of this covenant by any one person and/or entity shall constitute a breach of the entire covenant for purposes of Paragraph 5(b)(ii). Nothing in this Paragraph 7 shall preclude the Principals from using, storing or purchasing LP-Gas for their own personal consumption. 8. All representations, warranties and agreements made herein shall survive the Closing Date, regardless of any investigations made by the parties, unless otherwise provided. 10 9. Prior to the Closing Date, Seller and Buyer shall jointly prepare a form letter of introduction, which will be distributed to the Active Customers on or immediately following the Closing Date at Buyer's expense. 10. (a) Buyer shall not be liable for violations of applicable Federal, state and local laws, injury to person, damage to property or indebtedness arising out of Seller's ownership or operation of the Assets or the LP-Gas Business, or the actions or inaction of Seller's customers or employees, including, without limitation, Deficient Customer Installations, insofar as the same arose or occurred during the period of time on or before the Closing Date, and Seller shall defend, indemnify and hold Buyer harmless against any and all claims, demands, suits, damages, obligations, liabilities or expenses, including reasonable attorneys fees and expenses, with respect thereto. Additionally, Seller agrees to defend, indemnify and hold Buyer harmless from damages, losses or expenses suffered or paid as a result of any and all claims, demands, suits, causes of action, proceedings, judgments and liabilities, including reasonable counsel fees and expenses, incurred or sustained by or against Buyer with respect to or arising out of the failure of any representation or warranty made by Seller in this Agreement, or any Schedule or Exhibit hereto, to be true and correct in all respects. In the event Buyer shall receive notice of a claim for which Seller shall be responsible hereunder, Buyer shall promptly forward to Seller a copy of every demand, notice, summons or other process received by Buyer or its representative pertaining to such claim(s). Buyer shall also cooperate with Seller, upon its request and at its expense, so that Seller may properly defend against any such claim. (b) Seller shall not be liable for violations of applicable Federal, state and local laws, injury to person, damage to property or indebtedness arising out of Buyer’s ownership or operation of the Assets or the LP-Gas Business, or the actions or inaction of Buyer’s customers or employees, including, without limitation, Deficient Customer Installations, insofar as the same arose or occurred during the period of time after the Closing Date, and Buyer shall defend, indemnify and hold Seller harmless against any and all claims, demands, suits, damages, obligations, liabilities or expenses, including reasonable attorneys fees and expenses, with respect thereto. Additionally, Buyer agrees to defend, indemnify and hold Seller harmless from damages, losses or expenses suffered or paid as a result of any and all claims, demands, suits, causes of action, proceedings, judgments and liabilities, including reasonable counsel fees and expenses, incurred or sustained by or against Seller with respect to or arising out of the failure of any representation or warranty made by Buyer in this Agreement, or any Schedule or Exhibit hereto, to be true and correct in all respects. In the event Seller shall receive notice of a claim for which Buyer shall be responsible hereunder, Seller shall promptly forward to Buyer a copy of every demand, notice, summons or other process received by Seller or its representative pertaining to such claim(s). Seller shall also cooperate with Buyer, upon its request and at its expense, so that Buyer may properly defend against any such claim. 11 (c) At or prior to the Closing, Seller shall provide Buyer with evidence of insurance coverage in effect for Seller's LP-Gas Business up to the Closing Date, which coverage shall include: (i) Commercial General Liability Insurance – written on an occurrence basis (ISO Form CG 00 01 or equivalent), which shall include coverage for products & completed operations, property damage and contractual liability with minimum limits of $1,000,000 each occurrence and $2,000,000 aggregate. If Seller's insurance policy is written on a claims-made basis instead of an occurrence basis, Seller shall arrange for purchase of continuation coverage (i.e., a "tail policy") with at least the same limits and types of coverage as stated above for claims reported within three (3) years of the Closing Date, and Seller shall furnish Buyer with evidence of such tail policy. (ii) Commercial Automobile Liability Insurance – with a minimum combined single limit of $1,000,000 covering liability arising out of any auto (including owned, hired, non-owned and borrowed.) (iii) Workers’ Compensation/Employers’ Liability Insurance – Workers’ Compensation Insurance with the minimum statutory limits. Employers’ Liability Insurance with minimum limits of $1,000,000 each accident, $1,000,000 disease - each employee and $1,000,000 disease – policy limit. (iv) All-Risk Property Insurance – with limits as set forth in the attached Schedule H. Policy Limits may be met through any combination of primary and excess liability coverage, provided that no gap in coverage exists. Seller shall be solely responsible for the self-insured retentions or deductibles of the insurance policies. Seller shall provide Buyer with a Certificate of Liability Insurance documenting compliance with the insurance requirements stated in items (i) – (iv) above. Such certificates shall contain a provision for a 30-day notice for cancellation or material changes. 11. Buyer and Seller agree that this transaction will result in the transfer of all, or substantially all, of the property of Seller’s propane business and, as such, is an exempt isolated sale not subject to Florida state or local sales tax under Florida Sales Tax Rule 12A-1.037. Buyer shall be solely responsible for the payment of any other transfer taxes as may be required to be paid in connection with the transactions provided for herein; provided however, that if Seller has not paid said obligations within sixty (60) days after the closing Date and Buyer in good faith shall conclude that such transactions are subject to any state and/or local taxes, Buyer shall remit such taxes directly to the appropriate governmental entity(ies) prior to the Closing Date. All expenses pre-paid by Seller but applying, in whole or part, to periods of time after the Closing Date, and all property (real and personal) and other taxes and assessments based upon or measured by the ownership or occupancy of property, or the receipt of proceeds therefrom, shall be prorated between Seller and Buyer as of the Closing Date; provided however, that each party shall be responsible for its own income and 12 franchise taxes. Seller shall deliver to Buyer a recent Florida Certificate of Compliance at closing. 12. Seller represents to Buyer, and Buyer represents to Seller, that there has been no intermediary broker in negotiations and discussions incident to the execution of this Agreement. Each party shall indemnify and hold harmless the other from and against any claims for commissions or finders fees allegedly attributable to the indemnitor. 13. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, executors, administrators, successors and assigns. 14. This Agreement, together with the documents referenced herein, constitutes the entire agreement between the parties hereto and supersedes all prior letters, communications, discussions and/or negotiations. 15. This Agreement may be signed in any number of counterparts with the same effect as if the signatures upon any counterpart were upon the same instrument. All signed counterparts shall be deemed to be one original. Facsimile signatures are as effective as originals. 16. The provisions of this Agreement are severable, and should any provision hereof be void, voidable, unenforceable or invalid, such void, voidable, unenforceable or invalid provision shall not affect the other provisions of this Agreement. 17. Any waiver by either party of any breach of any kind or character whatsoever by the other, whether such be direct or implied, shall not be construed as a continuing waiver of, or consent to, any subsequent breach of this Agreement. 18. The rights and remedies of the parties hereto shall be construed cumulatively, and none of such rights and/or remedies shall be exclusive of, in lieu or a limitation of any other right, remedy or priority allowed by law. 19. This Agreement may not be modified or waived except by a written instrument signed by the parties hereto. 20. This Agreement shall be interpreted, construed and enforced according to the substantive laws of the State of Florida, without regard to its conflict-of-law rules. 21. Any notice or other communication required or permitted to be given hereunder shall be deemed to have been received (a) upon personal delivery or actual receipt thereof by hand delivery, facsimile transmission, or nationally recognized overnight delivery service with delivery fees prepaid; or (b) within three (3) days after such notice is deposited in the United States mail, postage prepaid and certified, if addressed to the representative of the recipient party executing this Agreement at the address set forth above or such other address as may be supplied by that party to the other from time to time in writing. 22. The parties shall do such further acts and things and shall execute and deliver such additional documents and instruments as may be necessary or desirable to carry out the intent of this 13 Agreement or as the other party, or its counsel, may reasonably require in order to consummate, evidence or confirm the provisions that are contained herein. IN WITNESS WHEREOF, the undersigned have duly executed and delivered this Agreement on the date first above written. SUBURBAN PROPANE, L.P. By: ____________________________ Name: Title: COUNTERSIGNED: _____________________________ Brian J. Aungst, Sr. Mayor Attest: ____________________________ Rosemarie Call ___________________________ Jennifer Poirrier City Manager Approved as to form: __________________________ Michael P. Fuino Senior Assistant City Attorney City Clerk SCHEDULE A (Listed below are certain of the assets of Seller's LP-Gas Business referred to in the Agreement, and acquired by Buyer hereunder). NUMBER OF ACTIVE CUSTOMERS AS OF THE EFFECTIVE DATE: MISCELLANEOUS EQUIPMENT: i)Seller owned LP-Gas tanks in field Asset Counts Cages 33# Cylinder 100# Cylinder 200# Cylinder 420# Cylinder 120 Gallon 250 Gallon 500 Gallon 1000 Gallon 30000 Gallon Tanks and piers as further described below) Total Tanks & Cages ii)30K Gallon Skid Tank Serial Numbers:1. 2. 3. iii)Other Equipment:1.Vehicle Description:VIN: 2. Equipment Description:VIN 3.4. 2,029 customers See Appendix "A" for detail customer information Serial # W2598-1Serial # W3564-1 Serial # W3621-1 See Appendix "B" for all vehicle and equipment 0 15 534 649 784 20049 3 2,234 0 0 SCHEDULE A (continued) OTHER ASSETS: The following assets of the LP-Gas Business are not being purchased by Buyer: [EXCLUDED EQUIPMENT, if any]. NONE NONE SCHEDULE C Existing Encumbrances per Paragraph 2(c). NONE SCHEDULE D Litigation, governmental and other proceedings, unpaid taxes and unpaid escheat amounts from 2(e) (If "None" so indicate.) NONE SCHEDULE E Accounts Receivable (If "None" so indicate.) $47,944.74 SCHEDULE F Customer Deposits per Paragraph 2(i): NONE SCHEDULE G Seller's Loss History per Paragraph 2(k) SCHEDULE H Insurance Certificate per Paragraph 2(k) SEE ATTACHED EXHIBIT A BILL OF SALE KNOW ALL MEN BY THESE PRESENTS that CLEARWATER GAS SYSTEM (Seller), for and in consideration of the sum of One Dollar ($1.00) and other valuable consideration to it in hand paid by SUBURBAN PROPANE, L.P., a Delaware limited partnership (Buyer), receipt of which is hereby acknowledged, has granted, bargained, sold, assigned and released, and by these presents does grant, bargain, sell, assign and release unto Buyer, its successors and assigns, certain of the assets of Seller's Liquefied Petroleum Gas Business at located at 777 Maple Street, Clearwater, FL 33755 including, without limitation, Seller's Active Customer Installations as defined in an Assets Purchase Agreement, dated ___________________ between Seller and Buyer, all of Seller's right, title, and interest in and to all contracts with LP-Gas customers, and those items listed in Schedule A, attached hereto and made a part hereof, it being the intention of Seller and Buyer that Seller hereby grants, bargains, sells, assigns and releases unto Buyer, its successors and assigns all of such assets owned and used by Seller in Seller's Liquefied Petroleum Gas Business at 100 S Myrtle Avenue, 3rd Fl, Clearwater, Florida 33756 at the opening of business on the date hereof, whether or not of the same type as or more or less than the numbers of, the items set forth in Schedule A. TO HAVE AND TO HOLD the same unto Buyer, its successors and assigns forever AND Seller does, for itself, its successors and assigns, covenant and agree to and with Buyer to warrant and defend the sale of the aforesaid assets against all and every person and persons whomsoever. IN WITNESS WHEREOF, Seller has caused these presents to be signed and sealed this ____ day of _______________, 2024. (Seal) ___________________________ Jennifer Poirrier City Manager Approved as to form: Attest: __________________________ ____________________________ Michael P. Fuino Rosemarie Call Senior Assistant City Attorney City Clerk Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8014816 4013764 5666611-542300 CITY OF CLEARWATE 1400 YOUNG AVE 8015761 4304012 JONATHAN FLEGEL 311 BARBARA CIR 8016335 4074663 DOUG BAUTZ 1411 WATER VIEW DR W 8016337 4015120 KATHY L GERLACH 1415 WATER VIEW DR W 8016339 4073946 MYRON MCCOY 1419 WATER VIEW DR W 8016341 4290838 MARIANO DOMINGUEZ 1423 WATER VIEW DR W 8018273 4016980 SHANGRI-LA 250 ROSERY RD 8018274 4016981 SHANGRI-LA 250 ROSERY RD 8018618 4017259 BARDMOOR/BAYOU 8001 CUMBERLAND RD 8019058 4017587 STEVE JOHNSON 2296 14TH AVE SW 8029731 4026442 SPANISH GARDENS N 1061 VIRGINIA ST 8031093 4252101 BRETT WEST 976 EDGEHILL DR 8031384 4088810 LINDA M LEPIK 2901 LEPRECHAUN LN 8031394 4027964 PALM HARBOR FIRE C 2300 GLENEAGLES PKY 8031814 4202780 THE TRANSITION HO 566 BRADY RD 8033041 4029363 DIPAK PAREKH 3955 EXECUTIVE DR 8033104 4174836 JAMES PEREZ 4821 HIGHGATE BLVD 8033155 4259166 RYAN ELLENBURG 4655 AYLESFORD DR 8033182 4029504 SUSAN REYNOLDS 4222 AUSTON WAY 8033610 4291307 JENNIFER TORR 1810 LEXINGTON PL 8033611 4153066 KIM ROSS 1804 LEXINGTON PL 8033612 4242904 MATTHEW DELGADO 1819 LEXINGTON PL 8033613 4270717 TROY BRANDT 1973 LEXINGTON PL 8033614 4225051 TERRENCE RUSNAK 1890 LEXINGTON PL 8033615 4295508 KATIE BRENNAN 1883 LEXINGTON PL 8033618 4260371 SHANE REYNOLDS 1907 LEXINGTON PL 8033619 4271057 LESLIE ROCKEY 1985 LEXINGTON PL 8033620 4238337 JENNIFER KIRKPATRICK 72 CHARLESTON CT 8033636 4029957 MARY LA VERTA ANDERSON 802 CYPRESS TRAILS DR 8033645 4029966 EAST LAKE TARPON S 3280 KEYSTONE RD 8033684 4302210 VANESSA VEVE 3683 WELMORE CT 8034152 4030468 MARK OUVERSON 411 CROSSWINDS DR 8034263 4030573 CHECKERS DRIVE-IN 7415 STATE ROAD 54 8034268 4283662 LAUREN BERGER 4748 SPRING SIDE DR 8034599 4098223 ROBERT CANNON 6101 HIGH ST 8034705 4063661 SING LONG CHANG 4317 HARBORPOINTE DR 8034706 4242023 PAUL MANCIA 4411 HARBORPOINTE DR 8034718 4242334 DAVID LAURILA 5350 TARRY LN 8034798 4031097 CHECKERS DRIVE-IN 9014 STATE ROAD 52 8044252 4276323 CHRISTOPHER CLUNIE 915 MARK DR 8056904 4050534 MHC HILLCREST LLC 2346 DRUID RD E 8061938 4055379 ROLAND WILSON 3041 OAK COVE DR 8063979 4057254 MORRIS JR BLUMENTHAL 3029 TANGLEWOOD DR 8066783 4255285 THOMAS THRAILKILL 3004 KEY HARBOR DR 8066799 4268247 EDUARDO CASTILLO 1102 PELICAN PL 8066849 4060035 5666611-542300 CITY OF CLEARWATE 3290 STATE ROAD 580 8066917 4115758 DAVID AEMISEGGER 4952 AURORA CT 8067069 4304841 ROSA OLIVERA 134 ARLINGTON AVE W 8069643 4281935 RYAN SAUL 1997 LEXINGTON PL 8069988 4068138 IMAD JANDALI 4355 HARBORPOINTE DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8070067 4200664 JOANNE MCGUGIN 4417 HARBORPOINTE DR 8070630 4207878 PATRICIA DEREMER 8625 SEA POINTE CT 8070721 4255082 JULI SKILLMAN 4502 HARBORPOINTE DR 8072651 4233075 JOHN PHILLIPS 373 CHARLESTON AVE 8072652 4266877 LOREE BRAZINSKI 372 CHARLESTON AVE 8072862 4091132 RADHA CHARI 4521 HARBORPOINTE DR 8072894 4091127 CRAIG A SPICHER 324 CHARLESTON AVE 8072927 4288705 SINGH LAKHBIR 4348 HARBORPOINTE DR 8073314 4163828 KAREN CALLAHAN 325 CHARLESTON AVE 8073613 4271928 JENNIFER BONIN 4356 HARBORPOINTE DR 8073787 4237151 GARY PIKE 4432 HARBORPOINTE DR 8074252 4271949 KIMBERLY GRIFFIN 4631 HARBORPOINTE DR 8074336 4240546 TAMMIE ULBRICH 4601 HARBORPOINTE DR 8074483 4289271 JOHN CHILDERS 4515 HARBORPOINTE DR 8074973 4110385 CHARLES GALBREATH 348 CHARLESTON AVE 8075894 4163575 GLENN & DEBORAH NOTHUM 396 CHARLESTON AVE 8076232 4119344 JENNIFER ORLANDO 349 CHARLESTON AVE 8076790 4268412 DIANA RIEBEL 397 CHARLESTON AVE 8076791 4126453 BRENDA VELLANCE 302 CHARLESTON AVE 8077506 4248465 JENNY RODRIGUEZ 5443 ADAMS MORGAN DR 8078034 4180986 YUN CUI 4512 HARBORPOINTE DR 8078051 4149190 SCOTT MITCHELL 3265 BOESCH DR 8078688 4234821 BONITA MANCIA 4446 HARBORPOINTE DR 8078866 4278434 EDWARD PIETTE 4363 HARBORPOINTE DR 8079559 4290047 STEPHAINE SALERNO 2750 RESERVE CT 8079560 4163154 PAULA ARGYROS 2752 RESERVE CT 8079561 4247214 GEORGE GALES 2754 RESERVE CT 8079562 4251370 MARK GREMLER 2756 RESERVE CT 8079563 4169611 RAYMOND PORCELLI 2758 RESERVE CT 8079564 4251493 ARTHUR BORHAM 2760 RESERVE CT 8079565 4215224 VICTOR MOLINARI 2762 RESERVE CT 8079566 4298405 SUSAN SANDS 596 RESERVE LN 8079567 4162983 DEANIE TEW 598 RESERVE LN 8079568 4290550 CHRISTINE NAIRNE 600 RESERVE LN 8079937 4203824 WAYNE A WIDELL 4340 HARBORPOINTE DR 8080140 4276916 RODD PEARCY 3232 BOESCH DR 8080141 4252305 JOEL SPURLING 3281 BOESCH DR 8080465 4298921 SHIRLEY DAVIS 5400 ADAMS MORGAN DR 8080896 4193050 NITESH PATEL 3327 BLACKSTONE DR 8081712 4173739 ALFONZO RUIZ 4345 HARBORPOINTE DR 8084150 4205807 JENNIFER COOK 4529 HARBORPOINTE DR 8085041 4284610 KATE ELLIOTT 10252 BLOSSOM TRL 8085134 4219618 ROBERT FACE, SR 10194 BLOSSOM TRL 8085297 4220379 SVANTE RODING 10220 BLOSSOM TRL 8085355 4221962 JOHN MCCLESKEY 10238 BLOSSOM TRL 8085356 4283224 ANGELA HOFFMAN 10274 BLOSSOM TRL 8085446 4270125 COREY REYMENT 10261 BLOSSOM TRL 8085448 4226857 SERGEY KHARCHENKO 10243 BLOSSOM TRL 8085638 4254632 TRUMAN MCGHEE 10206 BLOSSOM TRL 8085899 4258430 ANTHONY CINA 4387 HARBORPOINTE DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8086821 4240424 BERYL FRUTH 12240 KEYRIDGE LOOP 8086822 4234405 FELECIA EDWARDS 12330 KEYRIDGE LOOP 8086906 4269815 SCOTT KEENAN 12378 KEYRIDGE LOOP 8086907 4272700 TERRYLL JONES-HAYSLETT 12282 KEYRIDGE LOOP 8086911 4266154 JUDITH HOEFER 8143 PINE CREST ST 8086912 4240253 RICHARD AGNE 8161 PINE CREST ST 8086960 4235023 MARIE CROLL 8190 PINE CREST ST 8086961 4235091 CHARLES RIZZO 8172 PINE CREST ST 8087031 4276939 ANNA HOWERZYL 8111 PINE CREST ST 8087032 4236206 BRONCEY INCHIOCCA 8127 PINE CREST ST 8087040 4235380 JAMES APPLEY 8154 PINE CREST ST 8087055 4235843 JUDITH ANN GUENSCH 8138 PINE CREST ST 8087069 4271830 JOHN COLBERT 8106 PINE CREST ST 8087070 4235454 LORRAINE SEDGWICK 8122 PINE CREST ST 8087155 4255605 RONALD LAWRENCE 12268 KEYRIDGE LOOP 8087156 4236306 RICHARD PETTEY 12318 KEYRIDGE LOOP 8087231 4237148 DEBORAH WEGMAN 8099 PINE CREST ST 8087232 4267205 RANDY BEYER 8085 PINE CREST ST 8087296 4237823 LINDA BOGNOLO 8078 PINE CREST ST 8087297 4286059 BILLIE VERONA 8094 PINE CREST ST 8087387 4238188 CHARLES KELLY 8062 PINE CREST ST 8087388 4238374 FRANK CAFARELLI 8046 PINE CREST ST 8087390 4238388 ERIC BEANE 8014 PINE CREST ST 8087391 4297466 ALBERT SANTANIELLO 8030 PINE CREST ST 8087429 4291937 KAREN STURGEON 12254 KEYRIDGE LOOP 8087520 4238950 JONG KIM 8051 PINE CREST ST 8087521 4291033 CHERYL GORNIK 8069 PINE CREST ST 8087546 4273379 JOSEPH GHALLY 3307 BOESCH DR 8087768 4259379 NADIA GOMES 12366 KEYRIDGE LOOP 8087769 4214173 MATTHEW CUMMINGS 12354 KEYRIDGE LOOP 8087770 4241959 LINDA ZACHOW 12296 KEYRIDGE LOOP 8087771 4239062 VALERIE SNYDER 8177 PINE CREST ST 8087772 4239482 LYNN OVEN 8193 PINE CREST ST 8087773 4240192 TERESITA VANDGRIFFT 8017 PINE CREST ST 8087774 4240191 TERESITA VANDGRIFFT 8035 PINE CREST ST 8087945 4245707 DERIK PALMER 12212 KEYRIDGE LOOP 8087946 4241148 SANDRA PENNINGTON 12226 KEYRIDGE LOOP 8088249 4244690 MITCHELL MAXWEL 12306 KEYRIDGE LOOP 8088398 4245845 NATALIA CAREW 12398 KEYRIDGE LOOP 8088399 4247581 OSCAR WINNERS 12342 KEYRIDGE LOOP 8088430 4246214 BARBARA KOYUTIS 12390 KEYRIDGE LOOP 8090557 4254084 LINDSAY RIMES 3233 BOESCH DR 8091576 4261892 CHRISTINA SENIOR 4333 HARBORPOINTE DR 8092995 4279462 KEVIN PAUL 3248 BOESCH DR 8094669 4282102 KONSTANTINOS TZARAS 4334 HARBORPOINTE DR 8096132 4285180 WILLIAM + PATRICI WHITE 5414 ADAMS MORGAN DR 8096561 4287384 JAMES CARALOZA 3264 BLACKSTONE DR 8096953 4295512 DAN SANTARSIERO 4322 HARBORPOINTE DR 8096954 4297239 BILLY SANTARSIERO 4424 HARBORPOINTE DR 8098094 4297190 LEROY FELT 4508 HARBORPOINTE DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8085898 4305688 CHRIS MAHER 4591 HARBORPOINTE DR 8087144 4232688 DONNA BENTLEY 20 GREENHAVEN CT 8018685 4093784 CYRWUS FLORAL GAR 3595 GARDENIA PL 8080056 4010967 RICHARD DR RODRIGUEZ 2280 KINGS POINT DR 8020192 4018584 WHITNEY LAKES H.O 1946 WHITNEY WAY 8031488 4028020 STEPHEN FRAVEL 3019 JODI LN 8022337 4169266 CRABBY BILLS 435 GULF BLVD 8080371 4145708 JAMIE WEBB 867 WEATHERSFIELD DR 8022390 4020322 THE POINTE CONDO 19236 GULF BLVD 8015092 4014029 ANTONIO CONTI 1314 ANN CIR 8026803 4023964 4211354-542300 CITY OF CLEARWATE 1605 HARBOR DR 8033060 4029382 IRENE HAKIM 3975 EXECUTIVE DR 8031654 4028112 ALAN CARLSON 1023 E OAKWOOD ST 8016087 4014920 DEE DEE MORRIS 228 BLUFF VIEW DR 8032000 4028444 FIRST UNITED METHO 501 E TARPON AVE 8034209 4030525 T A T CIVIC ASSOCIAT 3210 DARLINGTON RD 8033644 4157957 TBI RESIDENTIAL SER 2563 KEYSTONE RD 8016391 4015172 GREGORY TAYLOR 11511 MURRAY AVE 8074413 4155499 WARREN WANSON 13030 98TH AVE N 8034565 4030874 WELBILT DEVELOPM 2227 WELBILT BLVD 8017891 4016646 BARBARA ANN SCHINELLER 1524 TANGERINE ST 8035703 4031517 0101862-542300 CITY OF CLEARWATE 510 PENNSYLVANIA AVE N 8093635 4037709 ANGEL CLEMENTE 1348 S KEENE RD 8055242 4187595 WEST COAST CHOMP 21961 US HIGHWAY 19 N 8017994 4016728 PETER VRTAL 1724 CYPRESS AVE 8055320 4157486 LA REINA DE MEXICO 24107 US HIGHWAY 19 N 8062789 4056227 CRAIG R HARTER 2894 WILDWOOD DR 8062238 4262027 TRANQUIL LIFE LLC 2520 N MCMULLEN BOOTH RD 8072892 4134408 AARON WILLIAMS 887 ROYAL BIRKDALE DR 8066867 4060053 0101886-542300 CITY OF CLEARWATE 3060 N MCMULLEN BOOTH RD 8018356 4017063 LLOYD NEEDLEMAN 566 E PARK DR 8067976 4213726 HILLSIDE CW MHC LL 123 S MCMULLEN BOOTH RD 8050772 4045046 ROBERT J MEEHAN 1573 BELLEAIR LN 8068547 4061703 0101342-542300 CITY OF CLEARWATE 1650 ARCTURAS AVE N 8018394 4017100 STEVE SCHULER 1381 CHESTERFIELD DR 8069418 4063916 CITY OF LARGO 323 CENTRAL PARK DR 8074841 4271486 SAWAB MUMIN 309 TALL OAK TRL 8069694 4062768 PALM HARBOR PARK 1500 16TH ST 8019103 4017632 BRAD CROUCH 508 PALM DR 8070452 4072653 STAR MEDIA ENTERP 1080 N BELCHER RD 8058398 4052010 MARK A CARLSON 1795 EL TRINIDAD DR E 8070615 4074050 PALM HARBOR FIRE C 1123 ILLINOIS AVE 8019800 4018312 ANGELA FERLAND 1550 TIMMONS TER NE 8070666 4074607 POINTE TARPON HOA 1589 W KLOSTERMAN RD 8096612 4287565 SCOTT FRICK 714 BAYSHORE DR 8071000 4078102 ARBOR TRACE HOME 2021 WHITNEY RD 8020041 4018501 PHILIP C MD PAGANO 2135 SANDPIPER DR 8072522 4192390 EL HUARACHE AZTEC 22097 US HIGHWAY 19 N 8072893 4279090 SUNSHINE M BROTH 4900 E BAY DR 8022167 4020101 PAUL JANNARONE 376 LA HACIENDA Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8073476 4091317 SHILOH MISSIONARY 13255 118TH ST N 8077568 4213058 ROBIN CROSSMAN 627 MAYO ST 8074030 4147059 HAVANA DREAMERS 8637 US HIGHWAY 19 8022313 4020245 ED BIE 497 20TH AVE N 8074364 4098427 BAY HARBOR CLUB C 9000 COMMODORE DR 8022373 4020305 MICHAEL TURNER 2015 20TH PKY 8074664 4100246 LOUIS PAPPAS RESTA 731 WESLEY AVE 8074318 4275396 TRISHA SOUTHWORTH 14996 113TH AVE 8076590 4116663 DUNEDIN LODGE #19 1297 MICHIGAN BLVD 8022377 4020309 JOSEPH HATCH 428 20TH AVE 8079376 4137969 FAITH EVANGELICAL 5443 SUNSET RD 8081765 4055646 HOA KHANH LAM 3787 SHORE DR 8079817 4140719 CHURCH OF THE ISLE 200 24TH AVE 8022379 4020311 RANDY STURGEON 476 HARBOR DR N 8080249 4144599 COUNTRY CLUB AT E 1200 COUNTRY CLUB DR 8072693 4093265 NELLY KHOUZAM 2535 BRYAN LN 8081282 4156738 TB DEAL LLC 5138 DEER PARK DR 8081569 4162121 PINELLAS COUNTY HO 1515 COUNTY ROAD 1 8062411 4055850 KEVIN CORRIGAN 2948 HILLCREEK CIR S 8081945 4197236 BDE FL LLC 9442 STATE ROAD 52 8028478 4025251 KATE DRAZNIN 1578 LINWOOD DR 8082598 4139564 DON PANCHO VILLA 21563 US HIGHWAY 19 N 8029588 4026336 CHERI DEL-GUIDICI 620 LYNDHURST ST 8083891 4264582 INSIGHT BEHAVIORA 9270 ROYAL PALM AVE 8075077 4261713 DENNIS KNOX 315 MORNINGSIDE DR 8083972 4203715 GULF COAST JEWISH 2425 CHATLIN RD 8029589 4026337 SANDRA JAMES 624 LYNDHURST ST 8084347 4207619 STARKEY BLUEBERRY 3460 TOWN AVE 8084469 4056472 JAMES L GAIL 139 WALL ST 8089034 4244373 HEATHER HAVEN III 10476 131ST ST 8092587 4265799 TORONTO BLUE JAYS 3031 GARRISON RD 8029770 4026481 ROBERT S JONES 840 KIRKLAND CIR 8088193 4056693 ANDREA SZMIGA 211 W CANAL DR 8030000 4026705 PAUL ROSA 1915 DUNLOE CIR 8067020 4242867 KATE MUNSON 1598 LOCKMEADE PL 8092938 4267412 EMERY RUMSEY 10289 129TH TER 8030017 4026722 JEFF L RHOADS 1900 INDIAN CREEK CT 8034164 4030480 TIM TENNANT 825 8TH ST 8030030 4026735 CRAIG BAIRD 1861 TEAKWOOD LN 8076010 4114455 MARJORIE BAKER 17510 WELLFIELD CT 8066993 4060166 JOHN MILLER 1949 DIAMOND CT 8076288 4113934 DELLA ROBERTS 2027 LAKE CITRUS DR 8030790 4027411 MICHAEL DISALVO 1224 FAIRWAY DR 8082332 4186874 JAMES DIMILLIO 1004 WIDEVIEW AVE 8081504 4183573 LISA COTILLA 425 180TH AVE E 8083824 4202124 CHRISTOPHER SMARIDGE 9551 131ST ST 8030794 4027415 ANITA MORNEAULT 2378 WATROUS DR 8087051 4265877 STEPHEN NUNEZ 4171 HARBOR HILLS DR 8066958 4060308 CARL COX 2002 MUIRFIELD WAY 8093797 4272918 LEONARD GORE 314 CROSSWINDS DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8030933 4027553 ANTHONY ANDRADE 2632 BEAGLE PATH WAY 8030936 4027556 WARREN MAXON 2712 BEAGLE PATH WAY 8019013 4064985 DALE MONAST 414 HARBOR VIEW LN 8088627 4243747 ANTHONY DECICCO 7710 CUMBERLAND RD 8019066 4196701 JIHAN JACOBS 818 HELENA DR 8030937 4027557 ROBERT WELTER 1549 CHUKAR RIDGE 8029723 4211785 ABRAHAM TOTAH 825 BUTTONWOOD LN 8092541 4069726 RICHARD MINER 1771 ROYAL OAK PL 8030020 4232685 KARL LEFEBVRE 1930 SADDLE HILL RD N 8030960 4027580 HARRY BARTH 1701 HICKORY GATE DR S 8030934 4212632 DANIELLE IMBURGIA 2758 COUNTRY WOODS LN 8030964 4027584 JIM MCGEE 1977 LA GRANDE DR 8083107 4071302 PETE ZERVOS 1322 BELCHER DR 8031267 4027840 JANE C HINTON 2803 FOX SQUIRRELL DR 8031094 4027713 JOHN BARNA 960 COUNTY ROAD 90 8031269 4288553 TOM LADD 2880 COBBLESTONE DR 8031240 4027814 TIM K EMSLIE 357 SHEFFIELD CIR W 8031302 4215314 RACHEL NYE 3886 TALAH DR 8085556 4071831 DAVID LAUB 504 WIDEVIEW AVE 8031544 4279886 VIVIAN MENDONIDES 143 GARLAND CIR 8031793 4258774 MICHAEL LANGLEY 2270 N HIGHLAND AVE 8031326 4027898 BILL MORRIS 37 FRESHWATER DR 8032071 4244741 JESSE BOZARTH 308 HIGH ST 8070436 4075176 CHRIS GABBARD 2888 DEER RUN N 8033021 4029343 DYKE ANDREW JACKSON 4490 FALLBROOK BLVD 8085880 4213030 STACI KREITZ 520 GEORGIA AVE 8033045 4267837 SHERRIE JOHNSON 4152 GRANDCHAMP CIR 8079774 4027997 DANIEL LOBOSCO 760 VILLAGE WAY 8084019 4079226 VANESSA J WOODS 17315 KENNEDY DR 8033062 4188973 JASON MERRY 4153 ARLINGTON DR 8031542 4028053 TAMMI REINHARDT 150 N LAKE SHORE DR 8033067 4029389 LAWRENCE STEINHARDT 3944 ARLINGTON DR 8094435 4276093 RUSSEL BAUERNFREUND 13767 MONTEGO DR 8033069 4202779 MARY MILLER 4120 ARLINGTON DR 8033131 4029453 ROBERT MUHLHAN 4338 AUSTON WAY 8070753 4082337 MALTI PATEL 296 TALL OAK TRL 8033172 4254728 JOHN HATCH 5237 KARLSBURG PL 8031789 4028247 RONALD HARRIS 1473 SAIL HARBOR CIR 8033174 4207892 PARAG SHAH 5135 KERNWOOD CT 8031791 4028249 MARY LINDSEY 1555 MARY LN 8033188 4296188 COLLEEN VERDON 4326 LIVE OAK BLVD 8072642 4084394 PAUL JEWELL 441 18TH AVE 8033264 4292057 STEVEN COOPER 4156 GRANDCHAMP CIR 8031794 4028252 GERALD A CARTER 712 N HIGHLAND AVE 8033399 4103800 EDWARD JR ALMBERG 4483 WORTHINGTON CT 8034061 4030378 KAREN WATSON 713 NEW YORK AVE 8033415 4201075 TERESA DEBOY 3167 EDGEMOOR DR 8031817 4028275 STEVE DERDERIAN 1130 ANCLOTE RD 8033582 4175258 ANDRE SENIN 864 CRESTRIDGE CIR 8072720 4084980 KEVIN JAJUGA 2839 GREY OAKS BLVD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8033597 4285692 CHRISTOPHER JALLO 114 RUE DES CHATEAUX 8033600 4029921 RODOLFO L DY 273 RUE DES CHATEAUX 8032035 4028462 KALOTINA ASSIMACK 702 BAYSHORE DR 8033623 4268286 RICARDO VALDES 547 AUSTIN DR 8033626 4089004 ROBERT J BATZ 2973 CYPRESS POINT CT 8032089 4028516 ROGER JESTER 14 CENTRAL CT 8033674 4184223 HARRY KINKEAD 1540 OWLS RETREAT 8072289 4221615 KATHLYN ELLIS 1939 DUNLOE CIR 8033689 4235362 DON JONES 450 TALL OAK TRL 8032154 4028544 TIMOTHY GREEN 1637 SEABREEZE DR 8033693 4030014 JOHN MAURER 996 RANCH RD 8079204 4089563 JULIO DIAS 9533 HILLTOP DR 8033700 4030021 BLAKE E MOORES 840 CYPRESS LAKES BLVD 8032167 4028557 WES COCHRAN 1039 PENINSULA AVE 8033723 4077413 JAMES OLIVER 247 RUE DES CHATEAUX 8032293 4028622 MILAN CERNKOVIC 1611 GULF BEACH BLVD 8033724 4085478 SADHANA SHAH 242 RUE DES CHATEAUX 8073508 4091469 WILLIAM ATKINSON 352 BAHIA VISTA DR 8033914 4218408 DAVID WENK 132 CARLYLE DR 8032302 4028631 ANTHONY DZIURA 1701 SUNKISSED DR 8033974 4101378 IRENE KEARNEY 225 LAGOON DR 8085897 4242333 DONNA LARSON 2415 BUTTERNUT CT 8034038 4107757 MARGOT TOOMEY 725 SOUNDVIEW DR 8034044 4302624 WILLIAM BRADSHAW 619 N MAYO ST 8073912 4092617 ED WALKER 3219 BLUFF BLVD 8033052 4029374 BRUCE BENNETT 3929 ARLINGTON DR 8034075 4267000 HEATHER JORGENSEN 125 SANCTUARY DR 8087130 4094507 JEFFREY AKINS 5409 FOLEY SQ 8034076 4030393 PAUL CORACE 200 SANCTUARY DR 8076369 4118427 ROBERT WOLTIL 10901 DANIELLE DR 8034079 4268392 MOLLY NELSON 180 SANCTUARY TRCE 8034088 4230870 GIANCLAUDIO PLANZO 2948 BRIDLEWOOD DR 8033076 4029398 RICHARD REDMON 4031 CAPITOL DR 8034366 4254486 DONNA CABEZA 1017 TOSKI DR 8074086 4096002 PAUL HUDSON 2938 163RD AVE N 8034522 4202770 JEANETTE SULLIVAN 8123 MEADOWVIEW PL 8033098 4029420 DONALD TURNBAUGH 3845 SIENA LN 8034563 4078922 HILARY BRUNO 8927 CASHELLA CT 8034746 4031045 ANGELA S. GHIRARDO 4405 HARNEY CT 8066962 4096278 JERRY A DOHSE 2043 MUIRFIELD WAY 8034765 4261531 GREGG PERSONS 8806 CRESCENT FOREST BLVD 8033143 4029465 CAROL M WEIMER 4329 AUSTON WAY 8050365 4233238 ANGELA HUNT 2352 ALLIGATOR CREEK RD 8076118 4278431 STEVEN VERBA 3066 EDGEMOOR DR 8050719 4148543 ANITA RAMACIERE 1536 HUNTER LN 8033198 4029520 ROGER JOHNSON 4074 CAPITOL DR 8064030 4057305 ALPHONSO FONTAINE 3089 DOXBERRY CT 8074689 4100369 PATRICK CAMBIER 625 SOUNDVIEW DR 8064038 4256777 SHANNON LOFGREN 3073 HAMPTON CT 8033220 4029542 MICHAEL AMBROSE 4303 ALDON CT Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8066422 4273762 GABRIELA SUAREZ 3018 HARGETT LN 8033228 4029550 HENEINEH HAJJE 4201 ROTHERHAM CT 8066776 4264643 STEPHANIE DAVIS 1118 HOUNDS RUN 8033277 4029599 THERESA NORTON 5146 KERNWOOD CT 8066923 4155974 PAUL STICKRATH 4736 STONEVIEW CIR 8033298 4029620 SUNIL ARORA 5191 KARLSBURG PL 8066953 4060131 BRIAN MCDONALD 1889 MUIRFIELD WAY 8033321 4029643 WILLIAM STOEFFLER 4102 CAPITOL DR 8066954 4175688 HELENE ROYBAL 1918 MUIRFIELD WAY 8075202 4029714 JOE FUCCI 3327 JADEWOOD CIR 8066956 4060134 MICHAEL ROTHBERG 1894 MUIRFIELD WAY 8080958 4156781 RITA JENSEN 9052 MOON LAKE RD 8066996 4269554 LYNDA GASTON 2067 DIAMOND CT 8033403 4029725 JUSTAMONA MACK 2405 SADDLEWOOD LN 8067010 4271194 KIMBERLY RICHARD 5247 ENCLAVE DR 8081935 4110953 CARL CONFORTI 146 CARLYLE DR 8067085 4193734 KELLY ENGLAND 231 LAFAYETTE BLVD 8033410 4029732 JAGDIP MEHTA 3232 VALEMOOR DR 8067234 4229011 PHILIP BRENNAN 3 DORADO PL 8033590 4029911 CHARLES MURPHY 2887 POST ROCK DR 8069303 4207052 RICHARD RUFFING 1231 15TH CT SW 8077197 4118709 PHYLLIS MEMOLI 7851 TENBY CT 8069519 4271140 EMMANUEL SERVILLAS 514 HARBOR DR N 8069644 4241846 WALTER MORALES 5318 ENCLAVE DR 8082050 4236916 PAMELA DREXLER 1504 BAYSHORE BLVD 8069702 4212345 KEN BLAN 921 POINT SEASIDE DR 8033621 4029942 ROSS D BURNEY 1053 EAST LAKE DR 8069831 4222869 JEFFREY RUBIN 1231 BERKSHIRE LN 8077127 4121297 MARTY MORLAN 1225 WISCONSIN AVE 8070041 4207174 MELISSA DUBOIS 1068 RIVERSIDE RIDGE RD 8033642 4029963 TOM FOWLER 3031 CEDAR TRACE 8070058 4138872 RONALD SALHANY 973 ROYAL BIRKDALE DR 8072605 4157387 NADER ABDALAH 6850 NICOLE LN 8070277 4136597 CRAIG LEVALLEY 3700 PRESIDENTIAL DR 8033648 4029969 KATHRYN M RIZZO 1200 BERKSHIRE LN 8070299 4074920 PETER LOUKATARIS 520 CYPRESS BND 8077912 4128644 RONALD LANCASTER 30 WINSTON DR 8070524 4192961 PAMELA PREMO 318 BROOKSIDE CT 8033652 4029973 DIANE C. KOMODOWSKI 1098 COPELAND CT 8070533 4232917 CRAIG BERNHART 2811 JARVIS CIR 8078244 4135740 TODD HOFFMAN 3942 MCKAY CREEK DR 8070619 4252619 MICHAEL LEWIS 12725 PELORIA CT 8033666 4029987 STUART RACHLIN 1326 KINGSWAY LN 8070730 4087674 SIDDHARTH SHAH 304 TALL OAK TRL 8033195 4250326 CAITLIN CANER 3715 DORAL ST 8033669 4029990 ANIL MITAL 1242 LINDENWOOD DR 8070761 4162125 JOSE CALDERON 3354 BRATTI CT 8079371 4137920 CHRIS KONCAL 209 WATER VIEW CT 8070826 4083971 JEFF A MATTOX 2830 COBBLESTONE DR 8033692 4030013 PHILLIP DREW 924 RANCH RD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8071006 4078011 JOHN R HAMILL 3477 SHORELINE CIR 8016388 4214020 SHANNON BERGER 13456 CROFT DR N 8071857 4088640 JOANNE GRANGER 2690 KEYSTONE RD 8071889 4091303 REBECCA HYATT 803 LANSDEN CT 8031404 4138675 MARK MOLENDA 2424 HAWK AVE 8071892 4271281 ISABELLE BOUCHENOT 321 TALL OAK TRL 8071934 4270860 CHRISTI STRICKLAND 587 LAKEWOOD DR 8033883 4030201 WALTER L. SMITH 1265 ESPINA CT 8072022 4061102 ROBERT D WINN 3502 SHORE DR 8090723 4139431 JACK VASILAROS 102 POINCIANA LN 8033885 4030203 WILLIAM ROTZ 841 SPANISH OAKS BLVD 8072404 4240167 DONNA NIKODEMUS 15718 GULF BLVD 8070416 4152120 JAMES NICHOLS 133 CARLYLE CIR 8072510 4243485 MECHELLE FITZSIMMONS 572 LAKEWOOD DR 8033901 4030219 DENNIS DENNINGER 1133 RIDGEGROVE DR W 8072539 4251302 ANDREA BARONE 2835 GREY OAKS BLVD 8072565 4186027 JOHNNY RIVERA 2847 GREY OAKS BLVD 8033915 4030233 MARTIN M. GLADYZ 115 PHILLIPS WAY 8033967 4030284 STUART FUTCH 298 SHORE DR 8072844 4091122 SUSAN J BRADY 1839 INDIANA AVE 8091303 4143607 MAGGIE & ANDRE MILES 433 E BOYER ST 8072875 4240574 AMANDA BROTHERTON 909 POINT SEASIDE DR 8096794 4288569 ANTHONY MARRA 12313 ELDON DR 8072977 4087020 CATHY LOIACANO 2031 GULFVIEW DR 8073005 4198905 MICHELLE PONTE 1802 ISLEWORTH CT 8034126 4030442 ERIKA, EST MAUL 402 14TH ST 8073171 4096130 LAURA BEKESH 2858 DARBYS RUN 8080361 4145485 MARK PRINCE 240 LOTUS DR 8073278 4096758 CHRIS DOUTHITT 3857 SHORE BLVD 8034133 4030449 JONI GOODLEY 1071 FOREST GROVE BLVD 8073329 4193681 CRAIG TOWLE 1745 SANCTUARY PL 8034081 4233945 BRIAN FUHRER 514 AVERY AVE 8073473 4283090 ANCHORAGE GROUP 20001 GULF BLVD 8034148 4030464 STANLEY WITCZAK 382 WESTWINDS DR 8073492 4099009 WILLIAM R. COSGRAY 876 CYPRESS LAKEVIEW CT 8096067 4155942 BRIAN KIER 444 18TH AVE 8073518 4258304 KRISTINE JANISH 672 SOUNDVIEW AVE 8073525 4091686 ROSHAN SHIKARPURI 4051 PRESIDENTIAL DR 8082403 4179018 SUMEDHA MUNGALE 552 14TH ST 8073704 4142137 THERESA CLEMENT 130 TURTLE CREEK CIR 8081385 4158159 PETER KREUZIGER 1099 VIRGINIA ST 8073769 4197061 RICHARD KOLB 2849 DEER RUN 8034250 4030560 RANDY HOLM 5621 ELKHORN BLVD 8073771 4159662 MICHELLE JONES 1901 EAST LAKE WOODLANDS PKY 8034257 4030567 JOEL HERSHKOWITZ 5940 CACHETTE DE RIVIERA CT 8073772 4252472 MARK LEONGOMEZ 271 SANCTUARY DR 8080957 4158642 AMY STROBBE 4741 BAY BLVD 8073850 4238365 TAMMY MARKIEWICZ 9550 135TH ST 8034259 4030569 GARY M PATTERSON 6028 RIVIERA LN 8079145 4169863 PAUL FOX 12789 LONE PALM CT Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8073918 4276921 NICOLE WHITAKER 1725 MANDALAY DR 8081660 4162797 BRIAN OTTOSON 536 NEW YORK AVE 8073931 4102177 LISA SQUIRES 207 DRIFTWOOD LN 8034269 4030579 OWEN FITZGERALD 4751 SPRINGSIDE DR 8074013 4099836 EDWARD KOSLOW 1024 LYNDHURST ST 8034274 4030584 SURESH C GANDHI 8442 SIAMANG CT 8074077 4095888 MARK KIRBY 2297 JONES DR 8093687 4272143 MICHAEL SORBIE 1325 EAST LAKE DR 8074082 4277623 BRIAN STEELE 327 TALL OAK TRL 8034280 4030590 WILLIAM DROEGE 6909 OLDGATE CIR 8074144 4242253 JUSTIN GENSEL 1312 PRESERVATION WAY 8094024 4164968 HARRY KAMBOUROLIAS 1485 NORTH RIVER CIR 8074150 4268072 MARTHA HARRIS 466 MAGNOLIA AVE 8034289 4030598 BHARAT GANDHI 8405 AUKARI CT 8094320 4275277 PHIL CIAMPINI 1754 HICKORY GATE DR S 8074319 4108155 ALLEN LINDSAY 14539 RED BIRD CT 8034294 4030603 MARCEL CRINCE 1020 HAGEN DR 8074344 4276023 CHRISTINA KAY 8 WINSTON DR 8081743 4165208 TIFFANY OFENLOCH 109 DRIFTWOOD LN 8074449 4248026 NANCY LOFREDO 185 RUE DES CHATEAUX 8034298 4030607 RICHARD LETVIN 1219 HOMINY HILL DR 8074460 4226570 MATT HUTCHISON 2311 MESSENGER CIR 8066911 4060089 JOEL E CULBRETH 1497 WHISPER WIND LN 8074656 4116728 JENNIFER ARMANIOUS 2340 MESSENGER CIR 8074753 4273150 ALIISON KRAPF 421 BUTTONWOOD LN 8085980 4166537 ALEX NOLLMANN 806 BLANDON RD 8074867 4261953 KAREN ROMIG 340 WESTWINDS CIR 8034566 4030875 JUAN FERNANDEZ 8929 GARNER CT 8074873 4264576 RYAN FOSTER 224 DRIFTWOOD DR S 8034593 4030902 MICHELLE DICKEY 5503 WATERS EDGE DR 8074964 4108079 ROBERT FIX 2324 MESSENGER CIR 8081441 4166930 STEPHEN REEVES 2882 PHEASANT DR 8075016 4251737 JOHN GRIFFITH 1820 RICHARD ERVIN PKY 8034652 4030960 HAIDER KHAN 5557 BOWLINE BND 8075059 4113923 JACQUES LAMA 1855 N HIGHLAND AVE 8088877 4243349 ZBIGNIEW J STURZBECHER 13538 INDIAN OAKS TRL 8075492 4111459 BLAINE UNDERWOOD 2349 MESSENGER CIR 8034673 4030981 DARRYL KWIEK 5549 ILLINOIS AVE 8075515 4264946 LEE MANSELL 1322 GOLF VIEW DR 8081865 4167453 BIREN AMIN 1100 GLENN LN 8075517 4116758 NINA JALLO 290 TALL OAK TRL 8034691 4030999 DIANE RICCA 5405 BLUEPOINT DR 8075567 4244217 MICHAEL GARDNER 339 MANATEE LN 8034700 4031008 CHARLES WORTHEN 6310 VERMONT AVE 8075637 4115480 FRANK COSENZA 124 KNOLLWOOD RD 8033059 4256540 DANIEL LEE 3960 EXECUTIVE DR 8075773 4113030 MICHAEL T COLLINS 1711 SUNSET DR 8034707 4031015 BONNIE HEITZMAN 5115 BAY BLVD 8076061 4186034 CATHERINE FRATTINI 10808 ALICO PASS 8034735 4031041 LINDA CASSIDY 8627 BETTY ST Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8076078 4115908 BRENDA SVETKOFF 1608 N JASMINE AVE 8081911 4168979 SAL TROIANO 1709 8TH ST 8076363 4128925 PETER MARKOS 5140 KERNWOOD CT 8080037 4264364 PMC SFR HOLDING L 616 OMAHA ST 8076377 4268275 ANTHONY BRADSHAW 5044 KILKENNEY CT 8034747 4031046 TONY CHIZMAR 4431 SAINT LAWRENCE DR 8076553 4182629 LANG LIN 19 SUNSET BAY DR 8076637 4126435 ROBERT BLEDSOE 1565 PRESERVE WAY 8034749 4031048 EARL LYNN 4638 ANACONDA DR 8076986 4124535 LISA DOTY 12725 LONE PALM CT 8079613 4139737 ERIK HAGBARTSEN JR. 10916 SETARIA CT 8077044 4266195 MATTHEW DUPREE 10147 SHOOTING STAR CT 8034752 4031051 JACK L EDGEMON 5347 HALTATA CT 8077085 4125063 WILLIAM DAVIS 6004 RIVIERA LN 8081915 4169288 SCOTT FARBER 410 HARBOR VIEW LN 8077115 4121183 KEITH DIAZ 1514 LAKE POLO DR 8034763 4031062 TOM SBANI 8148 CAMERON CAY CT 8077137 4254384 NICOLE CORSON 1526 LAKE POLO DR 8034767 4031066 RON SBANI 7520 JUDITH CRESCENT 8077167 4130618 ROBERT BUSHEA 507 DRIFTWOOD DR E 8081937 4169476 JANICE LLEWELYN 212 BENGAL CIR 8077192 4268336 CHRIS SWANSON 2311 HANNAH WAY N 8034768 4031067 RALPH ZANELLO 7634 JUDITH CRESCENT 8077293 4173895 A. LANCE ALLEN 309 CROSSWINDS DR 8034790 4031089 DON PIACENTINE 10837 THOROUGHBRED LN 8077308 4196525 JOHN BRIGHT 1423 ARISTIDES CT 8090926 4256940 SYDNI LE 554 JOHNS PASS AVE 8077358 4243699 PHIL CHRYSAKIS 615 MARYLAND AVE 8034793 4031092 RICK KELLEY 10111 GROVE DR 8077419 4290604 ADAM STITES 14754 PINE DR N 8080462 4106874 JEANETTE P. HOVEN 2132 HICKORY GATE DR W 8077480 4276850 WENDY LEE 2810 PHILLIPPE PKY 8077481 4255619 DEBBIE WOOL 5521 WINDWARD WAY 8081811 4170821 DELCIE SUPOW 3028 ENISGLEN DR 8077494 4186821 CHAD CLARK 11650 SEMINOLE DR 8042883 4038243 CAL LEWIS 1956 PALM DR 8077644 4138946 STEPHEN SMALL 544 20TH AVE 8056554 4227965 MARY CAROTENUTO 410 BUTTONWOOD LN 8077646 4128352 GREG DEW 8704 DECUBELLIS RD 8042907 4038267 LEON ZIMMER 2004 EL DORADO CT 8077647 4126292 DONALD SCHNITZHOFER 5038 SUNSET BLVD 8081764 4171646 STEVE TSETSEKAS 3000 LEPRECHAUN LN 8077673 4228395 MARVA WEINBERG- CARABO 1615 MEYERS COVE DR 8044462 4039430 DELIA COLSON 1210 S EVERGREEN AVE 8077713 4276511 ANTHONY MANGIARACINA 1646 LAKE POLO DR 8085863 4249360 ERIC RABENSTEIN 15610 PHILLIPS RD 8077908 4284962 KRISTA RAGER 110 SUNRISE DR 8045258 4040224 LILLIAN HOGUE 1274 JEFFORDS ST 8078120 4227348 CELI DONOFRIO 14750 BAY DR 8066887 4209324 CHRISTINA BEATY 4950 EDGEWATER LN Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8048088 4043016 A HAMMAC 2035 REBECCA DR 8078485 4141540 GREG NOWAK 221 POINCIANA LN 8082089 4172662 KEVIN WHITE 1156 KEENE RD 8078527 4142084 SCOTT FROHLICH 503 AUSTIN DR 8050664 4044938 KEITH A PETERSON 2347 NASH ST 8078528 4262207 ROBERT MARSHALL 333 MANATEE LN 8058912 4250413 VIVIANE OLIVEIRA 1406 W VIRGINIA LN 8078760 4142995 GREG B PICKREN 2026 MUIRFIELD WAY 8051815 4046038 ELEANOR SHARROW 216 ANNA AVE 8078790 4160953 ERWIN FLORESCA 14459 REDBIRD CT 8081903 4174695 ROBIN HARRIS 216 16TH AVE NW 8078887 4291164 SUSEN CYDRUS 5101 OYSTER CV 8062414 4048024 ANDY ALBERDI 2961 HILLCREEK CIR S 8079206 4142810 HARMON WRIGHT 10849 OSCEOLA DR 8082206 4174918 TIM GRANT 415 18TH AVE 8079389 4269053 AARON KISTLER 207 MANATEE LN 8082231 4175350 MARK FLORY 572 PINECREST DR 8079407 4302816 ROBERT ESPERTO 3208 BLUFF BLVD 8084234 4051877 RICHARD FRUIT 1966 SPANISH OAKS DR N 8079433 4154506 TOMMY STANLEY WATSON 158 CARLYLE DR 8082234 4175383 ROSS KOHLER 47 CYPRESS DR 8079550 4139276 GRAY JOYCE 3246 COUNTY ROAD 1 8058974 4052586 JOHN SMITH 2850 SPRING LAKE DR 8079552 4269168 CHRISTOPHER CLOUD 205 POINCIANA LN 8095194 4280110 ROBERT WEIL 14158 SPOONBILL LN 8079662 4230044 JOHN RYAN 809 SPARROW AVE 8058975 4052587 RICHARD MICHAUD 2860 SPRING LAKE DR 8079785 4292001 SUSAN GREEN 15223 WIND WHISPER DR 8082275 4176135 TIM GREGSON 10930 SPRING ST 8079796 4278190 YUKTI GULATI 1438 LAKE POLO DR 8058976 4052588 JENNIFER R MOORE-BAKER 2861 SPRING LAKE DR 8079871 4141240 WILLIAM TALDONE 123 CARLYLE CIR 8060300 4053750 TIME WARNER 1060 SCOTSDALE ST 8079903 4279489 BRIAN LINDBLOM 2943 GREY OAKS BLVD 8082281 4176304 CRAIG COTTERMAN 1348 HIGH BLUFF DR 8079918 4176815 MELISSA HILL 15642 BLUE STAR CT 8093287 4233298 BRIAN KLEIN 1941 SADDLE HILL RD N 8079966 4244971 ASHLEY LAMM 14948 MAN O WAR DR 8061962 4055403 ALBERT B VANMATER 3025 MARLO BLVD 8079967 4246371 JYOTI PATEL 224 DRIFTWOOD LN 8082258 4176787 LINDA GIGUERE 14998 113TH AVE 8080050 4269656 JACOB VIANO 1838 WILMAR AVE 8080162 4301163 CHRIS SAVINO 203 POINCIANA LN 8093235 4056425 CRAIG WHITELEATHER 168 CARLYLE DR 8080191 4149774 MICHAEL ROGAN 3577 FAIRVIEW ST 8082409 4178989 DAVID MOTT 446 18TH AVE 8080307 4293425 KARN HUNT 331 SAILFISH DR 8080370 4291686 BARBARA GREELEY 334 MANATEE LN 8063149 4056587 JOSEPH NOVARRO 2974 KENILWICK DR N 8080399 4151014 KEVIN RHODES 211 POINCIANA LN Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8082434 4179455 GARY ANTONELLIS 620 GEORGE ST S 8080505 4153469 ALLAN MARSHALL 6766 COPPERFIELD DR 8080506 4224990 RODNEY DANIEL 2105 BOW LN 8082369 4179572 RANDY PACKER 18714 TYLER RD 8080557 4272099 LAURA CLOUTIER 1859 FISH HATCHERY CT 8064158 4057431 RICHARD MURAWSKI 2960 CLUBHOUSE DR W 8080564 4151041 DENNIS THORN 10906 OSCEOLA DR 8075699 4109209 GEORGE FLANJACK 504 HARBOR GROVE CIR 8080668 4223338 MATT STARR 15531 DUNNS POND CT 8062127 4057676 ROBIN J BOWER-MILLER 2589 BRANDYWINE DR 8080749 4154088 SCOTT GRIFFITH 10826 ALICO PASS 8082447 4179707 EMELITA VARDELEON 9811 OSCEOLA DR 8080823 4157229 ROBERT ALBERGO 2863 COBBLESTONE DR 8066781 4059967 GERARDO SISON JR 3002 KEY HARBOR DR 8080873 4267061 STACEY MISICKA 203 PALM DR 8066788 4059974 LINDA SICKLE 522 HUMPHRIES RD 8080895 4202082 JOSEPH FERRANDINO 11032 HIDDEN TREASURE CT 8082453 4179878 FRED KAMPS 4240 WESTWOOD DR 8080955 4156968 BRIAN LEVINE 12839 114TH AVE N 8066791 4059977 THERESA & KYLE FORD 601 DEL SOL CT 8069836 4221647 PRESTON KAVANAGH 2917 ST ANDREWS BLVD 8066830 4060016 DENNIS MILLER 1455 BRIARWOOD CT 8081001 4266696 LEAH FORKUSH 3858 SHORE BLVD 8082124 4180120 JOSEPH DAVANZO 1595 N JASMINE AVE 8081025 4161155 DONNA MALKA 3017 BLUFF BLVD 8081117 4273592 ANDREA FONTANA 435 BUTTONWOOD LN 8093010 4237207 LOREN ZIRBEL 1478 RIDGE TOP DR 8081273 4166389 JOHN MONTANA 5003 WEST SHORE DR 8066892 4060070 JAMES M NOLAN 4856 WESTCHESTER CT 8081348 4157481 RICHARD VAN ENIGE 608 OHIO AVE 8082480 4180737 RAY JEFFERIES 2637 HERON LN N 8081358 4235744 ROBERT BULL 3738 OLD KEYSTONE RD 8066902 4060080 PATRICK MCGUIRE 1047 ELK WAY 8066905 4060083 PETER A RETSOS 1485 EASTLAKE WOODLANDS PKY 8082488 4180833 JACK BEYER 521 OHIO AVE 8066908 4060086 KAYLYN BELCIK 1551 EASTLAKE WOODLANDS PKY 8081976 4170289 TROY OLSON 6009 GUILFORD DR 8088825 4243174 DEBORAH KOSNETT 2555 MARQUIS DR 8082032 4283410 CHARLES MENKHAUS 317 BUTTONWOOD LN 8077113 4181190 DINO MICHAELS 16438 REDINGTON DR 8082094 4221033 KATHERINE KNOLL 11409 TROTTING DOWN DR 8066926 4060104 DONALD MICHAUD 2321 WARWICK DR 8082187 4237612 RORY CARMICHAEL 5407 BOWLINE BND 8066939 4060117 JOHN M ONDASH 4776 PEBBLEBROOK DR 8082196 4267199 RACHEL MALTA 15201 WIND WHISPER DR 8082429 4181492 ROBERT SPARKS 130 STANTON CIR 8082215 4191819 MOUNA BACHA 34 WINSTON DR 8066941 4060119 CATHERINE K ODETTE 1543 RIVERDALE DR 8079970 4284909 CHRISTOPHER PEACE 350 MEHLENBACHER RD 8082331 4255366 LISA BECKER 15136 AZRA DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8066946 4060124 ROBERT BEARS SR 120 TURTLE CREEK CIR 8082408 4265347 JEFF HEILER 6000 GUILFORD DR 8082479 4181494 CAROL NICHOLS 1873 WACASSASSA ST 8082547 4182303 ROBERT POTTS 1732 HICKORY GATE DR S 8066948 4060126 TERRY REAVIS 4998 TURTLE CREEK TRL 8082583 4193434 KIM BENNETT 1670 LAKESIDE DR 8069730 4270669 PAIVAHN KILEN 15001 SOVEREIGN DR 8082672 4194622 MAMTA CHOKSI 1614 LAKE POLO DR 8082710 4185142 PAUL LIS 1167 WEYBRIDGE LN 8082538 4181820 JACK BINES 9578 131ST ST N 8082793 4223362 WILLIAM SHEA 5019 CAMBERLEY LN 8083022 4190443 MARY FANNING-CARR 3421 BRIAN RD S 8066965 4060143 LUIS FIGUEROA 2115 MUIRFIELD WAY 8083069 4243681 MARK BOLDEN 5812 110TH AVE 8034077 4214965 EMILY COBLE 101 SANCTUARY DR 8083320 4195170 STEVE KOENIG 3681 SHORE BLVD 8066967 4060145 JOHN F SHEEHAN 2056 MUIRFIELD WAY 8083347 4221980 JUPE FOWKES 10855 131ST ST N 8083426 4200371 CIARA RIOS 935 PINE HILL RD 8066971 4060149 KENNETH BOTWIN MD 2176 MUIRFIELD WAY 8083637 4285229 CHRISTOPHER CRISWELL 17212 BREEDERS CUP DR 8066972 4060150 GENE LANTON 2188 MUIRFIELD WAY 8083825 4262448 ROBERT SHELTON 1862 EAST LAKE WOODLANDS PKY 8069780 4292147 ROSS DOWNS 1661 SEABREEZE DR 8083897 4273399 JOHN STAPLES 414 HARBOR DR N 8066974 4060152 RICHARD D CROSSLAND 2203 MUIRFIELD WAY 8083943 4266740 ERIC MEISTER 15315 LAKE MAURINE DR 8082149 4182328 LENA MAVROMATIS 213 HIGH ST 8083981 4257721 STEVEN DEHNKE 17742 LONG POINT DR 8066975 4060153 JAY GROSS 2215 MUIRFIELD WAY 8083998 4204144 PAM SPELL 1600 COQUI CT 8076767 4117931 MICHAEL CORNNELL 600 STILL MEADOWS CIR N 8084338 4207632 STEFANO FILIPPONE 3429 DOVE HOLLOW CT 8066989 4060162 FREDRICK SIKORSKI 1937 DIAMOND CT 8084360 4067327 SCOTT GUNN 1711 8TH ST 8066991 4060164 GENE JAJUGA 1996 DIAMOND CT 8084765 4211586 CHRISTOPHER FROST 17820 SIMMS RD 8075909 4182377 KEVIN OBRIEN 11 JOYCE ST 8084818 4211707 ROBERT CLIBORNE 1111 S FLORIDA AVE 8066992 4060165 GARY MEADOWS 1961 DIAMOND CT 8084918 4233968 BRIAN BOWER 17340 ROSA LEE WAY 8084956 4213158 BRIAN WINGATE 9838 LAKEVIEW DR 8073309 4182436 KELLY BARNES 2861 DARBYS RUN 8085099 4220423 DONNA WASSEL 542 173RD AVE E 8067008 4060181 KATHERINE PAPASTAVROU 1314 FOREST EDGE BLVD 8085131 4218335 DAVID STARR 32 SUNSET BAY DR 8033205 4112509 MICHAEL BLAKESLEE 4392 LIVE OAK BLVD 8085157 4289676 CHAD LUBKE 17347 KENNEDY DR 8067011 4060184 STEVEN MEZER 5209 ENCLAVE DR 8085166 4215488 JOHN CONTI 4890 AUGUSTA AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8067013 4060186 PATRICK HAFNER 1381 FOREST EDGE BLVD 8085168 4300862 JANE FREIDINGER 325 140TH AVE 8082564 4182772 CHRIS CHRISTOPOULOS 1406 FORDE AVE 8067018 4060191 MORRIS YASOVA 5018 CAMBERLEY LN 8080678 4207343 DEAN JARDIN 15455 AZRA DR 8067021 4060194 STANLEY MILLER 5132 PINNACLE DR 8086100 4226660 JOSEPH WHITTEN 1429 GEORGIA AVE 8069602 4182908 CYNTHIA BROWN 226 HIGHLAND WOODS DR 8086290 4244370 WILLIAM HOOD 3962 TARIAN CT 8067068 4060238 GARY COPP 1802 SPLIT FORK DR 8086345 4227532 DAVID MARSALA 1037 WIDEVIEW AVE 8067093 4060263 KENN KNOF 345 FOUNTAINVIEW CIR 8086456 4228486 TIMOTHY LYNCH 114 PETERSON LN 8082594 4183021 JANE GOVONI 14109 SPOONBILL LN 8086524 4279929 RYAN KELLY 1102 KINGSWAY LN 8090787 4254930 JON CAIN 468 HARBOR DR S 8086823 4230564 SCOTT DAVIS 391 12TH AVE 8087251 4233462 STELLA HIMONETOS 6255 RIDGE TOP DR 8097232 4183022 MICHAEL FRONING 1882 MUIRFIELD WAY 8087255 4235295 ANITA & MARK VAALER 18908 CRESCENT RD 8087573 4246309 GREGORY TODD 1507 BAYSHORE BLVD 8087796 4237615 MARTHA TIMMONS 309 12TH AVE 8068966 4062120 JOHN JR MAIRE 2725 CYPRESS DR 8087797 4237149 ROB NAZZAL 14054 W PARSLEY DR 8087798 4237367 R. GARMAN 1211 BAYSHORE BLVD 8082214 4184124 AHAB GARAS 114 DRIFTWOOD LN N 8087804 4237194 DEBORAH ZEMAN 860 BAY POINT DR 8034210 4063062 RAMDAT SHIVDAT 3635 OXFORD DR 8087814 4237696 CHRISTOPHER PINNICK 366 N HIGHLAND AVE 8033367 4275421 TODD DAVIS 5264 KARLSBURG PL 8088036 4238504 HELLE MELLITAS 4170 HARBOR HILLS DR 8034069 4063119 SUSAN M TERRY 981 BAYOU LN 8088053 4270299 SCOTT CADA 11590 HAMLIN BLVD 8082623 4184176 RONALD TYSON 15027 WIND WHISPER DR 8088135 4239216 TOM SAYER 540 GEORGE ST S 8066881 4063167 STEPHEN MEYERS 5037 CAMBERLY LN 8088318 4240594 ALEXANDER STRATIGOS 3245 ENISGROVE DR E 8048635 4063395 JAMES HICKMAN 4549 RUTLEDGE DR 8088518 4286861 DAVID HALL 668 WEATHERSFIELD DR 8082674 4184385 PETER MCMULLEN 17605 STERLING TER 8088559 4241680 CHRISTIAN CURRY 16170 ARMISTEAD LN 8065562 4063455 EDWARD GUTIERREZ 2712 MONTAGUE CT E 8088766 4242854 STEVEN ALEXANDER 154 GEORGIA AVE 8078028 4250826 TARIF CHOWDHURY 8191 WILD OAKS CIR 8089000 4268310 JANET BOMBARD 459 20TH AVE 8033351 4063589 HEMANT SHAH 3919 CAPITOL DR 8089156 4245102 TINA AVILA 1709 OYSTER POINT WAY 8089287 4245971 KEVIN BAKER 481 S BAYSHORE DR 8030022 4063821 JAMES BOUTZOUKAS 1761 ROYAL OAK PL W 8089470 4247501 MIKE MORRIS 808 ROBIN AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8074961 4227226 RITA GONZALEZ 2822 GREY OAKS BLVD 8089684 4249715 MARK SALEBRA 15335 HARBOR DR 8069448 4063875 PAUL NIESEN 633 FAYETTE DR N 8089953 4249986 JENNIFER WATSON 11536 TROTTING DOWN DR 8090131 4199190 JOHN HOWARD 915 BAYSHORE DR 8090414 4303086 CAANAN BROWN 6534 SUMMERFIELD LOOP 8031727 4063967 LINDA J HELLBUSCH 1409 VERMONT AVE 8090655 4254282 MICHAEL WILLENBACHER 148 CARLYLE DR 8092093 4269368 KIM LINDGREN 14 WINSTON DR 8090720 4262481 CARMEN DA SILVA 7022 129TH ST N 8069369 4064019 JOHN V EGAN 3918 ARLINGTON DR 8082846 4187078 JIM HENKEL 2309 JONES CT 8091326 4258259 CONSTANTIN HAAG 2424 SUMMERWOOD CT 8066432 4064063 JEAN RUKAMP 810 DUVAL ST 8091343 4258351 JARED MOON 2421 MEANDER LN 8094134 4282529 MICHELLE MAURICIO 770 BAYSHORE DR 8091623 4283819 THOMAS AND KRIS OSYPKA 2800 PHILLIPPE PKY 8069482 4064153 GUS PSCHAK 1514 WHISPER WIND LN 8091933 4261858 FREDERICK JONES 2249 WATROUS DR 8082748 4187160 CHRISTIE GAGNON 1743 DONCASTER RD 8091955 4262009 GARY RESMONDO 110 WOODRIDGE CIR 8094511 4276591 LINDA HAGERMAN 208 BENGAL CIR 8091990 4262434 WILLIAM PERRY 386 SHEFFIELD CIR E 8033702 4064565 PAM CLARK 2757 MEADOWVIEW CT 8092285 4263969 CHRIS NIEMEYER 1722 HICKORY GATE DR S 8092468 4265018 MATTHEW HOUSH 1555 E LAKE DR 8069521 4064856 KAREN H. DURIE 3295 MALLARD DR 8092561 4265654 DAN KARCHER 2360 SETON LN S 8069536 4064983 RICHARD SCHIMMENTI 221 HIGHLAND WOODS DR 8093027 4268063 THOMAS PIANKO 540 20TH AVE 8093169 4269048 MATT GOSSELIN 7224 SAVOY CT 8082934 4188812 SNEH PATEL 3744 EXECUTIVE DR 8093297 4200911 JEFF KINGSFORD 1382 EAST LAKE DR 8069363 4065255 MAHESHKUMAR AMIN 1431 ALEXANDER WAY 8093435 4273587 ROXANNE HENDRY 1421 GLENVIEW RD 8069828 4066925 NORMAN BRODSKY 1346 PRESERVATION WAY 8093506 4280059 ANDREW HAYSLETT 7390 123RD ST 8082715 4188959 DEBRA SUDNIK 13954 SAND OAK CT 8093642 4272960 ANTHONY BOOTH 13844 SAND OAK CT 8069754 4067122 JOSEPH LEJKOWSKI 3849 TALAH DR 8093685 4272065 DROSSOS KAPANIRIS 876 W BAYSHORE DR 8066919 4086109 DAVE BRICKER 4954 AURORA CT 8093747 4273805 NICHOLAS KOPTEROS 1515 N RIVER CIR 8069859 4067131 JAMES JERKINS 508 19TH ST 8093802 4272825 HAROLD MYERS 337 BAHIA VISTA DR 8069971 4067288 ALICE FOGG 1947 COBBLESTONE WAY 8094098 4278603 CHAD HERD 7346 123RD ST 8074725 4189132 STEPHEN MARCINEK 478 MICHIGAN AVE 8094322 4283411 ANDREW READ 7280 123RD ST N 8094584 4276877 JENNIFER GODSHALL 19825 HIAWATHA RD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8069933 4067592 MICHAEL BRUNO 8506 PINAFORE DR 8094595 4286576 ALFRED VINCELLI 16 WINSTON DR 8082164 4189514 TIMOTHY ROBINSON 466 CRAIG DR 8094671 4276750 BRANDON BARTEE 485 WESTFORD CIR 8033631 4067701 RAYMOND WAN 1524 OWLS RETREAT 8094787 4277292 SUZANNE WHITE 1980 BEE POND RD 8077822 4189560 BARBARA STALBIRD 14521 RED BIRD CT 8094805 4288199 JOE ALTAMURA 6127 GUILFORD DR 8033167 4067732 LYNN FUHLER & PAT 4939 KERNWOOD CT 8095182 4279956 MICHAEL FARRINGTON 541 20TH AVE 8031543 4291758 NICOLE FLETCHER 132 GARLAND CIR 8031788 4067935 JAY KLEIN 1425 SAIL HARBOR CIR 8095210 4280185 ANITA KATHERINE MYERS 1171 BURKE AVE 8082983 4189744 JOANNE TOROK 226 WESTWINDS DR W 8095409 4283677 WALEED BOLAD 17130 BREEDERS CUP DR 8069650 4067982 MICHAEL DAVIDSON 2915 ABBEY LAKE RD 8095472 4281658 ADAM BENDTSEN 7702 KENIA MEADOWS LN 8076840 4291302 DESIREE CARDOSO 1359 TREETOP DR 8095612 4282463 FRANK MIRABILE 5035 OYSTER CV 8033881 4068236 CHRIS RENNERT 117 AUGUSTA AVE 8095628 4282552 TERRY DENNISON 1624 KILWINNING CT 8076334 4190307 SANTIAGO MORALES 1122 S FLORIDA AVE 8095739 4283459 MELINA POOLE 17506 OAKLEY SCOTT LN 8070011 4068283 CYNTHIA L NELSON 1544 MARY LN 8096068 4285550 BRENT BARNHISEL 2419 MADRID AVE 8033420 4068626 ROBERT A GLEASON 3039 BOLT DR 8096069 4285100 RICHARD PEREZ 17725 LONG POINT DR 8096238 4285727 DOUGLAS KELLOGG 1277 KINGS WAY LN 8070113 4069185 SANDRA BROWN 8811 DUSTY LN 8096245 4236174 LISA ODISHOO 4827 BLUE JAY CIR 8088316 4240077 DONNA MARTIN 4981 GALLEON CT 8096294 4286517 HERBERT KNAUF III 118 CARLYLE DR 8030021 4069396 WILLIAM WILLIS 1975 SADDLE HILL RD S 8096565 4287506 TRAVIS MEARS 13839 ETHEL AVE 8083063 4191203 JEAN ROBERSON 232 176TH TERRACE DR E 8096609 4287589 BRUCE DANIELSON 36 WINSTON DR 8033680 4069585 CHI MEEN LEE 3843 BROOKSWORTH AVE 8083067 4191585 KURT FRAHN 1243 LAGOON RD 8096725 4288408 DIANE REMAIL 10710 WATULA CT 8069524 4069898 ROBERT HEILMAN JR 2343 KINGS POINT DR 8070186 4069899 SUSAN LATVALA 109 PHILLIPS WAY 8096804 4288935 PATRICIA SCHNELLER 718 SUNSET CV 8097300 4293590 RICK NELSON 7636 N MOBLEY RD 8096805 4289697 VOJTECH BOSEK 243 144TH AVE 8069801 4070378 GARY HELLER 1707 CYPRESS AVE 8096974 4272786 ABBAS DEVELOPMEN 1093 S FLORIDA AVE 8097295 4291577 LEONEL BENOIST 16161 MCARN TRL 8069919 4071261 GEORGE ETHERIDGE 2847 COBBLESTONE DR 8070261 4071269 RAYMOND VICARI 4167 KIRKALDY DR 8097301 4291573 JOHN MILLER 1712 GRAND CENTRAL DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8082939 4192446 MARGARET FAULKNER 1399 HARBOR LAKE DR 8097736 4295133 AARON SMITH 12255 102ND AVE 8070365 4071788 JULIO POSADA 2505 COUNTRYSIDE PINES DR 8013355 4194255 CHRISTINE MCCOY 1517 MARY LN 8086942 4259367 RHEANNE RAMIREZ 9186 98TH AVE N 8015635 4284988 SWATI LALL 18 AMBLESIDE DR 8033158 4072155 CAM DIPRONIO 4094 AUSTON WAY 8015960 4276229 DOUG WASMUND 374 FOSTER LN 8080727 4277957 CHRIS PRICE 1906 GULF BEACH BLVD 8016089 4182252 DANIEL POCENGAL 629 LENTZ RD 8069606 4072301 DONNA LOW 222 HIGHLAND WOODS DR 8016387 4077567 JACQUELYN PRAY 13571 CROFT DR S 8031395 4072508 ROBERT HAMILTON 2232 CIMARRON TER 8016389 4261433 JONATHAN GODFREY 13556 CROFT DR N 8017064 4219829 JAMES SHIVELY 1500 LIME ST 8069968 4072661 DAVID EDMONDS 1060 RIVERSIDE RIDGE RD 8017086 4175655 MAUREEN D MAHER 1543 LIME ST 8033435 4072682 DONNA TRIPOLI 3885 CAPITOL DR 8017539 4295617 SFR BORROWER 2022 1824 SOUTHWOOD LN 8080940 4193652 JASON STECKMAN 6419 DRIFTWOOD DR E 8070156 4072690 DAVID ROTHSCHILD 3550 ENTERPRISE RD 8092856 4267639 DAVID WEHRMAN 11740 CAMPHOR WAY 8070521 4073276 HOLLY DOWLING 105 PHILLIPS WAY 8018442 4264867 LORI BRENNAN 1956 ARVIS CIR E 8081225 4194115 MIKE FLETCHER 5407 CAPTAINS CT 8070542 4073473 HENRY BISSONNETTE 1908 GULF BEACH BLVD 8070315 4073497 JAMES BIRNEY 516 CYPRESS BEND DR E 8020141 4196719 LINDA CULHANE 2069 ASHBURY DR 8083258 4194164 MARK STREET 14371 110TH TER N 8020196 4226600 ASIM FAROOQI 3169 SHORELINE DR 8069654 4073565 ROBERT WELDON 232 HIGHLAND WOODS DR 8066970 4074519 RICHARD A DELLALONGA 2158 MUIRFIELD WAY 8029083 4127716 WILLIAM EDWARDS 1324 MARY L RD 8029587 4254446 LINDA SCHARIBONE 614 LYNDHURST ST 8070681 4074848 ROBERT GOING 601 25TH ST SW 8029915 4224519 STEFAN WEISSMUELLER 2335 BRISTOL CT 8031284 4196540 JOYCE TABELING 3146 S CANAL DR 8029967 4278149 TEDDI SWEENEY 774 WEATHERSFIELD DR 8070719 4075312 JOHN PEPPE 3213 BLUFF BLVD 8029999 4271483 DANA LASSIK 1906 DUNLOE CIR 8066519 4075344 EDISON TAN 210 HIGHLAND WOODS DR 8080659 4196981 MELISSA JOHNSON 16319 REDINGTON DR 8030002 4226797 THEODOSIA TAMBORLANE 1218 SAINT ANDREWS DR 8070278 4075725 SCOTT J MCFARLAND 204 HIGHLAND WOODS DR 8030007 4294985 JEFFREY SUSSMAN 1246 OVERCASH DR 8070762 4075847 WAYNE NIGHTINGALE 2025 BRADY DR 8070797 4076007 RONALD SHUCK 1311 KINGSWAY LN 8070915 4077084 GLENN WARDELL 2372 13TH AVE SW 8030502 4265880 MATTHEW TILKA 812 SAINT CATHERINE DR N 8041385 4197356 HILARY KELLY 1655 ELIZABETH LN Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8070228 4077183 JOHN MASLANIAK 2879 GREY OAKS BLVD 8070543 4077284 WILLIAM V LAGATTOLLA, JR 4125 CAPITOL DR 8070460 4077318 STUART HELMS 212 HIGHLAND WOODS DR 8030938 4228862 SUSAN SCHIMMEL 1610 CHUKAR RIDGE 8083479 4197757 DANIEL RICHARDSON 68 N CANAL DR 8031266 4288644 RON BEEMILLER 2532 LAKESIDE CT 8074978 4103263 JENNIFER ZULIAN 5030 SUNSET BLVD 8031282 4117552 JESSE BEDNARIK 3112 N CANAL DR 8070764 4077883 PAMELA TEMKO 3925 TARIAN CT 8082530 4198198 PAMELA WOLFGANG 1511 BRITTANY CT 8031387 4294705 BRUCE MACDONALD 2269 CITRUS VALLEY CIR 8031429 4151268 ROBERT WILKINSON 790 VILLAGE WAY 8063986 4078351 MICHAEL PETERS 3013 GEIGER CT 8031532 4124975 ANDREW GUENTHER 3630 SCARLET TANAGER DR 8071068 4078529 ROBERT BOYNTON 3427 TARPON WOODS BLVD 8071071 4078546 JILL A OWENS 3109 COVENTRY E 8083586 4199314 JOSEPH APRILE 1901 SOURWOOD BLVD 8071078 4078601 STAN WILSON 3156 TIMBERVIEW DR 8031797 4245492 ROBERT BERNIER 1418 COBURN DR 8032027 4259515 JOSEPH NORTON 1023 ANCLOTE DR 8083573 4199619 GLENN WIENKOOP 490 HARBOR DR S 8032033 4174569 ARON SCHLAU 1028 RIVERSIDE RIDGE RD 8074715 4100622 DAVID YESSER 1988 BEE POND RD 8070434 4079434 TIMOTHY MCMAHON 1316 PRESERVATION WAY 8066534 4200354 BRANDON WIVHOLM 1708 LA FOREST AVE 8072295 4081280 JULIUS DAVID 1254 BERKSHIRE LN 8072312 4081522 MARK MURRAY 1300 ALEXANDER WAY 8033008 4127585 LIETY MIRCOVICH 2811 WITLEY AVE 8066927 4081851 STEPHEN SABARESE 2327 WARWICK DR 8033046 4124151 JAMES WALSH 4102 GRANDCHAMP CIR 8086355 4253001 DANIEL TABOR 11155 131ST STREET N 8072388 4082205 SHAWN MORRISON 308 BUTTONWOOD LN 8033053 4298610 CHRISTIAN CARNEY 4010 EXECUTIVE DR 8083681 4200448 HENRI JEAN 9211 POST RD 8033258 4082631 CHRISTOPHER CARLSEN 3555 FAIRWAY FOREST DR 8033074 4247615 LISA NASSENSTEIN 4191 CAPITOL DR 8083706 4200581 DAVID HUDAK 13547 CLAREDON RD 8033079 4280359 ARNIE KAPOSTINS 3661 SIENA LN 8072359 4082864 RAYMOND CHAN 2012 BRADY DR 8033108 4209759 MEGAN JOHNSON 4064 AMBER LN 8033687 4083010 MICHAEL GORE 426 TALL OAK TRL 8033121 4137118 KARL SCHEBLEIN 4168 AMBER LN 8077519 4247889 FERNANDO ARRAZCAETA 9365 DANTEL DR 8033152 4249537 PAULINE CLARO 5105 KERNWOOD CT 8072496 4083154 JIM HALL 11323 LAKEVIEW DR 8076497 4201367 PHIL GARRETT 4153 ROTHERHAM CT 8033166 4104786 MICHAEL DOYLE 4338 LIVE OAK BLVD 8072499 4083166 STEVE PAUL 1815 RAINBOW BLVD 8033176 4265343 GARY LOOKER 5023 KERNWOOD CT 8069915 4083553 JOAN DITSON 1340 HAWAII AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8083712 4201558 DANIELLE BOOTH 210 BENGAL CIR 8034709 4083582 NADA WEBB 5544 FARRAGUT LN 8033206 4228533 CYNTHIA SPERLING 5056 KERNWOOD CT 8072567 4083713 TOM LANG 4024 SILK OAK LN 8066969 4083836 JIM KALLIES 2141 MUIRFIELD WAY 8033388 4278203 PETER YIP 3852 AMBASSADOR DR 8083750 4201693 SUZANNE DAUBERMAN 605 DEL SOL CT 8033392 4111338 DARYL SCOTT 4550 SERENITY TRL 8033400 4265078 CHRIS SMITH 4393 WORTHINGTON CIR 8072331 4084047 DAVE MORRISON 1005 FALCON RIDGE 8033407 4298451 ELIZABETH KITZMAN 3418 TANGLEWOOD TER 8070850 4084321 JEFF PAUL 8 OAKLEAF CT 8033409 4257245 REGINALD GULLIFORD 2546 SADDLEWOOD LN 8072712 4084757 PATTI OVERBY 530 HADLEY DR 8033425 4294366 VINOD D'SOUZA 5667 WELLINGTON DR 8033440 4296905 RICHARD HILL 4148 ARLINGTON DR 8083805 4202203 MARY HOTZ 311 BUTTONWOOD LN 8033598 4175943 STUART SINGLETON 995 PINE LAKE DR 8072741 4085097 HUYEN TRAN 3732 PRESIDENTIAL DR 8033622 4199901 L.K. BURNETTE 530 AUSTIN DR 8083804 4203001 JAYA VENKATARAM 17213 BREEDERS CUP DR 8033627 4252805 ANDREW ENGLE 2982 CYPRESS POINTE CT 8071909 4085540 MARY ANN NEARY 637 MAYO ST 8074640 4107925 LISA SPRIGGS 1583 PRESERVE WAY 8033633 4239075 DIANE MCDANIEL 3440 FORELOCK RD 8072861 4085945 ROGER COCKERILL 5500 WESSON RD 8033634 4089169 JANET HELMS 3452 FORELOCK RD 8077674 4203459 ALOK BEECUM 15651 DUNN'S POND CT 8070879 4086151 JAMES E GRUBER 107 AUGUSTA AVE 8033655 4279554 MIKE MCNABB 1257 KINGSWAY LN 8075495 4203585 BRIAN FLANSBURG 2351 MESSENGER CIR 8033656 4166237 JUDY WALTERS 1096 BERKSHIRE LN 8072340 4086738 DARRYL KOSLOSKI 4995 FELECITY WAY 8033658 4151569 EMIL CASSANO 1185 KINGSWAY LN 8081881 4203599 OVILA GAGNON 1431 HAGEN AVE 8033661 4216330 JOSEPH DIAPIAZZA 1322 KINGSWAY LN 8033667 4281584 JAMES MUNSON 3371 CRESCENT OAKS BLVD 8074167 4230379 PETER KYRES 1710 CYPRESS AVE 8033679 4202052 ANN DURAI 3832 BROOKSWORTH AVE 8033681 4128668 JOHN PAPPAS 3894 BROOKSWORTH AVE 8083965 4203613 STEVE MITCHELL 3945 WELLINGTON PKY 8033683 4204656 KELLY KLINE 3897 BROOKSWORTH AVE 8072534 4087685 LESLIE SMYERS 10315 ARMADILLO CT 8076968 4124460 KENNETH WILSON 8214 WILD OAKS CIR 8072405 4087838 DAVE KNICKERBOCKER 4502 SERENITY TRL 8033698 4246935 CONNIE HARRIS 715 CYPRESS LAKES BLVD 8083954 4203787 MARTHA WIESE 512 HILLCREST AVE 8073096 4088146 ANDRA DREYFUS 29 SUNSET BAY DR 8083980 4203903 LEWIS JACKSON 17399 KENNEDY DR 8033907 4285025 WILLIAM LAPCEVIC 606 INDIANA AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8034011 4244539 JENNIFER CARPENTER 409 ORCHID LN 8034040 4302887 KELSEY COSTANTINI 933 POINT SEASIDE DR 8073002 4242271 DAVID BROWN 525 ASHLAND AVE 8034060 4167586 ROBERTA WYANDT CELIBERTI 308 PENNSYLVANIA AVE 8032141 4090194 STEVE VAZOPOLOS 1004 LAKE AVOCA DR 8083498 4205393 WILLIAM R DEMPSEY 209 POINCIANA LN 8034073 4251933 CHRISTIE TILLMAN 214 GRACE ST 8033629 4090639 MONICA C KENDRICK 843 LORA LN 8084094 4205441 BETH JOHNSON 3011 HARGETT LN 8034078 4196575 ORSON LUCAS 387 SANCTUARY DR 8033421 4090964 DOUGLAS A. HEINZ 3016 BRADFORD CIR 8034087 4144496 GUWANT DHALIWAL 932 POINT SEASIDE DR 8079620 4205883 TIMOTHY SCHRATWIESER 100 DRIFTWOOD DR W 8034119 4268418 SUSANNE PORTER 1484 MICHIGAN AVE 8072815 4091129 JOSEPH O. PAOLETTI 2903 GREY OAKS BLVD 8058253 4206241 RYAN YARBROUGH 2459 RAYMONT DR 8034046 4091272 TERRENCE CALLAHAN 294 KENTUCKY AVE 8034139 4132169 ELIZABETH KRAKOWSKI 2705 ONIZUKA CT 8073272 4111440 PATRICIA SAXTON 1100 MCFARLAND ST 8034143 4297454 NARYAM KAZEMI 4738 INNISFIL ST 8034154 4242034 GAIL SHAND 29 BAYWOOD DR 8072371 4206414 RUBY FLEMISTER 1014 16TH AVE NW 8034159 4221998 JENNIFER RANSFORD 339 BROOKSIDE CT 8084253 4206504 DOUGLAS LEWIS 7045 74TH ST N 8034244 4203866 VINCENT VITTA 4433 SPRINGLAKE CT 8086348 4227574 SCOTT FRIEDLAND 8340 CAROLYN DR 8034270 4298875 FELICIA BRESCIA 4806 SPRINGSIDE DR 8072626 4091739 KRIS YOUNG 1532 OWLS RETREAT 8073701 4092684 MARK CAVE 1216 OMAHA ST 8034291 4261196 PETER BALTIS 1009 HAGEN DR 8034295 4241725 JOHN BARLAS 1108 HAGEN DR 8072776 4092715 SALLY NIGGLI 1655 EAGLES REACH 8072947 4092991 ERIC STOBER 11010 HUSTON LN 8073022 4093305 STEVE FARRIS 472 HARBOR DR S 8034575 4285721 RYAN FLAHERTY 5102 TANGELO DR 8066909 4248932 JUDY HUGHES 1668 EASTLAKE WOODLANDS PKY 8083504 4209710 GARY KIRK 526 HARBOR DR N 8073082 4094276 PAUL KLIMCZAK 106 CARLYLE CIR 8034674 4229114 BRUCE WELLER 5617 PALMETTO RD 8034692 4178716 JAMEY CLEMONS 5414 BLUEPOINT DR 8079667 4296935 CHRIS MILLER 2809 FLEEMAN RD 8073182 4095579 ARLEIGH ANCHETA 322 TALL OAK TRL 8074076 4095886 JACK MOSCRIP 802 SPARROW AVE 8034710 4298920 SARA SPRENGER 5646 BAY BLVD 8076365 4210849 KELLY HENRY 104 8TH ST 8084686 4210944 ROBERT TRAVERS 3680 SHORE BLVD 8034754 4299085 BRANDY ZISOFF 5730 MOSSBERG DR 8092304 4095901 PAULA MCKEE 14604 BALLOCH DR 8095654 4291005 CARLOS D LANG 1456 N RIVER CIR 8080357 4209773 JOLENE VALDEZ 996 RIVERSIDE RIDGE RD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8084749 4211198 BETH KING 14562 MAPLEWOOD DR 8034801 4282865 TERRY ROBERTSON 7514 CYPRESS KNEE DR 8077552 4096147 SCOTT CARBERY 2879 DEER RUN 8034810 4284648 BRENT BENNETT 9535 CLYDE ST 8080804 4210209 JONATHAN TURNER 2542 LOBERG CT 8038467 4033862 NEIL A VIGLIONE 1615 CARROLL ST 8039580 4034965 KEITH M BORDEN 1627 SCOTT ST 8074183 4096879 RICHARD HOLT 505 MAGNOLIA AVE 8073871 4097599 TODD TILLUNG 3518 SHORELINE CIR 8042925 4292654 ALENA BARLOW 2233 CYPRESS POINT DR E 8084815 4211652 TOM BROWN 2475 TRADE WINDS DR 8044187 4280569 BRANDON BEUMING 757 BAYSHORE DR 8073800 4097758 JOHN MEARES 321 10TH AVE 8073816 4097894 DON MUNRO 1427 N JASMINE AVE 8046908 4178781 ALEXANDRA TIRY 111 S MERCURY AVE 8049283 4271163 BARBARA HARKINS 2030 MAGNOLIA DR 8060504 4098553 PAULA PORTER 2623 HEMLOCK DR 8049300 4043630 GARRY TOSCANO 2012 RIPON DR 8074379 4098588 JERRY WALLACE 2815 LONG PUTT CT 8073618 4098824 GREGORY YEOMANS 1669 MEYERS COVE DR 8034726 4212375 JERRY COLLIER 6931 PIN CHERRY LN 8093389 4271162 KATHRYN HOBACH 9827 ASHLEY DR 8059458 4278329 ZACHARY SHIENBAUM 3061 PRESTIGE DR 8059977 4053427 DEBORAH FERGUSON 2418 MOORE HAVEN DR W 8080192 4145927 LUIS ANNONI 3964 CAPITOL DR 8060061 4104947 DEBORAH DREES 2388 TIMBERCREST CIR S 8070780 4100580 PETER PACIK 190 N MAYO ST 8060224 4053674 A MICHAEL KYRIAKOS 2335 BARKWOOD PASS 8089328 4246228 ANDREW MCINTOSH 2021 20TH AVE PKY 8061229 4248452 MATTHEW SKINNER 2519 WINDING WOOD DR 8074811 4101482 RYAN LOLKUS 2330 MESSENGER CIR 8062077 4055516 KAREN S BURGESON 2669 WAXWOOD CT 8074820 4101530 JOAN REES 5803 MASSACHUSETTS AVE 8094901 4278267 PERRY GOETSCH 2284 REPUBLIC DR 8074733 4101563 JAYSUKHLAL SHAH 3029 SUMMERVALE DR 8074869 4102069 MARK ANYON 4729 GRANDVIEW AVE 8062808 4290029 KYLE MCCAFFREY 2819 LONG VIEW DR 8087389 4240609 MARK STREET 1776 BROOKSIDE BLVD 8063258 4283709 JACQUELIN GREEN 2960 TALON DR 8066990 4102401 DIANE FRAZER 1984 DIAMOND CT 8063743 4234792 JEAN CLARY 2778 WESTCHESTER DR N 8070585 4102415 THOMAS BOVA 2851 GREY OAKS BLVD 8074197 4109125 ALBERT FUSCO 1591 EAGLES REACH 8074925 4102530 MARK CABON 609 TIMBER LN 8065890 4299268 LINDA BOLLEA 2145 MEADOW BROOK DR 8074858 4102582 PHIL HENDERSON 2173 LOUISA DR 8085145 4215266 MONA ROBBINS 3502 CHATTSWORTH CT 8066463 4186029 SHEILA ROY 2409 NAVAREZ AVE 8078462 4133069 KIMBERLY DELANEY 14530 APACHE AVE 8074767 4104286 DAVID R LEONARD 10134 BOTANICA DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8075201 4105199 ROBERT PATTON 2100 LAURENCE DR 8078551 4215554 NANCY BAUMGART 1712 EAST LAKE WOODLANDS PKY 8066880 4277636 ELIZABETH DIRKS 160 GREENHAVEN CIR 8074661 4105483 LINDA R. MALZONE 4838 BLUE JAY CIR 8073770 4106211 THOMAS BAIRD 2867 GREY OAKS BLVD 8075344 4106428 LAURA KLAMO 1718 AUDREY DR 8066890 4297687 ROBERT JOHNSTON 4992 AUGUSTA AVE 8066552 4215765 ERIN LINEHAN 12 VILLA CT 8075445 4106976 WILLIAM PASTIS 1768 BEL KEENE DR 8066893 4269558 BEVERLEY COONEY 681 KINGSMILL CT 8085159 4215979 NOUHAD MOUSSA 17101 BREEDERS CUP DR 8066895 4211226 MARIA NUGENT 4771 LAKESHORE LOOP 8066897 4230485 EDUARDO PALANCA 4785 LAKESHORE LOOP 8030501 4216133 PAULA MILONE 810 SAINT CATHERINE DR N 8074085 4178886 ALYCIA MORGAN 2546 RICHARDS RD 8066912 4260028 THOMAS CAMPBELL 1801 ISLEWORTH CT 8075600 4108363 GUY MANSUETO 516 HARBOR GROVE CIR 8066925 4229633 JOHN BROWN 2159 WARWICK DR 8074889 4108618 KAREN FLOOD 6347 GARLAND CT 8070757 4237304 RUSYN ROBYN 3385 CRESCENT OAKS BLVD 8070832 4109145 JEREMY ALBERT 109 AUGUSTA AVE 8085357 4218209 RICHARD & KRISTIN WHITELY 6554 115TH LN N 8066943 4189789 CHRISTOPHER CHRISTENSEN 1458 WOODSTREAM DR 8034794 4109205 DAWN M WILLIAMS 10339 KEY LANTERN DR 8086649 4230484 CAROL DAVIS 1605 BRADY DR 8033179 4109486 RAUL A JIMENEZ 4007 CAPITOL DR 8069527 4109686 RICHARD ERICH 4476 BARDSDALE DR 8080923 4227441 RICHARD BOSWORTH 7129 MANOR BEACH RD 8066966 4294730 REBECCA ALABADO 2053 MUIRFIELD WAY 8033190 4109790 STUART A SHEINBERG 3711 PRESIDENTIAL DR 8075770 4109832 JOHN HOCKIN 2330 EDGEWATER DR 8085515 4219928 KERMIT WILKERSON-DUNN 9222 RUGER DR 8066520 4109934 XIOMARA RAMIREZ-ORTEGA 230 HIGHLAND WOODS DR 8085500 4220076 NATE FREEMAN 13 SUNSET BAY DR 8075848 4110466 THOMAS HUFFMAN 1261 ROYAL OAK DR 8066976 4253864 DEBORAH BIRD 2220 MUIRFIELD WAY 8075874 4110716 LEE WILKERSON 490 HARBOR DR N 8033916 4110802 PATRICK LEO 121 PHILLIPS WAY 8066999 4292718 KIMBERLY S CRIST 2091 DIAMOND CT 8070906 4221375 GARY QUINN 20 SUNSET BAY DR 8067001 4249729 RICHARD WILLIAMSON 2127 DIAMOND CT 8075911 4111077 ED HOFFMAN 216 S GEORGE ST 8079387 4148408 ROLANDO ANCHETA 1176 N JASMINE AVE 8070566 4111310 RICHARD HARRIS 301 1/2 SHORE DR E 8067014 4187275 GREGG WILSON 1278 COVERSTONE CT 8074341 4249970 STANLEY MONOKANDILOS 760 BAYSHORE DR 8033092 4221938 BRAD HOUSER 3809 SIENA LN 8067057 4296932 ANGELINA CAMARGO 1730 OAK POND CT 8075690 4112628 GEOFF COTTER 310 MANATEE LN 8069279 4159433 SUNNI ALLRED 2827 GREY OAKS BLVD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8080973 4151870 JOHN ROUSH 289 DOGWOOD TRCE 8069410 4215483 NICK GEMMITI 1119 GRAND BLVD 8075559 4112755 BRYAN M. BURFORD 9601 ROYAL PALM AVE 8088904 4243811 MELINDA MSAWEL 13050 TARPON SPRINGS RD 8076182 4113232 MARTHA NOYES 2246 BELCHERY COURT DR 8069534 4165815 CYNTHIA WECLEW 102 LEXINGTON ST 8085868 4223071 MIKE & JULIE BYRNE 1414 OAK MEADOW PT 8069594 4254152 PAUL LIPAROTO 18 TARPON DR 8070771 4272175 JESSICA HUGHES 218 HIGHLAND WOODS DR 8069646 4197677 ANITA RODRIGUES 2974 CYPRESS LAKES CT 8075805 4114259 GLORIA SILVA 2332 MESSENGER CIR 8069688 4159530 TERRY ANIS-MOHAMED 366 LA HACIENDA DR 8076364 4114587 ADAM BRESOVITS 9840 SUNBEAM DR 8079829 4193422 DOUGLAS JORDAN 10943 LUSCOMBE CT 8075638 4114851 MICHAEL H VAVLAS 1403 CIRCLE DR 8069833 4168987 MICHAEL CHIAPPARA 10 COPPERWOOD CT 8076465 4115383 PAUL CAMPBELL 350 MAYFAIR CIR E 8079388 4163273 SUZANNE FEDUNOK 13000 116TH ST 8069896 4224084 KIMBERLY GANEM 14950 HIDDEN OAK CIR 8086077 4225189 KEN DEFFENBACH 231 173RD AVE 8069926 4300929 FRANK ANDINO 5019 ISLA VISTA DR 8086640 4229486 EIRAJ / MARIA HESHMATI / MORTAZ 315 LA HACIENDA DR 8076705 4116293 ANTHONY AMATULLI 60 GREENHAVEN TRL 8076568 4116434 JOANNE M STEENBERGEN 319 176TH AVE 8070012 4243020 DANIELLE GOLDMAN 2229 CHRISTY LN 8077019 4276355 BRIGITTE WILSON 1575 QUAIL DR 8070078 4293481 ELIZABETH KEEN 118 POINCIANNA LN 8031792 4116654 JOSEPH OFFERMAN 1576 MARY LN 8070109 4273367 DREW PFIRRMAN 2152 GLENBROOK CLOSE 8070149 4069503 MARK GOODPASTURE 2101 CUNNINGHAM DR 8076598 4116704 TIM DEXTER 1224 LAGOON DR 8070151 4135293 DENAY MCLAUGHLIN 3412 FORELOCK RD 8077016 4181231 LEANNE JOHNSON 2970 MAPLE TRCE 8083334 4245221 PHILIP ZEMESKI 365 HOLLY HILL RD 8070217 4205655 SUZY GOODMAN 4510 SERENITY TRL 8075560 4238707 MELODY ENGLE 700 LANSDEN CT 8070355 4173806 DAVID GRAWUNDER 77 N CANAL DR 8082550 4226755 MIKE MURRAY 9725 131ST ST N 8070370 4295200 MARIA RHIM SUDANGO 469 E ORANGE ST 8080002 4162007 CANG VAN 6105 103RD AVE 8070375 4278731 JACK LONG 4305 SEAGULL DR 8076404 4118457 JOHN ADAMS 10115 SHOOTING STAR CT 8075927 4118604 WILLIAM ROTH 17371 KENNEDY DR 8090278 4252299 RENE REED 541 E PARK DR 8076866 4118654 JEANNE FRIEDLANDER 14114 HETRICK CIR N 8070614 4281662 ROBERTO GIACOMELLI 6219 RIVIERA LN 8074617 4226973 TAMMY KAUL 2896 DEER RUN 8070616 4294164 CATHY GLENN 636 BAYSHORE DR 8076893 4119305 DAVID PALMERI 9821 PORTSIDE DR 8070627 4281160 CHARLES LUMPKIN 807 DUVAL CT Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8085865 4274059 ROLAND FEIJOO 1235 N FLORIDA AVE 8070654 4294532 CHRISTINA HAYES 1155 WOODLANDS BLVD 8076930 4119637 SANDRA E RICH 34 SUNSET BAY DR 8070678 4288153 ALEX DAVIS 5244 SALTAMONTE DR 8076973 4119970 KARL MAIR 2326 MESSENGER CIR 8070754 4190002 HEBAH SARKIS 2823 SAINT ANDREWS BLVD 8076991 4120084 DAVID NESS 3041 RAINBOW CT 8070756 4291047 BRIAN RICHERT 220 HIGHLAND WOODS DR 8076996 4120177 JOHN JENKINS 1036 KENWOOD DR 8076212 4120370 STACEY SEIFRIED 41 FRESHWATER DR 8082171 4227914 MAURINE WILDER 3750 KEYSTONE RD 8077056 4120687 ALLAN DOPIRAK 750 WAI LANI RD 8070798 4218674 JAMES SEYBERT 26 CENTRAL CT 8077074 4120717 LOUIS KIKIS 4973 W BREEZE CIR 8077084 4120997 KEN LOPEZ 5435 HALTATA CT 8070863 4247908 KELLY LYNCH 2011 BAYVIEW PL 8077088 4121003 DANIEL M FARRELL 2031 OAKADIA DR 8070898 4224383 STEVEN BAUM 2878 POST ROCK DR 8072297 4262504 CHUCK ERICKSON 2806 GREY OAKS BLVD 8070913 4125851 STANLEY D TUCK 1520 PENNSYLVANIA AVE 8077118 4121214 JOHN OBERHOLTZER 2326 MIDDLE COFF DR 8086553 4229013 CHRISTINE LANG 416 HARBOR DR N 8070966 4187114 PATRICIA ODELL 1548 OWLS RETREAT 8077129 4121299 JOHN R MCMARTIN 14281 IROQUOIS AVE 8070987 4276659 TODD SHEARER 447 18TH AVE 8071073 4296965 MARCO GERGES 3328 CRESCENT OAKS BLVD 8076433 4121547 MICHAEL GONZALEZ 2861 DEER RUN 8071154 4147856 MARK BRUNDAGE 2860 SWAN CIR 8076595 4121635 DENNIS HOLLANDER 4345 SEAGULL DR 8071829 4293935 JAMES THOMPSON 1639 EAGLES REACH 8033024 4122117 CATHY BRUNO 4124 CAPITOL DR 8071875 4215556 GREG IMHOF 699 MELDRUM ST 8076847 4122334 BARBARA LEE 10101 SHOOTING STAR CT 8093225 4269422 FRANK SALATHE 1403 COUNTRY TRAILS DR 8071923 4275795 EZZAT ATALLA 1624 EAST LAKE WOODLANDS PKY 8077266 4122798 JOHN SCARGLE 2300 HANNAH WAY S 8071940 4270136 MARY ANNE ROWE 4818 SHELL STREAM RD 8077307 4123257 MITCHELL WILKERSON 3352 ZACK DR 8071956 4278706 WILLIAM THOMAS 108 PALMETTO LN 8072023 4268501 DARRELL BRYANT 148 SANCTUARY DR 8077324 4123310 MIKE CARR 1340 HOMESTEAD WAY 8080927 4272519 MEGAN TARVER 3000 CEDAR TRCE 8072329 4275872 LEAH MOORE 10319 CHIP LN 8077349 4123459 ROBERT FADY 1569 HIGH BLUFF DR 8072357 4192671 RISHI HARJANNI 334 SHORE DR E 8077200 4231573 ANTHONY TREZZA 127 WALL ST 8074708 4123955 TODD BOBER 604 S MAYO ST 8072395 4295531 PAUL VAUTOUR 1942 MUIRFIELD WAY 8077408 4124010 DON MOORE 1532 BIG BASS DR 8072460 4224570 RHETT JONES 550 RIVIERE RD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8086981 4232337 KENNETH VOGEL 1328 COLUMBIA AVE 8077442 4124448 ANN MCDONALD 2299 CAPRI DR 8077865 4128324 HELGA KRINKE 4999 KERNWOOD CT 8072779 4210265 ROBERT COLLINS 420 BUTTONWOOD LN 8072858 4227885 STEVEN BOUDREAU 307 S SPRING BLVD 8073007 4227311 MARGARET VETTER 5321 WEST SHORE DR 8077542 4126143 WILLIAM REED 10 BAYOU LN 8073081 4293209 TIM TENNANT 3840 RUDDER WAY 8066957 4232961 JERRY DOORN 1930 MUIRFIELD WAY 8073097 4295725 TAYLOR GILMAN 28 SUNSET BAY DR 8077141 4126707 KAREN SCHROEDER 11050 131ST ST 8073164 4263664 TARA LUTLEY 6201 GUILFORD DR 8070188 4127199 JOHN CRAIG 3946 TARIAN CT 8073187 4178819 SYDNEY VIRGILLITTI 121 TUCKER ST 8073218 4288424 CHRISTINA VAVLADELIS 518 RIVERSIDE DR 8087236 4233374 JUDY MARTIN 11584 EASY ST 8073398 4261903 LARA CORTES 1465 MEYER LN 8077272 4128118 JANE NEAL 4241 ANACONDA DR 8087045 4233376 JAMES & LAURA BROCK 7575 OAKHURST RD 8073541 4302068 STEPHEN SHUTT 2022 GULFVIEW DR 8033005 4158911 RICHARD LANG 3728 DORAL ST 8076967 4128414 JAN COOPER 12753 LONE PALM CT 8075391 4128422 DANIEL SPATUZZI 1563 EAGLES REACH 8073830 4240841 LASZLO TELESZKY 1324 OAK MEADOW PT 8077527 4128579 KATHRYN OLIVER 12781 LONE PALM CT 8073859 4155378 ROBERT BASILE 1129 PELICAN PL 8077304 4193095 BEN YAN 248 S GARDEN CIR 8073928 4183082 DEMETRA DUKAS 3825 CAPITOL DR 8074147 4257056 ALEXANDER SALDARRIAGA 3363 MISTY POND CT 8077017 4129055 DAVID CLEVENGER 8195 WILD OAKS CIR 8077983 4129171 DAVID MILLER 10230 138TH ST N 8074352 4289660 LISA DITTMAR 305 GRAND BLVD 8077132 4203774 TIMOTHY THOMPSON 1109 HAGEN DR 8078132 4130413 LORI JENNIS 429 12TH AVE N 8074577 4268470 KENNETH TALANIAN 2309 MESSENGER CIR 8074597 4248934 JAMES MORGAN 14 OAK AVE 8077524 4130955 JOHN BATCHELDER 5713 EGRETS PL 8074611 4288399 JAMES HOHMAN 1162 TOOKES RD 8076868 4131624 ELLEN COTTON 228 DRIFTWOOD LN 8097811 4295191 JOHN GANNAIO 3808 WATSON DR 8077569 4131863 RODNEY CARR 1574 QUAIL DR 8074653 4244490 WANDA MACIOSZEK 2953 WOOD POINTE DR 8066980 4131956 KRISTA MAURO 2151 DIAMOND CT 8074717 4298883 RUTH CRAWFORD 3452 FOXHALL DR 8074721 4243245 TOMASZ KOSOWSKI 511 SEAVIEW DR 8087545 4235513 MAMATA JUVVADI 1630 LAKE POLO DR 8077559 4132504 HITEN PATEL 2875 GREY OAKS BLVD 8078535 4133693 MIKE COUCH 3013 CHAROLAIS CT 8074758 4298894 RONALD PORIER 382 ROSALIND LN 8079663 4265435 ROBERT BEERMAN 105 CRESTWOOD LN Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8078537 4133734 JAMES & JEAN HARRINGTON 211 CRESTWOOD LN 8074822 4275177 AVI LONSTEIN 629 N MAYO ST 8078546 4133782 MARK MESERVE 2317 ANNA AVE 8078602 4134079 KATHARINE BIE 539 20TH AVE 8071134 4215451 JAY GERBASE 62 CENTRAL CT 8075043 4227448 DIANA LOUCKS 502 HARBOR GROVE CIR 8034273 4236869 CHRISTINE THURLOW 8436 PINAFORE DR 8075056 4300595 ALINA CHAMBERLAIN 935 RIVERSIDE RIDGE RD 8077900 4134642 ROBERT HULETT 630 BAYSHORE DR 8075060 4251751 KRISTA LOVING 10955 CUB CT 8078266 4134851 RICHARD BATTO 860 CYPRESS TRAILS DR 8074916 4273535 JANET DORROUGH 1325 COLUMBIA AVE 8075209 4288548 JOYCE CARMINE 1713 MANDALAY DR 8070974 4236917 LEONARD GENCO 1850 OAK CREEK DR 8075258 4242119 ROBERT HOBAN 2835 LONG PUTT CT 8078862 4135547 MARIO TROTTA 2006 NEBRASKA AVE 8075291 4261477 BRAD KALTER 2318 MESSENGER CIR 8075350 4163099 DENNIS KITTERMAN 2819 ST ANDREWS BLVD 8033649 4135861 ROBERT VANDERPOOL 1017 KINGSWAY LN 8075376 4206110 KENNETH WANNER 3242 CRESCENT OAKS BLVD 8077140 4237114 KELLY SOBCZAK 435 WESTWINDS DR 8077210 4136724 ARNIE RICH 36 SUNSET BAY DR 8034080 4259694 PAULINE RIETZ 1762 SANCTUARY PL 8079503 4136878 GEORGE LAWTON 3072 RENATTA DR 8092443 4264840 DWY STUDIO II LLC 505 PALM DR 8075471 4136886 MATT VOGEL 2354 MESSENGER CIR 8078457 4136930 JIM GLEASON 321 OLD EASTLAKE RD 8075787 4191498 PATRICIA GRUNEBACH 884 POINT SEASIDE DR 8091897 4261699 STEVE BEAUREGARD 942 GULLANE DR 8075861 4269664 SAMER YOUSSEF 357 12TH AVE 8079573 4137655 RUDY CICCARELLO 1650 EAST LAKE DR 8075962 4299484 CHRIS BALL 1595 PRESERVE WAY 8078177 4138010 BERNARD KHAW 8147 WILD OAKS WAY 8076075 4228620 JOCELYN LUCIDI 503 SEAVIEW DR 8070644 4138568 DENNIS GALLAGHER 208 HIGHLAND WOODS DR 8076158 4294454 EHLIMANA ANRAUTOVIC 2350 MESSENGER CIR 8097024 4289987 JON ADAMS 1615 COUNTRY LN 8076174 4209178 DAN VNUK 406 DRIFTWOOD DR W 8078638 4138810 LAWRENCE LEAHON 2552 N HIGHLAND AVE 8076247 4271447 WILLIAM SPENCER 2118 FREDERIC CIR 8033204 4200835 EDWARD FITZPATRICK 4190 CAPITOL DR 8076285 4231629 ERVIN DHIMA 2680 HUNT RD 8078788 4138915 MANSOOR HYDER 8243 WILD OAKS CIR 8076374 4269821 DANIEL DE ZEE 514 OHIO AVE 8076403 4165004 NATHAN PETERSON 3104 PHOENIX AVE 8079532 4139058 JOHN MAPLES 265 LAKEVIEW TER 8076434 4258626 DELAINE BRINKS 440 2ND AVE 8087789 4237968 JILLIAN FESSLER 1980 HIDDEN SPRINGS DR 8076459 4182805 JULIE ADNEY 111 AUGUSTA AVE 8076481 4153425 ROLAND GIGUERE 14992 113TH AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8090054 4250522 EVIE KOTSOL 1748 PAINTED BUNTING CIR 8076493 4265944 MINDI DORRIER 2275 CAPRI DR 8078947 4140092 SERGIO NAVA 2244 HANNAH WAY S 8076575 4228134 LIZABETH MARKEWICZ 1513 FORDE AVE 8019207 4140386 CHRISTINA ARASMO 1924 N SIERRA CIR 8069696 4191750 DONALD AYRES 5000 GALLEON CT 8076654 4209911 JAFAR ALIPOUR 1870 SUNRISE BLVD 8079048 4140449 NANCY GIBB 205 S GULF DR 8076666 4166503 JACK WHITMER 1557 EAGLES REACH 8079187 4140470 RICHARD HAIGLEY 501 WHITCOMB BLVD 8076671 4272575 JOSEPH KNIGHT 2334 MESSENGER CIR 8076685 4279298 ADAM SENE 2260 HANNAH WAY S 8076686 4197502 ANTHONY KOWALSKI 2312 HANNAH WAY S 8079049 4141758 DAVID DANIELS 6455 98TH AVE N 8096399 4286637 TERRY SATURDAY 2130 MANGRUM DR 8076909 4302888 DUNG TO 515 LAFAYETTE BLVD 8079917 4141803 MICHELE TWITTY 4123 HARBOR HILLS DR 8076915 4239840 NATHAN WHITE 10047 SHOOTING STAR CT 8088090 4238967 KELLY VALDES 7609 LAKE CYPRESS DR 8079968 4142336 PHILIP FRALEY 610 MARYLAND AVE 8077020 4291540 BENJAMIN MCKINLEY 8169 WILD OAKS CIR 8077024 4248302 ANTHONY STINSMAN 3740 IRWIN ST E 8077043 4182083 MANUEL VEGA 10138 SHOOTING STAR CT 8067015 4196354 THANH NGUYEN 1520 LOCKMEADE PL 8077087 4295646 MICHAEL FITPATRICK 6006 REDHAWK DR 8079786 4143863 ROBERT A CARUSO 14821 MAN O WAR DR 8080169 4144121 ROBERT COLUZZI 4627 FENTON WAY 8088242 4239626 DEMETRIA BROWN 17358 KENNEDY DR 8077201 4176277 BANGPHONG TRAN 12687 LONE PALM CT 8080171 4144132 PERRY DOTSON 3143 PINEVIEW DR 8097953 4296366 YIANNI KERDEMELIDIS 109 WATERBERRY DR 8077418 4162313 MONA LEE 3781 SHORE BLVD 8079255 4144677 JOHN BURPEE 9135 95TH ST 8077446 4257322 DANIEL BOLDI 1430 LAKE POLO DR 8078761 4144894 STEVEN HUNT 677 GEORGIA AVE 8077496 4290554 JAMES CRIMELLA 1718 LAKE POLO DR 8079052 4144913 DEVYANI PATEL 1978 MUIRFIELD WAY 8079900 4144936 SADISH GANDHI 8016 BAYTREE DR 8077543 4292992 CATHY ROUSSIS 9750 DELRAY DR 8089202 4258045 BRAD MILLER 14209 E PARSLEY DR 8079794 4145291 CAROL SEATON 2886 GREY OAKS BLVD 8077665 4268982 MITCHELL WRIGHT 1137 BREEZE DR 8034650 4145304 SHERIDAN REID 4911 FLORAMAR TER 8080857 4269807 LINDA GIANDILETTI 4348 HYTHE CT 8077712 4299527 POULOS GREGORY 502 DRIFTWOOD DR W 8080041 4145462 RODNEY JORDAN 307 CROSSWINDS DR 8093769 4272454 JORY ROMANO 10400 SOVEREIGN DR 8080542 4146698 WILLIAM WOLF 12328 104TH AVE N 8080560 4146845 BRENDA NIXON 3048 RENATTA DR 8078143 4153938 PENELOPE LARA 3018 OAKMONT DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8080621 4147376 THERESA BILA 2135 HICKORY GATE DR W 8078269 4199864 DALE ANDREWS 1722 CYPRESS AVE 8078798 4274108 HOLLY SIZEMORE 6415 98TH AVE N 8078386 4195885 LISA LEVY 415 BATH CLUB BLVD N 8079418 4147723 PATRICIA SAMUELSEN 6331 RIDGE TOP DR 8078458 4239984 PER HAMMARIN 13933 ETHEL AVE 8087716 4241029 DAVID BUETHE 19812 HIAWATHA RD 8075877 4147800 DEIDRE SCHUSTER 2030 SANDPIPER DR 8088556 4241251 FRANK MAKOWSKI 1467 HAGEN AVE 8078637 4297221 GAIL TOTH 4427 SAWGRASS DR 8080664 4147922 LIFE SUPPORT SYSTEM 2965 ROOSEVELT BLVD 8081416 4158982 DON PUTNAM 5422 BELLVIEW AVE 8080674 4147977 ILENE HEINKE 1008 LAKE RIDGE DR 8078877 4277508 KARIM ELFISHAWY 16490 REDINGTON DR 8080707 4148414 RODERICK FLORENDO 102 CRESTWOOD LN 8080721 4148712 JUDITH WALKER 3711 FLORAL AVE 8079186 4209868 DALE SCHOOLEY 313 HICKORY LN 8080306 4148767 TOM TELESCA 3803 BROOKSWORTH AVE 8087211 4282677 PATRICK ISTEFANIDES 2485 HICKMAN CIR 8080761 4149126 JOHN + SUSAN SAVIDAKIS 926 VALLEY VIEW CIR 8079278 4186006 SHEMTOV COHEN 2253 HANNAH WAY S 8079288 4246690 OLGA PETERSEN 1875 BARCELONA DR 8080117 4149218 NANCY J PASSERINI 685 HUNT RD 8079350 4160378 MICHAEL MARTINEZ 8901 TENNIS CT 8077792 4150262 CHARLYNN SLONE 2895 DEER RUN 8079541 4254736 JOSEPH FUSCO 2962 COUNTRY WOODS LN 8080866 4150295 CHRISTINE HASE 124 SHADDOCK ST 8079995 4252548 JAMES DEPETRIS 103 CARLYLE CIR 8079594 4201205 IBER ACEVEDO 1555 ABYSS DR 8080543 4150346 WILLIAM DONATI 1575 RIDGE TOP DR 8079752 4289954 LYNN SKELTON 9802 ROYAL PALM AVE 8079815 4271359 KELLY HUETHER 469 20TH AVE 8079844 4293316 MAUREEN CERTO 306 LA HACIENDA DR 8080970 4151974 PHILIP MARINO 577 SEVERS LANDING 8088824 4243105 DAVID PRINCE 1531 SADDLE CT 8079902 4223106 RICHARD SHEFFER 2935 GREY OAKS BLVD 8080978 4152048 ROGER STEIN 127 IRWIN ST E 8079904 4184298 MARK BUSH 2959 GREY OAKS BLVD 8079906 4294213 MARIE IBRAHIM 4191 GRANDCHAMP CIR 8080856 4152107 ROBIN HANCOCK 1148 LANCER LN 8079919 4254338 JEANETTE KRIZ 15332 WIND WHISPER DR 8069323 4243138 DONALD GANNON 1368 WHITACRE DR 8079927 4258670 ERICA HUDSON GOWIN 15036 WIND WHISPER DR 8079938 4296193 CARON CAPIZZANO 10441 ATLEE ST 8080993 4152176 KATHY OLEARY 2345 MIDDLECOFF DR 8079964 4283721 DAVID STACKHOUSE 1618 ABYSS DR 8066963 4243160 LEONARDO LIBERATO 2103 MUIRFIELD WAY 8079965 4256824 JULIE CALVANO 15140 WIND WHISPER DR 8080297 4152633 DOUGLAS TAYLOR 17348 KENNEDY DR 8080003 4142704 BRENT SOWELL 2939 ABBEY LAKE RD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8081029 4153217 STEVE INGRAM 157 SHORE DR 8080083 4251229 DAMERON DAVIS 723 CLAUDIA LN 8080098 4222526 DAN SMITH 16006 5TH ST E 8080311 4186324 BONITA BUTLAND 1025 MISTY HOLLOW LN 8080167 4256220 MICHAEL ODDEY 647 PALMER RD 8081070 4153650 ZERVOS 2131 PADDOCK CIR 8080168 4295389 DANIELLE SPATOLA 1706 NODDING THISTLE DR 8033691 4261977 JOHN PIDGEON 681 TURNBERRY CT 8080218 4173102 JOHN KUTCH,II 449 RANCH RD 8081173 4154509 WILLIAM SCHAEFER 11680 74TH AVE N 8080328 4297740 SYDNEY PRUITT 17437 2ND ST E 8080359 4246407 BRITTANY BERICH 4930 VORTEX AVE 8081242 4155780 EVA MICHAEL KRUTCHIK 190 S GEORGE ST 8080362 4281572 PATRICIA BOYER 10341 NINA CT 8080400 4238456 ALLAN LICHTENSTEIN 8842 COMMODORE DR 8080459 4297510 HEATHER NORFLEET 434 DORIC CT 8080461 4283786 MEGHAN SNOW 544 PALMETTO RD 8081258 4156097 BRETT EVANS 228 CRYSTAL BEACH AVE 8076046 4156124 PABLO SCHACHT 4132 ARLINGTON DR 8080467 4279921 MARY CARPENTER 508 HILLCREST AVE 8080471 4208077 PHILLIP LACOMBE 306 HICKORY LN 8073817 4156653 CHARLENE BARTLETT 230 TURTLE CREEK CIR 8080559 4227610 H.LEE GOODWIN 11 SUNSET BAY DR 8080671 4200695 MARY WALTERS 350 173RD AVE 8076673 4174470 STEVE LAVDAS 2333 MESSENGER CIR 8080715 4270196 DON SCHMELING 1509 BAYSHORE BLVD 8080921 4157582 LARRY COLEMAN 9111 TURKEY SHOOT RD 8081494 4271145 CHRISTOPHER COTRONEI 15241 WIND WHISPER DR 8080733 4258272 CURTIS CRIDER 626 MAYO ST 8075116 4157731 CHRIS BUTCHART 1580 HUNTLEIGH CT 8080742 4271411 JAMES FIGLER 2251 HARBOR POINTE PL 8081139 4157801 SHAWN O'BRIEN 13248 113TH AVE 8081580 4185114 DAVID SHERRELL 4939 TURTLE CREEK TRL 8080837 4300471 VIJAY HEGDE 3502 SHORELINE CIR 8079905 4158075 BILL REINTOLDT 2967 GREY OAKS BLVD 8080858 4301861 PHILIP BOMBOLO 619 BAYNARD DR 8082197 4285599 DARWYN SPARKS 1552 ABYSS DR 8088899 4246094 KYLE PARKER 2686 EAST LAKE TRL 8080900 4294343 STEVEN SELMAN 3520 SHORELINE CIR 8033314 4235529 GORDON STEWART 5035 KERNWOOD CT 8080911 4293504 MORGAN KUBIS 14846 MAN O WAR DR 8080915 4287052 ROBIN ODEH 443 20TH AVE 8082603 4260484 DINA CARVILLE 15019 MAN O WAR DR 8081018 4160666 EVRIS KONTOS 4932 GALLEON CT 8080935 4189428 VICTOR MORELL 734 SHORE DR E 8081335 4160622 JANICE FEELL 2894 GREY OAKS BLVD 8089526 4247491 MARK LOSEE 855 VILLAGE WAY 8081566 4160746 BEN TONG 1328 FORESTEDGE BLVD 8081570 4160892 TARA DONAHUE 7739 CROSIER CT 8081255 4297401 TODD WHITNEY 15302 HARBOR DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8081387 4161593 MARVIN MCEUEN 15410 BLACK GOLD LOOP 8081261 4199469 SHEREE M JONSON 319 CROSSWIND DR 8081373 4199819 MICHAEL SCHARMER 2931 VALENCIA LN E 8081628 4162150 TED ROGERS 12744 LAKE DR 8081458 4164862 JEFF A MATTOX 2825 FOX SQUIRREL DR 8071125 4266663 STEVE DOE 196 BLUFF VIEW DR 8081477 4261747 KEN MATHER 1722 LA FOREST AVE 8086650 4277725 WENDI BLAKEY 1615 BRADY DR 8072456 4164408 STEPHEN SANDBERG 4129 ARLINGTON DR 8081596 4220132 CHRISTY STAMPER 15312 AZRA DR 8081666 4301388 KELLY KATANIA 14937 MAN O WAR DR 8081744 4164911 JULIE LACHMAN 328 BUENA VISTA DR S 8081672 4252175 GARRISON SMITH 378 WESTWINDS DR 8081686 4260365 MONTE MCANDREW 2951 GREY OAKS BLVD 8081700 4238076 TANYA BEJPRANO 1722 LAURIE LN 8079071 4250377 SHANE TEMPLETON 2012 WATER WHEEL CT 8096641 4287701 LAUREN BARETTE & GABRIEL 507 7TH AVE SW 8081790 4166063 LADONNA SANCHEZ 9551 93RD ST N 8081783 4169883 NICK KOPOIAN 9443 BONNET LAKE DR 8081888 4299739 JEREMIAH LAMBO 14839 MAN O WAR DR 8097155 4290639 JOHN STAHLNECKER 321 MEHLENBACHER RD 8029793 4166873 KAREN BLANCHETTE 1187 JESSICA CT 8081913 4168572 KERRY WALSH 225 PINEAPPLE ST 8075870 4167330 SUE SANDKUHL 1208 OAK MEADOW PT 8090270 4251821 CARLA POWERS 2674 HERON LN S 8081958 4277177 ANTHONY ESPARDA 49 W LEMON ST 8081990 4285856 GERALD ALBRECHT 17241 BREEDERS CUP DR 8079593 4167757 LOREATHA UPSHAW 1613 ALTAMONT LN 8081914 4168571 JOSHUA BERNSTEIN 4927 PRINCE GEORGE CIR 8082056 4172094 BRUCE PILEGGI 1251 RANCH RD 8090287 4252044 GLENN BERGOFFEN 3473 SHORELINE DR 8082181 4177394 LEAMON GREENE 6706 RIVER RD 8070869 4169770 KELLY SAPP 52 CITRUS DR 8080132 4170474 MARK SPINNATO 507 LAFAYETTE BLVD 8082240 4298796 TARA DEVRIES 1668 E ORANGESIDE RD 8090686 4254303 FRED MCINTYRE 1443 PALOMA LN 8081996 4170701 THOMAS SIMAK 4925 MANOR DR 8082302 4182319 ZOLTAN BERECZKI 1672 SEABREEZE DR 8081987 4170732 JOSEPH STAFFETTI 2031 MUIRFIELD WAY 8082330 4182480 JANICE STEINHOFF 110 DRIFTWOOD LN 8097015 4290919 DANIELLE BOOTHE-SMITH 201 BENGAL CIR 8082348 4261046 GARY HENSLEY 19555 CRESCENT RD 8076947 4171807 DONATO NAPOLITANO 940 PALM DR 8074317 4240632 DONNIE WENDEL 219 POINCIANA LN 8082482 4180716 CARRIE ESPOSITO 7568 DREW OAK DR 8082485 4230089 KIM STATTNER 1649 SEABREEZE DR 8090910 4255702 JEFFREY SCANLAN 718 BAYSHORE DR 8082566 4182362 STEPHANIE DRUCKER 261 SHEFFIELD CIR W 8078706 4174872 CHRISTOPHER BERG 1559 HUNTLEIGH CT 8072569 4175362 PATRICIA TUEY 1877 NORTH HIGHLAND AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8082676 4186508 SABRENA AMARO 222 POINCIANA LN 8091070 4256699 MARY KERR 1825 LADY MARY DR 8082810 4258788 MICHAEL FORESTA 13315 73RD AVE N 8078876 4175800 LAURIE KOZBELT 5041 EDGEWATER LN 8082891 4266723 MINA SHEHATA 3163 STERLING ST 8091093 4256859 MATT DAERR 17103 RAINBOW TER 8082944 4188987 THOMAS LAYTON 2961 ABBEY LAKE RD 8083007 4190213 DAVID ROSS 1529 ABYSS DR 8083073 4199164 MATTHEW RAAB 15709 INDIAN QUEEN DR 8083146 4193084 RYAN RYCZEK 1974 BEE POND RD 8083272 4194370 MANAVALAN SAMP INDUMATHI 17202 BROWN RD 8087639 4177578 KAREN ANDERSON 11450 TROTTING DOWN DR 8083281 4204758 LARRY BURTON 9130 YELLOW LAKE DR 8091194 4257384 KIMBERLY MEADOR 1106 MINEOLA CIR 8083397 4257359 CONAL FOLEY 633 KINGSMILL CT 8080158 4177726 LISA O'NEILL 1909 BLUE RIVER RD 8083408 4286826 VALERIE KEEN 17737 1ST ST E 8033686 4272630 DON GUNDECK 438 TALL OAK TRL 8083469 4197651 JOSEPH BESNARD 10413 ALICO PASS 8083571 4290097 SYED ALI 17324 BALLMONT PARK DR 8091233 4257954 MIKE THRASHER 1723 OYSTER POINT WAY 8083673 4218546 LISA CHIN-LUE 3569 SHORELINE CIR 8091139 4258236 ARTHUR SHIERLING 14448 BALLOCH DR 8030931 4179030 PATRICK GILLANT 2317 JONES DR 8083718 4200834 JOHN VALENTIC 159 ANNWOOD RD 8083770 4201592 JOHN NYSTROM 12455 90TH AVE N 8076657 4180253 LOREN JONES 120 LAKE SHORE DR E 8083917 4203309 BILL SMITH 70 LISA LN 8085410 4260016 PATTI WRIGHT 262 BANANA RD 8072877 4260419 DAVID SICA 797 PRIOR PL 8033578 4260760 RACHEL BEANE 2803 GREY OAKS BLVD 8084096 4269793 TROY DALAND 209 BENGAL CIR 8079980 4182134 NEIL OBRIEN 2220 HANNAH WAY S 8084114 4206227 JOHN BUSH 1539 MARY LN 8084282 4287573 BART RICHEY 13741 JUDY AVE 8084420 4279970 LORI CYRUS 207 176TH AVE E 8084432 4208945 JAMES DODSON 427 BUTTONWOOD LN 8090317 4261550 STAVROS TINGIRIDES 2426 BUTTERNUT CT 8084679 4212854 WAYNE SCHMIDT III 7531 OAKHURST RD 8078253 4188324 DONALD BOWN 216 DRIFTWOOD DR N 8084759 4212003 LES CARROLL 2216 DEMARET DR 8084770 4291046 GINETTE QUALEY 505 S MAYO ST 8084808 4300369 JULIA MILIARESIS 3837 TALAH DR 8094413 4275611 CHRISTOPHER WORLEY 613 BAYSHORE DR 8084900 4212851 JANETTE SCOTT 17353 KENNEDY DR 8080104 4217737 BRIAN ZEIGLER 15115 WIND WHISPER DR 8085058 4214534 GEORGE LAI 1950 BRITTANY CT 8085075 4214502 MICHAEL COLEMAN 1612 NODDING THISTLE DR 8085255 4216951 MATTHEW FRAIN 11655 MURRAY AVE 8071036 4184715 CYNTHIA ELATTAR 1090 ROLLING OAKS AVE Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8085313 4300531 DAWN STEVENSON 605 BROADUS ST 8030792 4184862 WILLIAM GREENWOOD 2239 WATROUS DR 8085317 4288216 CARMEN STALLMAN 1656 SAN ROY DR 8074755 4263906 BRANDON POWELL 3105 SAINT CLAIR AVE 8085337 4217832 PETE KORFIATIS 740 MARGUERITA TER 8092282 4263924 MACKENZIE TICHENOR 8997 98TH AVE 8085425 4218938 KATHY BENZ 4441 ANACONDA DR 8085513 4219929 EDWARD TOWLE 1264 ST. ANDREWS DR 8085520 4219967 PAUL SCAGNELLI 1891 SADDLE HILL RD S 8075795 4264167 AGHJAYAN HAROUTIOUN 254 S BEACH DR 8085533 4222267 CELIA MCLAUGHLIN 11150 131ST ST 8085543 4221610 THOMAS MAYHEW 8 GEORGIA AVE 8085893 4223713 NANCY LOEHR 13309 BOCA CIEGA AVE 8085915 4302902 DONNA MARSDEN 13636 OAK RUN CT 8085928 4223742 RICHARD TOWNER 10623 BRIAN LN 8080624 4188525 GARY WILLIAMS 740 SAMANTHA DR 8085999 4226401 CHRISTOPHER BILLET 457 S BAYSHORE DR 8086076 4225301 EDWARD KOSEK 2385 SARAZEN DR 8090939 4266829 ERIC NIELSEN 347 BAHIA VISTA DR 8086083 4225608 WILLIAM JACK JR DANIEL 6828 CORONET DR 8086136 4297452 JAY ROTHOLZ 737 PRUITT DR 8091190 4286353 RICARDO DENIZ 29714 SEACOL DR 8086262 4226677 CHRIS KAVALA 3714 COVINGTON DR 8086271 4226821 CHARLES RUSSO 1720 MARINER WAY 8078330 4190915 JOHN YERGER 306 160TH TER 8092927 4267644 JOSEPH MILLER 1473 NORTH RIVER CIR 8075246 4191388 NELS JOHNSON 1679 SEABREEZE DR 8086457 4228849 MAUREEN ELLISON 441 HARBOR DR S 8086502 4228807 STEPHANIE ZURMUHLEN 2325 BEN HOGAN DR 8093018 4267940 DIANA HAMMER 1466 STURBRIDGE CT 8095634 4285102 JACK MELLON 1432 NORTH RIVER CIR 8086554 4295175 PATRICE MAUGHON 2357 HADDON HALL PL 8081753 4191591 JACOB MEYERS 9251 126TH AVE N 8093130 4268783 BARRY HENNESSEY 2023 20TH AVE PKY 8086651 4237353 CHRIS SPILKER 300 FLORIDA BLVD 8086792 4230389 LAWRENCE ROCKHOLD 17340 KENNEDY DR 8076576 4258461 JAMES BASSICK 4334 ANACONDA DR 8086844 4230874 JASON BERGER 9409 TILLOTSON CT 8086852 4230794 JOE BARB WHEELER 17318 KENNEDY DR 8087084 4232373 DOUGLAS NOBEL 6911 GREENBRIER DR 8072559 4193179 WILLIAM SHORT 207 HIGHLAND WOODS DR 8033670 4286630 JEFFERY KOROKNAY 3874 CRESCENT COVE PL 8083199 4193520 JOE DINARELLO 3222 TANGLEWOOD TRL 8087187 4295036 VALERIE KING 524 20TH AVE 8087188 4233035 PAUL RAYBOLD 11301 61ST AVE 8033232 4193916 MICHAEL PURVIS 5044 KERNWOOD CT 8087269 4233819 EDDIE AGUIRRE 7917 MITCHELL RANCH RD 8093363 4270278 JOHN STAMPER 316 W LEMON ST 8087326 4233971 ERIC VILLETTE 1741 E LAGOON CIR 8087385 4235324 GEORGE JOHNSON 1624 PARKER POINTE BLVD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8094866 4287902 DOUGLAS GRAYBILL 7236 123RD ST N 8087426 4273539 SABIAN PERKO 13201 WAGNER DR 8093439 4270688 PATRICK WELSH 4034 MCKAY CREEK DR 8073110 4195140 ROBERT SQUIRES 4664 BERWYN CT 8087638 4299783 JOHN DUFFY 393 173RD AVE N 8033682 4195226 PATRICA MAXEMCHUK 3867 BROOKSWORTH AVE 8070895 4195741 SHARON RHODES 1532 PENNSYLVANIA AVE 8087779 4236929 VINCENT GEPP 3552 ROLANDO DR 8066973 4196060 ROBERT MEYER 2200 MUIRFIELD WAY 8087813 4237585 STANLEY JACKSON-SMITH 9106 LUNCARTY DR 8083386 4196117 JOHN CHAISSON 506 INDIANA AVE 8087890 4244110 JEAN MERRELL 17748 LONG POINT DR 8083392 4196278 MARIA CALLAS 401 ATHENS ST 8087900 4237972 ADAM VELETT 1029 ROSETREE LN 8093728 4272269 DAVID CULVER 1479 NORTH RIVER CIR 8087943 4238279 FABIAN GERARD 12221 GARDEN LAKE CIR 8094641 4276583 VIVIAN MONTEMAYOR 4382 REEVES RD 8072349 4196536 PAMELA JOINER 589 LAKEWOOD DR 8088113 4286618 ALEX SMITH 2465 NAVAREZ AVE 8074918 4207414 JOHN ESTOCK 297 TALL OAK TRL 8088134 4239629 SAM MASOUD 717 LORA LN 8088153 4239219 LAURA OSLAND 353 WELLINGTON AVE 8088154 4297241 MICHAEL KLUGE 2068 NEWBURY CT 8087942 4272767 KATIA FERNANDEZ 652 KENNETH WAY 8088191 4239282 HARRY SCALLY 3957 WELLINGTON PKY 8066950 4196646 TREVOR HEWLETT 2038 MUIRFIELD WAY 8088226 4278477 JOHN MCBRIDE 12511 CHICAGO AVE 8069342 4197164 JEFF BOWEN 1005 MISTY HOLLOW LN 8088263 4239691 ALEXANDER JARMOLYCH 219 MANATEE LN 8088341 4240153 BRIAN STUBBLEFIELD 3 SEEDLING DR 8088403 4240695 DONNA LOWE 14640 TARVES DR 8080653 4197713 SUZANNE KROUPA 3301 ROLLING WOODS DR 8088457 4240595 JANE SHIFFLETT 483 S BAYSHORE DR 8088606 4241658 BARAK GRANOT 1034 WEATHERSFIELD DR 8083480 4197756 SHARON TORRES 602 MARYLAND AVE 8088612 4211023 STEVE WALSINGHAM 6671 MILLSTONE DR 8077389 4213099 JOHN ZSIDO 1666 SEABREEZE DR 8088625 4301043 GUSTAVO TREJOS 1950 SCHAER WAY 8088903 4244531 PATRICIA ROEVER 1304 BELCHER DR 8075796 4198691 ROBERT FAILLE 12443 HENRIETTA AVE 8088910 4247961 STEVE JARAE 1123 CARLTON RD 8088975 4298874 JULIAN O'SULLIVAN 416 TENNESSEE AVE 8088996 4244234 JIM DAVIS 14042 EGRET LN 8089026 4244752 ERIC NAZARIAN 18405 RUSTIC WOODS TRL 8089190 4245294 BONNIE LANNERS 503 CORTEZ AVE 8071117 4199622 LAURA BRITO 2862 DEER RUN N 8089379 4291235 JACK CHAMIGA 13305 72ND TER N 8092128 4283408 BRIAN BRADY 9707 REX ST 8089558 4247996 PAUL INCORVAIA 314 MORNINGSIDE DR 8089593 4247930 JOSEPH TERRY 2217 CAPRI DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8033194 4279668 DAVID DOUGLASS 4369 ALDON CT 8089594 4297134 ROBERT GRIFFIN 2055 OAKADIA DR 8089795 4249106 RICHARD ECKLEY 711 22ND ST SW 8095738 4283197 NICHOLAS SCIRE 12930 129TH TER 8089805 4249144 BRUCE SNIDER 549 ROANOKE ST 8089888 4249566 BILL GOOCHER 1240 ST. ANDREWS DR 8089952 4249886 RON DESTASIO 17201 DOWNS DR 8090032 4250806 LINDA BEVING 4325 78TH AVE N 8090034 4250543 NOEL NESPER 10900 ALICO PASS 8067006 4201322 VIRGINIA MILLER 5200 ENCLAVE DR 8066861 4277436 NICOLE EISENHUTH 105 TIMBER CIR 8090173 4251548 PETER BERND 1811 ROYAL OAK PL E 8090183 4251672 THOMAS NEWCOMB 214 176TH AVE E 8090213 4251912 CLIFF SMITH JR. 914 BAY POINT DR 8033044 4201856 JOSHUA STRIBLEN 3921 ARLINGTON DR 8034155 4277124 ELLEN BLAINEY 93 EASTWINDS CT 8090354 4252474 WILLIAM WILSON 19260 CRESCENT RD 8095301 4280828 ROBERT POWELL 1002 BAY VISTA DR 8090636 4254064 JIM OSBORN 16800 JETSON DR 8076506 4202530 MARSHALL ROSENFELD 1212 WOODCREST AVE 8090662 4254133 BRUCE CARLSON 155 PATTY ANN BLVD 8070586 4267120 MARK BIANCHI 120 FOXFIRE LN 8095958 4284521 VIVIAN COLON 10283 127TH AVE 8091037 4263529 ELIZABETH MURTAGH 2001 BRADY DR 8033690 4204186 ANGELA KIM 638 CENTERWOOD DR 8076718 4293251 BETTY MOHS 309 MANATEE LN 8091407 4258849 RICHARD HOHL 1627 BRAUND AVE 8091660 4260498 DEBBIE AND JON PARADIS 1472 HEATHER DR 8091809 4261693 JACLYN KRAEMER 6525 64TH AVE N 8091868 4261603 JOEL GRAVES 5656 CHARMANT DR 8077378 4204787 DANIEL FRANCO 386 SANCTUARY DR 8091900 4261737 JACK HELINGER 8903 PINEHURST DR 8091956 4262015 KAREN SARACHMAN 607 RIVERSIDE DR 8091978 4263836 SERGIO SIERRA 14510 STRATHGLASS DR 8034266 4205415 WILLIAM THOMAS 2133 STOCKMAN RD 8092084 4262822 MATT DEMLER 33 SUMMIT LN 8096706 4288444 COREY JOY 5694 LIME WAY 8092254 4272141 STEVEN PETTINGER 2230 DEMARET DR 8092442 4264832 AMY WOJTKIW 14437 116TH AVE N 8096141 4294252 GEORGE PANSON 1603 GULF BEACH BLVD 8092591 4265845 ROBERT MOORE 2470 HICKMAN CIR 8092737 4267288 DEBRA SQUIER 1087 POINT SEASIDE DR 8092875 4272696 JANET GARDNER 7324 123RD ST N 8077711 4208000 JEAN DAVIES 2004 MORROW RD 8066961 4208028 CONNIE WHITLOCK 1954 MUIRFIELD WAY 8097346 4292336 JAMES GALIOTO, JR 11771 SEMINOLE ST 8093062 4271599 LOUIS RUSSO 529 20TH AVE 8093083 4268732 EMMANUEL LELEKIS 4431 GLENBROOK LN 8033429 4209517 DINA HINDMAN 4924 RIDGEMOOR CIR 8093190 4269425 JOYCE SWANKIE 323 LA HACIENDA DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8093222 4269407 ELENA JOHNSON 1805 ELMWOOD DR 8093238 4269522 SCOTT DE LARCO 2533 LAKESIDE CT 8084680 4210781 SHAILEN SHAH 200 BATH CLUB BLVD S 8093275 4273090 SARAH MILES 649 KENNETH WAY 8093319 4275270 RUSTY WIGLESWORTH 7192 123RD ST 8070279 4211341 RICK BROCKETT 228 HIGHLAND WOODS DR 8093325 4281063 HAI LAM 415 4TH AVE SW 8076239 4211821 CALIN BORCAN 306 HARBOR DR 8093434 4270648 JOSEPH POGASH 2010 20TH AVENUE PKY 8084861 4212423 ELIZABETH BELL 14 BISHOP CREEK DR 8093531 4277519 CAROL R VINCENT 1509 N RIVER CIR 8081954 4212658 JENNIFER KERN 1860 OAK CREEK DR 8093834 4272854 BRENDA SIMPSON 4163 HARBOR CIR S 8033426 4213022 SHAWN CUSIMANO 5801 WINDERMERE DR 8094006 4273663 KEN JACKSON 1132 S FLORIDA AVE 8078039 4258076 MARK LEICHENAUER 3713 PENDLEBURY DR 8077138 4213570 WILLIAM BLUE 1361 SAGO CT 8094025 4273808 PAUL KULLMAN 6138 98TH WAY N 8030032 4213788 MICHELE MORRIS 3154 CARLOS DR 8094104 4274268 EDWARD LUCAS 130 GRACE ST 8085063 4214346 HENRY ZAJAC 1536 QUAIL DR 8094191 4283667 ELLEN MAJEWSKI 7368 123RD ST N 8075612 4214388 CHAD LYONS 809 ROBIN AVE 8094265 4276182 DAVID DOROUGH 110 CARLYLE DR 8022345 4214532 BETTY O'BRIEN 204 HAVEN BEACH DR 8094508 4216676 TRACY KIMBALL 1551 N RIVER CIR 8094546 4277147 GEORGE WILDMAN 1468 NORTH RIVER CIR 8094548 4276135 CHRIS HERNANDEZ 17715 WALL CIR 8094663 4278314 NOMAR OTERO 1414 NORTH RIVER CIR 8094706 4276997 JERRY DAVIS 4944 GALLEON CT 8072777 4240753 TODD BENDER 1651 EAGLES REACH 8094749 4277299 TIM ELIA 1449 NORTH RIVER CIR 8094822 4288162 UYEN SANTOS 7302 123RD ST N 8072921 4241969 ROBERTA LOWENSTEIN 4901 VALLEY FIELD DR 8095045 4279091 DOUGLAS MACKENZIE 3091 HILLSIDE LN 8095166 4279785 ANDREW KULICK 427 MINTWOOD TER 8072347 4216924 GLENN HAMBURG 1580 MARY LN 8095207 4280109 BURT CORMIER 13907 DANIELLE CT 8089259 4245742 BEN WENDELL 10201 IMPERIAL POINT DR E 8095217 4280211 BETTY RAYBOLD 10890 116TH ST 8095400 4281642 NICOLE DEE 6101 ILLINOIS AVE 8077779 4217063 STEPHEN JACKSON 9457 DELRAY DR 8095445 4225612 EDWARD CARVALLO 1670 CLEARWATER HARBOR DR 8029965 4221607 KERRY J UNGS 685 WEATHERSFIELD DR 8095470 4281558 KEVIN MCCULLOUGH 5928 CACHETTE DE RIVIERA CT 8073992 4217449 KAROL WITHROW 688 FLORIDA BLVD 8095613 4282646 ERIC BEHM 2363 SARAZEN ST 8033256 4217756 TRACEY KALY 3963 CAPITOL DR 8033025 4227277 STEVE ALLEN 4168 CAPITOL DR 8095749 4283493 JANET JONES 755 CHESAPEAKE DR Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8095788 4283439 CORINNE DEPIETTO 1275 DALE CIR W 8095920 4284230 ANETTE BENDZKO 815 ROLLING HILLS DR 8095999 4284651 BIANCA ALICEA 2048 WEST RIDGE DR 8096020 4284717 JEWELL ULLVEN 321 MANATEE LN 8066518 4219130 BRANDON CASH 8 COPPERWOOD CT 8096102 4301436 LINDSEY JACKSON 7703 KENIA MEADOWS LN 8096103 4298661 KENNIE TAYLOR 8606 DOLCE VITA LN 8096104 4299902 TIFFANY BECK 7701 KENIA MEADOWS LN 8076926 4219976 GREG KNABLE 1771 CROSSCREEK WAY W 8096222 4285658 ENRIQUE ARDILA 63 HARBOR WOODS CIR 8096249 4296525 GARY HUGHES 226 LOTUS DR 8096293 4299222 VICTORIA GHEESLING 1637 SEABREEZE DR 8096377 4303270 JOSEPH PRIMANTI 1348 SAIL HARBOR CIR 8073786 4220619 DAVID CURRY 6003 PERRINE RANCH RD 8096442 4297181 TODD KRUEGER 16580 HUTCHINSON RD 8074789 4223327 LORRAINE PETERSON 2823 GREY OAKS BLVD 8096511 4287139 DAVID NEWBERGER 2702 COUNTRY WOODS LN 8096568 4297775 HAIDI LOWE 17105 BREEDERS CUP DR 8092465 4264959 JOE JORGENSEN 13019 BOCA CIEGA AVE 8096791 4289024 ALWYN HOLLOWAY 868 FRANKLIN CIR 8075754 4250953 CYNTHIA WHITEHURST 236 SANCTUARY DR 8097032 4290080 MARILYN PONDS 7206 SHARPSBURG BLVD 8097090 4290814 JOHN KREISER 1018 DUMONT DR 8097194 4291201 JENNIFER BINNS 1942 ARGILE DR 8085804 4222636 JOHN LOVE 1841 KAY DR 8097233 4293234 CHARLES WALKER 302 DRIFTWOOD DR W 8078649 4222893 RICHARDS MACKS 378 WOOD CHUCK AVE 8097321 4291851 EDWARD & VIRGIN SHOBER 521 173RD AVE E 8097449 4292778 RANDY KOEHLER 7984 134TH ST N 8097455 4292707 SCOTT PICKERING 913 BAYSHORE DR 8097602 4294037 JOSEPH EGGER 4239 HEADSAIL DR 8097678 4302515 SHANE DIMORA 1505 BAY SHORE BLVD 8097697 4300878 JANET ROMAN 1125 W CURLEW PL 8033673 4223590 TONY KENT 998 CARSTAIRS CT 8097726 4294893 CHRISTINE CUTTITTA 315 S SPRING BLVD 8097861 4295422 KEVIN HENNIGAN 12374 84TH WAY 8098428 4300356 MICHAEL MCCARTHY 1011 WEATHERSFIELD DR 8075666 4272970 EDWARD TIMMES 2727 CHALLENGER DR 8021320 4019270 DAVID J KURLAND 318 MIDWAY IS 8077784 4224689 GRAHAM BRAZIER 308 HARBOR DR N 8086019 4224900 MILTON DRIS 13819 75TH AVE 8030031 4259065 LYNNE KONDRACKI 1910 SADDLE HILL RD S 8069715 4225212 TODD GOSSETT 5440 BOWLINE BND 8031540 4258665 ANTHONY BUCK 214 MAPLE AVE 8085342 4225227 RUSSELL GRATZ 701 ANCLOTE RD 8032093 4268601 ANDY GONZALEZ 768 SEMINOLE BLVD 8066949 4248428 CAROLINA SAA 2215 CHRISTY LN 8078635 4225767 SHITAL PATEL-SADOWSKI 1631 SWAMP ROSE LN 8034035 4270344 LORRI HOFF 657 SOUNDVIEW DR 8074108 4278384 KENNETH WRIGHT 3306 TARPON WOODS BLVD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8038461 4091340 KERRY MCPHEE 1601 CARROLL ST 8049371 4135338 LINDA D HOLBROOK 1007 NORMANDY RD 8071107 4226877 KAREN JACKSON 470 HICKORYNUT AVE 8016231 4227038 KEVIN QUICK 829 15TH AVE SW 8061626 4202950 KELLY SETTLE 2676 FRISCO DR 8064338 4245698 MICHAEL MARTINEAU 2651 CONCORDE CT 8065685 4302251 BONNIE ROOT 2605 BREWTON CT 8066889 4266556 RICHARD E KESLAR 160 LISA LN 8070672 4259914 PENNY PECORARO 444 20TH AVE 8071585 4253448 MARY RAMSAY 3174 SHORELINE DR 8070289 4281449 AMAAL SAROFEM 1148 RIDGEGROVE DR W 8073140 4282400 CARRIE ROGERS 19 WINSTON DR 8073176 4279316 JAMES DATO 11800 GOLDEN VALLEY DR 8089378 4246585 PAUL BAKKALAPULO 3554 ROLANDO DR 8079802 4230210 ROLAND BROWN 129 10TH AVE 8086986 4231829 SAM GRAY 500 HAVERHILL LN 8092393 4264459 STEPHANIE HARRIS 6217 102ND TER N 8033678 4232674 KAREN HINSON 2911 GREY OAKS BLVD 8080460 4253303 TOMMY STANLEY WATSON 156 CARLYLE DR 8087212 4233272 DONALD WADDELL 522 HARBOR DR N 8087266 4233501 MELANIE FISH 5524 PILOTS PL 8091810 4262604 DEANN KOKEMOHR 5915 114TH AVE N 8034334 4249328 CODY HANSEN 9149 CALLAWAY DR 8033660 4235536 KANWALJIT SIDHU 1221 KINGSWAY LN 8082696 4255945 KARA DE ROCCO 184 N SPRING BLVD 8070216 4236270 JOANNE SAISANAS 2116 TIMBER LN 8083253 4280696 SHELDON WEINER 241 S GULF DR 8088190 4239328 GEORGE SCHAEFER 655 WEATHERSFIELD DR 8018991 4237126 RONNIE WELLER 216 POINCIANA LN 8033129 4281749 NOUSHIN YAZDANI 4062 AUSTON WAY 8044176 4237541 JAIN KUNAL 6 COPPERWOOD CT 8084901 4279930 MICHAEL VAUGHN 4404 GENESEE LN 8086738 4277381 MEL GRIFFIN 722 BAYSHORE DR 8079416 4238018 ALFRED PALMA 366 WESTWINDS DR 8088064 4238644 ROBERT COPLEN 447 20TH AVE 8088784 4242799 RYAN JACQUES 29751 69TH WAY N 8083979 4238372 JANICE WILLIAMS 17739 1ST ST E 8089697 4248893 NANCY HAYES 6108 98TH WAY N 8091047 4256510 LAUREN POLING 1632 SANTA ANNA DR 8093850 4275889 LUIS RIVERA 4131 HEADSAIL DR 8096840 4288762 DOUGLAS BRANE 226 POINCIANA LN 8028498 4065578 DONNA L CHARLES 1537 ROSEMONT DR 8033064 4239819 WIL ZAYAS 3941 CAPITOL DR 8077209 4239858 DOUG WEISZ 2291 HANNAH WAY N 8041961 4037326 IRACEMA DRYSDALE 1845 N KEENE RD 8062427 4281199 MICHAEL DISTEFANO 2386 HILLCREEK CIR E 8064903 4187853 TERENCE BENN 3437 DEERFIELD LN 8067017 4256525 CHERYL BOYD 4950 CAMBERLEY LN 8067323 4233590 ROBERT SHANK 1749 HUNT LN 8033646 4276035 SUSAN PAPANGELOU 1003 KINGSWAY LN Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8076186 4273869 JOSEPH REEVES 2305 MESSENGER CIR 8076665 4246582 KATHERINE JORDAN 2284 HANNAH WAY S 8073183 4259285 MARGARET BUDNAR 3560 LAKE HIGHLAND RD 8033242 4242084 JUDI BEHAN 4714 AYRON TER 8074128 4301375 RICHARD RILEY 5951 RIO DR 8077927 4250917 SIDNEY BEDSOLE 15416 WIND WHISPER DR 8034218 4243718 ZAIDA JIMENEZ 1849 DARTMOUTH DR 8097362 4300219 PATRICIA KNIGHT 1720 RICHARD ERVIN PKY 8079271 4273722 RACHEL GENTILE 3557 AVOCADO DR 8047340 4218344 JACQUELINE STEINBRENNER 1101 WOODRUFF AVE 8075053 4266578 NIKOLAOS KARAMOUNTZOS 1594 PRESERVE WAY 8020006 4018466 ROBERTA HOSKEN 1835 ALICIA WAY 8088037 4253446 MICHAEL BAILEY 416 16TH AVE 8069796 4261529 PAUL CURRY 113 WATEREDGE CT 8030005 4273749 KERRIE GLASER 1191 OVERCASH DR 8019027 4246936 ROBERT HOFFMAN 1818 HARBOR CIR W 8066930 4304194 CASSIE RAGSDELL 2339 WARWICK DR 8067183 4266929 KATHIE LADD 1720 EMERALD DR 8069451 4304772 BRADLEY WINTERS 3684 QUAIL FOREST DR 8073004 4274694 PAM FYFFE 1589 PRESERVE WAY 8069645 4279175 JENNIFER BELKNAP 504 LAKEWOOD DR 8070877 4270822 MICHELLE EPPINK 214 HIGHLAND WOODS DR 8070988 4279831 DAVID VOLLMER 6714 MILLSTONE DR 8072578 4290041 JEFFREY DAVIS 1136 HAGEN DR 8089138 4245374 LANCE DIETZ 8716 SKYMASTER DR 8073163 4273385 CHRISTINA LOPEZ 1349 OAK MEADOW PT 8077171 4275734 JAMES FEENEY 1708 LAKE POLO DR 8080335 4268932 KIRSTEN GRENE 17749 WALL CIR 8079800 4282537 PAMELA NELSEN 4217 ANACONDA DR 8038012 4251166 ALEX AFSAHI 3015 KEY HARBOR DR 8071142 4251201 MICHAEL WILSON 2908 SPRING OAK CT 8033023 4251251 CHARLES ATKINS 4699 GILRONAN CT 8089284 4273632 BOB UPSHAW 14021 BAYSHORE DR N 8081794 4261825 MARY BRANDNER 607 BELTED KINGFISHER DR N 8095300 4280727 PETER BOZARTH 12040 74TH AVE 8093017 4267932 JULIE HOLLI 2362 HADDEN HALL PL 8063997 4249950 MELISSA STRICKLAND 3049 GEIGER CT 8032980 4281281 PINAKIN PATEL 4924 FELECITY WAY 8090854 4255218 SARAH STEVENSON 1141 STEWART DR 8070198 4256464 CRAIG FABRIZIO 1645 LAKESIDE DR 8076656 4260971 ROBERT GROOVER 311 CEDAR LN 8079795 4277531 MARY TUCKER 6104 JAPONICA CT 8076544 4269127 JAN MENKE 14495 RED BIRD CT 8073658 4258752 BRAD WEINSTEIN 350 SANCTUARY DR 8034690 4254312 JOSEPH LUCINIAN 5400 BELLVIEW AVE 8094443 4275816 MARK MEYERS 8781 LEONA ST 8071088 4252964 PAUL RUSSO 414 WESTGATE RD 8070165 4259617 ANDREW ZANINI 7358 BRIGHTWATERS CT 8040811 4233186 LINA TURNES 1751 ALGONQUIN DR 8041721 4293053 JESIKA FREEMAN 1864 UNION ST Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8053922 4161393 YURY BONDAR 3183 CHAMBLEE LN 8093563 4271565 GLENN WATLER 2370 WATROUS DR 8059480 4193804 AMY MACK 2981 CASTLE WOODS LN 8061549 4147357 BERNARD GAFFNEY 2851 PHEASANT RUN 8070176 4260398 JILL BAUER 19 PINEWOOD CIR 8063141 4056579 AGOSTINO MENNA 2958 KENILWICK DR N 8065626 4058898 MICHAEL WYATT 3353 LAKE SHORE LN 8031238 4261172 ELAINA EMBREE 214 E SHEFFIELD CIR 8077864 4255127 CHRISTINE POSS 14354 110TH TER N 8033265 4263255 AFRAM MALKI 3942 CAPITOL DR 8067181 4259046 CRYSTAL SHEEDY 1709 EMERALD DR 8094086 4274081 QING ZHANG 808 BEE POND RD 8066933 4258240 ANDY ZABO 1728 BAYHILL DR 8073395 4262505 NICK THOMAS 3789 WINDBER BLVD 8096720 4288268 STACY THOMPSON 3321 21ST AVE SW 8075256 4273492 PATRICK MEIGHAN 1508 OWLS RETREAT 8091446 4259470 DOROTHY PRITCHARD 9903 59TH AVE N 8076688 4270511 PHILIP HOYLE 1634 SEABREEZE DR 8093666 4272380 DAVID SCHMIDT 11440 TROTTING DOWN DR 8078176 4278369 MONIQUE CALHOUN 1711 TALL PINE CIR 8078894 4295700 BETHANY HINSON 356 WESTWINDS DR 8079908 4145454 JOE HERNANDEZ 3036 GLEN OAK AVE N 8079948 4283418 MIMI RENALDO 1177 BROOK DR E 8080123 4293596 LIANG WU 534 BERKLEY AVE 8080387 4145694 TAMMY LARSON 2190 BURNICE DR 8092990 4269192 TRACE CALEY 931 VICTOR DR 8093209 4269307 KAMA FERNANDEZ 2820 CHALLENGER DR 8096427 4286786 WILLIAM LOVE 1859 NORTHVIEW DR 8016902 4276914 XAY WATKINS 1425 REGAL RD 8030783 4301541 MARK NEVINS 1570 MICHIGAN BLVD 8033142 4215393 CHRISTINA FALLARA 4679 AYRON TER 8034621 4286591 MARCUS MEYER 6155 SEASIDE DR 8048216 4071339 LAURA L DAVIS 2173 ACADEMY DR 8052485 4046665 DAVID WEAVER 2086 N DRUID CIR 8063239 4269923 FARID HANNA 2904 EAGLE ESTATES CIR N 8077495 4272633 RAQUEL THIEBES 4731 SANCTUARY DR 8064992 4058264 CATHERINE A EDINGER 3312 FOX HILL DR 8065144 4058416 EDWIN R HOMAN 3353 WIND CHIME DR 8065852 4244100 JANE LEFEVRE 2937 UNION ST 8066808 4269841 TIMOTHY THORN 3013 CREST DR 8067114 4060284 DREW ADAMS 1374 WOODCREST AVE 8069655 4299516 MATTHEW WICKS 217 HIGHLAND WOODS DR 8070772 4303400 STEVE ESCH 236 HIGHLAND WOODS DR 8073129 4302244 JESSICA CAPUTO 2762 MEADOWVIEW CT 8075052 4272469 SUDHIR PATEL 1579 PRESERVE WAY 8075917 4015203 STEPHANIE VANZANDT 1560 BRIDGE WAY 8076037 4277361 CONAN ROYCE 1570 PRESERVE WAY 8042769 4228907 ELBA MARTINEZ 1971 RADCLIFFE DR N 8049104 4043434 JOE T DUST 1368 S HERCULES AVE 8069720 4301442 MICHAEL HILDEBRANDT 2871 GREY OAKS BLVD Clearwater Gas System Appendix A - CGS Propane Customer Data - 2.28.24 Location Number Account Number Customer First Customer Name Service Address 8045192 4081283 KIM A DONOVAN 1243 LOTUS PATH 8058278 4277641 PETER QUINTAS 2395 CAMPBELL RD 8061678 4055123 GAIL L HURN 2829 ANDERSON CT 8064202 4057475 RICHARD WILSON 2654 CLUBHOUSE DR N 8063999 4057274 MICHAEL SCARFIA 3007 ASHLAND TER 8073504 4191013 ANH-VU NGUYEN 1551 BRIDGE WAY 8075914 4117864 ANNA BARALT 1580 PRESERVE WAY 8067565 4193394 BRENDA ALVARADO 1596 MISTY PLATEAU TRL 8082228 4213435 JOHN THOMAS 105 WILLADEL DR 8079085 4136313 MATTHEW GULLO 2629 BREWTON CT 8016385 4304509 ANGELA LANCASTER 820 15TH AVE SW 8032301 4305170 EDWIN LEVITAN 1715 SUNSET DR 8047853 4305224 MARILYN ORBACH-ROSENBERG 1630 JEFFORDS ST 8058632 4286037 AMANDA KREILING 2718 N TERRACE DR 8062738 4293673 RONALD DOLSAY 2185 CENTERVIEW CT N 8067108 4300253 GLENDA ROYAEL 1356 WOODCREST AVE 8069465 4304240 MARSHA BERNING 4908 SILVERTHORNE CT 8070903 4305678 JOEL DAVIS 1667 SEABREEZE DR 8077553 4299697 BENJAMIN VEGA 2887 DEER RUN 8078787 4303555 VALRIE SMITH 234 HIGH ST 8087519 4305498 SARAH BECKMAN 1306 FLOTILLA DR 8096101 4305266 GEOFF HILL 7705 ROSA MARIA LN 8097624 4304440 CYNTHIA TOMICH 17413 BOY SCOUT RD 8098324 4303709 KARIN LADIS 8609 MILES RD 8076565 4305715 JANICE GRAUL 2921 PUNTA PALMA CT 8081468 4305845 RALPH SCOFIELD 741 ANCLOTE RD 8098497 4305109 ROBERT COLLINS 4889 164TH AVE 8087604 4299969 IRMARIE MARQUEZ 17302 BALLMONT PARK DR 8066977 4305983 J STACY 2228 MUIRFIELD WAY Total Customers 2,029 EXHIBIT B Vehicle & Operating Equipment CITY ASSET NUMBER DESCRIPTION SERIAL NUMBER LICENSE UNITS ACTUAL READING ACQUIRE DATE G2813 2004 VERMEER TLR30 1VRZ111H941000254 233637 Miles 0 12/06/2005 G2814 2004 VERMEER RT100 1VRX051E941000861 Not_Set Hours 0 05/28/2004 G3308 2007 CATERPILLA 416E SHA02405 Not_Set Hours 636 07/12/2007 G3310 2007 INTL 4300 1HTMMAAN07H463745 241406 Miles 208950 12/20/2006 G4125 1999 KUBOTA L39-1TLB 61199 Not_Set Hours 390 01/20/2015 G4303 2016 FORD F250 EXT 1FT7X2A63GEC16849 XE9751 Miles 100304 06/07/2016 G4414 2017 FREIGHTLIN M2 1FVAC5FE1JHJJ3359 XF3180 Miles 615 05/17/2017 G4445 2017 FORD F550 REG 1FDUF5GT7HDA03622 XF6916 Miles 85199 06/08/2017 G4693 2020 FREIGHTLIN M2 1FVAC5FT3LHLP2209 XH4687 Miles 45830 08/02/2019 G4833 2019 STIHL TS800 Not_Set Not_Set Hours 1 05/06/2019 G1084 1987 WALLACE TRAILER TBT9318008701423 41767 02171 06/15/1987 G2191 1999 COXCO TT7 47NA25470XT47N014 137106 Miles 0 10/20/1999 G3104 2007 INTL 4300 1HTMMAAN27H463603 241379 Miles 10954 08/11/2006 G3831 2013 FREIGHTLIN M2 112 1FVAC5DX7DHBW8135 XB4984 Miles 185096 05/08/2012 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 3/5/2024 Arthur J.Gallagher Risk Management Services,LLC200SouthOrangeAvenueOrlandoFL32801 Tammy Ellis Alderman 407-563-3518 Tammy_EllisAlderman@ajg.com Lloyd's Synd 2987 CLEARWA-01 Safety National Casualty Corporation 15105CityofClearwaterP.O.Box 4748ClearwaterFL33758-5520 1546928275 A X 5,000,000 X 10,000,000 X PK1020923 10/1/2023 10/1/2024 Self-insd retention 500,000 A 5,000,000 X PK1020923 10/1/2023 10/1/2024 Self-insd retention 500,000 B X N SP4067309 10/1/2023 10/1/2024 SIR $600,000 1,000,000 1,000,000 1,000,000 Limits are excess of Self-Insured Retentions Suburban Propane,L.P.240 Route 10 WestWhippanyNJ07981 INSURER(S) AFFORDING COVERAGE NAIC # INSURER F : INSURER E : INSURER D : NAME:CONTACT INSURER C : INSURER B : (A/C, No):FAX E-MAILADDRESS: CUSTOMER ID:PRODUCER PRODUCER (A/C, No, Ext):PHONE INSURED INSURER A : The ACORD name and logo are registered marks of ACORD 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. LOCATION OF PREMISES / DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, if more space is required) REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES $$ $BOILER & MACHINERY / EQUIPMENT BREAKDOWN $ $ $ TYPE OF POLICY CRIME POLICY NUMBER $ $ $ $ NAMED PERILS CAUSES OF LOSS TYPE OF POLICYINLAND MARINE $ RENTAL VALUE CONTENTS BUILDING DEDUCTIBLES WIND $ $ $ $ $ $ $ $ $ BLANKET BLDG & PP BLANKET PERS PROP BLANKET BUILDING EXTRA EXPENSE BUSINESS INCOME PERSONAL PROPERTY BUILDING FLOOD EARTHQUAKE SPECIAL BROAD BASIC CAUSES OF LOSS PROPERTY POLICY EXPIRATION DATE (MM/DD/YYYY) POLICY EFFECTIVEDATE (MM/DD/YYYY)INSR LTR LIMITSCOVERED PROPERTYPOLICY NUMBERTYPE OF INSURANCE $$ $ SPECIAL CONDITIONS / OTHER COVERAGES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) © 1995-2015 ACORD CORPORATION. All rights reserved. ACORD 24 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION CERTIFICATE OF PROPERTY INSURANCE DATE (MM/DD/YYYY) CERTIFICATE HOLDER 3/5/2024 Arthur J.Gallagher Risk Management Services,LLC200SOrangeAvenueOrlandoFL32801 407-370-2320 407-370-3057 CLEARWA-01 License#:BR-724491 City of ClearwaterP.O.Box 4748ClearwaterFL33758-5520 National Fire &Marine Insurance Co 20079 971943146 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICYPERIODINDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTOWHICHTHISCERTIFICATEMAYBEISSUEDORMAYPERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN ISSUBJECTTOALLTHETERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. A X 100,000 X 100,000 X SeeAttached X SeeAttached X SeeAttached 42PRP31052404 4/1/2023 4/1/2024 X 100,000,000 X PerSOV on File SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEEXPIRATIONDATETHEREOF,NOTICE WILLBE DELIVERED IN ACCORDANCE WITHTHEPOLICYPROVISIONS. Suburban Propane,L.P.240 Route 10 WestWhippanyNJ07981 Certificate of Property Insurance – Acord 24 (2016/03) – Attachment Information Insured: City of Clearwater Policy Term: April 1, 2023 to April 1, 2024 Company Policy No. Participation Excess Deductible National Fire & Marine Insurance Company 42-PRP-310524-04 $8,350,000 part of $10,000,000 Primary Starstone Specialty Insurance Company C87627232CSP $2,500,000 part of $15,000,000 excess of $10,000,000 Primary Underwriters at Lloyds – AXA/AUW/HCC PW0429523 $2,737,500 part of $15,000,000 excess of $10,000,000 Primary Axis Surplus Insurance Company EAF636691-23 $1,287,500 part of $15,000,000 excess of $10,000,000 Primary Aspen Specialty Insurance Company PX00VLH23 $1,500,000 part of $25,000,000 excess of $25,000,000 Evanston Insurance Company MKLV2XPR001453 $1,875,000 part of $25,000,000 excess of $25,000,000 RPS Eagle – Certain Underwriters at Lloyds of London EAGLE110437-AR- EFWX-01 $2,500,000 part of $25,000,000 excess of $25,000,000 Ironshore Specialty Insurance Company 1000387827-04 $2,500,000 part of $25,000,000 excess of $25,000,000 The Princeton Excess and Surplus Lines Insurance Company N1-A3-PP-0000055-00 $2,500,000 part of $25,000,000 excess of $25,000,000 Hallmark Specialty Insurance Company 73PRX23B277 $1,500,000 part of $25,000,000 excess of $25,000,000 Underwriters at Lloyds – Alcor PW0428823 $1,000,000 part of $25,000,000 excess of $25,000,000 Great American Fidelity Insurance Company CPP 3388915 03 $50,000,000 part of part of $50,000,000 excess of $50,000,000 STRETCH LAYERS Allied World Assurance Company (U.S.), Inc. 0313-3117-1A $2,500,000 part of $25,000,000 Primary Underwriters at Lloyds – GIC Syndicate PW0354023 $3,250,000 part of $50,000,000 Primary Endurance American Specialty Insurance Company ESP30001004804 $2,500,000 part of $40,000,000 excess of $10,000,000 Primary Certificate of Property Insurance – Acord 24 (2016/03) – Attachment Information Company Policy No. Participation Excess Deductible Westfield Specialty Insurance Company XAR-314240Q-00 $2,500,000 part of $40,000,000 excess of $10,000,000 Primary Landmark American Insurance Company LHD931330 $5,000,000 part of $40,000,000 excess of $10,000,000 Primary Underwriters at Lloyds – Fidelis PW0435723 $6,000,000 part of $40,000,000 excess of $10,000,000 Primary Policy Limit • $100,000,000 per Occurrence Earthquake • $50,000,000 per Occurrence/Aggregate Flood • $50,000,000 per Occurrence/Aggregate Named Storm • $50,000,000 per Occurrence Deductibles: • $100,000 per occurrence, All Perils, except: • Flood - For locations wholly within Special Flood Hazard Areas (SFHA), the deductible shall be 5% of the value per unit of insurance as reported on the schedule on file for affected locations at the time and place of loss, for which a claim is made, subject to a minimum of $100,000 per occurrence per occurrence. • All other Flood is $100,000 per occurrence • Named Storm - 5% of the values per unit of insurance at each location as reported on the schedule on file for affected locations at the time and place of loss, for which a claim is made, subject to a minimum of $100,000 per occurrence Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0308 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Authorize the City Attorney to retain the services of Allen, Norton, and Blue to defend the City in an employment lawsuit filed by a former employee. SUMMARY: On February 13, 2024, former employee Jamie Lascko filed a lawsuit in State court against the City. Because the City has since been served with that lawsuit, and the City is required to respond promptly, the City Attorney has retained attorney Brian Koji with the law firm of Allen, Norton & Blue to represent the City in this matter. The law firm of Allen, Norton & Blue specializes in labor and employment matters, and Mr. Koji is a board-certified expert in labor and employment law. Budgeted funds are available, and the City Attorney is seeking Council’s permission to ratify the agreement. Page 1 City of Clearwater Printed on 3/15/2024 INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: erxil G.c ey 1792 o er bmaf 11 mac. Zip: 7P57' Telephone Number: 0"5---?` s"i0( Email Address: Speaking under citizens to be h re items not on the agenda Agenda item(s) to which you wish to speak: F6/0 2vZ3 -05023 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: Z,a-, (AD, ga,.70 ± 7‘ e) City: e j e L - f — 1' Zip: 33 "? 4 7 Telephone Number: LL`{ -y ( —Co S '' 1 Email Address: e, 112t5 etc (lea d 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: L L J a 4115 Address: ° ' ` e7-' J' City: GLFA Zip: 33 7 / Telephone Number: l DZ 7 L/w Lo‘, Email Address: et5 A-1 Speaking under citizens to be hard re items not on the agenda? Yz Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: fV1i J'-toLt( Address: POYL-7 City• Zip: Telephone Number: he o-ecif 5, lel'(.-10 6 01c0.7 Speaking under citizens to be heard re items not on the agenda? Email Address: Agenda item(s) to which you wish to speak. What is your position on the item? For Against Citizen Comment Card Name: Address: City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda items) to which you wish to speak• What is your position on the item? For Against a J 2171 Beecher Rd 2022-05-30 2171 Beecher Rd back IMG_0243.JPEG 05/24/2023 2022-10-26 2171 Beecher front IMG_2080.jpeg 10/26/2022 2023-02-19 2171 Beecher Rd back of house IMG_2777(1).jpeg 02/23/2023 2023-07-08 2171 Beecher sw corner of house IMG_3692.JPEG 07/08/2023 2023-11-10 2171 Beecher Rd N side of home IMG_4674.jpeg 11/09/2023 2023-11-24 2171 Beecher R S & Fr side of houselMG_4735jpeg 11/24/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0257 Agenda Date: 3/18/2024 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: City Council Agenda Number: 8.1 SUBJECT/RECOMMENDATION: North Beach Update Page 1 City of Clearwater Printed on 3/15/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0310 Agenda Date: 3/18/2024 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: City Council Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Sign Ordinance - Councilmember Beckman Page 1 City of Clearwater Printed on 3/15/2024