Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
09/16/2024
Monday, September 16, 2024 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda September 16, 2024Council Work Session Work Session Agenda 1. Call to Order 2. Presentations End of Session Report - Senator Ed Hooper2. 1 3. Public Works City Vulnerability Assessment Presentation. (WSO)3.1 Approve a purchase order to Southern Landscape Materials, of Tarpon Springs, Florida, for roadway materials in the annual amount of $250,000.00 with two one-year renewal options, for a total not-to-exceed amount of $750,000.00, pursuant to Invitation to Bid 29-24, Roadway Materials, and authorize the appropriate officials to execute same. (consent) 3.2 Approve an increase to the purchase order to Inliner Solutions, LLC, of Sanford, FL, for Stormwater Pipe Lining (Section C) in the amount of $1,600,000.00 increasing the contract from $500,000.00 to $2,100,000.00 on a unit price basis pursuant to Invitation to Bid (ITB) 23-0036-EN and authorize the appropriate officials to execute same. (consent) 3.3 Approve Supplemental One Work Order from Harvard Jolly Inc., of St. Petersburg, FL, for design services of South Osceola Parking Garage 22-0011-EN in the amount of $452,552, increasing the total from $1,540,598 to $1,993,150 and authorize the appropriate officials to execute same. (consent) 3.4 Approve a Work Order to Wannemacher Jensen Architects for design of the Municipal Services Building (MSB) Renovations project (23-0035-EN) in the amount of $1,140,302.00 per Request for Qualifications (RFQ) 24-22 and authorize the appropriate officials to execute same. (consent) 3.5 Approve selection of firms to provide Construction Manager at Risk (CMAR) Services for Continuing Contracts, as listed, for a period of four years, pursuant to Request for Qualifications (RFQ) 51-24, and authorize the appropriate officials to execute same. (consent) 3.6 Approve Owner Direct Purchase Order to Trane Technologies for an Air Handling Unit for the Municipal Services Building (MSB) Renovations project (23-0035-EN) in the amount of $362,616.00 pursuant to Clearwater Code of Ordinances, Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 3.7 4. City Manager Page 2 City of Clearwater Printed on 9/10/2024 September 16, 2024Council Work Session Work Session Agenda Approve an Interlocal Agreement between Pinellas County and the City of Clearwater regarding the installation and maintenance of traffic signal cabinet art and authorize the appropriate officials to execute same. (consent) 4.1 Approve an Interlocal Agreement between the City of Clearwater and the Community Redevelopment Agency (CRA) to provide staffing and administrative services for the CRA, in an amount not to exceed $1,060,401.00 and authorize the appreciate officials to execute same. (consent) 4.2 5. Office of Management and Budget Adopt Ordinance 9792-24 on second reading, declaring the millage rate to be levied for the fiscal year beginning October 1, 2024 and ending September 30, 2025, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.8850 mills, which is a 6.81% increase from the rolled back rate of 5.5099 mills. 5.1 Adopt Ordinance 9793-24 on second reading, adopting an operating budget for the fiscal year beginning October 1, 2024 and ending September 30, 2025; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Code of Ordinances. 5.2 Adopt Ordinance 9794-24 on second reading, adopting the capital improvement program budget for the fiscal year beginning October 1, 2024 and ending September 30, 2025; approving the six-year capital improvement program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the capital improvement program; appropriating available and anticipated resources for the projects identified. 5.3 Amend the City’s fiscal year 2023/24 operating and capital improvement budgets at third quarter and pass Ordinances 9795-24 and 9796-24 on first reading. 5.4 6. Economic Development and Housing Page 3 City of Clearwater Printed on 9/10/2024 September 16, 2024Council Work Session Work Session Agenda Approve a five-year payment deferral via a loan modification for 1101 Holt Avenue, also known as HEP West, and authorize the appropriate officials to execute documents required to affect closing of the loan modification. (consent) 6.1 Authorize four construction loans in an amount not to exceed $290,000.00 each to Clearwater Neighborhood Housing Services, Inc. (CNHS) for the construction of four single-family homes in the Lake Bellevue area of Clearwater and authorize the appropriate officials to execute documents required to affect closing of the loan(s). (consent) 6.2 7. Finance Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2024 through September 30, 2025 in the not to exceed amount of $1,650,000 pursuant to Clearwater Code of Ordinance Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 7.1 8. Human Resources Approve an amendment with Cigna Healthcare (Cigna) for city medical insurance (under a self- insured funding arrangement) and a purchase order to Evernorth Behavioral Health (Evernorth) for the employee assistance program for period January 1, 2025 through December 31, 2025, pursuant to RFP 26-22, for a total not-to-exceed amount of $29.3 million ($29,240,000 for Cigna and $60,000 for Evernorth), to be funded by city budgeted funds, payroll deductions of employees and retiree premiums, and authorize the appropriate officials to execute same. (consent) 8.1 9. Police Department Approve the Pinellas County Combined Mutual Aid Agreement for law enforcement services for the period of execution through January 31, 2029, and authorize the appropriate officials to execute same. (consent) 9.1 Reappoint Patrick E. Adamson to the Board of Trustees, Clearwater Police Supplementary Pension Plan with a term to expire October 31, 2028. (consent) 9.2 Page 4 City of Clearwater Printed on 9/10/2024 September 16, 2024Council Work Session Work Session Agenda Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in fiscal year 2024-2025 in the amount of $282,433.02 to underwrite the cost of additional Community Policing services by the Clearwater Police Department in the Downtown CRA to address quality of life issues, drug dealing, and homelessness and authorize the appropriate officials to execute same. (consent) 9.3 10. Fire Department Approve a purchase order to Motorola Solutions, Inc. of Chicago IL in the amount of $138,316.00 for a Mach Alert Fire Station Alerting System for Fire Station 47 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback purchase, and authorize the appropriate officials to execute same. (consent) 10.1 Approve the Fire Protection Services Agreement between Pinellas County Fire Protection Authority and City of Clearwater for a five-year term, October 1, 2024 through September 30, 2029, and authorize the appropriate officials to execute same. (consent) 10.2 Approve an agreement between Pinellas County and City of Clearwater to provide Emergency Medical Services ALS First Responder services to the Clearwater Fire District, and authorize the appropriate officials to execute same. (consent) 10.3 11. Planning Approve the annexation, initial Future Land Use Map designation of Residential Low (RL), and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1721 El Trinidad Drive East and pass Ordinances 9776-24, 9777-24, and 9778-24 on first reading. (ANX2024-07003) 11.1 Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU), and initial Zoning Atlas designation of Medium Density Residential (MDR) District for 1827 Douglas Avenue, together with certain right-of-way of Douglas Avenue and pass Ordinances 9779-24, 9780-24, and 9781-24 on first reading. (ANX2024-07004) 11.2 Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU), and initial Zoning Atlas designation of Medium Density Residential (MDR) District for an unaddressed parcel on Sylvan Drive and pass Ordinances 9782-24, 9783-24, and 9784-24 on first reading. (ANX2024-07005) 11.3 Page 5 City of Clearwater Printed on 9/10/2024 September 16, 2024Council Work Session Work Session Agenda Approve the annexation, initial Future Land Use Map designation of Residential Low (RL), and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2135 Pleasant Parkway and pass Ordinances 9785-24, 9786-24, and 9787-24 on first reading. (ANX2024-07006) 11.4 Update to the City’s Implementation of the Live Local Act’s zoning preemptions. (WSO) 11.5 12. Marine & Aviation Approve Submerged Land Lease (SLL) between the State of Florida and the City of Clearwater for the shared docking facility adjacent to the Beach Recreation Center and authorize the appropriate officials to execute same. (consent) 12.1 13. Public Utilities Authorize a purchase order to Trihedral Inc. of Orlando, FL, for the upgrade to VT SCADA software, in the amount of $169,524.60 with the option for two, one-year renewals for support in an annual amount of $24,245.50 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 13.1 Authorize the continuing use of construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $21,500,000 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent) 13.2 14. City Attorney Adopt Ordinance 9788-24 on second reading, amending Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Changes, Article XXIV, Public Works Fees, Rates and Charges, Section (3)(c) Solid Waste Collection Rates, Section (3)(d) Recycling Rates, and Section (5) Other Miscellaneous Charges; Increase specific collection fees for Solid Waste and Recycling annually by 3.75% effective October 1, 2024, October 1, 2025, October 1, 2026, October 1, 2027, and October 1, 2028. 14.1 Adopt Ordinance 9790-24 on second reading, amending Section 3-1508, relating to the regulation of noise. 14.2 15. City Manager Verbal Reports Page 6 City of Clearwater Printed on 9/10/2024 September 16, 2024Council Work Session Work Session Agenda 16. City Attorney Verbal Reports 17. Council Discussion Item Extension of pause for public comments on items not on the agenda - Vice Mayor Allbritton 17.1 Tampa Bay Regional Planning Council Update - Councilmember Teixeira17.2 Parking Rates - Councilmember Cotton17.3 Discuss City Attorney 2025 Goals.17.4 Discuss City Manager 2025 Goals.17.5 18. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 19. Closing Comments by Mayor 20. Adjourn 21. Presentation(s) for Council Meeting September Service Awards21.1 Constitution Week 2024 Proclamation - Sharon Jank, Clearwater Chapter Regent of DAR 21.2 National Suicide Prevention Month Proclamation, Sept 2024 - Barbara Daire (outgoing CEO, Suncoast Center) and Jean Pierre (incoming CEO, Suncoast Center) at Zero Suicide Partners of Pinellas. 21.3 National Hispanic Heritage Month Proclamation - Amanda Markiewicz, CEO, HOC and Andrea Vendetti, Director of Community Engagement, HOC 21.4 Page 7 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0643 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2. 1 SUBJECT/RECOMMENDATION: End of Session Report - Senator Ed Hooper Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1059 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.1 SUBJECT/RECOMMENDATION: City Vulnerability Assessment Presentation. (WSO) SUMMARY: The City of Clearwater has been working on a citywide Vulnerability Assessment (24-0020-EN), to better understand how climate factors will impact the city in the near and distant future. Successful completion of this vulnerability assessment is a requirement to apply for several grants that could help offset capital costs on a number of planned projects. This assessment, which started in fall of 2022, is funded by the State of Florida’s Office of Resilience and Coastal Protection’s Resilient Florida Fiscal Year 21-22 Planning Grant. The Consultant, AtkinsRéalis was selected from our EOR Roster based off Request for Qualifications (RFQ) 26-19, Engineer of Record Consulting Services which was approved by Council on 06.20.2019. The consultant has created a “digital twin” of Clearwater using AtkinsRéalis’s City Simulator tool to test vital community elements, including the natural, built and social environments, against several projected climate impacts, with the greatest priority being given to analyzing the impacts of sea level rise, flooding and heat. The purpose of the presentation is to share findings from the Vulnerability Assessment and present potential adaptation/mitigation actions for the City to consider. The presentation will also inform the public of the results and the future risk of sea level rise and increased flooding and encourage community participation when identifying mitigation strategies to address the flooding vulnerabilities. This report includes analysis requested by city staff to help inform future focus areas items such as reducing infrastructure flooding and assisting with prioritizing urban forestry planting efforts. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: High Performing Government 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 1.4 Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Community Well-Being 3.4 Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive, and engaged communities. Environmental Stewardship 4.1 Support proactive climate resiliency strategies based in science to protect natural and built environments from impacts associated with sea level rise. Page 1 City of Clearwater Printed on 9/10/2024 VULNERABILITY ASSESSMENT WITH CITY SIMULATOR VULNERABILITY ASSESSMENT WITH CITY SIMULATOR Tropical Storm Debby image courtesy of City of Clearwater social media @MyClearwater FDEP Grant #22PLN91 Clearwater #24-0020-EN Presentation to City Council September 16, 2024 The city seeks to further understand the future impacts of both sea level rise and extreme heat by conducting city-wide vulnerability assessments using AtkinsRéalis’ City Simulator tool. + This work was funded in part through a grant agreement from the Florida Department of Environmental Protection’s Office of Resilience and Coastal Protection Resilient Florida Program. The views, statements, findings, conclusions, and recommendations expressed herein are those of the author(s) and do not necessarily reflect the views of the State of Florida or any of its subagencies. Executive OverviewExecutive Overview •Vulnerability Assessment is required for certain grants •Staff utilized Vulnerability Assessment to test several key conditions to help influence decisions and future projects •Data driven decision making •ROI focused projects and data ~8,000 Stormwater Nodes Those nodes along transportation features used to model travel disruption Road Network Used to approximate daily trips and to model the trips disrupted ~31,000 Structures Building footprints, to include representations of critical assets for the model Representations of Community Features Used in the Model Climate Stressors Used in the Model Future Rain 24% increase in 100-year 24-hour rainstorm by 2100 Future Sea Level 2017 intermediate-low and intermediate-high projections for 2040, 2070, and 2100 Future Temperature 300% increase in days per year where temperature is greater than 90 degrees Findings: Future Sea Level Increasing Flood Hazard Exposure 2017 Intermediate Low 2040 2070 2100 Increasing Flood Hazard Exposure 2017 Intermediate High 2040 2070 2100 Findings: Trip Disruptions •Major disruptions in coastal islands •N. Fort Harrison Ave & Sunset Point Rd •Stevenson Creek area 424 Stormwater tracking points with Avg. Annual Disrupted Trips > 10,000 Findings: Future Temperature 2040 2070 2100 Days above 90 degrees Scenario DevelopmentScenario Development 10 scenarios originally tested, plus 5 additional scenarios A scenario includes a geographic area of interest and 1 or more adaptation actions to test. Potential actions included: Scenario Planning Acquire Houses Elevate HousesElevate Roads Add Coastal Barrier Plant Trees Project Action Team goals when identifying scenarios: •Improve CRS rating to help reduce resident flood insurance premium costs •Reduce flooding and impacts to residents and businesses •Most impactful locations to improve urban forest •Target revitalization and redevelopment funding and craft regulations or land uses •Gain knowledge on seawall elevations •Identify specific projects that city can target to have largest ROI Citywide Key East-West Corridors Hercules and U.S. 19 Barrier Islands Coastal Zone 3 Areas of interest were selected based on •hazard exposure •economic development •social vulnerability concerns Note: Additional areas of interest can be added for future planning Stevenson Creek Central Business District Coastal Zone 1 North Greenwood CRA Coastal Zone 1, Central Business District, and North Greenwood CRA Note: Additional areas of interest can be added for future planning Areas of interest were selected based on •hazard exposure •economic development •social vulnerability concerns Graphics and scenarios shown are not meant to imply that the City would take these actions. This is a planning-level tool that lets the City select adaptation actions and geographies of interest to help inform future strategic actions that may be considered. Scenario 1: Stevenson Creek - Acquire Homes and Elevate Roads Graphics and scenarios shown are not meant to imply that the City would take these actions. This is a planning-level tool that lets the City select adaptation actions and geographies of interest to help inform future strategic actions that may be considered. Scenario 4: Coastal Zone 3 – Elevate Roads Graphics and scenarios shown are not meant to imply that the City would take these actions. This is a planning-level tool that lets the City select adaptation actions and geographies of interest to help inform future strategic actions that may be considered. For example, some tree plantings may not be physically possible in locations, and some locations may not be recommended for plantings per advice of landscape architects. Scenario 2: Citywide – Increase Tree Coverage Tremendous social wellbeing benefits including human health, air quality, shading/cooling, habitat and biodiversity improvements etc. Total Loss Avoided: $5,080,000 Future Actions to ConsiderFuture Actions to Consider Recommended Adaptation/Mitigation Actions Policy/Planning •Clearwater 2045 •Reduce Building in Floodplain •Reduce Building in Coastal Buffer •Land Acquisition •Resiliency Bond Financing •Position for Grants •Incentivize DIY Flood Protection •Improve Community Rating System Score General Infrastructure Improvement •Improve Stormwater Quality •Add Stormwater Park •Apply Greenprint 2.0 •Add Rain Gardens •Add Native Plants •Living Shorelines •Reduce Pollutant Loading to Waterways •Constructed Wetlands •Permeable Pavements •Urban Forestation •Rooftop Runoff Storage Physical Countermeasures to Climate Change •Elevate Buildings •Acquire Flood-prone Structures •Raise Streets •2nd Floor Conversion •Add Living Shoreline/Seawall •Raise Seawall •Floodproofing •Improve Culvert/Bridge •Tree Plantings Increase Awareness •Resilience Awareness Campaign •Public Surveys •Additional Sensors in Flood-prone Areas •Obtain Finished Floor Elevations •Neighborhood Programs •Encourage/Purchase Flood Insurance The following portfolio of actions could be considered to minimize the flooding and heat vulnerabilities identified within the vulnerability assessment. Bold green text represents actions that could potentially be performed by the public as well BenefitsBenefits •Data-driven process •Able to support grant processes and requirements •Incorporates how the community functions (traffic, housing, job occupations, etc.) •Provides a planning tool to stress test the city for expected climate impacts Staff have access to data afterward Related Programs and Further Information Email: Sustainability@myclearwater.com Vulnerability Assessment Project Website: myclearwater.com/vulnerability Greenprint 2.0 Clearwater 2045 Floodplain Management Policies and recommendations supporting the City’s sustainability vision. Scan QR code to visit project website Policy document with a 20-year vision that guides decisions on the future growth and sustainability of the city. Resources to help residents and businesses understand flood risk. ATKINS NORTH AMERICA, INC. CITY SIMULATOR AT A GLANCE Communities can: ›Simulate growth from present day to mid-century while being hit with climate change- influenced disasters ›Obtain detailed information about their vulnerability ›Stress-test their plans for becoming resilient Atkins developed City Simulator, a state-of-the-art GIS-based resilience modeling tool that allows a community to move past traditional flood inundation as the measure of risk and introduces a host of new metrics that provide sharp focus on total risk. By simulating present-day to mid-century transportation, economic, and land development activities integrated with climate change-influenced future flooding, City Simulator estimates the true impact a community will feel through metrics such as the number of commutes that will be disrupted and the dollar damage likely to be experienced from natural disasters. Atkins uses City Simulator to first estimate vulnerability for communities in the study area. We then assess the value of taking action by adding scenarios that introduce mitigation and adaptation measures such as buy-out programs, elevating homes and roads, and adding green infrastructure. Ultimately, we leverage the results to provide a road map to address flood risk. City Simulator has the following features: ›Learn flood risks and vulnerabilities: Using City Simulator, Atkins builds a digital twin of each community based on available climate projections and census, transportation, and flood model data. The digital twin includes each river, stream, building, road, bridge, and culvert in the community. Agent- based, the tool creates a population of avatars statistically similar to the actual community population and simulates them using these assets on a daily basis to understand in detail how events like floods impact the community. To estimate community vulnerability, Atkins will conduct a 2020-2050 “base run” scenario simulation. By definition, this scenario does not include any new mitigation or adaptation measures. A set of key metrics focused on the triple bottom line of economy, people, and ecosystems is selected to quantify how well the community performs in a climate change-influenced future and identify the community’s vulnerabilities. Example metrics include productivity and dollars lost due to flooding, the number of commutes impacted, and the effect on natural assets like wetlands. These metrics are also assessed in alternative scenarios that introduce adaptation and mitigation measures, providing a clear- eyed method for assessing the value of taking action. ›Leveraging existing models to forecast flood response: To reduce model development time and maximize return on investment of past modeling efforts, City Simulator uses existing flood models, such as HEC-RAS models associated with FEMA flood studies, to create a flood-response curve for each asset (building, road) in the community. These curves, which estimate the depth of flooding in a building or overtopping on a road segment given a certain rain storm has occurred, allow for building-scale daily damage assessment over the City Simulator: State-of-the Art Modeling Tool City Simulator was recognized by the UK Environment Agency as a finalist in their International Excellence Award Competition for Atkins’ application of the tool in prioritizing adaptation actions in the wake of Hurricane Matthew in 2017. ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP ATKINS NORTH AMERICA, INC. CITY SIMULATORz434.MC.202020-2050 run. Atkins leverages both existing models, and the new models created, to build City Simulator models in parallel with the primary modeling tasks, giving an up-to-the-minute triple bottom line assessment throughout the project timeline. ›Measure exposure to various types of flooding over time: The objective of City Simulator is to forecast a community’s performance as it evolves into the future. To meet this objective, the tool must simulate both how a community will grow as well as how threats such as storms and sea level will change in the future. The tool simulates growth of the community by projecting growth of the economy each year and then estimating how the growth will cascade into new commercial land development, jobs, population, and housing and infrastructure. The tool then simulates impactful events like floods using forecasts of future climate change-influenced rain and temperature. The simulation of disasters includes multiple flood types, including riverine flooding (HEC-RAS models), storm surge (FEMA FIS and NOAA SLOSH models), sunny-day (tidal) flooding, and pluvial (direct rain-based) flooding (Atkins TELEMAC models). Based on building or road segment’s exposure to each type of flood, the tool will evaluate the flood impact from multiple sources and estimate the total impact for each asset. ›Stress-test multiple flood mitigation strategies: With the community’s vulnerabilities identified, City Simulator allows users to test out different flood mitigation measures and create flood adaptation scenarios. Scenarios can include a mix of measures like economic development zones, green infrastructure, elevating homes, building seawalls, raising roads, and more. City Simulator compares multiple adaptation scenarios to the base run to determine which scenario will have the greatest potential to decrease flood risk. This analysis can inform decision makers and drive forward the planning process. ›Arrive at a clear-eyed flood adaptation assessment: After using City Simulator, a community receives a infographics-focused report with easily digestible conclusions about the costs and benefits of the scenarios that were tested. The report gives communities the information needed to create a flood adaptation plan with combinations of flood mitigation measures that will address its vulnerabilities to different types of flooding over time. Case Study: Boulder County Resilience Study Atkin used City Simulator to incorporate blended fluvial and pluvial flood modeling, integrating recent HEC-RAS model results and 2-D pluvial modeling results into a single assessment of flood risk at each building in the county to develop their resiliency plan. The study showed that the highest resilience return on investment could be achieved by hardening and raising three key bridges; if all three were improved they would collectively cut flood-disrupted commutes by 39% between 2019 and 2050. Backed by this analysis, the county was successful in their application for FEMA funding for transportation system improvements. Case Study: Atlanta Regional Commission Atkins is training the Atlanta Regional Commission staff to build models that simulate all their major transportation corridors from present day to mid-Century. The City Simulator models help pinpoint future hotspots and measure how adaptation actions will help to reduce future problems with disruption to city productivity. Due to its innovative way of integrating hard engineering modeling results into planning scale exercises, Atkins was invited by Esri to present City Simulator at the 2020 GeoDesign Summit. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0837 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Approve a purchase order to Southern Landscape Materials, of Tarpon Springs, Florida, for roadway materials in the annual amount of $250,000.00 with two one-year renewal options, for a total not-to-exceed amount of $750,000.00, pursuant to Invitation to Bid 29-24, Roadway Materials, and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) #29-24, Roadway Materials, was issued out on May 8, 2024, with submissions received on June 11, 2024. The City received one response to the solicitation. The Public Works Department reviewed the response and determined Southern Landscape Materials met the specifications in the ITB. The unit prices are ~2% less than a current Pinellas County cooperative roadway materials contract. Although the City received only one bid, it is in line with current competitively bid unit prices in similar contracts. The Procurement Division notified 15 contractors when this bid was advertised and as all city bids, posted notification on the State of Florida’s website. Aggregate materials are needed to prevent soil erosion and maintain public infrastructure in mobility systems such as roadways, sidewalks, as well as the stormwater drainage system walking trails and athletic fields. Streets and Sidewalks uses FDOT #89 Rock and FDOT #01 concrete sand aggregates in combination with Portland Cement to produce concrete for repairs to streets and sidewalks citywide. Road base and sandbags are used to stabilize stormwater systems. In addition, sandbags are provided to Clearwater residents during storms. The proposed funding includes $220,000.00 from Public Works and $30,000.00 from other various city department budgets. APPROPRIATION CODE AND AMOUNT: ENRD180004-CONS-MATRLS $ 150,000.00 ENST180001-CONS-MATRLS $ 70,000.00 Other City departments $ 30,000.00 Funding for this contract is available in Capital Improvement Projects in amounts of $150,000.00 from ENRD180004, Streets and Sidewalks, $70,000.00 from ENST180001, Storm System Improvements, and $30,000 from other city departments. Capital project ENRD180004, Streets and Sidewalks, is funded with revenues from the General Fund and Road Millage; project ENST180001, Storm System Improvements is funded with Stormwater Utility Enterprise Fund revenues; funding for use of this contract by other departments will come from their respective operating source (General Fund, Utility and/or Enterprise Funds). STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systemic management efforts.4.4 Develop accessible and active transportation networks that enhance pedestrian safety and reduce citywide greenhouse gas emissions. Page 1 City of Clearwater Printed on 9/10/2024 CITY OF CLEARWATER ITB #29-24, ROADWAY MATERIALS NOTE: Highlighted Cell indicates a calculation correction. DUE DATE: JUNE 11, 2024; 10:00 AM BID TABULATION Item No.Description Est. Annual Usage (TONS)Delivered - Unit Cost per ton Delivered - Total Annual Cost Pick-Up Unit Cost 1 Grey Cement-Type 1L Bulk Cement Standard -ASTM C595-Type 1L 400 n/a $ - n/a 2 Concrete Sand-Conforming FDOT Specifications 1,700 72.00$ $ 122,400.00 n/a 3 #89 Stone-Conforming to FDOT Sec. 901 1,700 78.00$ $ 132,600.00 n/a 4 Road base-Conforming to FDOT Sec. 901 250 58.00$ $ 14,500.00 n/a 5 #57 Stone for Pipe Bedding-Conforming to FDOT Sec. 901 300 78.00$ $ 23,400.00 n/a 6 #57 Stone for Underdrain-Conforming to FDOT Sec. 901 100 78.00$ $ 7,800.00 n/a 7 Crushed Concrete for Road Base-Conforming to FDOT Sec. 204 100 37.00$ $ 3,700.00 n/a 8 Masonry Sand-Conforming to FDOT Sec. 902 250 57.00$ $ 14,250.00 n/a 9 Is there a minimum delivery? Is there additional cost if not met? Total Bid Items 1 – 8:$318,650.00 Southern Landscaping Materials 22 ton minimum or $75 for less Page 1 of 1 1) Southern Landscaping Materials d/b/a SLM 39660 US Highway 19 N Tarpon Springs, FL 34689 727-942-1919 ADVERTISED: TAMPA BAY TIMES 5/8/2024 POSTED:myclearwater.com 5/8/2024 FOR THE CITY OF CLEARWATER Due/Opening: June 11, 2024; 10:00 a.m. INVITATION TO BID No. 29-24 ROADWAY MATERIALS Solicitation Response Listing July 10, 2024 NOTICE OF INTENT TO AWARD The Public Works Department and the Procurement Division recommend award of ITB No. 29-24, Roadway Materials to Southern Landscaping Materials of Tarpon Springs, Florida, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount $250,000.00 for the term of one (1) year with two (2), one (1) year renewal options. This Award recommendation will be considered by the City Council at the July 29, 2024, Work Session (1:30 p.m.) and voted on at the August 1, 2024, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst II at (727) 444-8527, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst II v.11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #29-24 Roadway Materials May 8, 2024 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, June 11, 2024, to provide Roadway Materials. Brief Description: The City of Clearwater’s Public Works Department seeks to establish an ongoing contract from a qualified vendor(s) for the supply, pick-up, and delivery of various roadway materials ordered 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-Development/Doing-Business-with-the-City/Purchasing-Solicitations Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Roadway Materials 2 ITB #29-24 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 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: June 11, 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 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 INSTRUCTIONS Roadway Materials 3 ITB #29-24 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-Development/Doing-Business-with-the-City/Purchasing- Solicitations Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. INSTRUCTIONS Roadway Materials 4 ITB #29-24 i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to 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, INSTRUCTIONS Roadway Materials 5 ITB #29-24 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 Roadway Materials 6 ITB #29-24 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. 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-Development/Doing-Business-with-the-City/Purchasing-Solicitations to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: May 8, 2024 Advertise Tampa Bay Times: May 8, 2024 Bids due: June 11, 2024 Review bids: June 11 – 18, 2024 Award recommendation: June 18, 2024 Contract begins: July 2024 STANDARD TERMS AND CONDITIONS Roadway Materials 7 ITB #29-24 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD-PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Roadway Materials 8 ITB #29-24 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 Roadway Materials 9 ITB #29-24 S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this Invitation to Bid (ITB), shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this ITB are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 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 STANDARD TERMS AND CONDITIONS Roadway Materials 10 ITB #29-24 contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s 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 STANDARD TERMS AND CONDITIONS Roadway Materials 11 ITB #29-24 including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with the City’s Purchasing Policy and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. STANDARD TERMS AND CONDITIONS Roadway Materials 12 ITB #29-24 S.21 TERMINATION FOR CONFLICT OF INTEREST Florida Statutes Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and STANDARD TERMS AND CONDITIONS Roadway Materials 13 ITB #29-24 cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Administrator and/or an authorized representative from the using department. All questions regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). STANDARD TERMS AND CONDITIONS Roadway Materials 14 ITB #29-24 S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Roadway Materials 15 ITB #29-24 1. INTRODUCTION The City of Clearwater (City) is a coastal community on the West Coast of Florida and the third largest city in the Tampa Bay region with an estimated 118,904 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. 2. SCOPE OF WORK. The City of Clearwater’s Public Works Department seeks a qualified vendor(s) for the supply and delivery of various roadway materials ordered on an “as-needed” basis. These materials are necessary for roadway improvements and ground repairs. Specific requirements include but are not limited to labor, material, equipment, tools, machinery, supplies, and personal protective equipment (PPE). 3. A. MATERIAL SPECIFICATIONS. • Acceptance of material is based upon the vendor furnishing a uniform material that consistently complies with the requirements of these specifications after it has been processed as a part of crushing operations. These materials shall be substantially free of vegetative matter, shale, lumps, and clay balls, wood, paper, metal, and plastic. Concrete truck washout and limerock is not acceptable. The City may require a certified copy of a current Florida Department of Transportation (FDOT) Quality Assurance from the vendor at any time during the term of agreement. • Where applicable, materials shall comply with the Florida Department of Transportation Standard Specification for Road and Bridge Construction, latest edition. This information may be obtained from FDOT via the website: htts://www.fdot.gov/programmanagement/implemented/specbooks/default.shtm • Material delivered is subject to inspection by the City designee. Material delivered that fails to meet the City’s standards shall be returned and replaced at no cost to the City. B. MATERIAL DEFINITIONS. • FDOT Section 901, Coarse Aggregate: All coarse aggregate material shall comply with Section 901. Coarse aggregate may be gravel, granite, limestone, dolomite, sandstone, or slag which meets or exceeds the FDOT specifications. Coarse aggregate shall be provided in the gradation as specified on the bid form. • FDOT Section 902, Fine Aggregate: All fine aggregate material shall comply with Section 902. Fine aggregate shall consist of natural silica or screening conforming to the FDOT specifications. Gradation shall conform to Section 902 for silica and screenings. • FDOT Section 911, Limerock Material for Base and Stabilized Base: All lime rock material gradation shall conform to Section 911. • FDOT Section 204 Graded Aggregate Base: All Crushed Concrete for road base shall comply with FDOT Section 204. Graded Aggregate Base materials shall be produced from Department DETAILED SPECIFICATIONS Roadway Materials 16 ITB #29-24 approved sources, which yields a satisfactory mixture meeting all the requirements of these specifications after it has been crushed and processed as a part of the mining operations. • FDOT Section 921 or ASTM C595 Blended Cement: All cement material shall comply with American Society for testing and Materials (ASTM) section C595. C. CITY SPECIFIC REQUESTED MATERIAL PER BID SPECIFICATION. Right of Way (ROW) Grey Cement - Type 1L Bulk Cement. Standard – ASTM C595 - Type 1L Concrete Sand Conforming to FDOT Sec 902 #89 Stone Conforming to FDOT Sec 901 Stormwater Road base Conforming to FDOT Sec 911 #57 Stone for Pipe Bedding Conforming to FDOT Sec 901 #57 Stone for Underdrain Conforming to FDOT Sec 901 Crush concrete for road base Conforming to FDOT Sec 204 Masonry Sand Conforming to FDOT Sec 902 4. DELIVERY SPECIFICATIONS. • Cement and Aggregates shall be delivered on an as-needed basis to the City of Clearwater Public Works Complex (PW Complex) at the following address: City of Clearwater Public Works Complex 1650 N Acturas Avenue Clearwater, Florida 33765 Days of Operation Hours of Operation Monday through Friday 7:00 am to 3:00 pm Saturdays, Sundays and Holidays Closed • On Occasion, the City may require deliveries be made to a designated project site within the Clearwater City limits. Prior arrangements will be made between the City and the vendor for such occasions. • Vendor shall make deliveries within five (5) to ten (10) business days of request, unless alternate arrangements have been mutually agreed upon with the City and Vendor. Consistent delays shall be treated as non-performance of contract and may be deemed a breach of contract that leads to termination. • The City currently has one (1) thirty-one (31) ton silo. Delivery tankers shall be equipped to connect and transfer cement into the silo. • During delivery, a City representative shall be onsite to direct the tanker operator to the designated silo for filling. • To ensure efficient delivery services into the City’s silo, the tanker operator shall have adequate experience in their field and be well-acquainted with their equipment. They should carefully regulate the pressure of product flow and monitor discharge to prevent overfilling and minimize excessive dust emissions into the atmosphere. • All other materials shall be removed from delivery vehicle by Vendor and properly placed at the designated location and/or job site. DETAILED SPECIFICATIONS Roadway Materials 17 ITB #29-24 • If for any reason, the Vendor(s) cannot meet the designated delivery (i.e., equipment breakdown, weather, lack of personnel, unforeseen emergency; etc.), the Vendor(s) shall notify the City immediately, via phone call, or e-mail. 5. MATERIAL PICK-UP SPECIFICATIONS. • On occasion, City staff may request to pick-up products from the Vendor’s site. • Vendor shall provide equipment and an operator to load material into City’s trucks or trailers. • Due to time and travel constraints, pick-up locations shall be located within Pinellas County. 6. SHIPMENT DOCUMENTATION REQUIREMENTS. • Vendor shall provide state certified scale receipts for accurate measurement and billing. • Vendor may be required to certify each shipment of materials as being produced under a quality control program and meeting all applicable specifications in the following manner: Shipping tickets shall indicate the following minimum information which will constitute certification: FDOT Mine Number; Date; Quantity; Type of Material; Produced Ticket Number; and the word “CERTIFIED” which shall be placed ONLY upon shipping tickets for those materials meeting FDOT specifications and produced under the approved quality control program to distinguish them from those materials which do not comply. 7. QUALITY ASSURANCE. Prior to award, and at any time during the contract period upon request by the City, the Vendor(s) shall provide samples of materials as outlined in this Bid to the City to ensure that products meet or exceed City standards. 8. VENDOR RESPONSIBILITY. • Vendor(s) shall furnish all supervision, labor, equipment/vehicles, materials, tools, PPE, travel, fuel, machinery, transportation necessary to accomplish the tasks completely as specified herein at the Vendor’s expense. • Vendor shall ensure safety precautions are in existence for employees and all other persons in or around the work area at the Vendor’s site and when delivering materials to any City worksite. • Vendor(s) shall immediately clean up displaced materials, or any dust associated with the transporting or delivery from any other surface area. • Vendor(s) shall bear the responsibility for visiting each location to assess site conditions and the ability to access locations to deliver materials. • Damage to existing facilities, equipment, etc. by the Vendor(s), in the performance of their work, shall be repaired or restored to original condition within two (2) business days. • Vendor’s employees shall be required to wear approved company uniform (shirt/uniform with company name) abide by all company and Occupational Safety and Health Act (OSHA) safety standards and behave in a professional manner while on City properties. DETAILED SPECIFICATIONS Roadway Materials 18 ITB #29-24 9. CITY’S RESPONSIBILITY. A City designee shall meet the Vendor(s) at each site to provide direction for the installation and open any gates into the site. 10. COMMUNICATIONS. • Vendor(s) shall respond by phone to all calls within one (1) hour of notification, Monday through Friday, 7:00 a.m. to 3:00 p.m. 11. VEHICLES/EQUIPMENT. • Vendor(s) shall include a list of equipment to be used in the performance of the contract with their bid submittal. Upon request, such equipment must be available for inspection by the City designee prior to award of the contract and at any time during the contract period. • All Vendor(s) vehicles on City properties must have their company name and telephone number visible. Vendor(s) shall keep all vehicles clean, in good repair and free from leaking fluids. • Equipment used shall be designated for such usage and not be contaminated with any other material. 12. TRAFFIC CONTROL AND PEDESTRIAN SAFETY. • When applicable, Vendor(s) shall position advance warning signs as appropriate for the existing field conditions. Vendor(s) shall provide a crew responsible to construct, relocate, and maintain all traffic control devices, to cover, add or remove signs as needed, and do all work necessary to maintain a safe work zone. • Vendor(s) shall be responsible for establishing and maintaining safe work zones in vehicular traffic areas, as well as pedestrian and park user areas. The Vendor(s) shall coordinate maintenance operations in certain high pedestrian areas and peak time periods with the City designee. The City reserves the right to limit the hours of operation in certain high pedestrian areas. Two-way traffic shall be maintained at all times through intersections and roadways. Closure is not permitted. Precautions shall be exercised at all times for the protection of persons and property. Vendor(s) performing services under this contract shall conform to all relevant Federal, State, County and City regulations during the course of such effort. Any fines levied by the above-mentioned authorities for failure to comply with these requirements shall be the sole responsibility of the Vendor(s). Barricades shall be provided by the Vendor(s) when work is performed in areas traversed by persons, or when deemed necessary by the City. 13. PAYMENT/INVOICING. • Payment for accepted goods/services shall be submitted to the Public Works Department. All invoices shall include the following information: Site location(s) Date of service Services/Product rendered Unit prices in accordance with the Bid Pricing form Unique invoice number Purchase Order (PO) number DETAILED SPECIFICATIONS Roadway Materials 19 ITB #29-24 14. ALL INCLUSIVE PRICING. All-inclusive pricing shall include but not limited to labor, equipment, material, tools, incidentals, and any other related service(s) and/or charge(s) that are necessary to complete the work outlined in this solicitation. There shall be no additional charges for mobilization, demobilization, equipment transport, fuel, fuel surcharges, disposal fees/increases, travel time, wait time, labor or insurance charges/increases, or any other charge not listed. 15. CHANGES IN SCOPE OF WORK. • The City reserves the right to make changes as deemed necessary in the scope of work at any time during the term of the contract. Changes include, but are not limited to the following: Increase or decrease in quantities of work. Deletion or alteration of any portion of the work. Changes in design or specification; and addition of new work. • Any changes to the scope of work shall be mutually agreed upon by both City designee and Vendor. Work not approved by the City will be the responsibility of the Vendor(s). 16. MINIMUM QUALIFICATION. Vendor(s) shall supply, along with the bid submittal, a minimum of three (3) references for commercial customers within the last three (3) years, where the Vendor(s) performed work of a similar scope as outlined in the proposed solicitation. 17. INSURANCE REQUIREMENTS The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives, or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and DETAILED SPECIFICATIONS Roadway Materials 20 ITB #29-24 $2,000,000 (two million dollars) general aggregate. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. 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 Auto Liability policies. 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 #29-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Roadway Materials 21 ITB #29-24 1. BEGINNING AND END DATE OF INITIAL TERM. July 2024 through June 2024. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year; except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve month change in the Producer Price Index (PPI) Final Demand Commodity UPU132101, Nonmetallic Mineral Products – Construction sand, gravel, and crushed stone, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year, and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Roadway Materials 22 ITB #29-24 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form References form; a minimum of three (3) List of Equipment per DETAILED SPECIFICATIONS #11. VEHICLES/EQUIPMENT, pg. 18 W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Roadway Materials 23 ITB #29-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Roadway Materials to the City of Clearwater at the price(s) stated below. Is there a minimum delivery requirement? If so, what is the minimum delivery requirement, and is there an additional cost incurred for not meeting that requirement on deliveries? ____________________________________________________________________________ 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: _______________________________ BID PRICING Roadway Materials 24 ITB #29-24 NOTE: The quantities shown on the Bid Pricing page are estimated quantities to establish pricing. Vendor: _________________________________________ Date: _______________________________ Item# Description Est. Annual Usage (A) Delivered - Unit Cost (B) Delivered - Total Annual Cost (C) A+B = C Pick-up - Unit Cost 1 Grey Cement- Type 1L Bulk Cement Standard -ASTM C595-Type 1L 400 Tons $ /per ton $ $ /per ton 2 Concrete Sand- Conforming FDOT Specifications 1,700 Tons $ /per ton $ $ /per ton 3 #89 Stone- Conforming to FDOT Sec. 901 1,700 Tons $ /per ton $ $ /per ton 4 Road base- Conforming to FDOT Sec. 901 250 Tons $ /per ton $ $ /per ton 5 #57 Stone for Pipe Bedding- Conforming to FDOT Sec. 901 300 Tons $ /per ton $ $ /per ton 6 #57 Stone for Underdrain- Conforming to FDOT Sec. 901 100 Tons $ /per ton $ $ /per ton 7 Crushed Concrete for Road Base- Conforming to FDOT Sec. 204 250 Tons $ /per ton $ $ /per ton 8 Masonry Sand- Conforming to FDOT Sec. 902 25 Tons $ /per ton $ $ /per ton EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Roadway Materials 25 ITB #29-24 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 Roadway Materials 26 ITB #29-24 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 Roadway Materials 27 ITB #29-24 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 Roadway Materials 28 ITB #29-24 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 Roadway Materials 29 ITB #29-24 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, 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 respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process; provided that Clearwater agrees not to change or delete any copyright or proprietary notices. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES Roadway Materials 31 ITB #29-24 Instructions: The bidder shall submit a minimum of three (3) customer references for which the vendor has performed similar services within the last three (3) years. Additional pages may be added, if needed. Complete and return with bid submittal. Reference # 1 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Roadway Materials 32 ITB #29-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #29-24, Roadway Materials Due Date: June 11, 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 #29-24, Roadway Materials Due Date: June 11, 2024, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1004 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.3 SUBJECT/RECOMMENDATION: Approve an increase to the purchase order to Inliner Solutions, LLC, of Sanford, FL, for Stormwater Pipe Lining (Section C) in the amount of $1,600,000.00 increasing the contract from $500,000.00 to $2,100,000.00 on a unit price basis pursuant to Invitation to Bid (ITB) 23-0036-EN and authorize the appropriate officials to execute same. (consent) SUMMARY: Stormwater infrastructure requires annual maintenance to keep the system flowing as designed. Over time, a stormwater system degrades, and requires a full replacement of the pipe system, which is expensive and impactful to the public, requiring excavating roadways. This type of replacement is very disruptive to residents and is more expensive than some of the newer technologies that allow the system life to be extended. Performing maintenance repairs increases life span and prevents structural failure of the stormwater conveyance system components. Installing liners (essentially a pipe inside a pipe) can be done without excavating, making it far less disruptive and more cost effective. This type of repair is often preferred, as long as pipe sizes do not require enlarging or the pipes have not degraded too much that the liners cannot be properly installed. March 7,2024, City Council approved the annual Stormwater Pipe Lining (Section C) in the annual amount of $500,000.00 to Inliner Solutions. However, recent evaluation of the stormwater system associated with heavy rains and flooding events have revealed the necessity to perform additional maintenance. In an effort to reduce overall costs, Stormwater Maintenance requests approval to increase the planned amount to be lined. This approach will result in significant overall savings to the city instead of more costly emergency repairs that can also be disruptive to residents and businesses. Public Works Department identified a couple of planned projects that could be executed in a more cost-effective manner to free up additional funds for this added lining. Pipe lining is planned to be a recurring annual budget item until the backlog is eliminated. Change order 1 increases this “unit-price” contract from $500,000.00 per year to a not to exceed total of $2,100,000.00 for year one. Inliner has completed high quality work for the city, is responsive and their unit prices are similar to other active contracts. City has a significant backlog of corrugated metal pipe that needs to be lined to prevent failures. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-CNSTRC $1,600,000.00 A third quarter budget amendment will transfer $1,000,000.00 of Stormwater Revenue from Capital Improvement Project ENST180002, Allens Creek, to ENST180001, Storm System Improvements, to fund the balance needed for this purchase order increase. These projects are funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: Repair public infrastructure using cost-effective methods. Ensures responsive levels of service by properly maintaining stormwater infrastructure prior to failure. Provide safe and healthy communities by reducing flooding hazards. Embracing culture of innovation by utilizing cost-savings technologies that are less disruptive to residents and businesses. Preserving community well-being by avoiding more evasive road excavations to replace deteriorated pipes. Page 1 City of Clearwater Printed on 9/10/2024 SECTION V -Contract Documents CONTRACT (1) This CONTRACT made and entered into this_ day of _____ , 20_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions. LLC , of the City of Sanford County of Seminole . and State of Florida, hereinafter designated as the "Contractor". � ·-. -- - -[Or,_if out of state:] This-CONTRACT made and -e�t�redinto ti1is .. �-day_o_f ... . -·- - -- --� 20-----by a�d betwee�"the Cit)'! bf· Clearwater, Florida, a municipal corporation, · hereinafter· designated as the "City", and j ; • '. • I 1 • , a/an· ____ �_(State) Corporation authorized to d9 business in the State of Florida, of the. City of _________ County of l. and State of_� ____ ,_hereinafter designated as the_"Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: Stormwater Cleaning, Lining, Underdrains and Barnacle Removal PROJECT NO.: 23-0036-EN Section B in the amount of: Section B-Pipe Cleaning $200,000.00 Section C-Pipe Lining $500,000.00 Section D-Barnacle Removal $200,000.00 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 4 of 26 Updated: 1/10/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1056 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.4 SUBJECT/RECOMMENDATION: Approve Supplemental One Work Order from Harvard Jolly Inc., of St. Petersburg, FL, for design services of South Osceola Parking Garage 22-0011-EN in the amount of $452,552, increasing the total from $1,540,598 to $1,993,150 and authorize the appropriate officials to execute same. (consent) SUMMARY: To accommodate additional parking for the improved Coachman Park and support pending retail development of the Clearwater Bluffs, a public parking garage is needed. November 17, 2022, City Council approved the initial work order with Harvard Jolly in the amount of $1,540,598 for design, construction documents, and engineering services for this new parking garage. Initial concepts for the garage were for a three-bay garage, with dedicated ramps in the middle to provide flat floors for parking and smoother exit. This design was eight stories and included up to 550 parking spaces. This style of garage requires a larger footprint, is more costly to construct and, while the parking space sizes always remain constant, there is less parking per square foot than in a more utilitarian design. Initial cost estimates from the Construction Manager at Risk firm exceeded $33 million on a project initially estimated to be $26 million. The higher estimated construction costs were due to the more elaborate design, and concerns with the foundation as geotechnical studies indicated the need for deeper foundation shafts. Additionally, the garage was being built on land previously owned by Peace Memorial Church with stipulations included in the sales agreement for their property. Among the stipulations was an enhanced façade, a guarantee of parking for church activities, and accommodations for their A/C Chiller unit if they were unable to connect their existing lines to the Pinellas County Central Energy Plant. If they were unable to hook to the County plant, the relocation of the chiller became the responsibility of the City. At that time, indications were that Peace Memorial could easily connect to the County’s chilled water system. Later it was learned that the County plant was unable to accommodate Peace Memorial without significant added expense of approximately $1,500,000 to increase capacity of the plant and no guarantee that the plant would remain in operation after the County relocated. Due to the larger footprint of the building, any possible location for the chiller has significant challenges. Additionally, Duke Energy is reluctant to place a transformer for the project because of the confined spaces they’d be forced to place it in. Over the next several months, solutions were sought, and several changes were made to the original design to address the excessive budget and the mechanical engineering challenges. Early value engineering reduced the estimated costs significantly, but it was still not possible to get below the $26 million budget and address all the engineering challenges. Given the impasse, it was determined to pursue a more space efficient two-bay garage design to more efficiently meet our contractual obligations and budgetary constraints. The new design will have a smaller footprint and foundation, leaving room for some of the mechanical components outside of the garage. Additionally, the new design will be seven stories and include 377 parking spaces. Initial estimates by the CMAR show that the new design will save $3.2 million over the previous design. That amount includes the additional fees being sought under this supplemental work order. Due to changes to future bluff projects and realized experience at Coachman Park, staff believes 377 spaces provides the optimal cost to benefit ratio and sufficient inventory to support Coachman Park and downtown retail development. Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1056 Harvard Jolly has performed a significant amount of work on the previous concept. This new design requires a significant rework of the concept and design and early design phase, requiring $452,552 to proceed with the new design. Once approved, the team will do their best to expedite the redesign and cost estimating and expect to bring a Guaranteed Maximum Price to Council before Spring 2025, with construction beginning midyear 2025. The additional design fees in this supplemental work order are for a redesign of a public parking garage to be built behind the Peace Memorial Church, on S. Osceola Ave. The primary reason for the redesign is to take advantage of and eliminate $3.2 million in construction expenses to keep the project within budget. With these savings on construction fees, the $452,552 in additional design fees will be recouped during the construction phase of the project. APPROPRIATION CODE AND AMOUNT: ENPK230001-DSGN-PROSVC $452,552 Funds are available in capital improvement project ENPK230001, Downtown Parking Garage, to fund this contract. This project is funded by revenues from the Parking Fund. STRATEGIC PRIORITY: 1.2 - Maintain public mobility systems through systematic management efforts. 1.5 - Embrace a culture of innovation that drives continuous improvement and serves all our customers. 2.1- Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. 2.3 - Promote Clearwater as a premiere destination for entertainment, cultural experiences, and tourism. 3.2 - Preserve community livability through responsible development standards and targeted revitalization. 4.4 - Develop accessible and active transportation networks that enhance pedestrian safety and reduce greenhouse gas emissions. Page 2 City of Clearwater Printed on 9/10/2024 Harvard Jolly, Inc. City of Clearwater Consultant Work Order Page 1 of 10 Form Revised 10/27/2021 Supplemental 1 WORK ORDER Date: August 19, 2024 1. PROJECT INFORMATION: Project Title: South Osceola Parking Garage City Project Number: 22-0011-EN City Plan Set Number: Consultant Project Number: 22058.00 2. SCOPE OF SERVICES: This is a supplemental Work Order. The original Work Order was dated October 25, 2022. The scope and fees in the original Work Order are still applicable. This supplemental Work Order entails additional design scope and fees to modify the design to lower the construction costs and solve some unique, technical issues that arose after the project started. Those include the existing HVAC chiller that services the adjacent Peace Memorial Church, the proposed covered walkway connecting the garage and Peace Memorial Church (required by the Agreement between the City and the Church), and the accommodation of a new Duke Energy transformer. For the original design, the City selected a 3-bay concept with flat parking floors and a central circulation ramp from several possible options proposed, due to aesthetic benefits and ease of parking on flat floors, speed of exiting the garage for large events, and the ability to provide angled parking for improved user experience. Challenges have come up throughout the design process with that option. After the architect was under contract with the City for design of the new Osceola Parking Garage, it came to their attention that there is an existing chiller serving Peace Memorial Church on the garage site and that the City and Peace Memorial Church signed an agreement giving the City responsibility for that chiller. The Agreement requires the City to accommodate the chiller on the garage property or provide for Peace Memorial’s HVAC needs another way. Throughout much of the project, it appeared promising that Peace Memorial would be able to connect to the County’s chilled water system, but ultimately this option was rejected by the City and/or County. This led to discussion about various potential locations for the Peace chiller on City or County property. Of those proposed locations, only the roof of the garage was potentially viable. Not only does this location make chiller maintenance and future replacement more complicated and costly, but more importantly, everyone became aware of existing issues with this chiller and are concerned about liability for the City with any work SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 2 of 10 Revised: 10/27/2021 associated with the chiller. Harvard Jolly met with the City and representatives from Peace Memorial Church on site on February 7, 2023. At this meeting, Peace Memorial mentioned ongoing issues with the chiller related to compatibility issues between the chiller and their existing air handlers. Any situation where the City is required to relocate and reconnect the existing chiller to serve Peace Memorial is a potential for liability for the City, given the already known compatibility and operational issues with the chiller. Additionally, the Agreement between the City and Peace Memorial requires the City to provide a canopy for a covered walkway connecting the garage to the church. Peace Memorial has been specific about where they would like the walkway canopy to connect to the church and that they would like that entrance to be ADA-accessible, requiring a new pedestrian ramp. The canopy and the ramp restrict vehicular access through the former alley. Harvard Jolly assisted with coordinating with various City departments and utility providers to get their approval for these elements within the right-of-way. Most bought into the concept but Duke has been reluctant due to ability to service their transformers. Due to the tightness of the site, the only location for a transformer with the 3-bay design is in the northeast corner of the site, beyond the walkway canopy and Peace’s ramp. In addition to the challenges above with the chiller and the transformer, budget considerations prompted Harvard Jolly and Creative Contractors to look at potential changes to the garage design. The original 3-bay concept had 8 floors to accommodate the minimum of 550 parking spaces that the City originally requested, and the design reflected aesthetic requirements of the City’s development code and the City’s Agreement with Peace Memorial as well as sustainability and functional requests of the City such as parking technology systems. A budget was not provided in the contract with the architect. Harvard Jolly provided the Schematic Design package on November 17, 2023 and the Design Development package on March 14, 2024 based on this concept. The City contracted with Creative Contractors for preconstruction services at approximately the end of December, 2023 and they provided the Schematic Design estimate on February 13, 2024. On February 23, 2024 the architect met with the City and Creative and were informed that the estimate exceeded the City’s budget. Based on this meeting, Harvard Jolly and Creative were tasked with looking into options for cost reduction including eliminating a floor. On March 28, 2024 we were given direction to look at what it would take to get the project construction cost down to $24 million or $26 million. On March 29 the design and CMAR team presented options for reducing one or two floors of the garage to achieve these target budgets. We also noted that we might be able to meet those budgets but get more parking spaces with an alternative 2-bay, sloped floor design, but this option was not requested by the City at the time. On April 3 the City elected to move forward with a 6-floor garage with a total of just under 400 parking spaces. Together with Creative, Harvard Jolly PBK developed a conceptual design for a 6-floor garage with a simpler design to save cost, but the cost per space was still a concern for the City, along with the chiller and transformer. On July 31, the architect met with the City to again discuss an alternative 2-bay, sloped floor, compact design option that would not only significantly reduce cost, but also solve the issues SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 3 of 10 Revised: 10/27/2021 related to the Peace Memorial chiller and Duke transformer. The team agreed to move forward with this option, but at a reduced height and capacity of 7 floors and approximately 387 parking spaces. Although it will take time and additional fees to redesign the garage, overall there will be substantial savings to the project through reduced construction cost, and the issues with the Peace chiller and Duke transformer will be eliminated as the chiller can remain in its current location and the transformer can be placed close to Pierce Street for easy access. To complete this redesign, Harvard Jolly PBK requests $452,552 to include the following services. Schematic Design Redesign $186,772 Design Development Redesign $249,030 Civil Engineering Redesign $15,000 Signage and Graphics Design Redesign $8,750 Technology Design for Floor Occupancy Reporting $7,000 Park Smart Credit Review for New Design $4,000 Total Redesign Fees $470,552 Credit for Unused Portion of Solar Design Fee* ($18,000) Total Requested Additional Service Fee $452,552 *We understand that the City will not be moving forward with the photovoltaic/solar array. Per the estimate by Creative Contractors dated August 2, 2024, this new design is anticipated to cost approximately $22,541,062 compared to $26,197,048 for the 3-bay, 6-story comparable design, for a total construction cost savings of $3,655,986. Once the design fees are accounted for, the approximate anticipated net savings is $3,203,434. This Supplemental Work Order includes the following tasks: I. SCHEMATIC DESIGN PHASE 1. Harvard Jolly Architecture (HJA) shall produce a Schematic Design (SD) package including design documents and project narratives. The SD package shall include schematic architectural site plans, schematic floor plans, exterior elevations and renderings. HJA shall submit the 100% SD package to the City for review and approval. 2. HJA shall coordinate with the Construction Manager (CM) on producing a Schematic Design cost estimate, and/or provide a cost per car space and a square foot-based cost estimate for the retail component to the City. II. DESIGN DEVELOPMENT PHASE 1. HJA shall produce a Design Development (DD) package based upon approved SD documents. The DD package shall include: a. Architectural Site SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 4 of 10 Revised: 10/27/2021 i. Architectural site plan b. Architectural i. Code analysis ii. Life safety plans iii. Architectural floor plans iv. Building elevations v. Building sections vi. Typical wall sections vii. Roof plans viii. Reflected ceiling plans ix. Door schedules x. Typical exterior glazing elevations c. Structural Engineering i. Preliminary foundation plan and wall design ii. Preliminary framing plans d. Fire Protection i. Preliminary fire protection performance criteria indicating area hazard classifications and fire suppression system types used ii. Preliminary fire suppression plans iii. Preliminary standpipe and sprinkler schematics e. Fire Alarm i. Preliminary fire alarm system plans f. Mechanical Engineering i. Preliminary HVAC duct and equipment plans ii. Preliminary HVAC piping plans iii. Preliminary equipment schedules iv. Building load analysis g. Plumbing Engineering i. Preliminary domestic water, hot water, waste and vent plans ii. Preliminary plumbing fixture schedules h. Electrical Engineering i. Preliminary power plans ii. Preliminary panelboard schedules and one-line diagrams iii. Preliminary lighting plans and schedules iv. Preliminary site power, lighting and telecommunication plan v. Preliminary generator sizing i. Technology Design i. Parking Garage floor reporting system ii. Preliminary plans for equipment and infrastructure j. Civil Engineering i. Preliminary utility research SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 5 of 10 Revised: 10/27/2021 ii. Preliminary potable water demand and analysis of fire hydrant flow information to determine adequacy of existing water supply flow/pressure iii. Preliminary stormwater calculations and system design iv. Preliminary engineering design plan including potable water distribution system, site fire protection system, sanitary sewer collection system layout, stormwater treatment vault configurations, and locations of proposed sidewalks, building setbacks and general pavement dimensions. A site data chart will be included on the plan. k. Landscape Architecture i. Tree mitigation requirements ii. Preliminary planting and irrigation plans 2. At the completion of the Design Development phase, HJA shall provide the DD package to the City for review and approval. SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 6 of 10 Revised: 10/27/2021 3. PROJECT GOALS: We understand the project scope to be architectural and engineering services for a new Clearwater South Osceola Parking Garage. The site is located on the northeast corner of South Osceola Avenue and Pierce Street. The footprint of the parcel abuts South Osceola Avenue on the west, Pierce Street on the south, an unnamed alley on the east, and a property belonging to Pinellas County to the north. The parking is intended to replace the existing parking being lost to the development of Coachman Park. The City bought the property from the Peace Memorial Church. The parcel will contain the new parking garage for the use by the public and Peace Memorial Church. The Contract for Purchase of Real Property by the Community Redevelopment Agency of the City of Clearwater has specific stipulations including the use of spaces by the church as certain times and the requirement that the garage design shall be in keeping with the Mediterranean style and original color palette of the historic 1921 sanctuary. The primary goal of this project is to design a modern public parking garage with first floor commercial space that compliments the architecture of the surrounding area. Innovative and cost-effective designs for both construction and long-term operational and maintenance costs are paramount. The city would like to include aspects that capitalize on sustainability, energy efficiency, and the City’s Greenprint 2.0 initiatives in the final design. The design team shall evaluate the inclusion of space for micro-mobility modes, EV charging, and floor occupancy reporting. The city wishes to consider obtaining ParkSmart certification. The design team will meet regularly with representatives of the City of Clearwater to develop the design. The project will be constructed via the Construction Manager at Risk (CM) process. 4. FEES: See Attachment “A”. This price includes all labor, and expenses anticipated to be incurred by Harvard Jolly, Inc. for the completion of tasks in accordance with Professional Services Method – Lump Sum – Percentage of Completion by Task for a fee not to exceed Four Hundred and Fifty- Two Thousand, Five Hundred Fifty-Two Dollars ($452,552). Permit, Registration and Certification fees will be paid by the City. SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 7 of 10 Revised: 10/27/2021 5. SCHEDULE: Upon Notice to Proceed, the design team tentatively establishes the following schedule to complete the design: Schematic Design: 1 month. Construction Manager cost estimate and Owner Review: 3 weeks. Design Development: 2 months. Construction Manager cost estimate and Owner Review: 6 weeks. Construction Documents: 3 months. Permitting and Bidding: 2 months. Construction: 14 months. HJA will provide time in between each design phase for Owner review and approval and Construction Manager pricing. HJA will not proceed into the next design phase until the City provides review comments as necessary and written authorization to proceed into the next phase. 6. STAFF ASSIGNMENT: Ward J. Friszolowski, AIA, Principal in Charge Amy Weber Bradlow, AIA, Project Manager Jeff Coulter, Designer/Production & Construction Administrator 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Amy Weber Bradlow, AIA, Project Manager a.bradlow@harvardjolly.com Office Phone: 727-896-4611 Cell Phone: 727-452-8321 All City project correspondence shall be directed to: Jeremy Alleshouse, Parking Manager Jerremy.Alleshouse@MyClearwater.com Office Phone: 727-562-4774 SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 8 of 10 Revised: 10/27/2021 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: ENPK230001-DSGN-PROSVC For work performed, invoices shall be submitted monthly to: ATTENTION: JAMIE GAUBATZ, ACCOUNTANT II CITY OF CLEARWATER, ENGINEERING DEPARTMENT PO BOX 4748 CLEARWATER, FLORIDA 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must be ADA accessible. SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 9 of 10 Revised: 10/27/2021 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, Consultant will combine this information into a Project Catalog and submit to the City for review and comment. 12. SPECIAL CONSIDERATIONS: The consultant named above is required to comply with Section 119.0701, Florida Statutes where applicable. 1. This proposal expires 60 days from the date of this proposal. Accordingly, base bid pricing and hourly rates are subject to increase after the time period noted. 2. Detailed cost estimating is assumed to be provided by the Construction Manager and is therefore excluded. 3. The following services are excluded from the fee proposal above: a. Traffic study b. Survey (provided by the City of Clearwater). c. Detailed cost estimating d. Energy Model (Beyond FBC Requirements) e. LEED/Green Globes/other Sustainability Certification other than ParkSmart. f. Commissioning beyond minimum Florida Building Code requirements g. Accelerated/fast track scheduling h. Selection of artwork and accessories i. Virtual reality renderings j. Measured drawings k. Development of Building Information Models for post-construction use l. Life cycle cost analysis m. On-site project representation n. Post-occupancy evaluation SUPPLEMENTAL 1 WORK ORDER South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order Page 10 of 10 Revised: 10/27/2021 o. Facility support services p. Architect’s coordination of the City’s consultants q. Changes initiated by the Owner after approvals r. Any service not specifically listed 4. Additional services will only be undertaken upon written approval of the client. Additional services shall constitute work not described (or in excess of that described) in this proposal. Estimates can be provided upon request. 5. The City agrees to render decisions in a timely manner so as not to delay the orderly and sequential progress of HJA’s services. Document review comments shall be furnished by the City, and HJA shall be entitled to rely upon the accuracy and completeness thereof. 6. Deliverables are to be provided at the 100% completion of each design phase: Schematic Design, Design Development and Construction Documents. Owner Review periods are provided in HJA’s schedule at the completion of Schematic Design and Design Development. 7. Any required permit agency application fees will be considered a direct expense to the Owner and are not included. 8. Application preparation and attendance at public meetings for variances, conditional use permits, special exemptions or re-zonings are not anticipated as a requirement and are not included. 13. SIGNATURES: PREPARED BY: APPROVED BY: Ward J. Friszolowski, AIA Tara Kivett, P.E. President City Engineer Harvard Jolly, Inc. City of Clearwater August 19, 2024 Date Date ATTACHMENT “A” CONSULTANT WORK ORDER – CITY DELIVERABLES South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order – City Deliverables Page 1 of 2 Revised: 10/27/2021 CONSULTANT WORK ORDER SUPPLEMENTAL PROJECT FEES TABLE 14. WORK ORDER INITIATION FORM PROJECT BUDGET Task Description Subconsultant Services Labor Total 1.0 Architectural and Engineering Services 1.6 Schematic Design $45,577 $141,195 $186,772 1.7 Design Development $60,770 $188,260 $249,030 Subtotal $435,802 2.0 Other Services 2.4 Solar Design (removed from project) Credit Credit $(18,000) 2.8 Civil Engineering & Landscape Design (in addition to original Work Order) $15,000 $0 $15,000 2.9 Signage and Graphics Design (in addition to original Work Order) $8,750 $8,750 2.10 Technology Design for floor occupancy reporting (in addition to original Work Order) $7,000 $7,000 Subtotal $12,750 Subtotal, Labor and Subcontractors $448,552 Permit Review Fees NIC 4.1 ParkSmart Design (in addition to original Work Order) $4,000 Grand Total $452,552 ATTACHMENT “A” CONSULTANT WORK ORDER – CITY DELIVERABLES South Osceola Parking Garage Harvard Jolly, Inc. City Project Number 22-011-EN City of Clearwater Consultant Work Order – City Deliverables Page 2 of 2 Revised: 10/27/2021 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards for civil engineering design. Architectural and other engineering disciplines will be done in Autodesk Revit format. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 30" x 42" at a scale appropriate for each specific drawing. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk file format. NOTE: If approved deviations from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or email address Tom.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. UPUPPLAN NOTES: NUMBERED ITEMS1. ---2. ---3. ---NN1. FIRE RESISTANCE -MAINTAIN INTEGRITY OF EXISTING FIRE AND/OR SMOKE PARTITIONS THROUGHOUT, UNLESS NOTED OTHERWISE. MAINTAIN INTEGRITY OF ALL EXISTING FIREPROOFING, FIRESTOPPING, COLUMN ENCLOSURES, ETC. TO ENSURE FIRE RESISTANCE MEETS OR EXCEEDS THAT ORIGINALLY REQUIRED OR SPECIFIED. PATCH ALL AREAS DAMAGED OR REMOVED DUE TO NEW CONSTRUCTION TO MATCH THAT OF THE EXISTING OR AS REQUIRED FOR NEW.2. FINISHES -ALL EXISTING FINISHES SHALL REMAIN, UNLESS SCHEDULED FOR NEW. CONTINUE EXISTING FINISHES TO REMAIN INTO NEW EXTENDED AREAS THAT ARE ADJACENT. PATCH & REPAIR EXISTING TO MATCH NEW. PREPARE SUBSTRATES TO RECEIVE NEW FINISHES WHERE SCHEDULED. FINISH ALL PATCHED OR EXTENDED WALLS TO NEAREST CHANGE OF DIRECTION, WALL TERMINATION, OR INTERSECTION PHASING -COORDINATE EQUIPMENT DELIVERIES AND INSTALLATION WITH THE PHASING PLAN FOR APPROPRIATE SCHEDULING.3. CONFLICTS -ANY CONFLICT FOUND WITH EXISTING CONDITIONS AND REQUIREMENTS FOR NEW CONSTRUCTION SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ARCHITECT. IF THE CONFLICT AFFECTS THE PROGRESS OF THE WORK, VERIFY WITH ARCHITECT SOLUTION NECESSARY PRIOR TO PROCEEDING WITH THAT PORTION OF THE WORK AND IN A TIMELY FASHION SO AS NOT TO DELAY THE WORK. COORDINATE ALL TRADES TO ASCERTAIN NO FURTHER WORK WILL BE IMPACTED BY THE CONFLICT, OR ITS SOLUTION.4. REFER TO FINISH SCHEDULE LEGEND FOR ALL WALL PROTECTION TYPE DEFINITIONS.FLOOR PLAN NOTES:A1C723456COVERED CANOPYFDC1A-3012A-301B60' - 1"60' - 1"CHILLERMANHOLEUNDER RAMP RETENTION2,500 S.F.152 SF100Vest.44' - 1"44' - 1"44' - 1"41' - 7"16' - 10"26' - 2"239 SF101EmergencyCommand Center195 SF102Fire Pump /Water Pump5' - 0"DRIVE AISLE24' - 0" 5' - 0"ADA / VANADA / VANRECYCLE13TRASHRECYCLETRASH143 SF103I.T.291 SF104Elec.485 SF105Storage593 SF106Storage619 SF107Trash247 SF108GeneratorSPEED RAMP UP TO LEVEL 2A1C7234561A-3012A-301BLEVEL 2.515148LEVEL 2152 SF200Vest.RAMP UP TO LEVEL 3SPEED RAMP DOWN TO GROUND LEVEL2714 DR. M.L. KING JR. ST. N., ST. PETERSBURG, FL 33704727.896.4611NCONSULTANT LOGO HERE124567EDCBA3EDCBA6712453PRINTED:FILE PATH:www.HarvardJolly.com AR 0013140© 2024 HARVARD JOLLY, INC.TO THE BEST OF MY KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE MINIMUM BUILDING CODES.NAME:, LIC. #, DATE:Comm. No:Date:Drawn by:Checked by:HRAVARDJOLLY6/21/2024 8:47:00 AM Autodesk Docs://22058.00 Clearwater South Osceola Parking/AR23_22058-00_South_Osceola_Parking.rvtA-101[PROJECT ADDRESS][PROJECT PHASE]FLOOR PLANS. OSCEOLA PARKING GARAGE[PROJ. NO]MM/DD/YYJACAB1/16" = 1'-0"1LEVEL 1 FLOOR PLAN1/16" = 1'-0"2LEVEL 2 FLOOR PLANRevisionsNo. DateRevisionDescription A1C723451A-3012A-301B15148152 SF400Vest.RAMP UP TO LEVEL 5RAMP UP TO LEVEL 4.5LEVEL 4LEVEL 4.5RAMP DOWN TO LEVEL 3.514 157A1C723451A-3012A-301B715148LEVEL 3152 SF300Vest.RAMP UP TO LEVEL 4RAMP UP TO LEVEL 3.5RAMP DOWN TO LEVEL 2.5LEVEL 3.51415CHOOSE "OFFICE_???" LOCATION PARAMETER000.000.0000NCONSULTANT LOGO HERE124567EDCBA3EDCBA6712453PRINTED:FILE PATH:www.HarvardJolly.com AR 0013140© 2024 HARVARD JOLLY, INC.TO THE BEST OF MY KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE MINIMUM BUILDING CODES.NAME:, LIC. #, DATE:Comm. No:Date:Drawn by:Checked by:HRAVARDJOLLY6/21/2024 8:47:23 AM Autodesk Docs://22058.00 Clearwater South Osceola Parking/AR23_22058-00_South_Osceola_Parking.rvtA-102[PROJECT ADDRESS][PROJECT PHASE]FLOOR PLANS. OSCEOLA PARKING GARAGE[PROJ. NO]MM/DD/YYAuthorChecker1/16" = 1'-0"2LEVEL 4 FLOOR PLAN1/16" = 1'-0"1LEVEL 3 FLOOR PLANRevisionsNo. DateRevisionDescription A1C723451A-3012A-301B7152 SF800Vest.LEVEL 8RAMP DOWN TO LEVEL 7.581514LEVEL 7.5RAMP DOWN TO LEVEL 714 15A1C723451A-3012A-301B8152 SF500Vest.RAMP UP TO LEVEL 6RAMP UP TO LEVEL 5.5LEVEL 5LEVEL 5.5RAMP DOWN TO LEVEL 4.571514 14 15CHOOSE "OFFICE_???" LOCATION PARAMETER000.000.0000NCONSULTANT LOGO HERE124567EDCBA3EDCBA6712453PRINTED:FILE PATH:www.HarvardJolly.com AR 0013140© 2024 HARVARD JOLLY, INC.TO THE BEST OF MY KNOWLEDGE, THE PLANS AND SPECIFICATIONS COMPLY WITH THE MINIMUM BUILDING CODES.NAME:, LIC. #, DATE:Comm. No:Date:Drawn by:Checked by:HRAVARDJOLLY6/21/2024 10:48:36 AM Autodesk Docs://22058.00 Clearwater South Osceola Parking/AR23_22058-00_South_Osceola_Parking.rvtA-103[PROJECT ADDRESS][PROJECT PHASE]FLOOR PLANS. OSCEOLA PARKING GARAGE[PROJ. NO]MM/DD/YYAuthorChecker1/16" = 1'-0"2LEVEL 8 FLOOR PLAN1/16" = 1'-0"1LEVEL 5 -7 FLOOR PLANSRevisionsNo. DateRevisionDescription PIERCE ST S OSCEOLA AVE ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com JB PD N.T.S.286B 16-29s-15e04/29/2022Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: 107 S Osceola AvenuePeace Memorial Presbyterian Church 55 604028160'± 160'±225'±225'±Document Path: C:\Users\James.Benwell\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\107SOsceolaAveAerial.mxd This is not a surveyAerial 2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1065 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.5 SUBJECT/RECOMMENDATION: Approve a Work Order to Wannemacher Jensen Architects for design of the Municipal Services Building (MSB) Renovations project (23-0035-EN) in the amount of $1,140,302.00 per Request for Qualifications (RFQ) 24-22 and authorize the appropriate officials to execute same. (consent) SUMMARY: September 15, 2022, City Council approved a design work order (WO) with Wannemacher Jensen Architects (WJA) for various design concepts for a New City Hall (22-0019-EN) facility, including connected to the MSB and on the parcel south of the MSB. A third concept, a large, combined government center was added to the concepts to be evaluated. June 15, 2023, City Council selected the option to construct a new city hall south of the MSB as well as renovate the MSB to improve space efficiencies, to allow for rightsizing of city hall, and to enhance customer service and operations. Based on this decision, WJA’s scope of work needed to be updated to reflect two designs instead of a single design. WJA, Ajax, Broaddus, and city stakeholders, including the Building & Maintenance Division and leadership from MSB occupying departments, have worked through numerous MSB design reiterations to finalize a renovation scope and floor plan layouts that meet the project budget based on estimates provided by both Ajax and Broaddus. This effort was a critical step in defining design scope, allowing WJA to submit cost effective design fees for review and acceptance by the City. City’s Owner Representative, Broaddus, has reviewed and negotiated the scope of work with WJA to ensure proper credits are being given to the City Hall design as well as what is reasonable costs for the separate MSB design. MSB design effort included some early layouts and evaluations to determine a viable scope of work that was within budget. This work order will cover complete design efforts through permitting and construction administration (CA) services through project closeout. MSB renovations and City Hall construction will overlap, resulting in cost savings both in design/CA services and construction costs due to larger scope bid packages, shared general conditions and mobilization costs. WJA recently submitted the City Hall construction plans for building permit review. The team anticipates presenting to Council on 9/30/24, a Guaranteed Maximum Price (GMP) to construct City Hall and a MSB Renovation GMP by the end of the year. Funds in the initial WJA design WO were reallocated to align with the chosen City Hall and MSB design concept. The original fee of $2,948,340 has been reduced to $2,618,612 for a $329,728 savings in design fees. APPROPRIATION CODE AND AMOUNT: ENGF230001-DSGN-PROSVC $1,140,302.00 Funding is available in Capital Improvement Project ENGF230001, MSB Renovations, to fund the work order. This is funded by General Fund Revenues. STRATEGIC PRIORITY: MSB Renovations will improve space efficiencies, address needed upgrades and avoid disruptive near future repairs, allowing departments to better serve the Clearwater community. Page 1 City of Clearwater Printed on 9/10/2024 Wannemacher Jensen Architects, Inc. City of Clearwater Consultant Work Order Page 1 of 9 Revised: 9/15/23 CONSULTANT WORK ORDER Date: 08/16/24 1. PROJECT INFORMATION: Project Title: Design Services – MSB City Project Number: 23-0035-EN City Plan Set Number: 2024027 Consultant Project Number: 2240 2. SCOPE OF SERVICES: MUNICIPAL SERVICES BUILDING RENOVATION Municipal Services Building Interior Remodel / Renovation: The renovation will transform approximately 66,063 SF of existing space into a functional and more efficient office and public interface environment; the scope of work includes floor plan modifications, and separation of existing departments and lobby interface. The aim is to create a productive workspace that meets the specific needs of the remaining City Hall departments while providing a comfortable and aesthetically pleasing atmosphere for employees and visitors alike. The architectural process includes space planning, and floor plan layout modifications. The scope of the renovation work is to not exceed a Level 2 Alteration. Level 3 Alteration is not anticipated, nor included in this scope of work. Mechanical, Electrical and Technology design services for the HVAC, Plumbing, Fire Protection, Electrical, Communications, Fire Alarm, Access Control and Audio-Visual (Conference rooms only) systems upgrades in the existing Municipal Services Building will consist of the following: • Adjustment of sprinkler head locations where needed to accommodate floor plan changes. • Roof drains and drain piping replacement. • Relocation of existing terminal units and air devices where needed to accommodate floor plan changes. CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 2 of 9 Revised: 9/15/2023 • Replacement of the Direct Digital Controls system. • Branch ductwork modifications where needed to accommodate floor plan changes. • New indoor LED fixtures for entire building. • New occupancy sensors for entire building. • Replacement of indoor emergency and egress light fixtures for areas in scope of Work. • New branch power where needed to accommodate floor plan changes. • New fire alarm system. • Replacement of telecommunications horizontal cabling and jacks. • Audio Visual upgrades in Conference rooms. • Coordination with third party vendor for providing power, conduit and j-boxes for access controls and video system upgrades. Existing restrooms, stairs, elevators, and furnishing selection are not included in this Work Order. LEED certification and/or design is not included in this scope of Work. The scope for the modernization approach and recommendations in the Municipal Services Building Feasibility Study dated June 26, 2023 is not included in this Work Order except for: Roof drains and associated piping replacement. Replacement of interior finishes for areas in scope. I. DESIGN PHASE: Task 1.1 Cost Estimating A cost estimate will be completed for each deliverable phase of 30%, and 70% Design Documents. It is assumed the Construction Manager will provide a cost estimate for Final Construction Documents. Task 1.2 Interior Design & Furniture The Architect’s scope of services will include interior design services for the project. The Interior Designer will: 1. Attend meetings with the City's design team to assess new furniture needs. 2. Survey selected existing building furniture and equipment if required. 3. Prepare furniture plans and drawings to assist with placement and installation. 4. Perform materials research and compile selections. 5. Provide specifications and select all room finishes, including carpet, paint, wallcovering, wall base, plastic laminate at millwork cabinets, vinyl composition tile, furniture fabric, exterior window blinds, etc. 6. Select and document interior signage. 7. Provide assistance with new furniture selection and furniture specifications. CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 3 of 9 Revised: 9/15/2023 8. Provide assistance with the solicitation and review of competitive bids from furniture manufacturers. 9. Provide on-site assistance during move-in. Task 1.3 Restrooms Renovation Alternate Provide an alternate design in documents for renovation in the three stacked gang restrooms. The scope of work includes: 1. Replacement of existing lavatories outside of toilet compartments, like-for-like in the same location and utilizing the existing plumbing piping rough-ins. 2. Address ventilation. 3. Replacement of wall tile at lavatory. 4. Resurfacing of partition walls. 5. Replacement of counters. II. FINAL DESIGN PHASE: Task 2.1: 30% Submittal Based upon an approved program of spaces we will prepare 30% Design Documents for the City’s review and approval. The documents will consist of items necessary to convey the nature of the schematic approach, including an architectural site plan, preliminary building plans and other drawings or graphics as needed for City personnel and stakeholder review and feedback. The Architect will: 1. Determine building code requirements and incorporate them into the design. 2. Determine site development constraint information and incorporate into the design. 3. Prepare site plan concepts and alternatives. 4. Prepare floor plan concepts and alternatives. 5. Identify preliminary materials and equipment. 6. Up to three meetings with City personnel as needed to develop and coordinate the 30% Design Documents. Task 2.2: 70% Submittals Based upon the City’s approval to proceed with the 30% Design Documents, we will prepare 70% Design Documents for the City’s review and approval. The Design Development Documents will consist of items necessary to illustrate and describe the development of the schematic design, including building plans, sections, elevations and diagrammatic layouts of building systems necessary to convey the character of the project. The Architect will: CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 4 of 9 Revised: 9/15/2023 1. Meet with all design team consultants and coordinate systems and drawing backgrounds. 2. Up to three meetings with City personnel to review project progress and design documents. 3. Prepare a progress set of Construction Documents at 70% Completion, including detailed design plans, detailed building system plans, specifications identifying materials, systems and their respective standard of quality. Task 2.3 Final Construction Documents Based upon the City’s approval of the 70% Design Documents, we will prepare Final Construction Documents for the City’s review and approval. Final Construction Documents will be used for the purpose of bidding, permitting, and construction. The Architect will: 1. Prepare a set of Construction Documents at 100% Completion, including detailed design plans, detailed building system plans, specifications identifying materials, systems and their respective standard of quality. 2. Up to three meetings with City personnel to review project progress. III. BIDDING PHASE: Task 3.1: Permitting and Bidding Services Following the Client’s approval of the Permit Documents, the Architect will assist the Client/Contractor with permitting and obtaining bids from subcontractors. The Architect will: 1. Provide Signed and Sealed document sets for the building permit. 2. Modify documents as required in response to Building Permit Review comments. 3. Assist the Client/Contractor with preparation and distribution of bid documents. 4. Respond to questions and provide clarifications and interpretations of the Construction Documents to Client/Contractor and prospective subcontractors via addendum/addenda. 5. Provide Conformed Drawings and Specifications per bid addendum/addenda. IV. CONSTRUCTION PHASE: Task 4.1: Construction Administration The Architect’s Scope of Services will be to visit the site as outlined below in order to become generally familiar with the progress and quality of the portion of the Work completed and to determine that the Work observed is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. We will assist the Contractor when conflicts or clarifications are needed. The Architect’s engineers will make periodic site visits to observe construction and follow the progress. The architect will keep the owner reasonably informed with the progress and quality of the portion of the Work completed. We will: CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 5 of 9 Revised: 9/15/2023 1. Review of Contractor's pay application. 2. Attend meetings at the project site twice per month for up to 9 months. 3. Provide review of and respond to the contractor’s submittals and shop drawings. 4. Provide telephone and email correspondence as necessary. 5. Respond to the contractor's request for information. 6. Attend the Substantial Completion Walk-Through. 7. Prepare a Punch List. 8. Attend the Final Completion Walk-Through. 9. Prepare Record Drawings based on Contractor's prepared as-built drawings. The scope and fee assume Construction Administration will be provided for a 9-month period. If the construction exceeds 9 months, an additional fee for construction administration will be required. 3. PROJECT GOALS: For the Municipal Services Building Renovation project: • 30% Design Documents in PDF Format. • 30% construction cost estimate in PDF Format. • 70% Design Documents in PDF Format. • 70% construction cost estimate in PDF Format. • Final Construction Documents in PDF Format. • Attendance at pre-construction meeting. • 18 project site visits/meetings during Construction. • Substantial and Final completion walk-through. 4. FEES: See Schedule “A” This price includes all labor and expenses anticipated to be incurred by Wannemacher Jensen Architects, Inc. for the completion of these tasks in accordance with Professional Services Method “B” – Lump Sum – Percentage of Completion by Task for a fee not to exceed One Million, One Hundred Forty Thousand, and Three Hundred Two Dollars ($1,140,302). 5. SCHEDULE: The project is to be completed in 319 days from issuance of notice-to-proceed. The project deliverables are to be phased as follows: For the Municipal Services Building Renovation: 30% Construction Plans: 62 calendar days CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 6 of 9 Revised: 9/15/2023 Owner Review 14 calendar days 70% Construction Plans and Permit Applications: 96 calendar days Owner Review 43 calendar days Final Construction Documents: 44 calendar days Permitting: 60 calendar days City review and approval periods are estimated in the schedule above. 6. STAFF ASSIGNMENT: Wannemacher Jensen Architects – Architecture and Interiors Principal in Charge – Jason Jensen Project Manager – Mary Alvarez Project Architect – Tyler Ostrozynski Emerald Engineering, Inc. – Mechanical, Electrical, Plumbing, Fire Protection Engineering, and Low Voltage City of Clearwater Staff Tara Kivett, P.E. Project Manager 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Mary Alvarez 132 Mirror Lake Drive N Unit 301 St. Petersburg, FL 33701 727.382.0801 mary@wjarc.com Tyler Ostrozynski, AIA 132 Mirror Lake Drive N. Unit 301 St. Petersburg, FL 33701 727.308.2251 tyler.ostrozynski@wjarc.com All City project correspondence shall be directed to: Tara Kivett, P.E. 100 S. Myrtle Ave. Clearwater, FL 33756 727 562-4758 Tara.Kivett@myclearwater.com CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 7 of 9 Revised: 9/15/2023 with copies to others as may be appropriate. 8.INVOICING/FUNDING PROCEDURES: City Invoicing Code: ENGF230001-DSGN-PROSVC For work performed, invoices shall be submitted monthly to: ATTENTION: JAMIE GAUBATZ, SENIOR ACCOUNTANT CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING PO BOX 4748 CLEARWATER, FLORIDA 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9.INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1.Purchase Order, Project and Invoice Numbers and Contract Amount. 2.The time period (begin and end date) covered by the invoice. 3.A short narrative summary of activities completed in the time period. 4.Contract billing method – Lump Sum or Hourly Rate. 5.If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6.If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7.If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code.10.CONSIDERATIONS: Consultant acknowledges the following: 1.The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2.All City directives shall be provided by the City Project Manager. 3.“Alternate equals” shall not be approved until City Project Manager agrees. CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 8 of 9 Revised: 9/15/2023 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: The design team will adhere to the following City of Clearwater guidelines: • Downtown District Development Standards • Clearwater Greenprint 2.0 • Stormwater Drainage Criteria. CONSULTANT WORK ORDER Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order Page 9 of 9 Revised: 9/15/2023 13. SIGNATURES: PREPARED BY: APPROVED BY: Jason Jensen, AIA, LEED AP Tara Kivett, P.E. President City Engineer Wannemacher Jensen Architects, Inc. City of Clearwater Date Date ATTACHMENT “A” CONSULTANT S WORK ORDER – PROJECT FEES TABLE Design Services – MSB Wannemacher Jensen Architects, Inc. 23-0035-EN City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 10/27/2021 CONSULTANT WORK ORDER PROJECT FEES TABLE MUNICIPAL SERVICES BUILDING RENOVATION 23-0035-EN Task Description Subconsulta nt Services Labor Total 1.0 Design Services 1.1 Cost Estimating $19,965 $2,995 $22,960 1.2 Interior Design and Furniture $0 $67,200 $67,200 1.3 Restroom Renovation Alternate $5,000 $19,550 $24,550 Final Design Plans and Specifications Total: $114,710 2.0 Final Design Services 2.1 30% Submittal $34,575 $108,468 $143,043 2.2 70% Submittal $69,150 $216,935 $286,085 2.4 Final Construction Documents $76,065 $238,629 $314,694 Final Design Plans and Specifications Total: $743,822 3.0 Permitting and Bidding Services 3.1 Permitting and Bidding Services $4,610 $14,462 $19,072 Permitting Services Total: $19,072 4.0 Construction Phase Services 4.1 Construction Administration $46,100 $144,623 $190,723 Construction Phase Services Total: $190,723 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $1,068,327 5.0 Reimbursable Expenses (Allowance) $20,000 6.0 Design Contingency (Allowance) $51,975 GRAND TOTAL: $1,140,302 ATTACHMENT “B” CONSULTANT SUPPLEMENTAL 1 WORK ORDER – CITY DELIVERABLES Design Services – City Hall Wannemacher Jensen Architects, Inc. 22-0019-EN City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 10/27/2021 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or email address Tom.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Task DescriptionOriginal Subconsultant ServicesAmendment Subconsultant Services Original LaborAmendment LaborOriginal TotalFee AdjustmentNew Total (After Reallocationt)11.1Concept Design & Preliminary Site Planning$60,000$60,000$90,950$90,950$150,950$0$150,950$150,950$0$150,95022.1Geotechnical Services$15,500$15,500$2,325$2,325$17,825$0$17,8252.2Topographic and Boundary Survey (if required)$37,500$37,500$5,625$5,625$43,125$0$43,1252.3Subsurface Utility Engineering$4,500$4,500$675$675$5,175$0$5,1752.4.1Civil Eng. Design – MSB Site (REMOVED)$80,000-$80,000$12,000-$12,000$92,000-$92,000$02.4.2Civil Eng. Design – South Parcel $60,000$96,000$9,000$18,300$69,000$45,300$114,3002.4.3Civil Eng. Design – Pierce Street (REMOVED)$42,500-$42,500$6,375-$6,375$48,875-$48,875$02.4.4Civil Eng. Design Pinellas Co Trail (REMOVED)$27,500-$27,500$4,125-$4,125$31,625-$31,625$0A2.5Civil Eng. Permitting$50,000$45,000$7,500$7,500$57,500-$5,000$52,500A2.6Civil Eng. Bidding$5,000$5,000$750$750$5,750$0$5,750A2.7Civil Eng. Construction Phase Services$48,000$48,000$7,200$7,200$55,200$0$55,200A2.8Landscape Architecture$93,400$84,800$14,010$14,010$107,410-$8,600$98,810A2.9Stakeholder Outreach$0$0$9,300$9,300$9,300$0$9,3002.1Public Meeting/Presentation/Workshop$0$0$3,810$3,810$3,810$0$3,8102.11City Commission Presentation$0$0$3,810$3,810$3,810$0$3,8102.12Cost Estimating $24,850$24,850$3,728$3,728$28,578$0$28,5782.13DRC Application$0$0$9,460$9,460$9,460$0$9,4602.14Existing Chiller Upgrade (REMOVED)$160,000-$160,000$24,000-$24,000$184,000-$184,000$02.15LEED Certification - Silver$139,950$139,950$59,833$59,833$199,783$0$199,7832.16Interior Design & Furniture$0$0$48,000$48,000$48,000$0$48,0002.17AV/IT/Security Coordination$48,000$48,000$7,200$7,200$55,200$0$55,2002.18Fire Protection$12,000$12,000$1,800$1,800$13,800$0$13,8002.19Site Lighting$15,000$15,000$2,250$2,250$17,250$0$17,2502.20Traffic Study $20,000$20,000$3,000$3,000$23,000$0$23,0002.21A/E Design – South Parcel (REMOVED)$49,407-$49,407$115,283-$15,283$164,690-$164,690$02.22Photovoltaic Design Coordination$5,500$5,500$6,600$6,600$12,100$0$12,1002.23Public Art Coordination$0$0$5,280$5,280$5,280$0$5,2802.24Emergency Generator$0$10,000$0$9,750$0$19,750$19,7502.25Threshold Inspection$0$29,600$0$4,440$0$34,040$34,0402.26Supplemental Services After DRC Comments$0$57,000$0$32,550$0$89,550$89,5502.27Acoustical$0$13,680$0$2,052$0$15,732$15,7322.28Additional Geotech$0$600$0$90$0$690$690$1,311,546-$329,728$981,81833.130% Submittal $80,400$80,400$120,727$120,727$201,127$0$201,1273.260% Submittal$134,000$134,000$174,394$174,394$308,394$0$308,394REALLOCATION OF FUNDSCITY HALL - CITY PROJECT NO. 22-0019-ENPre-DesignPre-Design Total:DesignDesign Total:Final Design Plans and Specifications 3.390% Submittal $176,880$176,880$225,373$225,373$402,253$0$402,2533.4Final Construction Documents $53,600$53,600$80,484$80,484$134,084$0$134,084$1,045,858$0$1,045,85844.1Permitting and Bidding Services $10,720$10,720$16,097$16,097$26,817$0$26,817$26,817$0$26,81755.1Construction Administration$80,400$80,400$187,769$187,769$268,169$0$268,169$268,169$0$268,1692,803,340-$329,728$2,473,6126$25,000$0$25,0007$20,000$0$20,0008$100,000$0$100,000$2,948,340-$329,728.00 $2,618,612.00 SUBTOTAL, LABOR AND SUB-CONTRACTORS:Permit Fees (Allowance)Reimbursable Expenses (Allowance)Design Contingency (Allowance) REALLOCATION OF FUNDS - GRAND TOTAL:Construction Phase Services Total:Final Design Plans and Specifications Total:Permitting and Bidding ServicesPermitting Services Total:Construction Phase Services CLEVELAND ST PARK ST S EAST AVECOURT ST PIERCE ST S MYRTLE AVE FRANKLIN ST 700100 640761645AERIAL MAP Document Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\22-0019-EN New City Hall aer.mxd Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2021 New City Hall Site LocationProject Number: 22-0019-EN CRMMap Gen By:TKReviewed By:8/15/2022Date: ² See BarScale: EXISTINGMSB EXISTINGCITYPARKINGGARAGE EXISTINGCPD HQ CITYSURFACEPARKING Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1114 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.6 SUBJECT/RECOMMENDATION: Approve selection of firms to provide Construction Manager at Risk (CMAR) Services for Continuing Contracts, as listed, for a period of four years, pursuant to Request for Qualifications (RFQ) 51-24, and authorize the appropriate officials to execute same. (consent) SUMMARY: June 18, 2024, Request for Qualifications (RFQ) 51-24 was issued soliciting area firms to serve as construction managers for the City in accordance with CMAR procedures. Twenty responses were received on July 19, 2024, including nine incumbents. The selection committee reviewing the responses included representatives from Public Works/Engineering, General Services, Parks and Recreation and Public Utilities departments. The following eighteen firms were selected based on their construction experience, financial capability, availability of qualified staff, as well as their expertise in scheduling, cost estimating and control, value engineering, and pre-construction services, as well as past performance of the incumbents. Incumbent CMAR Firms: ·Ajax Building Company, LLC of Oldsmar, FL ·Bandes Construction Company, Inc. of Dunedin, FL ·Biltmore Construction Co., Inc. of Belleair, FL ·Creative Contractors, Inc. of Clearwater, FL ·J. Kokolakis Contracting, Inc. DBA Kokolakis Contracting, of Tarpon Springs, FL ·Johnson-Laux Construction, LLC of Winter Garden, FL ·Keystone Excavators, Inc., Oldsmar, FL ·Khors Construction, Inc, Pinellas Park, FL ·The A.D. Morgan Corporation of Tampa, FL New CMAR Firms: ·Charles Perry Partners, Inc. (CPPI) of Tampa, FL ·Create Building Company, LLC of ·D-Mar General Contracting and Development of Clearwater, FL ·Garney Companies, Inc. of Brandon, FL ·JE Dunn Construction Company of Tampa, FL ·LEGO Construction Co. of Tampa, FL ·Register Construction and Engineering, Inc. of Lakeland, FL ·TLC Diversified Inc. of Palmetto, FL ·Wharton-Smith, Inc. of Tampa, FL The CMAR firms selected will be available for a four-year term beginning October 1, 2024, through September 30, 2028. The City may award work to the firms for projects up to $7.5 million in construction value based on Florida Statute. Competitive pricing will prevail for work completed under this CMAR method based on the capability of firms to procure material and labor due to their size and experience. Numerous selected firms have been low bid contractors on past projects with the City and other governmental agencies. All procured subcontracts are open book; hence, the City will review the pricing and agree to a reasonable mark up to manage the work. Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1114 Funding sources for individual projects will be determined at time of the specific CMAR proposal approval. STRATEGIC PRIORITY: This efficient and cost-effective project delivery method enables the city to provide superior public service and to (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 9/10/2024 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33578-4748 727-562-4630 Tel REQUEST FOR QUALIFICATIONS #51-24 Construction Manager at Risk Services for Continuing Contracts June 18, 2024 NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of Clearwater (City) until 10:00 AM, Local Time, July 19, 2024, to provide Construction Manager at Risk Services for Continuing Contracts. Brief Description: The City of Clearwater (City) is seeking Construction Manager at Risk (CMAR) firms to provide Construction Management (CM) services as needed, under continuing contract(s) for City projects pursuant to Florida Statute, section 287.055. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. This Request for Qualifications, any attachments and addenda are available for download at https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the response in accordance with the instructions. This document (less this invitation and the instructions) and any required documents, attachments, and submissions will constitute the response. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement Manager. This Request for Qualifications is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS CMAR for Continuing Contracts 2 RFQ #51-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Contact listed on Page One (1). Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their response. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a response. i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: July 19, 2024 Time: 10:00 AM (Local Time) The City will open all responses properly and timely submitted and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, responses are available for inspection by contacting the Procurement Division. i.4 SUBMIT RESPONSES TO: It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Respondents may mail or hand-deliver responses to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Responses will be received at this address. Respondents may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a response that is not properly addressed and identified. i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City’s Procurement Division as the official time. i.6 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. INSTRUCTIONS CMAR for Continuing Contracts 3 RFQ #51-24 Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.7 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page One (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses shall be submitted on the forms provided. An original and the designated number of copies of each response are required. Responses, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the response is not properly signed or if any changes are not initialed, it may be considered non-responsive. The City may require that an electronic copy of the response be submitted. The response must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the response. i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a (sub)contractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be INSTRUCTIONS CMAR for Continuing Contracts 4 RFQ #51-24 the official solicitation document. i.12 ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the procurement process, including respondents and contractors. To achieve the purpose of this Article, it is essential that respondents and contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. i.14 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION CMAR for Continuing Contracts 5 RFQ #51-24 i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. The criteria that will be evaluated and their relative weights are: Evaluation Criteria (pages 11-12) Points Prior Municipal Construction Experience (Tab 2) 35 Scheduling, Cost Control, Constructability Review and Value Engineering Experience (Tab 3) 25 Experience of Project Staff and Availability (Tab 4) 20 Knowledge of Local Conditions, Permitting Process, and Scheduling (Tab 5) 20 i.17 SHORT-LISTING. Short list selection will require an average score of 70 or higher. Current CM at Risk firms in good standing with the City with an average total score of 70 or greater may not be required to make an oral presentation unless new areas of expertise are proposed; however a score above 70 for a current CM at Risk firm does not automatically ensure renewal. Any new firms with an average score of 70 or more may be required to make and oral presentation to the committee. i.18 PRESENTATIONS/INTERVIEWS. If requested, the respondent must provide a formal presentation and/or interview. The location for these presentations and/or interviews will be determined by the City and may be held virtually. INSTRUCTIONS – EVALUATION CMAR for Continuing Contracts 6 RFQ #51-24 i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City to accept the response as submitted. If respondent fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s Purchasing website at https://www.myclearwater.com/business/rfp to view the Procurement Division’s Intent to Award postings. i.21 RFQ TIMELINE. All dates are tentative and subject to change. Release RFQ: 06/18/2024 Advertise Tampa Bay Times: 06/26/24 Responses due: 07/19/2024 Review responses/presentations: 07/19/2024-08/09/2024 Award recommendation: 08/09/2024 Council authorization: September 2024 Contract begins: 10/01/2024 DETAILED SPECIFICATIONS CMAR for Continuing Contracts 7 RFQ #51-24 1. PROJECT MISSION. The City of Clearwater is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community and is looking for vendors who share that dedication and will help the City meet that goal. 2. SCOPE OF WORK. The City requires Construction Management (CM) firms with expertise in a variety of projects, including site work (new buildings, remodels, renovations, HVAC, plumbing, electrical power, energy management and conservation, ADA accessibility), roadway reconstruction, ITS/traffic signals, specialty coatings, infrastructure rehabilitation such as bridges and seawalls, marine construction, airpark construction, landscaping and park improvements, environmental projects, solar installations, electric vehicle charging stations, right-of-way enhancements, parking garages, fire stations, police stations, and other Public Works and municipal government projects. Additionally, the city seeks firms experienced in a wide range of utility construction, including stormwater conveyance and water quality treatment, potable and reclaimed water distribution, wastewater collection including lift/pump stations, water and wastewater treatment facilities, water production, and SCADA systems. Construction support services needed include constructability review, cost estimating, value engineering, unique phasing plans, accelerated schedules, and addressing unusual project sensitivity concerns. The contract award encompasses potential construction projects of various sizes and scopes, with no single project exceeding the amount identified in Florida Statute, section 287.055. The following documents are included with this RFQ: • Exhibit A – Standard Terms and Conditions. Standard Terms and Conditions applicable to the Purchase Order for pre-construction and construction phase services. • Exhibit B – Forms. E-Verify Form, Scrutinized Company Forms, Truth in Negotiation • Exhibit C – Sample CMAR Services Contract. Standard contract to be entered into upon successful negotiation. Applicable terms for City construction contracts are available at: Contract Specifications 3. INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. DETAILED SPECIFICATIONS CMAR for Continuing Contracts 8 RFQ #51-24 c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any d. If the Contractor is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then Contractor’s Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. OTHER INSURANCE PROVISIONS. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured.” In addition when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFQ #51-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for Contractor’s negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City DETAILED SPECIFICATIONS CMAR for Continuing Contracts 9 RFQ #51-24 shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Contractor’s obligation to provide the insurance coverage specified. MILESTONES CMAR for Continuing Contracts 10 RFQ #51-24 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. October 2024 through September 2028. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. RESPONSE FORMAT CMAR for Continuing Contracts 11 RFQ #51-24 1. RESPONSE SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. If submitting electronically, hard copies are not required. 2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x 11" paper. A single 8½" x 11" sheet printed on both sides is two (2) pages. All information must be assembled and indexed in the order indicated below. The page count shall not exceed seventeen (17) total pages, including typed text, graphics, charts and photographs. The total page count does not include documents submitted for Tabs 6 and 7, the tabbed separator pages, cover page, and back page. NOTE: Every response received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFQ. TAB 1 – LETTER OF INTEREST (two [2] pages). The cover letter must include the full legal name of the firm, the following information, and must be signed by an authorized representative of the company, preferably the president. Offeror must attach proof to the letter of signing authority for any representative who signs the cover letter other than the president. a. A brief summary of the proposing firm’s interest in the providing the requested services. b. A statement of the Offeror’s understanding of the Construction Manager at Risk (CMAR) services with Guaranteed Maximum Price (GMP) to be provided. c. The address of the office conducting the CMAR services. d. List Corporate officers, partners, or owners of your organization with titles and addresses. If the Offeror is a publicly held company list chairman of the board, chief executive officer (CEO), and president. e. The names(s) of the person(s) that will be duly authorized to make representations for the Offeror, including their titles, addresses, telephone numbers, and e-mail addresses. TAB 2 – Prior Municipal Construction Experience (six [6] pages). Provide details on previous municipal construction experience and specific CMAR projects, including the project name, location, contract delivery method, and a description. Include the dates services were performed, color images, initial and final construction costs (including change orders with explanations), the type of contract, and the state of design or construction when the construction contract amount (GMP) was agreed upon. For each project, specify the involvement of the proposed staff in Tab 4 below, if any. Include references from prior clients on municipal construction projects. These references must be specific to the referenced project and include the client project manager's name, title, email address, and telephone number(s). TAB 3 – Scheduling, Cost Control, Constructability Reviews and Value Engineering Experience (three [3] pages). Include examples and methodology for project reporting systems, scheduling, cost estimating and control, phasing, constructability reviews, value engineering experience, troubleshooting design and construction challenges, and QA/QC procedures for municipal projects. TAB 4 – Experience of Project Staff and Availability (three [3] pages). Provide staff hierarchy and organizational structure, including the experience and availability of project staff. Attach resumes of proposed staff, highlighting applicable licenses and certifications. RESPONSE FORMAT CMAR for Continuing Contracts 12 RFQ #51-24 TAB 5 – Knowledge of Local Conditions, Permitting Process, and Scheduling (three [3] pages). Include a summary of your knowledge of local conditions, availability of materials and local labor, City of Clearwater permitting processes, local codes and ordinances, scheduling, and potential challenges. TAB 6 – Litigation. NOTE: This is not considered Confidential or Proprietary information – any response indicating such may be deemed non-responsive to the RFQ. a. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. b. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. c. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement; or (iii) any other matter before an administrative body.) d. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. TAB 7 - Other Forms. The following forms shall be completed and signed: a. Exceptions, Additional Materials, Addenda form b. Company Information form c. Response Certification form d. Exhibit B - Forms e. Copy of the firm’s current Florida Department of Business and Professional Regulation’s License and Contractor License f. If the firm is a corporation, a copy of the current Florida Corporation Registration g. A current W-9 form. Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA CMAR for Continuing Contracts 13 RFQ #51-24 Respondents shall indicate any and all exceptions taken to the provisions or requirements in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Response non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this response Additional Materials attached (describe--attach additional pages if needed) Addenda Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website at https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any addenda issued may render a Bid Non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name__________________________________________________ Date__________________ COMPANY INFORMATION CMAR for Continuing Contracts 14 RFQ #51-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this response: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. RESPONSE CERTIFICATION CMAR for Continuing Contracts 15 RFQ #51-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER CMAR for Continuing Contracts 16 RFQ #51-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #51-24, CMAR for Continuing Contract Due Date: July 19, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #51-24, CMAR for Continuing Contract Due Date: July 19, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ 1 51-24 CMAR Contract Construction Manager at Risk This CONTRACT made and entered into on this _____ day of _______________, 20__, by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the “City” or “Owner”, and _______________, authorized to do business in Pinellas County and State of Florida, hereinafter designated as the “Construction Manager”. The contracting entities shall collectively be known as the “Parties.” WITNESSETH: WHEREAS, the Clearwater City Council has approved using the Construction Manager at Risk approach on appropriate projects as determined by the City’s Engineering Department; and WHEREAS, the City desires to engage the services of the Construction Manager to provide management of the necessary construction, design, and preconstruction services (collectively referred to as the “Services”) subject to the terms and conditions set forth in this Contract and any agreement incorporated into this Contract by reference; and WHEREAS, the City selected the Construction Manager in accordance with the competitive selection process based on information and representations given by the Construction Manager in a response to Request for Qualifications (RFQ) 51-24. NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES THAT THE ABOVE RECITALS AND REPRESENTATIONS ARE TRUE AND ACCURATE AND ARE INCORPORATED HEREIN BY REFERENCE AND THE PARTIES FURTHER AGREE AS FOLLOW: ARTICLE 1: SCOPE OF WORK, CONTRACT DOCUMENTS, AND TERM 1.1 The Construction Manager and its successors, assigns, executors or administrators, in consideration of the sums of money, as herein after set forth to be paid by the City to the Construction Manager, shall and will at its own cost and expense perform all labor, furnish all materials, tools and equipment for all individual projects assigned as a result of this Contract. 1.2 For each individual project assigned, in accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings, if any, which may be herein referred to, are hereby made a part of this Contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. 1.3 Unless otherwise specified in this Contract, all work shall be completed in accordance with Section III and Section IV of the City of Clearwater Contract Specifications (the “Specifications”). For the purposes of this Contract, the term Contractor in Section III shall include the Construction Manager. The Specifications, as may be supplemented and changed, along with this Contract constitute the “Contract Documents.” All terms and 2 conditions set forth in RFQ 51-24, Standard Terms and Conditions are incorporated by reference and attached hereto. Any inconsistency in documents relating to this Contract shall be resolved by giving precedence in the following order: (i) Proposals(s); (ii) this Contract and any amendments; (iii) Specifications; (iv) RFQ 51-24, Standard Terms and Conditions. 1.4 The term of this Contract shall commence upon execution of this Contract by the Parties and shall terminate after completion and acceptance of the Projects as provided herein and upon final payment in accordance with the Contract Documents. ARTICLE 2: CONSTRUCTION MANAGER’S DUTIES AND STATUS 2.1 The Construction Manager recognizes the relationship of trust and confidence established between it and the City by this Contract, and agrees with the City to furnish its best skill and judgment and the overall supervision of its executives; to furnish efficient business administration and superintendence; and to use every effort to keep upon the project site at all times an adequate supply of workforce and materials to secure its execution and completion in the most expeditious and economical manner. 2.2 The Construction Manager represents that it has made a thorough examination of the premises and is thoroughly familiar with the conditions under which it is to work. 2.3 The Construction Manager agrees to perform and complete the Services in accordance with laws, rules, and regulations of all governmental authorities and departments thereof. 2.4 The Construction Manager agrees to cooperate with the City, Architect-Engineer, or any other Design Professional in all respects, including, but not limited to, providing necessary preconstruction services, such as evaluation of methods, availability and costs of the various components of the Services while under design consideration; supervising the Services and the progress thereof; the coordination of the Services and suggesting changes in the Services; and supplying information as to costs and availability of materials and methods of construction in order, amongst other things, to reduce costs wherever the same may be practicably consistent with the quality of the Services presented in the Contract Documents. 2.5 The Construction Manager agrees to the following: a) In connection with the performance of work under this Contract, the Construction Manager agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, national origin, or any other protected class under federal or state law. The aforesaid provision shall include, but not be limited to, the following employment: - upgrading - demotion or transfer - recruitment or recruitment advertising - lay-off or termination - rates of pay or other forms of compensation; and 3 - selection for training, including apprenticeship b) The Construction Manager agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. c) The Construction Manager further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker’s representatives, except sub-contractors for standard commercial supplies or raw materials. ARTICLE 3: SCOPE OF THE SERVICES 3.1 The services that the Construction Manager shall provide include but are not limited to those described in the following sections. 3.2 Reporting. Written reports shall be provided with the monthly pay requests as follows: a) Monthly Executive Summary which provides an overview of current issues and pending decisions, future developments and expected achievements, and any problems or delays, including code violations found by any permitting agency. b) A Monthly Construction Progress Report that includes a cost narrative, a scheduling narrative and that summarizes the work of the various subcontractors. This report shall include information from the weekly job site meetings as applicable such as: - general conditions - long lead supplies - current deliveries - safety and labor relations programs permits - construction problems and recommendations; and - plans for the succeeding month 3.3 Scheduling a) Upon award of this Contract, the Construction Manager shall submit a master project schedule covering the planning and design approvals, construction, and Owner occupancy of the project. This schedule will serve as the framework for the subsequent development of all detailed schedules. The master project schedule shall be produced and updated monthly throughout the project. b) Within thirty (30) days after the date of the Owner’s issuance of a Notice to Proceed, the Construction Manager shall prepare and submit to the Owner two copies of a Critical Path Method (CPM) construction schedule graphically depicting the activities contemplated to occur as a necessary incident to performance of the work required to complete the project, showing the sequence in which the Construction Manager proposes for each such activity to occur and duration (dates of commencement and completion, respectively) of each activity. 4 c) Following development and submittal of the construction schedule, the Construction Manager shall, at the end of each calendar month during the project, or at such earlier intervals as circumstances may require, update and/or revise the construction schedule to show the actual progress of the work performed and the occurrences of all events which have affected the progress of performance of work already performed or will affect the progress of the performance of the work yet to be performed in contrast with the planned progress of performance of such work, as depicted on the original construction schedule and all updates and/or revisions thereto as reflected in the updated and/or revised construction schedule last submitted prior to submittal of each such monthly update and revision. Each such update and/or revision to the construction schedule shall be submitted to the Owner in duplicate. d) The Construction Manager shall provide current scheduling information and provide direction and coordination regarding milestones, beginning and finishing dates, responsibilities for performance and the relationships of the Construction Manager’s work to the work of his subcontractors and suppliers to enable them to perform their respective tasks so that the development of construction progresses in a smooth and efficient manner in conformance with the overall project schedule. The schedule shall include all phases of the construction work, material supplies, long lease procurement, approval of shop drawings, change orders in progress, schedules for change orders, and performance testing requirements. The Construction Manager shall advise the Owner, its representatives and the Architect-Engineer of their required participation in any meeting or inspection giving each at least one-week notice unless such notice is made impossible by conditions beyond his control. The Construction Manager shall hold job-site meetings at least once each month with the Construction Team and at least once each week with the subcontractors and the Architect-Engineer’s Field Representative, or more frequently as required by work progress, to review progress, discuss problems and their solutions and coordinate future work with all subcontractors. e) Twice per month corresponding as closely as possible with progress review meetings, a “two week” look ahead report shall be prepared and submitted to Owner and Architect / Engineer. 3.4 Design Review and Recommendations a) The Construction Manager shall familiarize himself thoroughly with the evolving architectural, civil, mechanical, plumbing, electrical and structural plans and specifications and shall follow the development of design through Contract Documents. The Construction Manager shall make recommendations with respect to the selection of systems and materials, and cost reducing alternatives including assistance to the Architect-Engineer and Owner in evaluating alternative comparisons versus long term cost effect. The evaluation shall speak to the benefits of the speed of erection and early completion of the project. The Construction Manager shall furnish pertinent information as to the availability of materials and labor that will be required. The Construction Manager shall submit to the Owner and Architect-Engineer such comments as may be appropriate concerning construction, feasibility, and practicality. The Construction Manager shall bring to the Owner and the Architect-Engineer’s attention any apparent 5 defects in the design, drawing and specifications, or other documents. The Construction Manager shall prepare an estimate of the construction cost at appropriate milestones during the design and shall evaluate such estimate with the project budget. The Construction Manager shall recommend cost saving alternatives, as appropriate, at each design milestone. At each design milestone the Owner, Architect Engineer and Construction Manager shall conduct a value engineering review. b) After receiving the Construction Documents for each phase of the project, the Construction Manager shall perform a specific review thereof. Promptly after completion of the review, the Construction Manager shall submit to the Owner, with a duplicate to the Architect-Engineer, a written report covering suggestions or recommendations previously submitted, additional suggestions or recommendations as the Construction Manager may deem appropriate, and all actions taken by the Architect-Engineer with respect to same, any comments he may deem to be appropriate with respect to separating the work into separate contracts and/or alternative materials. c) At completion of the Construction Manager’s review of the plans and specifications, except only as to specific matters as may be identified by appropriate comments pursuant to this section, the Construction Manager shall warrant, without assuming any architectural or engineering responsibility, that the plans and specifications are consistent, practical, feasible and constructible. The Construction Manager shall warrant that the work described in the plans and specifications for the various bidding packages is constructible within the scheduled construction time. d) The Construction Manager shall review the design for the purpose of identifying long lead procurement items (i.e. machinery, equipment, materials, and supplies). When each item is identified, the Construction Manager shall notify the subcontractors, the Owner, and the Architect-Engineer of the required procurement and schedule. Such information shall be included in the bid documents and made a part of all affected sub-contracts. As soon as the Architect-Engineer has completed drawings and technical specifications and the Construction Manager has obtained permitting approval, the Construction Manager shall prepare invitations for bids. The Construction Manager shall keep informed of the progress of the respective subcontractors or suppliers, manufacturing or fabricating such items and advise Project Director, Owner and Architect-Engineer of any problems or prospective delay in delivery. 3.5 Staffing. Key personnel assigned to City projects by the Construction Manager shall not be removed from the project until alternate personnel acceptable to the City are approved in writing by the City. 3.6 Soliciting Bids a) Without assuming responsibilities of the Architect-Engineer, and unless waived in writing by the Owner, the Construction Manager shall prepare invitations for bids, or requests for proposal when applicable, for all procurements of long lead items, materials and services, and for Subcontractor contracts. Such invitations for bids shall be prepared in accordance with the following guidelines: 6 i) Contracts totaling $1,000 but not exceeding $10,000 may be entered into by the Construction Manager with the firm which is qualified and submits the lowest verbal quotation. The Construction Manager shall obtain a minimum of two (2) verbal quotations. These quotations shall be entered on a bid tabulation sheet and a copy of such tabulation sent to the Owner, Architect-Engineer and to each firm. The successful quotation shall be confirmed by written contract or purchase order to the low bid firm defining the scope and quality of work to be provided. ii) Contracts totaling $10,000 but not exceeding $200,000 may be entered into by the Construction Manager with the firm who is qualified and submits the lowest responsive proposal. The Construction Manager shall request at least three (3) firms to submit sealed written proposals based on written drawings and/or specifications. The written proposals shall all be opened publicly at the location, date and time named by the Construction Manager in his request for proposal. A tabulation of the results shall be furnished to the Owner, Architect-Engineer and to each firm. iii) Contracts totaling $200,000 but not exceeding $500,000 may be entered into by the Construction Manager with the firm who is pre-qualified and submits the lowest responsive proposal. The Construction Manager shall advertise these projects at least once with the last advertisement appearing at least 21 calendar days prior to the established bid opening date. These proposals shall be based on approved plans and specifications. Bids shall be received and opened publicly at the location, date and time established in the bid advertisement. iv) Contracts totaling $500,000 or greater shall be treated the same as described under iii above except that the advertisement shall be run for at least 30 days prior to the established bid opening and at least 5 days prior to any scheduled pre-bid conference. v) Individual purchases of materials or rentals or leases of equipment of up to $999.99 each may be made without bids or quotes when reasonably necessary to expedite work on the project; however, the Construction Manager shall not divide or separate a procurement in order to avoid the requirements set forth above. vi) Site utilities may be acquired at market rates from the entity(ies) providing such in the franchise area. b) For each separate construction contract exceeding $35,000, the Construction Manager shall, unless waived by Owner, conduct a pre-bid conference with prospective bidders, the Architect-Engineer, and the Owner. In the event questions are raised which require an interpretation of the bidding documents or otherwise indicate a need for clarification or correction of the invitation, the Construction Manager shall transmit these to the Architect-Engineer and upon receiving clarification or correction in writing shall prepare an addendum to the bidding document, and issue same to all of the prospective bidders. 3.7 Quality Control. The Construction Manager shall develop and maintain a program, 7 acceptable to the Owner and Architect-Engineer that assures quality control of the construction. The Construction Manager shall supervise the work of all subcontractors providing instruction to each when their work does not conform to the requirements of the plans and specifications and shall continue to assert influence and control over each subcontractor to ensure that corrections are made in a timely manner so as to not affect the efficient progress of the work. Should disagreement occur between the Construction Manager, the Owner or the Architect-Engineer over acceptability of work and conformance with the requirements of the specifications and plans, the Owner shall be the final judge of performance and acceptability. 3.8 Subcontractor Interfacing. The Construction Manager shall be the single point of interface with all subcontractors for any work done under this Contract. The Construction Manager shall negotiate all change orders, field orders and request for proposals, with all affected subcontractors and shall review the costs of those proposals and advise the Owner and Architect-Engineer of their validity and reasonableness, acting in the Owner’s best interest prior to requesting approval of each change order from the Owner. Before any work is begun on any change order, a written authorization from the Owner must be issued. When health and safety are threatened, however, the Construction Manager shall act immediately to remove such threat to health and safety. The Construction Manager shall also carefully review all shop drawings and then forward the same to the Architect-Engineer for review and actions. The Architect-Engineer will transmit them back to the Construction Manager who will then issue the shop drawings to the affected subcontractor for fabrication or revision. The Construction Manager shall maintain a record to promote expeditious handling. The Construction Manager shall request the Architect-Engineer to make interpretations of the drawings or specifications requested of him by the subcontractors and shall maintain a record to promote timely response. The Construction Manager shall advise the Owner and Architect-Engineer when timely response is not occurring on any of the above. The Construction Manager shall collect, review, and submit to the Owner, all project closeout documentation including operation, maintenance, and training manuals. ARTICLE 4: MAXIMUM PROJECT COST AND FEES FOR SERVICES 4.1 Guaranteed Maximum Price for Construction a) When the Construction Documents are sufficiently complete to establish the scope of work for the project or any portion thereof, the Construction Manager will establish and submit in writing to the Owner for his approval a Guaranteed Maximum Price (GMP) guaranteeing the maximum price to the Owner, for the construction cost of the project or designated part thereof. Such Guaranteed Maximum Price will be subject to modification for changes in the project as provided in article 4.1(e) below. Actual price paid for the work by the Owner, however, shall be the actual cost of all work subcontracts, supply contracts, direct labor costs, direct supervision costs and direct job costs, plus the Construction Manager’s fees or the GMP, whichever is less when the work is complete. Invoicing shall occur monthly for completed work with 5% retainage withheld until final completion and acceptance of all work covered in the contract documents in accordance with the City’s General Conditions. GMP Proposals will be incorporated by reference 8 and attached hereto as exhibits. b) At the time of submission of a Guaranteed Maximum Price, the Construction Manager will verify the time schedule for activities and work which were adopted and used to determine the Construction Manager’s cost of work. In addition to the cost of work, a GMP will include an agreed upon sum as the construction contingency which is included for the purpose of defraying the expenses due to unforeseen circumstances relating to construction. The Construction Manager will be required to furnish documentation evidencing expenditures charged to the contingency prior to the release of funds by the Owner. If bids are received below the applicable line items in the GMP, the surplus will be added to the contingency. c) If bids are received above the applicable line item in the GMP, the deficiency will be taken from the contingency; however, such occurrence shall not be cause to increase the GMP. d) If bids are not received for a portion of the work at or below the applicable line item amount in the GMP, the Construction Manager reserves the right to perform that portion of the work as acknowledged by the Owner or negotiate for its performance for the specified line item lump sum amount or less. e) The increase or decrease in the Guaranteed Maximum Price resulting from a change in the project shall be determined in one or more of the following ways: i. By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation by the Architect-Engineer and Owner; ii. By unit prices stated in the agreement or subsequently agreed upon; iii. If none of the methods is agreed upon, the Construction Manager, provided it has received a signed written order by the Owner, shall promptly proceed with the work involved. The cost of such work shall then be determined on the basis of the reasonable expenditures and savings of those performing the work attributed to the change. In the event a change order is issued under these conditions, however, the Architect-Engineer will establish an estimated cost of the work and the Construction Manager shall not perform any work whose cost exceeds that estimate without prior written approval by the Owner. In such case, the Construction Manager shall keep and present, in such form as the Owner may prescribe, an itemized accounting together with appropriate supporting data of the increase in the cost of the project. The amount of decrease in the Guaranteed Maximum Price to be allowed by the Construction Manager to the Owner for any deletion or change which results in a net decrease in cost will be the amount of the actual net decrease; iv. The Architect-Engineer will have authority to order minor changes in the project not involving an adjustment in the Guaranteed Maximum Price or an extension of the Construction Completion Date and not inconsistent with the intent of the 9 Drawings and Specifications. Such changes shall be affected by written order. Documentation of changes shall be determined by the Architect-Engineer. Changes shall be approved by the Architect-Engineer. 4.2 Construction Manager’s Fee. In consideration of the performance of the contract, the Owner agrees to pay the Construction Manager as compensation for his services, fees as set forth below: Preconstruction Phase Fee. This fee shall be based on design costs if applicable, constructability review, value engineering and fee determination of Guaranteed Maximum Price. The fee for this phase in the amount of $ TBD shall be paid at the negotiated price upon receipt of the Guaranteed Maximum Price. Preconstruction Service Proposals will be incorporated by reference and attached hereto as exhibits. Construction Phase Fee. Prior to commencement of the Construction Phase, the Owner will direct the Construction Manager in writing to proceed into the Construction Phase. The Construction Manager’s compensation for work or service performed during the Construction Phase shall be a fee of $ TBD. The Construction Phase Fee shall be invoiced and paid in TBD months. Payments will be remitted monthly at the cost of $ TBD each and one final monthly payment of $ TBD. The first monthly payment shall become due thirty days following the issuance of the first Construction Authorization and the final monthly payment shall be paid only when construction of the project is completed and occupancy of the project accepted by the Owner. If construction is authorized only for a part of the project, the fee paid shall be proportionate to the amount of work authorized by the Owner. ARTICLE 5: TERMINATION AND TIME OF THE ESSENCE 5.1 If the Construction Manager is adjudged bankrupt or makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of its insolvency, or if refuses or fails, except in cases for which an extension of time is provided, to supply enough properly skilled workmen or proper materials for the Services, or otherwise be guilty of a substantial violation of any provision of this Contract as determined by the certificate of the Architect, the Owner may, without prejudice and reserving any other right or remedy the Owner may have, after giving the Construction Manager seven (7) days’ written notice, terminate this Contract with the Construction Manager and take possession of the premises and all materials, tools, and appliances thereon and finish the project in whatever manner the Owner may deem expedient. The City may also terminate this Contract pursuant to Article 15, Section III of the Contract Specifications. 5.2 It is mutually agreed between the Parties hereby that time is of the essence of this Contract, and in the event that the Substantial Completion Date is not achieved within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Construction Manager, the sum of $1,000.00 per day for each day that the work to be performed by the Construction Manager remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of 10 the Construction Manager to complete the work within the time stipulated, it being further agreed that the sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Construction Manager to complete and perform all work within the time period as specified in this Contract. ARTICLE 6: INDEMNIFICATION 6.1 To the fullest extent permitted by law, Construction Manager agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by the Construction Manager, its contractors, subcontractors, agents, employees, or personnel under this Contract; (ii) any negligent acts, errors, mistakes or omissions by Construction Manager, its contractors, subcontractors, agents, employees, or, personnel; and (iii) Construction Manager, its contractors, subcontractors, agents, employees, or personnel failure to comply with or fulfill the obligations established by this Contract. 6.2 The Construction Manager will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. 6.3 The City assumes no liability for actions of Construction Manager and will not indemnify or hold Construction Manager or any third party harmless for claims based on this Contract or use of Construction Manager provided supplies or services. 6.4 Nothing contained herein shall be construed as a waiver of any immunity from or limitation of liability the City (Owner) may be entitled to under the doctrine of sovereign immunity or section 768.28, Florida Statutes. 6.5 This article shall survive the termination of this Contract. ARTICLE 7: TITLE TO THE PROJECT 7.1 The title of all work, completed portions of the project and in the course of construction, and of all materials on account of which payment has been made shall be in the Owner. ARTICLE 8: ASSIGNMENT 8.1 This Contract shall be binding upon and inure to the benefit of the Parties hereto and their respective successors and assigns, except that this Contract may not be assigned by either party without the prior written consent of the other party. Any assignment made without such prior written consent shall not vest rights in the assignee. ARTICLE 9: ADDITIONAL PROVISIONS 11 9.1 This Contract shall be governed by and construed in accordance with the laws of the State of Florida, and the venue for any dispute under this Contract shall be an appropriate court of competent jurisdiction in Pinellas County, Florida. 9.2 Any notice required to be given by the terms and provisions of this Contract or by any law or governmental regulation, either by the Owner or Construction Manager, shall be in writing unless otherwise required by such law or regulation and shall be deemed to have been served and given when deposited in either Registered or Certified Mail in United States Branch Post Office, addressed to the party hereto to whom directed, at the address specified in the Specifications. 9.3 The language in this Contract shall be construed according to its customary meaning within the Florida building industry. Whenever used, the singular shall include the plural, the plural the singular, and the use of any gender shall be applicable to all genders. 9.4 If any provision of the Contract Documents is invalid or unenforceable as against any person or party, the remainder of the Contract Documents and the applicability of such provision to other persons or parties shall not be affected thereby. 9.5 The Parties are acting herein solely as independent contractors. Nothing herein contained will create or be construed as creating a partnership, joint venture, or agency relationship between the Parties. Each Party acknowledges and agrees that it neither has nor will give the appearance or impression of having any legal authority to bind or commit the other Party in any way. Each Party will be solely responsible for all wages, income taxes, worker’s compensation, and any other requirements for all personnel it supplies in connection with this Contract. 9.6 The City’s performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Clearwater City Council. 12 IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the date and year first above written. (Corporate Seal) FIRM NAME By: ______________________________ Print Name: ____________________ Title: __________________________ WITNESS: By: ______________________________ Print Name: ____________________ Countersigned: CITY OF CLEARWATER ____________________________ ___________________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ ___________________________________ Jerrod Simpson Rosemarie Call Sr. Assistant City Attorney City Clerk August 21, 2024 NOTICE OF INTENT TO AWARD: REVISED The selection Committee and the Procurement Division recommend the award of RFQ 51-24, Construction Manager at Risk for Continuing Contracts to the following firms for a four (4) year term. Awarded Incumbent CMAR Listing: Ajax Building Company LLC; Bandes Construction Company, Inc; Biltmore Construction Co., Inc; Creative Contractors, Inc; J Kokolakis Contracting, Inc dba Kokolakis Contracting; Johnson-Laux Construction LLC; Keystone Excavators, Inc; Khors Construction, Inc; The A.D. Morgan Corporation Awarded Non-Incumbent CMAR Listing: Charles Perry Partners, Inc (CPPI); Create Building Company LLC; D-Mar General Contracting & Development; Garney Companies, Inc; JE Dunn Construction Company; LEGO Construction Co; Register Construction & Engineering Inc; TLC Diversified Inc; Wharton-Smith, Inc The award recommendation will be taken to Council in the near future. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 562-4632, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manage Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1115 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 3.7 SUBJECT/RECOMMENDATION: Approve Owner Direct Purchase Order to Trane Technologies for an Air Handling Unit for the Municipal Services Building (MSB) Renovations project (23-0035-EN) in the amount of $362,616.00 pursuant to Clearwater Code of Ordinances, Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) SUMMARY: September 15, 2022, Council approved a design work order with Wannemacher Jensen Architects (WJA) for various design concepts for a new city hall facility, including connected to the MSB and on the parcel south of the MSB. A third concept, a large, combined government center was added to the concepts to be evaluated. On June 15, 2023, Council selected the option to construct a new city hall south of the MSB as well as renovate the MSB. The proposed renovation of the MSB will transform approximately 66,063 SF of existing space into a functional and more efficient office, allowing the proposed City Hall square footage and MSB to efficiently accommodate staff in the two facilities. The scope of work includes floor plan modifications, separation of existing departments, and improved lobby interface. A critical item contained in the MSB renovation is the purchase of a replacement Air Handling Unit (AHU) which is in the building’s penthouse and serves the entire building. The building’s penthouse also contains another existing air handling unit, AHU-1. This unit pretreats the outside air being fed to AHU-2. The City General Servies Department has already ordered a replacement for this unit and will be installing it internally. June 2024, the architect on the project (WJA) tasked their Mechanical Engineer, (Emerald Engineering) to design a replacement air handling unit for AHU-2. The initial intent was to provide information to the City’s CMAR firm, Ajax Building, so that the unit could be competitively bid and ordered in an early release package. Ajax obtained and negotiated a cost proposal for this unit from Trane Technologies per the design and specification. The proposed Trane unit is sole source because it is an in-kind replacement that must function with the existing Trane AHU-1 and align with the City’s standardized control system. The new unit will be added to a Trane Maintenance Agreement that the Building & Maintenance Division already has in place, resulting in more efficient response on parts and service times. The Owner Direct Purchase (ODP) Order for this item will benefit the City two-fold. Early procurement of this item will secure pricing and avoid material escalation anticipated in the coming fiscal year. More importantly, the ODP will offset a historically long lead time for AHUs in construction projects of this size. WJA has committed to fast track the MSB design plans and staff anticipates presenting a Guaranteed Maximum Price (GMP) for the MSB Renovations to Council by end of the year. APPROPRIATION CODE AND AMOUNT: ENGF230001-CONS-CNSTRC $362,616.00 Funding is available in Capital Improvement Project ENGF230001, MSB Renovations, to fund this purchase order. This project is funded by General Fund revenues. STRATEGIC PRIORITY: The early procurement by Owner Direct Purchase (ODP) of this AHU, reduces costs and minimizes schedule impacts to the MSB project as well as improves functionality, operations and maintenance with replacement of an old, inefficient unit. Combining the replacement with the MSB renovation project, results Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1115 in additional cost savings. Page 2 City of Clearwater Printed on 9/10/2024 © 2024 Trane Technologies All rights reserved City of Clearwater - MSB - AHU-02 OMNIA Proposal 06-07-2024.docx Proposal Customer must obtain credit approval and release order to production within 60 days of proposal date. PROPRIETARY AND CONFIDENTIAL PROPERTY OF Trane U.S. Inc. DISTRIBUTION TO OTHER THAN THE NAMED RECIPIENT IS PROHIBITED Prepared For: City of Clearwater Job Name: City of Clearwater - MSB - AHU-02 Delivery Terms: Freight Allowed and Prepaid - F.O.B. Factory Date: July 16, 2024 Proposal Number: H5-250182-22192-1 Payment Terms: Net 30 Days ___________________________________________________________________________________________ Trane U.S. Inc. is pleased to provide the following proposal for your review and approval. Unit Tag CFM Service Heaviest Section Number of Sections AHU-02 48,300 Indoor 8,900 lbs 5 Unit Construction: · 5" Fully welded tubular type 304 stainless steel base frame o Removable lifting lugs provided for each shipping section · Aluminum, Tread Plate - Screwed Down floor o Screwed Down floor with gasketed Thermal Break o Sub-Floor Liner not provided o Insulated with two-part sprayed polyurethane foam insulation · Fully gasketed thermal break, double wall panel construction in walls and ceiling · 2" (R13.2) injected foam insulation in walls and ceiling · Exterior panels to be 16-Gauge (G90) Galvanized Steel - Non-Painted · Interior panels to be 20-Gauge 304 Stainless Steel, Solid Liners · 2" Doors provided in each access section o Doors mounted with adjustable die cast aluminum hinges o Doors provided with 10" x 12" viewing window o Doors provided with a test port Unit Components: Fans and Fan Accessories · FanMatrix™ consisting of a fan array with multiple plenum type direct drive fans provided in Supply fan section o Each fan isolated with a three-point isolation incorporating 1" open springs with seismic restraint o Five (5) year rotating parts warranty included on all FanMatrix™ units o Fan inlet back-draft dampers provided for all fans o One (1) Transferable motor removal winch provided for each unit o Each fan array is selected for "N-1" Fan Redundancy · Fan Airflow Sensing o Airflow measuring device (BACnet / ModBus) provided · Fan motors are premium efficiency TEFC type City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 2 of 9 o Motors to be wired to a factory provided motor overload panel o Motors include shaft grounding · Ten (10) VFDs provided by Trane – One per motor o VFDs factory mounted and wired o VFDs are NEMA 1 rated Coils · Water coils provided with 5/8" X 0.02" copper tubes, 0.0075" aluminum fins o 304 Stainless steel frames provided for cooling coils o 304 Stainless steel frames provided for heating coils o 304 Stainless Steel drain pan provided in cooling coil section Aluminum grating provided on drain pans o UV lights provided and installed downstream of each cooling coil UV Light application designed for surface disinfection Door interlock switches provided for access to UV light sections Filters · Filters mounted in stainless steel holding frames o 2" MERV 8 filters provided o 12" headered MERV 14 filters provided · Magnehelic 605 filter gauge provided for each dual stage filter frame · Combined with pre filter filter gauge provided for each dual stage filter frame · One (1) set of each type of filter media provided Dampers, Louvers and Rainhoods · Dampers are aluminum airfoil blade type o Actuators provided and installed in the field "By Others" o Actuators wired in the field "By Others" · Dampers are anodized aluminum airfoil blade type o Actuators provided and installed in the field "By Others" o Actuators wired in the field "By Others" · Airflow Monitoring Station not provided for OA openings Unit Wiring and Electrical · 460V single point power connection for fans · Separate 120V single point power connection for lighting circuit · LED light fixtures with marine compact enclosure provided in each access section · All lighting wiring is run through Aluminum MC Cable · All line voltage wiring is run through EMT Galvanized and Flexible Metal type conduit · One (1) J-Box and 3/4-in empty controls conduit provided in each access section. Wiring to be provided and installed in the field by Controls Contractor Testing and Certification: · Units are factory leak tested · Units are ETL listed · Two days of assembly supervision Shipping: · Units ship in sections · Each unit section is fully bagged for shipment · All openings are covered for shipment Clarifications: City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 3 of 9 · Specification section were not provided General Notes: 1. This quotation excludes temperature controls, motor starters, piping, , mounting of control or piping devices provided "By Others", field testing, factory training. 2. One (1) year parts only warranty provided. Warranty terms are 12-months from date of initial startup or 18- months from date of shipment, whichever expires first. See price add for extending the parts warranty. 3. Submittal is typically available within 10 business days from receipt of written purchase order. Large and complex orders may require additional time. 4. Shipment to be determined by published lead times after receipt of approved submittal. Current lead time 9- 14 weeks after approval. Total Net Price (Excluding Sales Tax) ...............................................…………...................... $ 362,616 Sincerely, Keenan Sanz Trane U.S. Inc. 902 N. Himes Avenue Tampa, FL 33609 Office Phone: (813) 877-8251 This proposal is subject to your acceptance of the attached Trane terms and conditions. City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 4 of 9 TERMS AND CONDITIONS - COMMERCIAL EQUIPMENT “Company” shall mean Trane U.S. Inc. for sales in the United States and Trane Canada ULC for sales in Canada. 1. Acceptance. These terms and conditions are an integral part of Company’s offer and form the basis of any agreement (the “Agreement”) resulting from Company’s proposal (the “Proposal”) for the sale of the described commercial equipment and any ancillary services (the “Equipment”). COMPANY’S TERMS AND CONDITIONS AND EQUIPMENT PRICES ARE SUBJECT TO PERIODIC CHANGE OR AMENDMENT. The Proposal is subject to acceptance in writing by the party to whom this offer is made or an authorized agent (“Customer”) delivered to Company within 15 days from the date of the Proposal. Prices in the Proposal are subject to change at any time upon notice to Customer. If Customer accepts the Proposal by placing an order, without the addition of any other terms and conditions of sale or any other modification, Customer’s order shall be deemed acceptance of the Proposal subject to Company’s terms and conditions. If Customer’s order is expressly conditioned upon Company’s acceptance or assent to terms and/or conditions other than those expressed herein, return of such order by Company with Company’s terms and conditions attached or referenced serves as Company’s notice of objection to Customer’s terms and as Company’s counteroffer to provide Equipment in accordance with the Proposal and the Company’s terms and conditions. If Customer does not reject or object in writing to Company within 10 days, Company’s counteroffer will be deemed accepted. Notwithstanding anything to the contrary herein, Customer’s acceptance of the Equipment will in any event constitute an acceptance by Customer of Company’s terms and conditions. This Agreement is subject to credit approval by Company. Upon disapproval of credit, Company may delay or suspend performance or, at its option, renegotiate prices and/or terms and conditions with Customer. If Company and Customer are unable to agree on such revisions, this Agreement shall be cancelled without any liability. 2. Connected Services. In addition to these terms and conditions, the Connected Services Terms of Service (“Connected Services Terms”), available at https://www.trane.com/TraneConnectedServicesTerms, as updated from time to time, are incorporated herein by reference and shall apply to the extent that Company provides Customer with Connected Services, as defined in the Connected Services Terms. 3. Title and Risk of Loss. All Equipment sales with destinations to Canada or the U.S. shall be made as follows: FOB Company’s U.S. manufacturing facility or warehouse (full freight allowed). Title and risk of loss or damage to Equipment will pass to Customer upon tender of delivery of such to carrier at Company’s U.S. manufacturing facility or warehouse. 4. Pricing and Taxes., Within forty-five (45) days following Customer acceptance of the Proposal without addition of any other terms and conditions of sale or any modification, Customer shall provide notification of release for immediate production at Company’s factory. Prices for Equipment are subject to change at any time prior to shipment to reflect any cost increases related to the manufacture, supply, and shipping of Equipment. This includes, but is not limited to, cost increases in raw materials, supplier components, labor, utilities, freight, logistics, wages and benefits, regulatory compliance, or any other event beyond Company’s control. If shipment is delayed due to Customer's actions, Company may also charge Customer with storage fees. If a release is not received within 6 months following order acceptance, Company reserves the right to cancel any order. Company shall be entitled to equitable adjustments in the contract price to reflect any cost increases as set forth above and will provide notice to Customer prior to the date for which the increased price is to be in effect for the applicable customer contract. In no event will prices be decreased. The price of Equipment does not include any present or future foreign, federal, state, or local property, license, privilege, sales, use, excise, value added, gross receipts or other like taxes or assessments. Such amounts will be itemized separately to Customer, who will make prompt payment to Company. Company will accept valid exemption documentation for such taxes and assessments from Customer, if applicable. All prices include packaging in accordance with Company’s standard procedures. Charges for special packaging, crating or packing are the responsibility of Customer. 5. Delivery and Delays. Delivery dates are approximate and not guaranteed. Company will use commercially reasonable efforts to deliver the Equipment on or before the estimated delivery date, will notify Customer if the estimated delivery dates cannot be honored, and will deliver the Equipment and services as soon as practicable thereafter. In no event will Company be liable for any damages or expenses caused by delays in delivery. 6. Performance. Company shall be obligated to furnish only the Equipment described in the Proposal and in submittal data (if such data is issued in connection with the order). Company may rely on the acceptance of the Proposal and submittal data as acceptance of the suitability of the Equipment for the particular project or location. Unless specifically stated in the Proposal, compliance with any local building codes or other laws or regulations relating to specifications or the location, use or operation of the Equipment is the sole responsibility of Customer. If Equipment is tendered that does not fully comply with the provisions of this Agreement and Equipment is rejected by Customer, Company will have the right to cure within a reasonable time after notice thereof by substituting a conforming tender whether or not the time for performance has passed. 7. Force Majeure. Company’s duty to perform under this Agreement and the Equipment prices are contingent upon the non-occurrence of an Event of Force Majeure. If the Company shall be unable to carry out any material obligation under this Agreement due to an Event of Force Majeure, this Agreement shall at Company’s election (i) remain in effect but Company’s obligations shall be suspended until the uncontrollable event terminates or (ii) be terminated upon 10 days’ notice to Customer, in which event Customer shall pay Company for all parts of the Work furnished to the date of termination. An "Event of Force Majeure" shall mean any cause or event beyond the control of Company. Without limiting the foregoing, “Event of Force Majeure” includes: acts of God; acts of terrorism, war or the public enemy; flood; earthquake; tornado; storm; fire; civil disobedience; pandemic insurrections; riots; labor/labour disputes; labor/labour or material shortages; sabotage; restraint by court order or public authority (whether valid or invalid); and action or non-action by or inability to obtain or keep in force the necessary governmental authorizations, permits, licenses, certificates or approvals if not caused by Company; and the requirements of any applicable government in any manner that diverts either the material or the finished product to the direct or indirect benefit of the government. 8. Limited Warranty. Company warrants the Equipment manufactured by Company for a period of the lesser of 12 months from initial start-up or 18 months from date of shipment, whichever is less, against failure due to defects in material and manufacture and that it has the capacities and ratings set forth in Company's catalogs and bulletins ("Warranty"). Equipment manufactured by Company that includes required start-up and sold in North America will not be warranted by Company unless Company performs the Equipment startup. Exclusions from this Warranty include damage or failure arising from: wear and tear; corrosion, erosion, deterioration; modifications made by others to the Equipment; repairs or alterations by a party other than Company that adversely affects the stability or reliability of the Equipment; vandalism; neglect; accident; adverse weather or environmental conditions; abuse or improper use; improper installation; commissioning by a party other than Company; unusual physical or electrical or mechanical stress; operation with any accessory, equipment or part not specifically approved by Company; refrigerant not supplied by Company; and/or lack of proper maintenance as recommended by Company. Company shall not be obligated to pay for the cost of lost refrigerant or lost product. Company's obligations and liabilities under this Warranty are limited to furnishing replacement equipment or parts, at its option, FCA (Incoterms 2000) factory or warehouse (f.o.b. factory or warehouse for US domestic purposes) at Company-designated shipping point, freight-allowed to Company's warranty agent's stock location, for all non- conforming Company-manufactured Equipment (which have been returned by Customer to Company). Returns must have prior written approval by Company and are subject to restocking charge where applicable. Equipment, material and/or parts that are not manufactured by Company (“Third-Party Product(s)”) are not warranted by Company and have such warranties as may be extended by the respective manufacturer. CUSTOMER UNDERSTANDS THAT COMPANY IS NOT THE MANUFACTURER OF ANY THIRD-PARTY PRODUCT(S) AND ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS, OR SPECIFICATIONS ARE THOSE OF THE THIRD-PARTY MANUFACTURER, NOT COMPANY AND CUSTOMER IS NOT RELYING ON ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS, OR SPECIFICATIONS REGARDING THE THIRD-PARTY PRODUCT THAT MAY BE PROVIDED BY COMPANY OR ITS AFFILIATES, WHETHER ORAL OR WRITTEN. COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND, INCLUDING WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE.ADDITIONALLY, COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND REGARDING PREVENTING., ELIMINATING, REDUCING OR INHIBITING ANY MOLD, FUNGUS, BACTERIA, VIRUS, MICROBIAL GROWTH, OR ANY OTHER CONTAMINANTS (INCLUDING COVID-19 OR ANY SIMILAR VIRUS) (COLLECTIVELY, “CONTAMINANTS”), WHETHER INVOLVING OR IN CONNECTION WITH EQUIPMENT, ANY COMPONENT THEREOF, SERVICES OR OTHERWISE. IN NO EVENT SHALL COMPANY HAVE ANY LIABILITY FOR THE PREVENTION, ELIMINATION, REDUCTION OR INHIBITION OF THE GROWTH OR SPREAD OF SUCH CONTAMINANTS INVOLVING OR IN CONNECTION WITH ANY EQUIPMENT, THIRD- PARTY PRODUCT, OR ANY COMPONENT THEREOF, SERVICES OR OTHERWISE AND CUSTOMER HEREBY SPECIFICALLY ACKNOWLDGES AND AGREES THERETO. No warranty liability whatsoever shall attach to Company until Customer’s complete order has been paid for in full and Company's liability under this Warranty shall be limited to the purchase price of the Equipment shown to be defective. Additional warranty protection is available on an extra-cost basis and must be in writing and agreed to by an authorized signatory of the Company. EXCEPT FOR COMPANY’S WARRANTY EXPRESSLY SET FORTH HEREIN, COMPANY DOES NOT MAKE, AND HEREBY EXPRESSLY DISCLAIMS, ANY WARRANTIES, EXPRESS OR IMPLIED CONCERNING ITS PRODUCTS, EQUIPMENT OR SERVICES, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF DESIGN, MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE, OR OTHERS THAT ARE ALLEGED TO ARISE FROM COURSE OF DEALING OR TRADE. 9. Indemnity. To the fullest extent permitted by law, Company and Customer shall indemnify, defend and hold harmless each other from any and all claims, actions, costs, expenses, damages and liabilities, including reasonable attorneys' fees, resulting from death or bodily injury or damage to real or personal property, to the extent caused by the negligence or misconduct of their respective employees or other authorized agents in connection with their activities within the scope of this Agreement. Neither party shall indemnify the other against claims, damages, expenses or liabilities to the extent attributable to the acts or omissions of the other party. If the parties are both at fault, the obligation to indemnify shall be proportional to their relative fault. The duty to indemnify will continue in full force and effect, notwithstanding the expiration or early termination hereof, with respect to any claims based on facts or conditions that occurred prior to expiration or termination. 10. Insurance. Upon request, Company will furnish evidence of its standard insurance coverage. If Customer has requested to be named as an additional insured under Company’s insurance policy, Company will do so but only subject to Company’s manuscript additional insured endorsement under its primary Commercial General Liability policies. In no event does Company waive any rights of subrogation. City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 5 of 9 11. Customer Breach. Each of the following events or conditions shall constitute a breach by Customer and shall give Company the right, without an election of remedies, to terminate this Agreement, require payment prior to shipping, or suspend performance by delivery of written notice: (1) Any failure by Customer to pay amounts when due; (2) any general assignment by Customer for the benefit of its creditors, or if Customer becomes bankrupt or insolvent or takes the benefit of any statute for bankrupt or insolvent debtors, or makes or proposes to make any proposal or arrangement with creditors, or if any steps are taken for the winding up or other termination of Customer or the liquidation of its assets, or if a trustee, receiver, or similar person is appointed over any of the assets or interests of Customer; (3) Any representation or warranty furnished by Customer in connection with this Agreement is false or misleading in any material respect when made; or (4) Any failure by Customer to perform or comply with any material provision of this Agreement. Customer shall be liable to the Company for all Equipment furnished and all damages sustained by Company (including lost profit and overhead). 12. Limitation of Liability. NOTWITHSTANDING ANYTHING TO THE CONTRARY, IN NO EVENT SHALL COMPANY BE LIABLE FOR ANY SPECIAL, INCIDENTAL, INDIRECT CONSEQUENTIAL, PUNITIVE, EXEMPLARY DAMAGES (INCLUDING WITHOUT LIMITATION REFRIGERANT LOSS, BUSINESS INTERRUPTION, LOST DATA, LOST REVENUE, LOST PROFITS),OR CONTAMINANTS LIABILITIES, EVEN IF A PARTY HAS BEEN ADVISED OF SUCH POSSIBLE DAMAGES OR IF SAME WERE REASONABLY FORESEEABLE AND REGARDLESS OF WHETHER THE CAUSE OF ACTION IS FRAMED IN CONTRACT, NEGLIGENCE, ANY OTHER TORT, WARRANTY, STRICT LIABILITY, OR PRODUCT LIABILITY. In no event will Company’s liability in connection with the provision of products or services or otherwise under this Agreement exceed the entire amount paid to Company by Customer under this Agreement. 13. CONTAMINANTS LIABILITY The transmission of COVID-19 may occur in a variety of ways and circumstances, many of the aspects of which are currently not known. HVAC systems, products, services and other offerings have not been tested for their effectiveness in reducing the spread of COVID-19, including through the air in closed environments. IN NO EVENT WILL COMPANY BE LIABLE UNDER THIS AGREEMENT OR OTHERWISE FOR ANY INDEMNIFICATION, ACTION, OR CLAIM, WHETHER BASED ON WARRANTY, CONTRACT, TORT OR OTHERWISE, FOR ANY BODILY INJURY (INCLUDING DEATH), DAMAGE TO PROPERTY, OR ANY OTHER LIABILITIES, DAMAGES OR COSTS RELATED TO CONTAMINANTS (INCLUCING THE SPREAD, TRANSMISSION, MITIGATION, ELIMINATION, OR CONTAMINATION THEREOF) (COLLECTIVELY, “CONTAMINANTS LIABILITIES”) AND CUSTOMER HEREBY EXPRESSLY RELEASES COMPANY FROM ANY SUCH CONTAMINANTS LIABILITIES. 14. Nuclear Liability. In the event that the Equipment sold hereunder is to be used in a nuclear facility, Customer will, prior to such use, arrange for insurance or governmental indemnity protecting Company against all liability and hereby releases and agrees to indemnify Company and its suppliers for any nuclear damage, including loss of use, in any manner arising out of a nuclear incident, whether alleged to be due, in whole or in part to the negligence or otherwise of Company or its suppliers. 15. Intellectual Property; Patent Indemnity. Company retains all ownership, license and other rights to all patents, trademarks, copyrights, trade secrets and other intellectual property rights related to the Equipment, and, except for the right to use the Equipment sold, Customer obtains no rights to use any such intellectual property. Company agrees to defend any suit or proceeding brought against Customer so far as such suit or proceeding is solely based upon a claim that the use of the Equipment provided by Company constitutes infringement of any patent of the United States of America, provided Company is promptly notified in writing and given authority, information and assistance for defense of same. Company will, at its option, procure for Customer the right to continue to use said Equipment, or modify it so that it becomes non-infringing, or replace same with non-infringing Equipment, or to remove said Equipment and to refund the purchase price. The foregoing will not be construed to include any Agreement by Company to accept any liability whatsoever in respect to patents for inventions including more than the Equipment furnished hereunder, or in respect of patents for methods and processes to be carried out with the aid of said Equipment. The provision of Equipment by Company does not convey any license, by implication, estoppel, or otherwise, under patent claims covering combinations of said Equipment with other devices or elements. The foregoing states the entire liability of Company with regard to patent infringement. Notwithstanding the provisions of this paragraph, Customer will hold Company harmless against any expense or loss resulting from infringement of patents or trademarks arising from compliance with Customer’s designs or specifications or instructions. 16. Cancellation. Equipment is specially manufactured in response to orders. An order placed with and accepted by Company cannot be delayed, canceled, suspended, or extended except with Company's written consent and upon written terms accepted by Company that will reimburse Company for and indemnify Company against loss and provide Company with a reasonable profit for its materials, time, labor, services, use of facilities and otherwise. Customer will be obligated to accept any Equipment shipped, tendered for delivery or delivered by Company pursuant to the order prior to any agreed delay, cancellation, suspension or extension of the order. Any attempt by Customer to unilaterally revoke, delay or suspend acceptance for any reason whatever after it has agreed to delivery of or accepted any shipment shall constitute a breach of this Agreement. For purposes of this paragraph, acceptance occurs by any waiver of inspection, use or possession of Equipment, payment of the invoice, or any indication of exclusive control exercised by Customer. 17. Invoicing and Payment. Unless otherwise agreed to in writing by Company, equipment shall be invoiced to Customer upon tender of delivery thereof to the carrier. Customer shall pay Company’s invoices within net 30 days of shipment date. Company reserves the right to add to any account outstanding for more than 30 days a service charge equal to the lesser of the maximum allowable legal interest rate or 1.5% of the principal amount due at the end of each month. Customer shall pay all costs (including attorneys’ fees) incurred by Company in attempting to collect amounts due and otherwise enforcing these terms and conditions. If requested, Company will provide appropriate lien waivers upon receipt of payment. Company may at any time decline to ship, make delivery or perform work except upon receipt of cash payment, letter of credit, or security, or upon other terms and conditions satisfactory to Company. Customer agrees that, unless Customer makes payment in advance, Company will have a purchase money security interest in all Equipment to secure payment in full of all amounts due Company and its order for the Equipment, together with these terms and conditions, form a security agreement (as defined by the UCC in the United States and as defined in the Personal Property Security Act in Canada). Customer shall keep the Equipment free of all taxes and encumbrances, shall not remove the Equipment from its original installation point and shall not assign or transfer any interest in the Equipment until all payments due Company have been made. The purchase money security interest granted herein attaches upon Company’s acceptance of Customer’s order and on receipt of the Equipment described in the accepted Proposal but prior to its installation. The parties have no agreement to postpone the time for attachment unless specifically noted in writing on the accepted order. Customer will have no rights of set off against any amounts, which become payable to Company under this Agreement or otherwise. 18. Claims. Company will consider claims for concealed shortages in shipments or rejections due to failure to conform to an order only if such claims or rejections are made in writing within 15 days of delivery and are accompanied by the packing list and, if applicable, the reasons in detail why the Equipment does not conform to Customer’s order. Upon receiving authorization and shipping instructions from authorized personnel of Company, Customer may return rejected Equipment, transportation charges prepaid, for replacement. Company may charge Customer any costs resulting from the testing, handling, and disposition of any Equipment returned by Customer which are not found by Company to be nonconforming. All Equipment damaged during shipment and all claims relating thereto must be made with the freight carrier in accordance with such carrier’s policies and procedures. Claims for Equipment damaged during shipment are not covered under the warranty provision stated herein. 19. Export Laws. The obligation of Company to supply Equipment under this Agreement is subject to the ability of Company to supply such items consistent with applicable laws and regulations of the United States and other governments. Company reserves the right to refuse to enter into or perform any order, and to cancel any order, under this Agreement if Company in its sole discretion determines that performance of the transaction to which such order relates would violate any such applicable law or regulation. Customer will pay all handling and other similar costs from Company’s factories including the costs of freight, insurance, export clearances, import duties and taxes. Customer will be “exporter of record” with respect to any export from the United States of America and will perform all compliance and logistics functions in connection therewith and will also comply with all applicable laws, rules and regulations. Customer understands that Company and/or the Equipment are subject to laws and regulations of the United States of America which may require licensing or authorization for and/or prohibit export, re-export or diversion of Company’s Equipment to certain countries, and agrees it will not knowingly assist or participate in any such diversion or other violation of applicable United States of America laws and regulations. Customer agrees to hold harmless and indemnify Company for any damages resulting to Customer or Company from a breach of this paragraph by Customer. 20. General. Except as provided below, to the maximum extent provided by law, this Agreement is made and shall be interpreted and enforced in accordance with the laws of the state of New York for Equipment shipped to a U.S. location and the laws of the province to which Equipment is shipped within Canada, without regard to its conflict of law principles that might otherwise call for the application of a different state’s or province’s law, and not including the United Nations Convention on Contracts for the International Sale of Goods. Any action or suit arising out of or related to this Agreement must be commenced within one year after the cause of action has accrued. To the extent the Equipment is being used at a site owned and/or operated by any agency of the Federal Government, determination of any substantive issue of law shall be according to the Federal common law of Government contracts as enunciated and applied by Federal judicial bodies and boards of contract appeals of the Federal Government. This Agreement contains all of the agreements, representations and understandings of the parties and supersedes all previous understandings, commitments or agreements, oral or written, related to the subject matter hereof. This Agreement may not be amended, modified or terminated except by a writing signed by the parties hereto. No documents shall be incorporated herein by reference except to the extent Company is a signatory thereon. If any term or condition of this Agreement is invalid, illegal or incapable of being enforced by any rule of law, all other terms and conditions of this Agreement will nevertheless remain in full force and effect as long as the economic or legal substance of the transaction contemplated hereby is not affected in a manner adverse to any party hereto. Customer may not assign, transfer, or convey this Agreement, or any part hereof, or its right, title or interest herein, without the written consent of the Company. Subject to the foregoing, this Agreement shall be binding upon and inure to the benefit of Customer’s permitted successors and assigns. This Agreement may be executed in several counterparts, each of which when executed shall be deemed to be an original, but all together shall constitute but one and the same Agreement. A fully executed facsimile copy hereof or the several counterparts shall suffice as an original. 21. Equal Employment Opportunity/Affirmative Action Clause. Company is a federal contractor that complies fully with Executive Order 11246, as amended, and the applicable regulations contained in 41 C.F.R. Parts 60-1 through 60-60, 29 U.S.C. Section 793 and the applicable regulations contained in 41 C.F.R. Part 60-741; and 38 City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 6 of 9 U.S.C. Section 4212 and the applicable regulations contained in 41 C.F.R. Part 60-250 Executive Order 13496 and Section 29 CFR 471, appendix A to subpart A, regarding the notice of employee rights in the United States and with Canadian Charter of Rights and Freedoms Schedule B to the Canada Act 1982 (U.K.) 1982, c. 11 and applicable Provincial Human Rights Codes and employment law in Canada. 22. U.S. Government Work. The following provision applies only to direct sales by Company to the US Government. The Parties acknowledge that Equipment ordered and delivered under this Agreement are Commercial Items as defined under Part 12 of the Federal Acquisition Regulation (FAR). In particular, Company agrees to be bound only by those Federal contracting clauses that apply to “commercial” suppliers and that are contained in FAR 52.212-5(e)(1). The following provision applies only to indirect sales by Company to the US Government. As a Commercial Item Subcontractor, Company accepts only the following mandatory flow down provisions: 52.219-8; 52.222-26; 52.222-35; 52.222-36; 52.222-39; 52.247-64. If the sale of the Equipment is in connection with a U.S. Government contract, Customer certifies that it has provided and will provide current, accurate, and complete information, representations and certifications to all government officials, including but not limited to the contracting officer and officials of the Small Business Administration, on all matters related to the prime contract, including but not limited to all aspects of its ownership, eligibility, and performance. Anything herein notwithstanding, Company will have no obligations to Customer unless and until Customer provides Company with a true, correct and complete executed copy of the prime contract. Upon request, Customer will provide copies to Company of all requested written communications with any government official related to the prime contract prior to or concurrent with the execution thereof, including but not limited to any communications related to Customer's ownership, eligibility or performance of the prime contract. Customer will obtain written authorization and approval from Company prior to providing any government official any information about Company's performance of the work that is the subject of the Proposal or this Agreement, other than the Proposal or this Agreement. 23. Limited Waiver of Sovereign Immunity. If Customer is an Indian tribe (in the U.S.) or a First Nation or Band Council (in Canada), Customer, whether acting in its capacity as a government, governmental entity, a duly organized corporate entity or otherwise, for itself and for its agents, successors, and assigns: (1) hereby provides this limited waiver of its sovereign immunity as to any damages, claims, lawsuit, or cause of action (herein “Action”) brought against Customer by Company and arising or alleged to arise out of the furnishing by Company of any product or service under this Agreement, whether such Action is based in contract, tort, strict liability, civil liability or any other legal theory; (2) agrees that jurisdiction and venue for any such Action shall be proper and valid (a) if Customer is in the U.S., in any state or United States court located in the state in which Company is performing this Agreement or (b) if Customer is in Canada, in the superior court of the province or territory in which the work was performed; (3) expressly consents to such Action, and waives any objection to jurisdiction or venue; (4) waives any requirement of exhaustion of tribal court or administrative remedies for any Action arising out of or related to this Agreement; and (5) expressly acknowledges and agrees that Company is not subject to the jurisdiction of Customer’s tribal court or any similar tribal forum, that Customer will not bring any action against Company in tribal court, and that Customer will not avail itself of any ruling or direction of the tribal court permitting or directing it to suspend its payment or other obligations under this Agreement. The individual signing on behalf of Customer warrants and represents that such individual is duly authorized to provide this waiver and enter into this Agreement and that this Agreement constitutes the valid and legally binding obligation of Customer, enforceable in accordance with its terms. 1-26.130-4 (0622) Supersedes 1-26.130-4(1221b) City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 7 of 9 SECURITY ADDENDUM This Addendum shall be applicable to the sale, installation and use of Trane equipment and the sale and provision of Trane services. “Trane” shall mean Trane U.S. Inc. for sales and services in the United States, or Trane Canada ULC for sales and services in Canada. 1. Definitions. All terms used in this Addendum shall have the meaning specified in the Agreement unless otherwise defined herein. For the purposes of this Addendum, the following terms are defined as follows: “Customer Data” means Customer account information as related to the Services only and does not include HVAC Machine Data or personal data. Trane does not require, nor shall Customer provide personal data to Trane under the Agreement. Such data is not required for Trane to provide its Equipment and/or Services to the Customer. “Equipment” shall have the meaning set forth in the Agreement. “HVAC Machine Data” means data generated and collected from the product or furnished service without manual entry. HVAC Machine Data is data relating to the physical measurements and operating conditions of a HVAC system, such as but not limited to, temperatures, humidity, pressure, HVAC equipment status. HVAC Machine Data does not include Personal Data and, for the purposes of this agreement, the names of users of Trane’s controls products or hosted applications shall not be Personal Data, if any such user chooses to use his/her name(s) in the created accounts within the controls product (e.g., firstname.lastname@address.com). HVAC Machine Data may be used by Trane: (a) to provide better support services and/or products to users of its products and services; (b) to assess compliance with Trane terms and conditions; (c) for statistical or other analysis of the collective characteristics and behaviors of product and services users; (d) to backup user and other data or information and/or provide remote support and/or restoration; (e) to provide or undertake: engineering analysis; failure analysis; warranty analysis; energy analysis; predictive analysis; service analysis; product usage analysis; and/or other desirable analysis, including, but not limited to, histories or trends of any of the foregoing; and (f) to otherwise understand and respond to the needs of users of the product or furnished service. “Personal Data” means data and/or information that is owned or controlled by Customer, and that names or identifies, or is about a natural person, such as: (i) data that is explicitly defined as a regulated category of data under any data privacy laws applicable to Customer; (ii) non-public personal information (“NPI”) or personal information (“PI”), such as national identification number, passport number, social security number, social insurance number, or driver’s license number; (iii) health or medical information, such as insurance information, medical prognosis, diagnosis information, or genetic information; (iv) financial information, such as a policy number, credit card number, and/or bank account number; (v) personally identifying technical information (whether transmitted or stored in cookies, devices, or otherwise), such as IP address, MAC address, device identifier, International Mobile Equipment Identifier (“IMEI”), or advertising identifier; (vi) biometric information; and/or (vii) sensitive personal data, such as, race, religion, marital status, disability, gender, sexual orientation, geolocation, or mother’s maiden name. “Security Incident” shall refer to (i) a compromise of any network, system, application or data in which Customer Data has been accessed or acquired by an unauthorized third party; (ii) any situation where Trane reasonably suspects that such compromise may have occurred; or (iii) any actual or reasonably suspected unauthorized or illegal Processing, loss, use, disclosure or acquisition of or access to any Customer Data. “Services” shall have the meaning set forth in the Agreement. 2. HVAC Machine Data; Access to Customer Extranet and Third Party Systems. If Customer grants Trane access to HVAC Machine Data via web portals or other non-public websites or extranet services on Customer’s or a third party’s website or system (each, an “Extranet”), Trane will comply with the following: a. Accounts. Trane will ensure that Trane’s personnel use only the Extranet account(s) designated by Customer and will require Trane personnel to keep their access credentials confidential. b. Systems. Trane will access the Extranet only through computing or processing systems or applications running operating systems managed by Trane that include: (i) system network firewalls; (ii) centralized patch management; (iii) operating system appropriate anti-malware software; and (iv) for portable devices, full disk encryption. c. Restrictions. Unless otherwise approved by Customer in writing, Trane will not download, mirror or permanently store any HVAC Machine Data from any Extranet on any medium, including any machines, devices or servers. d. Account Termination. Trane will terminate the account of each of Trane’s personnel in accordance with Trane’s standard practices after any specific Trane personnel who has been authorized to access any Extranet (1) no longer needs access to HVAC Machine Data or (2) no longer qualifies as Trane personnel (e.g., the individual leaves Trane’s employment). e. Third Party Systems. Trane will provide Customer prior notice before it uses any third party system that stores or may otherwise have access to HVAC Machine Data, unless (1) the data is encrypted and (2) the third party system will not have access to the decryption key or unencrypted “plain text” versions of the HVAC Machine Data. 3. Customer Data; Confidentiality. Trane shall keep confidential, and shall not access or use any Customer Data and information that is marked confidential or by its nature is considered confidential (“Customer Confidential Information”) other than for the purpose of providing the Equipment and Services, and will disclose Customer Confidential Information only: (i) to Trane’s employees and agents who have a need to know to perform the Services, (ii) as expressly permitted or instructed by Customer, City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 8 of 9 or (iii) to the minimum extent required to comply with applicable law, provided that Trane (1) provides Customer with prompt written notice prior to any such disclosure, and (2) reasonably cooperate with Customer to limit or prevent such disclosure. 4. Customer Data; Compliance with Laws. Trane agrees to comply with laws, regulations governmental requirements and industry standards and practices relating to Trane’s processing of Customer Confidential Information (collectively, “Laws”). 5. Customer Data; Information Security Management. Trane agrees to establish and maintain an information security and privacy program, consistent with applicable HVAC equipment industry practices that complies with this Addendum and applicable Laws (“Information Security Program”). The Information Security Program shall include appropriate physical, technical and administrative safeguards, including any safeguards and controls agreed by the Parties in writing, sufficient to protect Customer systems, and Customer’s Confidential Information from unauthorized access, destruction, use, modification or disclosure. The Information Security Program shall include appropriate, ongoing training and awareness programs designed to ensure that Trane’s employees and agents, and others acting on Trane’s, behalf are aware of and comply with the Information Security Program’s policies, procedures, and protocols. 6. Monitoring. Trane shall monitor and, at regular intervals consistent with HVAC equipment industry practices, test and evaluate the effectiveness of its Information Security Program. Trane shall evaluate and promptly adjust its Information Security Program in light of the results of the testing and monitoring, any material changes to its operations or business arrangements, or any other facts or circumstances that Trane knows or reasonably should know may have a material impact on the security of Customer Confidential Information, Customer systems and Customer property. 7. Audits. Customer acknowledges and agrees that the Trane SOC2 audit report will be used to satisfy any and all audit/inspection requests/requirements by or on behalf of Customer. Trane will make its SOC2 audit report available to Customer upon request and with a signed nondisclosure agreement. 8. Information Security Contact. Trane’s information security contact is Local Sales Office. 9. Security Incident Management. Trane shall notify Customer after the confirmation of a Security Incident that affects Customer Confidential Information, Customer systems and Customer property. The written notice shall summarize the nature and scope of the Security Incident and the corrective action already taken or planned. 10. Threat and Vulnerability Management. Trane regularly performs vulnerability scans and addresses detected vulnerabilities on a risk basis. Periodically, Trane engages third-parties to perform network vulnerability assessments and penetration testing. Vulnerabilities will be reported in accordance with Trane’s cybersecurity vulnerability reported process. Trane periodically provides security updates and software upgrades. 11. Security Training and Awareness. New employees are required to complete security training as part of the new hire process and receive annual and targeted training (as needed and appropriate to their role) thereafter to help maintain compliance with Security Policies, as well as other corporate policies, such as the Trane Code of Conduct. This includes requiring Trane employees to annually re-acknowledge the Code of Conduct and other Trane policies as appropriate. Trane conducts periodic security awareness campaigns to educate personnel about their responsibilities and provide guidance to create and maintain a secure workplace. 12. Secure Disposal Policies. Policies, processes, and procedures regarding the disposal of tangible and intangible property containing Customer Confidential Information so that wherever possible, Customer Confidential Information cannot be practicably read or reconstructed. 13. Logical Access Controls. Trane employs internal monitoring and logging technology to help detect and prevent unauthorized access attempts to Trane’s corporate networks and production systems. Trane’s monitoring includes a review of changes affecting systems’ handling authentication, authorization, and auditing, and privileged access to Trane production systems. Trane uses the principle of “least privilege” (meaning access denied unless specifically granted) for access to customer data. 14. Contingency Planning/Disaster Recovery. Trane will implement policies and procedures required to respond to an emergency or other occurrence (i.e. fire, vandalism, system failure, natural disaster) that could damage Customer Data or any system that contains Customer Data. Procedures include the following (i) data backups; and (ii) formal disaster recovery plan. Such disaster recovery plan is tested at least annually. 15. Return of Customer Data. If Trane is responsible for storing or receiving Customer Data, Trane shall, at Customer’s sole discretion, deliver Customer Data to Customer in its preferred format within a commercially reasonable period of time following the expiration or earlier termination of the Agreement or, such earlier time as Customer requests, securely destroy or render unreadable or undecipherable each and every original and copy in every media of all Customer’s Data in Trane’s possession, custody or control no later than [90 days] after receipt of Customer’s written instructions directing Trane to delete the Customer Data. City of Clearwater - MSB - AHU-02 July 16, 2024 Equipment Proposal Page 9 of 9 16. Background checks Trane shall take reasonable steps to ensure the reliability of its employees or other personnel having access to the Customer Data, including the conducting of appropriate background and/or verification checks in accordance with Trane policies. 17. DISCLAIMER OF WARRANTIES. EXCEPT FOR ANY APPLICABLE WARRANTIES IN THE AGREEMENT, THE SERVICES ARE PROVIDED "AS IS", WITH ALL FAULTS, AND THE ENTIRE RISK AS TO SATISFACTORY QUALITY, PERFORMANCE, ACCURACY AND EFFORT AS TO SUCH SERVICES SHALL BE WITH CUSTOMER. TRANE DISCLAIMS ANY AND ALL OTHER EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES WITH RESPECT TO THE SERVICES AND THE SERVICES PROVIDED HEREUNDER, INCLUDING ANY EXPRESS OR IMPLIED WARRANTY OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR THAT THE SERVICES WILL OPERATE ERROR-FREE OR UNINTERRUPTED OR RETURN/RESPONSE TO INQUIRIES WITHIN ANY SPECIFIC PERIOD OF TIME. November 2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0981 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement between Pinellas County and the City of Clearwater regarding the installation and maintenance of traffic signal cabinet art and authorize the appropriate officials to execute same. (consent) SUMMARY: The Clearwater Arts Alliance (CAA) in collaboration with the City have installed art wraps on over 40 traffic signal cabinets in the City of Clearwater. The CAA, as part of its continuing mission is to advocate for and promote public art in Clearwater. CAA began engaging local artists to provide images for installation on traffic signal boxes in Clearwater beginning in 2016. The CAA coordinates this process by overseeing a call to artists to provide the artwork and acts in cooperation with neighborhoods to select themes or artists that neighborhoods can connect to. Additionally, the CAA helps secure funding to pay for the artist and installation. This Interlocal Agreement between Pinellas County and the City of Clearwater will allow staff to install and maintain traffic signal cabinet art on traffic boxes that are controlled by Pinellas County and is required to be approved prior to staff being able to seek permission from the Florida Department of Transportation to install and maintain traffic signal art on traffic signal cabinets on state routes or roads. There is no cost associated with this agreement. The Interlocal Agreement includes an indemnity clause, which is required to come to City Council for review and approval. APPROPRIATION CODE AND AMOUNT: N/A STRATEGIC PRIORITY: Objective 3.1 - Support neighborhood identity through services and programs that empower community pride and belonging. Page 1 City of Clearwater Printed on 9/10/2024 1 INTERLOCAL AGREEMENT FOR THE INSTALLATION AND MAINTENANCE OF TRAFFIC SIGNAL CABINET ART THIS AGREEMENT, made by and between Pinellas County, a political subdivision of the State of Florida (“County”), and the City of Clearwater, a municipal corporation of the State of Florida (“City”), collectively “Parties”. RECITALS: WHEREAS this Agreement is made and entered between the Parties pursuant to Section 163.01, Florida Statutes, the “Florida Interlocal Cooperation Act of 1969;” and WHEREAS the County recognizes that public art enhances quality of life for residents and visitors while supporting and promotion Pinellas County as an arts destination; and WHEREAS in furtherance thereof, the County has established a public arts program which includes, but is not limited to, the selection and installation of vinyl traffic signal cabinet wraps upon County owned and maintained traffic signal cabinets; and WHEREAS the City has established a public arts program which includes, but is not limited to, the selection and installation of vinyl traffic signal cabinet wraps upon City owned and maintained traffic signal cabinets; and WHEREAS, said vinyl wraps have been positively received by the community and have seemingly deterred vandalism to the underlying infrastructure; and WHEREAS the Parties recognize that the deterrent of vandalism to the County’s infrastructure within the City is of mutual benefit to the Parties; and WHEREAS the County owns, controls and/or maintains traffic signal cabinets (“Cabinets”) on certain County and State roads within the Municipality, upon which the Parties wish to place artistic vinyl traffic signal cabinet wraps (“Art”); and WHEREAS the Parties recognize and agree that the Art installed pursuant to this Agreement constitute “government speech” of the Parties. The City, in its sole 2 discretion determines which Cabinets are appropriate for Art and what Art the City wishes to display and provides the proposed locations and art to the County for approval or rejection; and WHEREAS the City accepts responsibility for the placement, maintenance, and removal of any Art approved by the County and installed pursuant to this Agreement. NOW THEREFORE, in consideration of the mutual covenants and agreements contained herein, it is hereby agreed by and between the Parties as follows: SECTION 1 COUNTY’S COMMITMENT 1. The County hereby agrees that the City can install or have a contractor install County-approved Art on County approved Cabinets located within the Municipality. 2. The County, through its Director of Public Works, or designee, will, upon the City’s request and in the County’s sole discretion, determine which Cabinets are suitable for wrapping. The County will make this determination within thirty (30) days of the City’s request made pursuant to Section 2 below. 3. The County, through its Director of Public Works, or designee, will, upon the City’s request and in the County’s sole discretion, approve all Art prior to it being placed or installed pursuant to this Agreement. The County will approve or reject proposed Art within thirty (30) days of submission of proofs by the City pursuant to Section 2 below. 4. The County will continue to maintain its right-of-way and infrastructure as it did prior to the effective date of this Agreement. 3 SECTION 2 CITY’S COMMITMENT 1. City will identify which Cabinets within the City’s municipal limits the City desires to place Art and will request the County, through its Director of Public Works, identify whether or not the Cabinets are appropriate for Art. 2. The City will notify the County of the traffic signal cabinets upon which the City desires to place Art but will not place Art until the County has identified appropriate Cabinets which the City may use pursuant to this Agreement. 3. If Art is not placed upon an identified and approved Cabinet within three (3) months of Cabinet approval by the County, the City will confirm with the County that the Cabinet remains suitable for Art. 4. The City will not submit proposed Art to the County until after the Art has been approved by the City and the City has determined that installation of such Art on designated Cabinets is suitable for the community where the Art is being placed. 5. The City must comply with all ordinances of Pinellas County relating to public art and design. Notwithstanding contrary provisions in the Pinellas County Code, as may be amended, the City will maintain all Art installed pursuant to this Agreement. 6. All proposed Art must comply with the Traffic Signal Cabinet Wrap Directives attached hereto as Exhibit A. 7. Upon approval by the County pursuant to Section 1, and with at least ten (10) days’ notice to the County, the City may install, or have a contractor install on its behalf, the Art on approved cabinets. 8. Upon completion of the Art installation, the City must notify the County. 9. To the extent any permits or permissions are required from any local, state, or federal agencies, other than the County, the City must obtain the requisite permits and permissions. 10. As part of the permit responsibilities, a Maintenance of Traffic Plan will be required if any part of any bike lane, sidewalk or travel lane is to be closed for the installation, maintenance or removal of the wrap. 4 11. After installation, the City must maintain the Art in a reasonable condition – although minimal wear and tear from the natural elements is acceptable, the Art must, generally, remain in its original condition. If any Art is vandalized or otherwise damaged, within fifteen days of receipt of notice from the County, or other notice made directly to the City, the City must, at its discretion, either (a) restore the Art to its pre-damage condition or (b) remove the Art and restore the Cabinet to the condition that it was in immediately prior to Art installation; the County may extend this fifteen (15) day deadline upon request and in its sole discretion. Pending restoration or removal, the City may, and upon the County’s request, must cover any damage on the Art. 12. Any agreement the City enters into regarding Art to be designed and installed pursuant to this Agreement must recognize and accept the County’s rights pursuant hereto. 13. During the term of this Agreement, any contractors or subcontractors hired by the City, for the installation and maintenance of the Project, must provide and maintain the following type of insurance with companies meeting the qualifications below: A. Comprehensive General Liability Insurance including, but not limited to, Independent Contractor, Contractual, Premises/Operations, Products/Completed Operations, Explosion, Collapse and Underground and Personal Injury covering the liability assumed under indemnification provisions of this License, with limits of liability for personal injury and/or bodily injury, including death and, property damage of not less than $1,000,000 per occurrence and $2,000,000 aggregate limit. Coverage must be on an occurrence basis, and the policy must include Broad Form Property Damage coverage, and Fire Legal Liability of not less than $50,000, per occurrence, unless otherwise stated by exception herein. B. Workers Compensation must be provided at limits no less than those required by law; Employers’ Liability Insurance of not less than $500,000 for each accident. C. Any insurance company providing the required coverages above must have a Best’s rating of at least A- VIII. D. Insurance coverage must be primary and non-contributory. 5 E. To the extent permitted by law, all policies providing liability coverage(s), other than professional liability and workers compensation policies, obtained by the Contractor and any subcontractors to meet the requirements of this Agreement must be endorsed to include Pinellas County, a Political Subdivision of the State of Florida and the City of Clearwater as primary, non-contributory. Additional Insureds indicating coverage on certificate boxes is not adequate. A copy of the actual endorsement or policy declaration page indicating such coverage must be submitted along with Certificate. F. Insurance policies, other than Professional Liability, must include waivers of subrogation in favor of Pinellas County, and the City of Clearwater from the contractor and subcontractor(s). Indicating such coverage on certificate is not adequate. A copy of the actual endorsement or policy declaration page indicating such coverage must be submitted along with Certificate. 14. The City will cause any third-party contractor to indemnify, hold harmless, pay on behalf of, defend and pay the costs of defense of the County, its officers, employees, and agents from and against all claims, damages, losses, and expenses, arising out of or resulting from the construction, installation, placement, or maintenance of Art by or on behalf of the City pursuant to this Agreement. The City must additionally indemnify, hold harmless, and pay the costs of defense of the County, its officers, employees and agents from any and all claims, damages, losses and expenses, arising out of or resulting from the City’s negligence in the City’s obligations contained herein. Costs of defense includes reasonable attorney’s fees should the County deem it necessary to retain outside counsel due to the nature of the claim, or, should the County deem it appropriate to use in-house attorneys as per its usual course, costs of defense is limited to actual costs, excluding attorney’s fees. The County and City are fully responsible for their own acts of negligence and their respective agents’ acts of negligence, when such agents are acting within the scope of their employment; and may be liable for any damages resulting from said negligence to the extent permitted by Section 768.28 Florida Statutes. Nothing herein should be construed as a waiver of any 6 immunity from or limitation of liability that the County or City may be entitled to under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. 15. The City releases and holds the County harmless for any damage to the Project resulting from the County’s right-of-way and Cabinet maintenance. 16. The City is responsible for final inspection of the signal cabinet wrap, confirming equipment is in operational condition and ensuring all necessary identification and warning markings are present and up to standards after the artwork is applied. 17. Any contract entered into by the City in furtherance of the activities permitted by this Agreement must contain the following indemnification language: “The Contractor agrees to indemnify, hold harmless, pay on behalf of, defend Pinellas County, its officers, agents, and employees, and pay the costs of defense of Pinellas County and its agents and employees from and against all claims, damages, losses, and expenses arising out of or resulting from the Contractor’s actions undertaken pursuant to this Agreement. The duty to defend under this paragraph is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, the County, and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the Contractor. The Contractor's obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations.” SECTION 3 TERM, TERMINATION AND DEFAULT 1. Unless otherwise terminated, this Agreement will remain in effect for seven (7) years. 2. Either Party may terminate this Agreement upon thirty (30) days’ notice to the other Party. 7 3. Should the City fail to comply with any requirements of Section 2, it will be in default. Upon the provision of written notice by the County, the City will have fifteen (15) days to cure, unless the County extends the time, for good cause shown by the City. If the City fails to cure a default within the time allowed pursuant to this Agreement, it will be in default and the County may terminate this agreement with five (5) days written notice. 4. Unless the County notifies the City, in writing at least thirty (30) days, or in the case of default – five (5) days, prior to the termination of this Agreement that the County will assume ownership and maintenance of certain Art, the City must remove all Art installed pursuant hereto and restore the Cabinets as required herein. 5. Should the City Agency fail to remove all Art in accordance with the preceding paragraph, the County may do so and bill the City for the cost of removal, which the City must promptly pay in no more than thirty (30) days after receipt of invoice. SECTION 4 EFFECTIVE DATE This Agreement will take effect immediately upon filing with the Clerk of the Circuit Court in Pinellas County in accordance with the Florida Statutes, Section 163.01(11) and continues in full force and effect until terminated. SECTION 5 AMENDMENT OR MODIFICATION 1. This Agreement, including the exhibit hereto, constitutes the entire agreement between the Parties. Any prior understanding or representation of any kind preceding the date of this Agreement and not expressly incorporated herein will not be binding on either Party. 2. This Agreement may only be amended by written instrument executed with the same formality as this Agreement and may be extended by written instrument executed by the proper authorities for the Parties. SECTION 6 AMENDMENT OR MODIFICATION 1. If any word, clause, sentence, or paragraph of this Agreement is held invalid, the remainder of this Agreement will remain in full force. 8 2. This Agreement is to be construed in accordance with the laws of the State of Florida and venue for any action brought pursuant hereto is in Pinellas County. 3. Nothing herein creates any third-party beneficiary rights in any person not a party to this Agreement. 4. All notices and submittals required by law and by this Agreement to be given by one (1) party to the other must be in writing and sent to the following respective addresses: COUNTY: Tom Washburn Public Works Department 22211 U.S. Highway 19 North Clearwater, Florida 33765 phone: 727-464-8804 email: Twashburn@pinellas.gov CITY: Amber Brice Office of the City Manager, Arts & Cultural Affairs Manger 600 Cleveland Street #600 Clearwater, Florida 33755 phone: 727-444-7569 email: amber.brice@myclearwater.com Either party may designate alternative contact information by providing written notice to other party at any time. 1. Both Parties acknowledge that the records relating to this Agreement and the carrying out of the obligations hereunder are subject to the provisions of Florida Statutes, Chapter 119. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 9 IN WITNESS WHEREOF, the parties hereto, or their lawful representatives have executed this Agreement on the date of the last signature as set forth below. CITY OF CLEARWATER, FLORIDA Countersigned: __________________________ ________________________ Jennifer Poirrier Bruce Rector City Manager Mayor Approved as to form: Attest: ___________________________ _________________________ David Margolis Rosemarie Call City Attorney City Clerk PINELLAS COUNTY, a political subdivision of the State of Florida, acting by and through its County Administrator By: _______________________________ Joe Lauro, Director of Admin Services Date: _____________________________ PCAO 480507 Revised: 03.26.24 1 Exhibit A TRAFFIC SIGNAL CABINET WRAP DIRECTIVE Participating City or Agency is responsible for the following: A. Identifying to the Program Manager intersection cross streets of the requested traffic signal cabinet and simultaneously submitting suggested artwork for the vinyl wrap. Both traffic signal cabinets and specific traffic signal cabinet wraps must be approved by Pinellas County prior to the wrapping of the cabinet. Final selection of artwork will be made by Pinellas County and to the extent multiple submissions of artwork are received by the participating City or Agency, all artwork so submitted must be given to Pinellas County for final review and selection. B. Submitting to the Program Manager prior to final selection, proofs of artwork which is not copyrighted. 1 Artwork may not display text or contain words or alpha-numeric characters. Artwork that is deemed as offensive, commercial, religious, political, or distracting in design or nature will be excluded from consideration. Nothing that resembles a traffic sign is allowed. 2 Notwithstanding the general prohibition regarding text, words or alpha-numeric characters, the artist’s insignia, name of artwork and year created, along with the statement “Created by Pinellas County Artist” are permitted to be printed on the vinyl wrap as part of the artwork. The County, City and/or Agency logo may also be included. The verbiage must not be visible from the road to avoid distraction to road users. C. Coordinating the wrapping of the traffic signal cabinet with an approved vendor and ensuring that all vents, doors, keyholes, and latches are unobstructed. Photocell windows must remain uncovered. All identification, contact numbers, warning labels and official stickers must remain visible or installed by a county official during the wrapping process upon request and coordination. Installed wraps will be inspected and corrected by vendor if install does not pass inspection within a timeline acceptable to the county; if necessary to ensure proper functioning of the traffic signal cabinet, the County may make emergency modifications, including, but not limited to cutting vents. Revised: 03.26.24 2 D. Ensuring that wraps are professionally printed by a vendor approved by the County and printed on an adhesive vinyl material that is weatherproof (recommended: 3M IJ180CV3 Graphic Film with UV protection laminate). E. Providing photographs of the completed wrapped traffic signal cabinet to the Program Manager and permitting unrestricted use by the County, including, but not limited to on the County website, social media, digital media and presentations. Standard Traffic Signal Cabinet Dimensions: Please note that traffic signal cabinet dimensions vary based on cabinet type and adjacent cabinet(s), such as the Uninterruptible Power Service (UPS) cabinet. Each individual cabinet must be properly measured by the participating agency and the approved vendor before the vinyl wrap is ordered or purchased. Consider that there are four sides to the main traffic signal cabinet, and that the large side generally faces traffic. Each side may be its own creative concept, or it can all be a part of one larger design. When the traffic signal cabinet is wrapped, all vents, doors and latches are to remain unobstructed. All identification and contact numbers must remain visible. All warning labels must remain visible. Installed wraps will be inspected. *Note: The illustration above is that of a standard traffic signal cabinet that is only to be used for reference. Traffic signal cabinet dimensions and adjacent cabinet(s) vary based on cabinet type. Taking measurements of the selected traffic signal cabinet(s) in the field is required by the participating City or Agency and the approved vendor to enable proper install. 76” Height 44” Width Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1174 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement between the City of Clearwater and the Community Redevelopment Agency (CRA) to provide staffing and administrative services for the CRA, in an amount not to exceed $1,060,401.00 and authorize the appreciate officials to execute same. (consent) SUMMARY: The City Council recognized the need for a dedicated focus on downtown redevelopment through the establishment of the Community Redevelopment Agency as an independent department in 2016. The Clearwater Downtown Redevelopment Plan established that funds received by the CRA through Tax Increment for certain redevelopment activities. The North Greenwood Community Redevelopment Area Plan acknowledges that the staff who administer the Downtown CRA will also administer the implementation of the North Greenwood Community Redevelopment Agency Area Plan. As per Section 163.387, Florida Statutes allows that money in the redevelopment trust fund may be used to support the activities for the for the Community Redevelopment Agency, including providing for staff. The total salary for the CRA staff is $1,016,359.00 for FY2024-2025: ·Internal Services $44,042.00 ·North Greenwood CRA $91,558.00 ·Downtown CRA $924,801.00 APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 2.1 Strengthen public-private initiatives that attract, develop, and retain diversified business sector. 3.2 Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 9/10/2024 INTERLOCAL AGREEMENT This Interlocal Agreement is made and entered into this ________ day of _____________, 2024 by and between the Community Redevelopment Agency of the City of Clearwater, Florida (CRA), a redevelopment agency established pursuant to law, and the City of Clearwater (CITY), a municipal corporation of the State of Florida. WHEREAS, this Agreement is made and entered between the parties pursuant to Section 163.01, Florida Statutes, the “Florida Interlocal Cooperation Act of 1969”; and WHEREAS, on May 16, 2016, the Community Redevelopment Agency approved the City Manager’s hiring of a CRA Director as a City employee; and WHEREAS, the City will provide additional staff to assist the CRA director, for which the CRA agrees to reimburse the City; and WHEREAS, Section 163.387, Florida Statutes, allows that moneys in the redevelopment trust fund may be expended from time to time for undertakings of a community redevelopment agency, including providing for staff, as described in the community redevelopment plan; and WHEREAS, the Clearwater Downtown Redevelopment Plan establishes that funds received by the CRA through the use of Tax Increment Financing (TIF) may be used for certain redevelopment activities; and WHEREAS, the CRA wishes to enter into an Interlocal Agreement with the City for the City to provide staff to the CRA and outlining the scope of services and responsibilities of the parties. NOW THEREFORE, in consideration of the covenants made by each party to the other and of the mutual advantages to be realized by the parties hereto, the CRA and the CITY agree as follows: Section 1. Term. This Interlocal Agreement will be effective starting October 1, 2024 and will remain in effect unless terminated by either one of the parties. Section 2. Intent. It is the intent of the parties that the TIF funds paid to the CITY by the CRA pursuant to Section 163.387(6)(a), Florida Statutes, be used to provide the following staff in support of the CRA: A. Pay the salary and benefits for the CRA Director for the Fiscal Year 2024/2025 This amount may increase annually and is subject to approval in the CRA budget each year. INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 2 B. Provide for the salary and benefits of additional full-time, part-time and temporary CRA staff that are subject to approval in the CRA budget each year. Section 3. Responsibilities of the CRA Function: Provide TIF funding in the total amount not to exceed $1,060,401 for the contract year, said funds to be utilized by the City will be allocated in the following manner: A. An amount not to exceed $1,016,359 to pay the salary and benefits for CRA staff B. $44,042 to pay for City Internal Services These amounts are subject to adjustment and approval in the CRA budget each year. Section 4. Responsibilities of the CITY Scope of Duties: The services that the CITY will provide will be carried out by the City Manager. These services are: A. Provide staffing, Information Technology services, telephone services, Legal services, City Clerk services and other general services and office space in for the CRA. Adopt operational policies necessary to support the work of the CRA. Section 5. Notice. Sixty (60) days notice by either party to the other pursuant to the Interlocal Agreement shall be given in writing and hand-delivered or mailed as follows: Clearwater Community Redevelopment Agency Attn: CRA Executive Director PO BOX 4748 Clearwater, Florida 33758 Telephone: (727) 562-4039 City of Clearwater Attn: City Manager PO BOX 4748 Clearwater, Florida 33758 Telephone: (727) 562-4040 Section 6. Entire Agreement. This document embodies the whole Agreement of the parties. There are no promises, terms, conditions or INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 3 allegations other than those contained herein. This Agreement shall be binding on the parties, their successors, assigns and legal representatives. Section 7. Indemnification. The CRA and the CITY agree to be fully responsible for their own acts of negligence, or their respective agents’ acts of negligence when acting within the scope of their employment and agree to be liable for any damages resulting from said negligence only to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity from or limitation from liability that the CRA and the CITY are entitled to under the doctrine of sovereign immunity (Section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the CRA or the CITY to be sued by third parties in any manner arising out of this Agreement. Section 8. Filing Effective Date. As required by Section 163.01(11), Florida Statutes, the Interlocal Agreement shall be filed with the Clerk of the Circuit Court of Pinellas County after execution by the parties, and shall take effect upon the date of filing. IN WITNESS WHEREOF, the parties hereto, or their law representatives, have executed this agreement as the date first above written. COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: _________________________ Bruce Rector, Chairperson Approved as to form: Attest: ____________________________ _______________________________ David Margolis Rosemarie Call CRA Attorney City Clerk INTERLOCAL AGREEMENT TO PROVIDE STAFF, EQUIPMENT AND OFFICE SPACE TO CRA 4 Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By:_________________________ Bruce Rector. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ _______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9792-24 2nd rdg Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9792-24 on second reading, declaring the millage rate to be levied for the fiscal year beginning October 1, 2024 and ending September 30, 2025, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.8850 mills, which is a 6.81% increase from the rolled back rate of 5.5099 mills. SUMMARY: In accordance with Chapter 200 of the Florida Statutes, which defines requirements for the Determination of Millage and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt a final millage rate for the new fiscal year. The adoption of this ordinance to establish the millage rate and the two related budget ordinances are an integral part of fulfilling these requirements. The City Council set a tentative millage rate of 5.8850 mills on July 15, 2024, which is the rate that appeared on the TRIM notices mailed to taxpayers in August. The millage rate of 5.8850 mills represents a 6.81% increase from the rolled back rate of 5.5099 mills. Ordinance 9792-24 is presented in order to adopt the millage rate of 5.8850 mills to support the operating and capital improvement budgets for the 2024/25 fiscal year. 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 9/10/2024 Ordinance No. 9792-24 MILLAGE ORDINANCE ORDINANCE NO. 9792-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, DECLARING THE MILLAGE RATE TO BE LEVIED FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2024, AND ENDING SEPTEMBER 30, 2025, FOR OPERATING PURPOSES INCLUDING THE FUNDING OF PENSIONS, DEBT SERVICE, AND ROAD MAINTENANCE FOR CAPITAL IMPROVEMENT EXPENDITURES AT 5.8850 MILLS; PROVIDING AN EFFECTIVE DATE. THE LEVY OF 5.8850 MILLS CONSTITUTES A 6.81% INCREASE FROM THE ROLLED BACK RATE OF 5.5099 MILLS. WHEREAS, the estimated revenue to be received by the City for the fiscal year beginning October 1, 2024, and ending September 30, 2025, from ad valorem taxes is $104,309,360; and WHEREAS, based upon the taxable value provided by the Pinellas County Property Appraiser, 5.8850 mills are necessary to generate $104,309,360; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. It is hereby determined that a tax of 5.8850 mills against the non-exempt real and personal property within the City is necessary to raise the sums to be appropriated for operation purposes, including pensions, debt service, and road capital improvement projects, for the fiscal year beginning October 1, 2024. Section 2. The levy of 5.8850 mills constitutes a 6.81% increase from the rolled back rate. Section 3. This ordinance shall take effect October 1, 2024. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ________________________________ Bruce Rector Mayor Approved as to form: Attest: _____________________________ _________________________________ David Margolis Rosemarie Call City Attorney City Clerk |1CITY OF CLEARWATERmyclearwater.com Annual Operating & Capital Improvement Budget Fiscal Year 2024/25 |2CITY OF CLEARWATER Total Budget (All City Operations) Amended FY 2023/24 Proposed FY 2024/25 % Inc/(Dec) Operating Funds $584,516,802 $600,682,997 3% Capital Funds $160,836,802 $152,838,700 (5%) Total - All Funds $745,353,604 $753,521,697 1% |3CITY OF CLEARWATER All Funds Fund Amended FY 2023/24 Proposed FY 2024/25 Increase/ (Decrease) General Fund 203,208,415 226,606,480 12% Utility Funds 224,302,937 214,623,190 (4%) Enterprise Funds 31,089,511 48,774,190 57% Internal Service Funds 83,319,622 87,294,240 5% Special Revenue Funds 42,596,317 23,384,897 (45%) Capital Fund 160,836,802 152,838,700 (5%) |4CITY OF CLEARWATER $0 $3 $6 $9 $12 $15 $18 $21 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024 $8.2 $8.7 $10.2 $11.9 $13.4 $16.9 $18.5 Taxable Property Values Billion |5CITY OF CLEARWATER Millage Rate •A “mill” is the property tax levy of $1 per $1,000 of taxable property value •Current Millage Rate 5.8850 mills •Proposed Millage Rate 5.8850 mills • (6.81% greater than rolled-back rate) •The rolled-back rate is the millage rate that will provide the same revenues as prior year if applied to the current tax roll (after adjusting for new construction) •Rolled-back Rate 5.5099 mills |6CITY OF CLEARWATER $0 $15 $30 $45 $60 $75 $90 $105 $40.8 $46.6 $63.8 $71.9 $85.0 $95.2 $104.3 Ad Valorem Tax Revenues Million |7CITY OF CLEARWATER General Fund Revenues Source Amended FY 23/24 Proposed FY 24/25 Inc/(Dec) Ad Valorem Tax $90,683,430 $99,346,030 10% Utility Taxes 18,655,000 20,693,870 11% Other Taxes 6,300,000 6,160,000 (2%) Franchise Fees 11,220,000 12,600,000 12% Intergovernmental 29,859,340 32,331,010 8% Charges for Service 17,368,355 18,479,320 6% Transfers In 13,371,387 15,030,410 12% All Other Revenue 12,036,520 13,665,840 14% Transfer (to)/from Surplus 3,714,383 8,300,000 TOTAL $203,208,415 $226,606,480 12% |8CITY OF CLEARWATER General Fund Expenditures Department Amended FY 23/24 Proposed FY 24/25 Inc/(Dec) Police $57,203,994 $58,679,490 3% Fire 35,448,742 35,817,579 1% Parks & Recreation 45,609,955 56,857,045 25% Library 9,391,098 10,090,842 7% Planning & Development 8,875,995 9,434,077 6% Public Works 15,051,391 17,975,099 19% Non-Departmental 13,599,025 18,799,898 38% All Other Departments 18,028,215 18,952,450 5% TOTAL $203,208,415 $226,606,480 12% |9CITY OF CLEARWATER General Fund - By Category Personnel 58.5% Operating 15%Internal Service 11% Interfund Transfers 14% Debt and Capital 1.5% $226.6 Million |10CITY OF CLEARWATER 1,709.7 1,790.3 1,834.6 1,840.0 1,877.8 1,886.7 1,904.3 0.0 200.0 400.0 600.0 800.0 1,000.0 1,200.0 1,400.0 1,600.0 1,800.0 2,000.0 Other Funds General Fund Full Time Equivalent Positions (All Funds) |11CITY OF CLEARWATER Capital Improvement Fund Utility Operations 37% General Government 32%Internal Service 9% Small Enterprise 22% $152.8 Million |12CITY OF CLEARWATER Capital Projects •Long Center Natatorium •Asset Management Software Implementation •North Ward Renovation •Police Range Repair & Replacement •Countryside Pickleball •Sports Lighting Retrofit •City Shorelines •Gotham Development Agreement – Parking •Beach Marina Parking Garage |13CITY OF CLEARWATER Homesteaded Property Save Our Homes Cap – 3.0% 2023 2024 Increase Taxable Value $100,000 $103,000 $3,000 City Taxes $588.50 $606.16 $17.66 Taxable Value City Taxes Daily Rate $250,000 $1,471.25 $4.03/Day 2025 Tax Example |14CITY OF CLEARWATER Where your property taxes go - 30% 30% 31% 9%School Board Pinellas County Clearwater Other Agencies |15CITY OF CLEARWATER Fiscal Year 24/25 Budget •Preliminary Presentation, Approved Tentative Millage Rate – July 15, 2024 •Special Work Session – August 14, 2024 Public Hearings •Wednesday, September 4 – 6 pm •Tuesday, September 17 – 6 pm |16CITY OF CLEARWATERmyclearwater.com Annual Operating & Capital Improvement Budget Fiscal Year 2024/25 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9793-24 2nd rdg Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 5.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9793-24 on second reading, adopting an operating budget for the fiscal year beginning October 1, 2024 and ending September 30, 2025; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Code of Ordinances. SUMMARY: In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt the budget. The adoption of this ordinance and the related ordinances adopting the 2024/25 millage rate and the Capital Improvement Budget are an integral part of fulfilling these requirements. On June 28, 2024, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2024/25 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 15, 2024, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 14, 2024, for Council discussion of the proposed budget. The following changes have been made to the preliminary operating budget and are included in the ordinance for adoption of the fiscal year 2024/25 operating budget. In the General Fund: ·Revenues are adjusted, netting to zero, to account for revenues in the correct categories. ·Expenditures are adjusted, netting to zero, decreasing the City Manager’s Office budget by $361,047 to transfer the Neighborhoods Division to Public Communications. In the Water & Sewer Fund: ·Revenues are adjusted to recognize the use of fund reserves/equity of $3,053,470 necessary to balance the budget. ·Expenditures are adjusted, increasing the Wastewater Collection program by $7,811,880 to account for transfers to the capital improvement fund for the Ft. Harrison Improvements and Public Works Complex 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 9/10/2024 Ordinance No. 9793-24 OPERATING BUDGET ORDINANCE ORDINANCE NO. 9793-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING AN OPERATING BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2024, AND ENDING SEPTEMBER 30, 2025; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE SERVICE PROGRAMS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONIES AND PROGRAMS AMONG THE DEPARTMENTS AND ACTIVITIES WITHIN ANY FUND AS PROVIDED BY CHAPTER 2 OF THE CLEARWATER CODE OF ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted an estimate of the expenditures necessary to carry on the City government for the fiscal year beginning October 1, 2024, and ending September 30, 2025; and WHEREAS, an estimate of the revenues to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the operating budget, and notice of the times and places where copies of the budget message and operating budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing on September 4, 2024, upon said budget and tax levy; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Pursuant to the City Manager's Annual Budget Report for the fiscal year beginning October 1, 2024, and ending September 30, 2025, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the operation of the City, a copy of which is attached as Exhibit A, and a summary of which is attached as Exhibit B. Ordinance No. 9793-24 Section 2. The budget as adopted shall stand and be the budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 3. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the service programs authorized by the adoption of this budget. Section 4. The City Manager is authorized for reasons of economy or efficiency to transfer part or all of any unencumbered appropriation balance among programs within an operating fund, provided such action does not result in the discontinuance of a program. Section 5. It is the intent of the City Council that this budget, including amendments thereto, is adopted to permit the legal appropriation and encumbering of funds for the purposes set forth in the budget. All appropriated and encumbered but unexpended funds at the end of the fiscal year may be expended during the subsequent fiscal year for the purposes for which they were appropriated and encumbered. It shall be necessary to appropriate funds in the budget for the subsequent fiscal year to cover valid open encumbrances outstanding as of the end of the current fiscal year. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2024. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ________________________________ Bruce Rector Mayor Approved as to form: Attest: ______________________________ ________________________________ David Margolis Rosemarie Call City Attorney City Clerk Page 1 Special Special Other Housing Total General Development Program Assistance Trust Governmental GOVERNMENTAL FUNDS Fund Fund Fund Funds Funds Balances Brought Forward 56,214,574 12,941,196 21,597,854 3,318,354 94,071,978 Budgeted Revenues Ad Valorem Taxes 99,346,030 4,963,330 104,309,360 Utility Taxes 20,693,870 20,693,870 Local Option, Fuel & Other Taxes 6,160,000 18,013,050 24,173,050 Franchise Fees 12,600,000 12,600,000 Other Permits and Fees 3,332,500 3,332,500 Intergovernmental Revenue 32,331,010 940,482 1,302,425 34,573,917 Charges for Services 18,479,320 250,000 18,729,320 Judgments, Fines and Forfeits 1,441,000 1,441,000 Miscellaneous Revenues 8,892,340 385,000 479,000 9,756,340 Transfers In 15,030,410 743,900 15,774,310 Other Financing Sources TOTAL BUDGETED REVENUES 218,306,480 23,611,380 2,163,382 1,302,425 245,383,667 TOTAL REVENUES, TRANSFERS, AND BALANCES 274,521,054 36,552,576 23,761,236 4,620,779 339,455,645 Budgeted Expenditures City Council 664,064 664,064 City Manager's Office 1,386,616 1,386,616 City Attorney's Office 2,790,947 2,790,947 City Audit 507,056 507,056 City Clerk 1,384,574 1,384,574 CRA Administration 1,060,401 1,060,401 Economic Development and Housing 2,400,886 2,400,886 Finance 3,574,985 3,574,985 Fire 35,817,579 35,817,579 Human Resources 2,416,584 2,416,584 Library 10,090,842 10,090,842 Non-Departmental 18,799,898 18,799,898 Parks and Recreation 56,857,045 56,857,045 Planning and Development 9,434,077 9,434,077 Police 58,679,490 435,020 59,114,510 Public Communications 2,254,207 2,254,207 Public Utilities 512,130 512,130 Public Works 17,975,099 17,975,099 General Government Services 237,380 237,380 Economic Environment 635,980 860,779 1,496,759 Human Services 1,500 1,500 Culture and Recreation 70,000 70,000 Transfers Out 20,323,090 379,502 441,646 21,144,238 TOTAL BUDGETED EXPENDITURES 226,606,480 20,323,090 1,759,382 1,302,425 249,991,377 Fund Balances/Reserves/Net Assets 47,914,574 16,229,486 22,001,854 3,318,354 89,464,268 TOTAL EXPENDITURES AND BALANCES 274,521,054 36,552,576 23,761,236 4,620,779 339,455,645 EXHIBIT A CITY OF CLEARWATER 2024-25 BUDGET Ordinance No. 9793-24 Page 2 Water Stormwater Solid Waste Total & Sewer Utility & Recycling Gas Utility UTILITY FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 144,318,726 42,242,105 28,639,859 12,043,102 227,243,792 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees 1,700 1,700 Intergovernmental Revenue Charges for Services 108,228,770 17,942,340 34,217,000 46,472,660 206,860,770 Judgments, Fines and Forfeits 271,000 55,000 99,000 100,000 525,000 Miscellaneous Revenues 3,649,200 710,000 1,854,100 871,290 7,084,590 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 112,148,970 18,707,340 36,171,800 47,443,950 214,472,060 TOTAL REVENUES, TRANSFERS, AND BALANCES 256,467,696 60,949,445 64,811,659 59,487,052 441,715,852 Budgeted Expenditures Water & Sewer Fund Public Utilities Administration 4,659,188 4,659,188 Wastewater Collection 24,659,184 24,659,184 Infrastructure Maintenance 10,891,095 10,891,095 WW Environmental Technologies 26,835,759 26,835,759 WPC Laboratory Operations 627,966 627,966 Industrial Pretreatment 1,149,406 1,149,406 Water Distribution 19,250,399 19,250,399 Water Supply 20,917,852 20,917,852 Reclaimed Water 6,211,591 6,211,591 Stormwater Fund Stormwater Management 10,763,042 10,763,042 Stormwater Maintenance 6,692,638 6,692,638 Solid Waste & Recycling Fund Administration 3,858,510 3,858,510 Solid Waste Collection 22,142,303 22,142,303 Solid Waste Transfer 2,617,235 2,617,235 Solid Waste Container Maintenance 955,452 955,452 Recycling Residential 1,382,721 1,382,721 Recycling Multi Family 432,458 432,458 Recycling Commercial 2,793,761 2,793,761 Gas Fund Administration and Supply 24,716,617 24,716,617 Pinellas Gas Operations 10,659,362 10,659,362 Pasco Gas Operations 7,292,463 7,292,463 Gas Marketing and Sales 5,114,188 5,114,188 TOTAL BUDGETED EXPENDITURES 115,202,440 17,455,680 34,182,440 47,782,630 214,623,190 Fund Balances/Reserves/Net Assets 141,265,256 43,493,765 30,629,219 11,704,422 227,092,662 TOTAL EXPENDITURES AND BALANCES 256,467,696 60,949,445 64,811,659 59,487,052 441,715,852 EXHIBIT A CITY OF CLEARWATER 2024-25 BUDGET Ordinance No. 9793-24 Page 3 Clearwater Total Harbor Other Airpark Marine Marine Parking Enterprise OTHER ENTERPRISE FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 799,847 15,575,695 3,031,973 26,828,134 46,235,649 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 4,717,550 1,050,000 9,725,100 15,492,650 Judgments, Fines and Forfeits 0 200 1,611,040 1,611,240 Miscellaneous Revenues 274,270 338,100 101,500 900,000 1,613,870 Transfers In 15,000 15,000 Other Financing Sources TOTAL BUDGETED REVENUES 274,270 5,070,650 1,151,700 12,236,140 18,732,760 TOTAL REVENUES, TRANSFERS, AND BALANCES 1,074,117 20,646,345 4,183,673 39,064,274 64,968,409 Budgeted Expenditures Airpark Fund Airpark Operations 151,110 151,110 Marine Fund Marina Operations 5,168,960 5,168,960 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 1,168,400 1,168,400 Parking Fund Public Works/Parking System 39,267,248 39,267,248 Public Works/Parking Enforcement 1,311,862 1,311,862 Fire Department/Beach Guard Operations 1,506,194 1,506,194 Marine&Aviation/Seminole Street Boat Ramp 200,416 200,416 TOTAL BUDGETED EXPENDITURES 151,110 5,168,960 1,168,400 42,285,720 48,774,190 Fund Balances/Reserves/Net Assets 923,007 15,477,385 3,015,273 (3,221,446) 16,194,219 TOTAL EXPENDITURES AND BALANCES 1,074,117 20,646,345 4,183,673 39,064,274 64,968,409 EXHIBIT A CITY OF CLEARWATER 2024-25 BUDGET Ordinance No. 9793-24 Page 4 Administrative General Central Service Service Garage Insurance INTERNAL SERVICE FUNDS Fund Fund Fund Fund Total Balances Brought Forward 12,993,324 13,436,315 9,916,651 11,691,279 48,037,569 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 19,711,320 8,203,890 17,408,550 39,173,550 84,497,310 Judgments, Fines and Forfeits Miscellaneous Revenues 475,000 465,000 1,036,650 875,000 2,851,650 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 20,186,320 8,668,890 18,445,200 40,048,550 87,348,960 TOTAL REVENUES, TRANSFERS, AND BALANCES 33,179,644 22,105,205 28,361,851 51,739,829 135,386,529 Budgeted Expenditures Administrative Services Fund Info Tech/Administration 701,295 701,295 Info Tech/Network Operations & Support 5,779,449 5,779,449 Info Tech/Network Security & Architecture 3,505,911 3,505,911 Info Tech/Solutions & Programming 932,756 932,756 Info Tech/Enterprise Systems & Training 4,330,190 4,330,190 Public Communications/Courier 209,563 209,563 Finance/Utility Customer Service 4,694,426 4,694,426 General Services Fund Administration 600,275 600,275 Building and Maintenance 8,068,615 8,068,615 Garage Fund Fleet Maintenance 17,633,580 17,633,580 Radio Communications 798,930 798,930 Central Insurance Fund Finance/Risk Management 519,863 519,863 Human Resources/Employee Benefits 501,286 501,286 Human Resources/Employee Health Center 1,753,770 1,753,770 Non-Departmental 37,264,331 37,264,331 TOTAL BUDGETED EXPENDITURES 20,153,590 8,668,890 18,432,510 40,039,250 87,294,240 Fund Balances/Reserves/Net Assets 13,026,054 13,436,315 9,929,341 11,700,579 48,092,289 TOTAL EXPENDITURES AND BALANCES 33,179,644 22,105,205 28,361,851 51,739,829 135,386,529 EXHIBIT ACITY OF CLEARWATER 2024-25 BUDGET Ordinance No. 9793-24 Page 1 Total Total Total Total Other Internal Total Governmental Utility Enterprise Service AllALL FUNDS Funds Funds Funds Funds Funds Balances Brought Forward 94,071,978 227,243,792 46,235,649 48,037,569 415,588,988 Budgeted Revenues Ad Valorem Taxes 104,309,360 104,309,360 Utility Taxes 20,693,870 20,693,870 Local Option, Fuel & Other Taxes 24,173,050 24,173,050 Franchise Fees 12,600,000 12,600,000 Other Permits and Fees 3,332,500 1,700 3,334,200 Intergovernmental Revenue 34,573,917 34,573,917 Charges for Services 18,729,320 206,860,770 15,492,650 84,497,310 325,580,050 Judgments, Fines and Forfeits 1,441,000 525,000 1,611,240 3,577,240 Miscellaneous Revenues 9,756,340 7,084,590 1,613,870 2,851,650 21,306,450 Transfers In 15,774,310 15,000 15,789,310 Other Financing Sources TOTAL BUDGETED REVENUES 245,383,667 214,472,060 18,732,760 87,348,960 565,937,447 TOTAL REVENUES, TRANSFERS, AND BALANCES 339,455,645 441,715,852 64,968,409 135,386,529 981,526,435 Budgeted Expenditures City Council 664,064 664,064 City Manager's Office 1,386,616 1,386,616 City Attorney's Office 2,790,947 2,790,947 City Audit 507,056 507,056 City Clerk 1,384,574 1,384,574 CRA Administration 1,060,401 1,060,401 Economic Development and Housing 2,400,886 2,400,886 Finance 3,574,985 3,574,985 Fire 35,817,579 35,817,579 Human Resources 2,416,584 2,416,584 Library 10,090,842 10,090,842 Non-Departmental 18,799,898 18,799,898 Parks and Recreation 56,857,045 56,857,045 Planning and Development 9,434,077 9,434,077 Police 59,114,510 59,114,510 Public Communications 2,254,207 2,254,207 Public Services 512,130 512,130 Public Works 17,975,099 17,975,099 General Government Services 237,380 237,380 Economic Environment 1,496,759 1,496,759 Human Services 1,500 1,500 Culture and Recreation 70,000 70,000 Transfers Out 21,144,238 21,144,238 Water & Sewer Fund Expenditures Public Utilities Administration 4,659,188 4,659,188 Wastewater Collection 24,659,184 24,659,184 Infrastructure Maintenance 10,891,095 10,891,095 WW Environmental Technologies 26,835,759 26,835,759 Laboratory Operations 627,966 627,966 Industrial Pretreatment 1,149,406 1,149,406 Water Distribution 19,250,399 19,250,399 Water Supply 20,917,852 20,917,852 Reclaimed Water 6,211,591 6,211,591 Stormwater Fund Stormwater Management 10,763,042 10,763,042 Stormwater Maintenance 6,692,638 6,692,638 EXHIBIT B CITY OF CLEARWATER 2024-25 BUDGET Ordinance No. 9793-24 Page 2 Total Total Total Total Other Internal Total Governmental Utility Enterprise Service AllALL FUNDS Funds Funds Funds Funds Funds Budgeted Expenditures Solid Waste & Recycling Fund Administration 3,858,510 3,858,510 Solid Waste Collection 22,142,303 22,142,303Solid Waste Transfer 2,617,235 2,617,235 Solid Waste Container Maintenance 955,452 955,452 Recycling Residential 1,382,721 1,382,721 Recycling Multi Family 432,458 432,458 Recycling Commercial 2,793,761 2,793,761 Gas Fund Administration and Supply 24,716,617 24,716,617 Pinellas Gas Operations 10,659,362 10,659,362 Pasco Gas Operations 7,292,463 7,292,463 Gas Marketing and Sales 5,114,188 5,114,188 Airpark Fund Airpark Operations 151,110 151,110 Marine Fund Marina Operations 5,168,960 5,168,960 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 1,168,400 1,168,400 Parking Fund Public Works/Parking System 39,267,248 39,267,248 Public Works/Parking Enforcement 1,311,862 1,311,862 Fire Department/Beach Guard Operations 1,506,194 1,506,194 Marine&Aviation/Seminole Street Boat Ramp 200,416 200,416 Administrative Services FundInfo Tech/Administration 701,295 701,295 Info Tech/Network Operations & Support 5,779,449 5,779,449 Info Tech/Network Security & Architecture 3,505,911 3,505,911 Info Tech/Solutions & Programming 932,756 932,756 Info Tech/Enterprise Systems & Training 4,330,190 4,330,190 Public Communications/Courier 209,563 209,563 Finance/Utility Customer Service 4,694,426 4,694,426 General Services Fund Administration 600,275 600,275 Building and Maintenance 8,068,615 8,068,615 Garage Fund Fleet Maintenance 17,633,580 17,633,580 Radio Communications 798,930 798,930 Central Insurance Fund Finance/Risk Management 519,863 519,863 Human Resources/Employee Benefits 501,286 501,286 Human Resources/Employee Health Center 1,753,770 1,753,770 Non-Departmental 37,264,331 37,264,331 TOTAL BUDGETED EXPENDITURES 249,991,377 214,623,190 48,774,190 87,294,240 600,682,997 Fund Balances/Reserves/Net Assets 89,464,268 227,092,662 16,194,219 48,092,289 380,843,438 TOTAL EXPENDITURES AND BALANCES 339,455,645 441,715,852 64,968,409 135,386,529 981,526,435 2024-25 BUDGET EXHIBIT B CITY OF CLEARWATER Ordinance No. 9793-24 Proposed Final FY24/25 Adjustments FY24/25 Budgeted Revenues: Ad Valorem Taxes 99,346,030 99,346,030 Utility Taxes 20,693,870 20,693,870 Local Option, Fuel & Other Taxes 6,160,000 6,160,000 Franchise Fees 12,600,000 12,600,000 Other Permits and Fees 3,332,500 3,332,500 Intergovernmental Revenues 32,331,010 32,331,010 Charges for Services 18,479,320 18,479,320 Judgments, Fines & Forfeits 1,441,000 1,441,000 Miscellaneous Revenues 8,973,790 (81,450) 8,892,340 (1) Transfers In 14,948,960 81,450 15,030,410 (1) Total Budgeted Revenues 218,306,480 - 218,306,480 Transfer (to) from Surplus 8,300,000 8,300,000 Total Revenues 226,606,480 - 226,606,480 Budgeted Expenditures: City Council 664,064 664,064 City Manager's Office 1,747,663 (361,047) 1,386,616 (2) City Attorney's Office 2,790,947 2,790,947 City Audit 507,056 507,056 City Clerk 1,384,574 1,384,574 CRA Administration 1,060,401 1,060,401 Economic Development & Housing 2,400,886 2,400,886 Finance 3,574,985 3,574,985 Fire 35,817,579 35,817,579 Human Resources 2,416,584 2,416,584 Library 10,090,842 10,090,842 Non-Departmental 18,799,898 18,799,898 Office of Innovation - - Parks & Recreation 56,857,045 56,857,045 Planning & Development 9,434,077 9,434,077 Police 58,679,490 58,679,490 Public Communications 1,893,160 361,047 2,254,207 (2) Public Utilities - Maintenance Facility 512,130 512,130 Public Works 17,975,099 17,975,099 Total Budgeted Expenditures 226,606,480 - 226,606,480 As amended for final budget ordinance - September 4, 2024 public hearing General Fund Operating Budget 2024/25 (2) To transfer personnel and operating costs of the Neighborhoods Division from the City Manager's Office to Public Communications. (1) To adjust miscellaneous revenues and transfer in revenues (net zero) to account for revenues in the correct categories (transfers between funds). Page 1 Proposed Final FY24/25 Adjustments FY24/25 Budgeted Revenues: Charges for Service 108,228,770 108,228,770 Judgments, Fines & Forfeits 271,000 271,000 Miscellaneous Revenues 3,649,200 3,649,200 Transfers In - - Total Budgeted Revenues 112,148,970 - 112,148,970 Use of Fund Equity - 3,053,470 3,053,470 (1) Total Revenues 112,148,970 3,053,470 115,202,440 Budgeted Expenditures: Administration 4,659,188 4,659,188 Wastewater Collection 16,847,304 7,811,880 24,659,184 (2) Infrastructure Maintenance 10,891,095 10,891,095 WW Environment Technologies 26,835,759 26,835,759 Laboratory Operations 627,966 627,966 Industrial Pretreatment 1,149,406 1,149,406 Water Distribution 19,250,399 19,250,399 Water Supply 20,917,852 20,917,852 Reclaimed Water 6,211,591 6,211,591 Total Budgeted Expenditures 107,390,560 7,811,880 115,202,440 (2) To increase Wastewater Collection by $7,811,880 to account for transfers to the capital improvement fund for the Ft. Harrison Improvements and Public Works Complex projects. Water & Sewer Fund Operating Budget 2024/25 (1) To increase use of fund equity needed to balance the FY2024/25 budget. Use of reserves is planned in the rate structure to provide for capital project funding. As amended for final budget ordinance - September 4, 2024 public hearing Page 2 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9794-24 2nd rdg Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 5.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9794-24 on second reading, adopting the capital improvement program budget for the fiscal year beginning October 1, 2024 and ending September 30, 2025; approving the six-year capital improvement program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the capital improvement program; appropriating available and anticipated resources for the projects identified. SUMMARY: In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearing to adopt the final budget. The adoption of this ordinance and the related ordinances adopting the 2024/25 millage rate and operating budget are an integral part of fulfilling these requirements. On June 28, 2024, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2024/25 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 15, 2024, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 14, 2024, for Council discussion of the proposed budget. No changes have been made to the Preliminary Capital Improvement Budget. 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 9/10/2024 Ordinance No. 9794-24 CAPITAL IMPROVEMENT ORDINANCE ORDINANCE NO. 9794-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING THE CAPITAL IMPROVEMENT PROGRAM BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2024, AND ENDING SEPTEMBER 30, 2025; APPROVING THE SIX-YEAR CAPITAL IMPROVEMENT PROGRAM WHICH SHALL BE REEVALUATED AT THE BEGINNING OF EACH FISCAL YEAR; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE CAPITAL IMPROVEMENTS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONEY BETWEEN PROJECTS IN THE CAPITAL IMPROVEMENT PROGRAM; APPROPRIATING AVAILABLE AND ANTICIPATED RESOURCES FOR THE PROJECTS IDENTIFIED; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted a proposed Six-Year Capital Improvement Program, and has submitted an estimate of the amount of money necessary to carry on said Capital Improvement Program for the fiscal year beginning October 1, 2024, and ending September 30, 2025; and WHEREAS, an estimate of the resources available and income to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the Capital Improvement Budget, and notice of the times and places when copies of the budget message and capital budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing upon said proposed budget on September 4, 2024; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Pursuant to the Capital Improvement Program Report and Estimated Budget for the fiscal year beginning October 1, 2024, and ending September 30, 2025, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the Ordinance No. 9794-24 capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. The Six-Year Capital Improvement Program and Budget, a summary of which is attached hereto, marked Exhibit B, is approved in its present form, but prior to the beginning of each fiscal year the City Council shall reevaluate priorities, hold public hearings and formally adopt additions or corrections thereto. Section 3. The budget as adopted shall stand and be the Capital Improvement Program Budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 4. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the capital improvements authorized by the adoption of this budget. Section 5. The City Manager is authorized to transfer appropriations within the capital budget, provided such transfer does not result in changing the scope of any project or the fund source included in the adopted capital budget. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2024. PASSED ON FIRST READING AS AMENDED _____________________ PASSED ON SECOND READING _____________________ AND ADOPTED ________________________________ Bruce Rector Mayor Approved as to form: Attest: _____________________________ ________________________________ David Margolis Rosemarie Call City Attorney City Clerk Budgeted RevenuesGENERAL SOURCES:2024/25 General Operating Revenue 27,172,760 Penny for Pinellas 13,292,610 Road Millage 4,963,330 Local Option Fuel Tax 1,427,150 Grants 474,650 County Fire Reimbursements 129,540 Special Program Fund 75,000 Multi-Modal Impact Fees 640,000 SELF SUPPORTING FUNDS: Parking Revenue 33,319,000 Marina Revenue 150,000 Clearwater Harbor Marina Fund Revenue 175,000 Airpark Revenue 35,000 Airpark Reimbursement Revenue 274,650 Utility Enterprise Funds: Water Revenue 10,588,380 Sewer Revenue 13,963,840 Utility R & R 14,471,170 Water Impact Fees 160,000 Stormwater Utility Revenue 6,550,600 Gas Revenue 8,175,000 Solid Waste Revenue 2,430,000 INTERNAL SERVICE FUNDS: Garage Revenue 175,000 Administrative Services Revenue 1,900,000 General Services Fund 200,000 Central Insurance Fund 176,520 BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 11,519,500 Lease Purchase - Administrative Services 400,000 TOTAL ALL FUNDING SOURCES:$152,838,700 CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2024/25 Exhibit A Ordinance No. 9794-24 Budgeted Expenditures FUNCTION:2024/25 Other General Government 25,974,500 Police Protection 570,000 Fire Protection 1,129,730 Fire Rescue Services 406,520 Gas Utility Services 8,175,000 Solid Waste Services 2,430,000 Water-Sewer Services 23,200,630 Flood Protection/Stormwater Mgmt 3,095,810 Other Physical Environment 11,549,190 Road and Street Facilities 24,131,020 Airports 584,300 Water Transportation Systems 200,000 Parking Facilities 32,889,000 Other Transportation 170,000 Libraries 110,000 Parks & Recreation 4,000,000 Cultural Services 35,000 Special Recreation Facilities 14,188,000 TOTAL PROJECT EXPENDITURES $152,838,700 Exhibit A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2024/25 Ordinance No. 9794-24 Function 2024/25 2025/26 2026/27 2027/28 2028/29 2029/30 Total Other General Government 25,974,500 22,267,980 21,885,630 21,428,920 21,654,360 22,263,580 135,474,970 Police Protection 570,000 2,258,050 422,000 2,333,050 407,000 407,000 6,397,100 Fire Protection 1,129,730 1,920,550 2,409,820 1,691,550 2,710,570 3,030,780 12,893,000 Fire Rescue Services 406,520 407,320 743,920 284,080 904,000 901,280 3,647,120 Gas Utility Services 8,175,000 7,125,000 6,975,000 6,975,000 6,975,000 6,975,000 43,200,000 Solid Waste Services 2,430,000 3,400,000 4,400,000 400,000 400,000 400,000 11,430,000 Water-Sewer Services 23,200,630 128,377,640 128,991,770 192,860,670 186,823,430 97,414,480 757,668,620 Flood Protection/ Stormwater Mgmt 3,095,810 4,241,070 4,916,370 7,236,340 8,066,050 9,340,780 36,896,420 Other Physical Environment 11,549,190 17,311,560 21,434,940 19,673,910 24,170,080 7,914,790 102,054,470 Road and Street Facilities 24,131,020 27,445,850 19,768,280 17,004,610 11,818,370 18,059,510 118,227,640 Airports 584,300 4,485,000 795,000 35,000 35,000 35,000 5,969,300 Water Transportation Systems 200,000 200,000 200,000 200,000 200,000 200,000 1,200,000 Parking Facilities 32,889,000 36,624,000 724,000 424,000 424,000 424,000 71,509,000 Other Transportation 170,000 195,000 170,000 170,000 170,000 184,000 1,059,000 Libraries 110,000 110,000 110,000 110,000 110,000 110,000 660,000 Parks & Recreation 4,000,000 3,880,000 5,022,500 4,427,500 5,993,000 3,980,000 27,303,000 Cultural Services 35,000 35,000 35,000 35,000 35,000 35,000 210,000 Special Recreation Facilities 14,188,000 12,077,000 14,306,000 25,994,000 7,381,000 7,381,000 81,327,000 152,838,700 272,361,020 233,310,230 301,283,630 278,276,860 179,056,200 1,417,126,640 Exhibit B Schedule of Planned Expenditures CAPITAL IMPROVEMENT PROGRAM EXPENDITURE SUMMARY BY FUNCTION FY 2024-2025 THROUGH FY 2029-2030 Ordinance No. 9794-24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9795-24 9796-24 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 5.4 SUBJECT/RECOMMENDATION: Amend the City’s fiscal year 2023/24 operating and capital improvement budgets at third quarter and pass Ordinances 9795-24 and 9796-24 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 9/10/2024 Third Quarter Budget Review Fiscal Year 2023-24 Memorandum TO: Mayor and City Council FROM: Jennifer Poirrier, City Manager COPIES: Daniel Slaughter, Assistant City Manager SUBJECT: Third Quarter budget review - amended City Manager's annual budget report DATE: September 3, 2024 Attached is the third quarter budget review in accordance with the City Code of Ordinances. This report is based on the first nine months of activity in the current fiscal year (October 2023 through June 2024). 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 $7,114,308. The General Fund expenditure amendments at third quarter reflect an increase of $169,500 to the City Attorney’s Office budget for increases in personnel costs and outside counsel; an increase which totals $1,563,110 to police and fire supplemental pension to bring the budget in line with actual revenues and expenditures; and an increase of $192,690 in fiscal year 2023/24 TIF revenues and $3,000,000 in General Fund revenues transferred to the new North Greenwood CRA. Other amendments include the following transfers to special programs and capital projects: $354,008 for Roofing, Lighting, and HVAC replacement at the old Countryside Library; $200,000 for Property Use and Surplus Planning; $535,000 for Harborview Site Foundation; and $1,100,000 for Myrtle and Cleveland Utility Undergrounding. At third quarter, various revenues are amended to bring the budget in line with anticipated receipts for the year. Utility taxes, franchise fees, state revenue sharing, beach contracts, and the Gas Fund dividend payment have experienced strong growth. Adjusted for expenditure increases noted above this results in a net revenue surplus of $3,740,140 anticipated for the year. This surplus reduces the use of reserves previously allocated this year resulting in the return of approximately $25,757 to fund reserves at fiscal year- end. 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 third quarter are approximately $56.2 million, or 24.8% of the proposed fiscal year 2024/25 General Fund expenditure budget, exceeding our minimum reserve requirement by $37.0 million. Third Quarter Budget Review Fiscal Year 2023-24 Significant amendments to other city operating funds are noted as follows: Stormwater Fund Amendments to Stormwater Fund expenditures reflect an increase of $7,000,000 transferred to the capital fund for the North Beach Pump Station project offset by an allocation of fund reserves. Solid Waste and Recycling Fund Amendments to Solid Waste and Recycling Fund revenues include increases to solid waste collection charges and interest earnings offset by reductions to recycling fees from customer credits. General Services Fund Amendments to General Services Fund expenditures reflect an increase of $323,037 transferred to the capital fund for the General Services Roof Replacement project offset by an allocation of fund reserves. Garage Fund Amendments to Garage Fund expenditures reflect an increase of $1,686,963 transferred to the capital fund for the General Services Roof Replacement project offset by an allocation of fund reserves; and an increase of $878,671 for the payoff of police radios offset by increased radio fixed charge revenues. Central Insurance Fund Amendments to Central Insurance Fund expenditures reflect an increase of $6,000,000 for liability claims from the flooding at the Main Library. These claims costs are offset by amendments recognizing insurance recovery revenue. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $43,459,106. Amendments include the following increases previously approved by the Council: $18,000,000 for an interfund loan in the Beach Marina Upgrade project; $10,419,500 in lease purchase funding in the Motorized Equipment Replacement project; $1,100,000 in lease purchase funding in the Motorized Equipment Purchase project; $1,660,000 in grant revenue from the Florida Department of Transportation (FDOT), and $790,000 in reimbursement revenue in the Aviation Operations Center project; and $2,186,963 in Garage Fund revenue and $323,037 in General Services Fund revenue in the General Services Roof Replacement project. Project activity not previously approved by the Council is summarized on page 21. Significant amendments include an increase of $535,000 in General Fund revenues for the Harborview Site Foundation project; an increase of $1,100,000 of General Fund revenue in the Myrtle/Cleveland Utility Undergrounding project; General Fund revenue increases of $119,008 for A/C replacement, $165,000 for roof replacement, and $70,000 for light replacement at the old countryside library building; an increase of $56,105 in property Third Quarter Budget Review Fiscal Year 2023-24 owner share revenue in the Pinellas New Mains project; an increase of $7,000,000 in Stormwater Fund revenue for the North Beach Pump Station project; an increase of $200,000 in General Fund revenue for the McKay Playfield Improvements project; and an increase of $200,000 in General Fund revenue for the Coachman Park Improvements project. Special Program Fund The Special Program Fund reflects a net budget increase of $2,855,901 at third quarter. Amendments include the following increases previously approved by Council: $504,000 from special program fund reserves for the Feasibility Study; $50,000 of General Fund ARPA related revenues for the HB1365/Pinellas County program; and $250,000 transferred from the General Fund for the Amplify Sublease agreement. Other significant amendments include an increase of $200,000 transferred from the General Fund for the Property Use/Surplus program; $36,665 in FEMA reimbursements for Idalia; $100,652 in public safety grant/governmental revenues and agency assistance programs; $478,449 from the Pinellas County School Board for School Resource Officers for the fiscal year 2024/25 school year; $437,029 in contractual service revenue for police extra duty; $66,670 in fines and court proceeds for public safety programs and the tree replacement program; $45,774 in CDBG program income revenue; $553,129 from the Juvenile Welfare Board (JWB) for summer and afterschool programs for the 2024/25 school year; $85,377 in special events revenues; and $29,665 transferred between existing special programs. CITY OF CLEARWATER THIRD QUARTER SUMMARY 2023/24 FY 23/24 Mid Variance % Adopted Year Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 199,458,520 203,208,415 169,948,446 33,259,969 84%7,114,308 210,322,723 Expenditures 199,458,520 203,208,415 148,222,717 54,985,698 73%7,114,308 210,322,723 Utility Funds: Water & Sewer Fund Revenues 114,894,840 115,754,540 84,534,803 31,219,737 73%- 115,754,540 Expenditures 114,894,840 115,754,540 98,451,971 17,302,569 85%- 115,754,540 Stormwater Fund Revenues 18,684,120 18,828,168 14,413,272 4,414,896 77%6,001,030 24,829,198 Expenditures 17,685,150 17,829,198 14,753,074 3,076,124 83%7,000,000 24,829,198 Gas Fund Revenues 53,733,140 53,988,284 37,684,934 16,303,350 70%- 53,988,284 Expenditures 53,733,140 53,988,284 39,937,197 14,051,087 74%- 53,988,284 Solid Waste and Recycling Fund Revenues 36,353,830 36,730,915 24,714,964 12,015,952 67%- 36,730,915 Expenditures 36,353,830 36,730,915 26,974,596 9,756,319 73%- 36,730,915 Enterprise Funds: Marine Fund Revenues 7,007,270 7,052,428 5,310,297 1,742,131 75%- 7,052,428 Expenditures 7,007,270 7,052,428 5,267,500 1,784,928 75%- 7,052,428 Airpark Fund Revenues 262,000 263,325 216,313 47,012 82%- 263,325 Expenditures 173,760 187,925 130,092 57,833 69%- 187,925 Clearwater Harbor Marina Fund Revenues 1,136,500 1,154,731 832,549 322,182 72%- 1,154,731 Expenditures 1,130,850 1,149,081 880,077 269,004 77%- 1,149,081 Parking Fund Revenues 22,486,780 22,700,077 8,997,540 13,702,537 40%- 22,700,077 Expenditures 22,486,780 22,700,077 19,968,058 2,732,020 88%- 22,700,077 Internal Service Funds: General Services Fund Revenues 7,355,520 7,458,991 5,635,240 1,823,751 76%273,547 7,732,538 Expenditures 7,306,030 7,409,501 5,673,101 1,736,400 77%323,037 7,732,538 Administrative Services Revenues 17,398,400 17,727,386 13,076,904 4,650,482 74%- 17,727,386 Expenditures 17,260,770 17,589,756 10,859,184 6,730,572 62%- 17,589,756 Garage Fund Revenues 19,602,010 19,815,382 13,563,736 6,251,646 68%2,565,634 22,381,016 Expenditures 19,602,010 19,815,382 10,552,612 9,262,770 53%2,565,634 22,381,016 Central Insurance Fund Revenues 38,477,320 38,509,173 33,634,341 4,874,832 87%6,000,000 44,509,173 Expenditures 38,473,130 38,504,983 33,030,610 5,474,373 86%6,000,000 44,504,983 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2023-24 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 9 Other Enterprise Funds Operating Budgets ................................................................................. 13 Internal Service Funds Operating Budgets ................................................................................... 17 Capital Improvement Program Budget ........................................................................................ 21 Special Program Fund Budget ....................................................................................................... 33 Special Development Fund ........................................................................................................... 39 Administrative Change Orders ...................................................................................................... 42 Ordinances ..................................................................................................................................... 43 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 nine months, October 1, 2023, through June 30, 2024. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2024. 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 2, 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 282,770 At third quarter,approximately all property tax revenue has been received.The budget is increased by $282,770.00 to reflect actual collections to date. 1,413,000 At third quarter,utility tax revenues are increased by $1,413,000.00.Amendments reflect the following:1)an increase of $1,350,000.00 to electric utility;2)an increase of $100,000.00 to water utility;3)a decrease of $50,000.00 to gas utility;and 4)an increase of $13,000.00 to propane utility taxes.All of these will bring the budget in line with anticipated receipts for the year. (100,000) At third quarter,telecommunication tax receipts are decreased by $100,000.00 to bring the budget in line with anticipated receipts for the year. 865,000 At third quarter,electric franchise fee revenues are increased by $950,000.00 and gas franchise fees are decreased by $85,000.00.This will bring the budget in line with anticipated receipts for the year. (363,700) Third quarter amendments to other permits and fees revenues include a decrease of $400,000.00 to building/sign permit revenues,and an increase of $36,300.00 to forfeited permit fees to bring the budget in line with anticipated receipts for the year. 1,289,300 Third quarter amendments to intergovernmental revenue reflect a net increase $1,289,300.00 to bring the budget in line with anticipated revenues.Amendments include the following:1)an increase of $538,740.00 to state revenue sharing;2)a decrease of $580,200 to local 1/2 cent sales tax revenue; 3) an increase of $1,563,110.00 to public safety supplemental pension revenue which offset expenditure amendments in the Police and Fire Departments;4)an increase of $260,900.00 to Fire Tax; and 5) a decrease of $493,250.00 to EMS tax. Local Option, Fuel & Other Taxes Intergovernmental Other Permits and Fees Franchise Fees City of Clearwater General Fund Revenues Third Quarter Amendments FY 2023/24 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Third Quarter Amendments FY 2023/24 (90,560) Third quarter amendments to charges for service revenues reflect a net decrease of $90,560.00 to bring the budget in line with anticipated revenues for the year. Amendments include a decrease of $150,000 to fire inspection fees and an increases totaling $59,440.00 to Pier 60 revenues. 80,000 Third quarter amendments to fines revenues reflect a net increase of $80,000.00 to bring the budget in line with anticipated revenues.Amendments include the following:1)an increase of $50,000.00 to code enforcement fines;and 2)an increase of $30,000.00 to red light camera fines. 1,833,200 Third quarter amendments to miscellaneous revenue reflect a net increase $1,833,200.00.Amendments include the following:1)an increase of $862,000.00 to interest earnings;2)an increase of $921,200.00 to beach rental contracts;and 3)an increase of $50,000.00 to workers' compensation reimbursement. 5,645,438 Third quarter amendments to transfer in revenues reflect a net increase of $5,645,438.00.Amendments include the following:1)an increase of $3,000,000.00 in General Fund revenue transferred from capital improvement project ENGF220001,New City Hall,as approved by the Council on June 20,2024;and 2)an increase of $2,645,438.00 to bring revenues in line with actual Gas Dividends received. (3,740,140) Third quarter amendments reflect a net surplus of $3,740,140 which represents the net of revenue amendments noted above and expenditure amendments. This will eliminate the use of reserves allocated this year and return approximately $25,757.00 to fund reserves at fiscal year end. (3,740,140) 7,114,308 Judgments, Fines & Forfeitures Transfer (to) from Surplus Net General Fund Revenue Amendment Net Transfer (to) from Retained Earnings Transfers In Miscellaneous Charges for Service 4 Increase/ (Decrease)Description 169,500 At third quarter,expenditures reflect a net increase of $169,500.00,which are offset by excess revenues. Amendments include:1)an increase of $79,500.00 to salaries and wages to fund the retirement payouts of a longstanding employee,expenses related to hiring overlap for training of replacement employee,and increase in salary for attorneys that recently attained board certification;and 2)an increase of $90,000.00 to professional services to provide funding for outside counsel, as approved by the Council on July 15, 2024. 50,000 Third quarter amendments to the Finance Department reflect an increase of $50,000.00 transferring this budget from Office of Innovation to account for the reallocation of positions due to department reorganization. 728,891 Third quarter amendments to Fire Department reflect an increase of $728,891 to Fire supplemental pension plans, which is offset by an amendment increasing supplemental pension revenue. (50,000) Third quarter amendments to the Office of Innovation reflect a decrease of $50,000.00 transferring this budget to the Finance (Budget)to account for the reallocation of positions due to department reorganization. - Third quarter amendments to Parks &Recreation expenditures reflect net zero amendments totaling $650,000.00.Amendments include:1)a transfer of $250,000.00 budgeted in Payment to Agencies to special project M2405,Amplify Sublease Agreement,as approved by the Council on November 2,2023.The Amplify Clearwater sublease agreement authorizes reimbursement payments based upon construction milestones which have yet to begin this year;2)a transfer of $200,000.00 in salary savings to capital project C2403, McKay Park Renovations;and 3)a transfer of $200,000.00 in salary savings to capital project M2502,Coachman Park Improvement. Finance Parks & Recreation Fire Office of Innovation City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2023/24 City Attorney's Office 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2023/24 834,219 At third quarter,amendments to the Police Department include a net increase of $834,219.00.Amendments include:1)an increase of $834,219.00 to Police supplemental pension plans,which is offset by an amendment increasing supplemental pension revenue; and 2)a net zero amendment totaling $878,671.00 to radio charges for final payoff of police radios,which is offset by salary savings in various cost centers. 192,690 At third quarter,Non-Departmental expenditures reflect 90%of total budget resulting from transfers occurring in the first period of the year. A third quarter amendment to Non-Departmental reflects an increase of $192,690.49 to interfund transfers to fund the tax increment funding payment to North Greenwood CRA. The following amendments reflect interfund transfers to capital improvement and special programs as follows: 165,000 1) A transfer of $165,000.00 to capital project GSBM180003, Roofing Repair and Replacement, for roof replacement at the old Countryside Library. This increase is offset by excess revenues. 119,008 2) A transfer of $119,008.00 to capital project GSBM180001, Air Conditioning Replacement, for HVAC system replacement at the old Countryside Library. This increase is offset by excess revenues. 70,000 3) A transfer of $70,000.00 to capital project GSBM180006, Light Replacement and Repair, for lighting replacement at the old Countryside Library. This increase is offset by excess revenues. 3,000,000 4) A transfer of $3,000,000.00 to the North Greenwood CRA offset by transfer-in revenues from the Capital Improvement Fund as approved by the Council on June 20, 2024. 200,000 5) A transfer of $200,000.00 to establish special program M2404, Property Use/Surplus Planning, to fund consulting services for property evaluations. This increase is offset by excess revenues. Police Non-Departmental 6 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2023/24 Non-Departmental (continued) 535,000 6) A transfer of $535,000.00 to capital project ENGF240001, Harborview Site Foundation, to fund the removal of foundations at the site. This increase is offset by excess revenues. 1,100,000 7) A transfer of $1,100,000.00 to capital project ENGF240002, Myrtle/Cleveland Utility Underground, to fund the undergrounding of utilities along Myrtle Avenue and Cleveland Street. This increase is offset by excess revenues. 5,189,008 7,114,308 Net General Fund Expenditure Amendment 7 2023/24 Variance %2023/24 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 90,683,430 90,976,803 (293,373) 100%282,770 90,966,200 Utility Taxes 18,655,000 12,568,598 6,086,402 67%1,413,000 20,068,000 Local Option, Fuel and Other Taxes 6,300,000 4,697,869 1,602,131 75%(100,000) 6,200,000 Franchise Fees 11,220,000 7,216,012 4,003,988 64%865,000 12,085,000 Other Permits & Fees 3,934,500 2,596,663 1,337,837 66%(363,700) 3,570,800 Intergovernmental 29,859,340 18,544,432 11,314,908 62%1,289,300 31,148,640 Charges for Services 17,368,355 13,223,130 4,145,225 76%(90,560) 17,277,795 Judgments, Fines and Forfeitures 1,384,000 1,075,486 308,514 78%80,000 1,464,000 Miscellaneous Revenues 6,718,020 6,633,109 84,911 99%1,833,200 8,551,220 Transfers In 13,371,387 12,416,345 955,042 93%5,645,438 19,016,825 Total Revenues 199,494,032 169,948,446 29,545,586 85%10,854,448 210,348,480 Transfer (to) from Surplus 3,714,383 - 3,714,383 0%(3,740,140) (25,757) Adjusted Revenues 203,208,415 169,948,446 33,259,969 84%7,114,308 210,322,723 General Fund Expenditures City Council 589,669 418,281 171,388 71%- 589,669 City Manager's Office 1,652,115 1,162,245 489,870 70%- 1,652,115 City Attorney's Office 2,514,815 2,016,970 497,845 80%169,500 2,684,315 City Audit 465,979 292,022 173,957 63%- 465,979 City Clerk 1,455,668 830,485 625,183 57%- 1,455,668 CRA Administration 1,005,330 505,481 499,849 50%- 1,005,330 Economic Development and Housing 2,200,993 1,595,226 605,767 72%- 2,200,993 Finance 3,296,999 2,268,579 1,028,420 69%50,000 3,346,999 Fire 35,448,742 25,380,814 10,067,928 72%728,891 36,177,633 Human Resources 2,254,202 1,513,286 740,916 67%- 2,254,202 Library 9,391,098 6,623,714 2,767,384 71%- 9,391,098 Non-Departmental 13,599,025 12,291,986 1,307,039 90%5,381,698 18,980,723 Office of Innovation 335,293 269,254 66,039 80%(50,000) 285,293 Parks & Recreation 45,609,955 33,750,600 11,859,355 74%- 45,609,955 Planning & Development 8,875,995 5,606,586 3,269,409 63%- 8,875,995 Police 57,203,994 41,389,857 15,814,137 72%834,219 58,038,213 Public Communications 1,811,572 1,305,317 506,255 72%- 1,811,572 Public Utilities 445,580 322,914 122,666 72%- 445,580 Public Works 15,051,391 10,679,101 4,372,290 71%- 15,051,391 Total Expenditures 203,208,415 148,222,717 54,985,698 73%7,114,308 210,322,723 For the Nine Month Period of October 1, 2023 - June 30, 2024 GENERAL FUND THIRD QUARTER REVIEW 8 2023/24 Variance %2023/24 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 107,302,650 80,684,692 26,617,959 75%- 107,302,650 Judgments, Fines and Forfeits 275,000 222,544 52,456 81%- 275,000 Miscellaneous 3,502,200 3,627,567 (125,367) 104%- 3,502,200 Transfers In - - - ~- - Fund Equity 4,674,690 - 4,674,690 0%- 4,674,690 Total Revenues 115,754,540 84,534,803 31,219,737 73%- 115,754,540 Water & Sewer Expenditures: Public Utilities Administration 4,367,753 2,650,583 1,717,170 61%- 4,367,753 Wastewater Collection 25,751,297 24,070,733 1,680,564 93%- 25,751,297 Public Utilities Maintenance 9,272,386 7,092,348 2,180,038 76%- 9,272,386 WPC / Plant Operations 22,175,763 17,630,589 4,545,174 80%- 22,175,763 WPC / Laboratory Operations 585,205 449,433 135,772 77%- 585,205 WPC / Industrial Pretreatment 1,043,468 771,453 272,015 74%- 1,043,468 Water Distribution 26,406,790 24,111,884 2,294,906 91%- 26,406,790 Water Supply 22,742,009 19,242,679 3,499,330 85%- 22,742,009 Reclaimed Water 3,409,869 2,432,270 977,599 71%- 3,409,869 Total Expenditures 115,754,540 98,451,971 17,302,569 85%- 115,754,540 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Nine Month Period of October 1, 2023 to June 30, 2024 At third quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2023/24. No amendments are proposed to Water and Sewer Fund revenues at third quarter. No amendments are proposed to Water and Sewer Fund expenditures at third quarter. UTILITY FUNDS THIRD QUARTER REVIEW 9 2023/24 Variance %2023/24 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 to June 30, 2024 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,720,120 13,463,821 4,256,299 76%- 17,720,120 Judgments, Fines and Forfeits 73,000 37,431 35,569 51%- 73,000 Miscellaneous 891,000 912,021 (21,021) 102%- 891,000 Transfers In - - - ~- - Fund Equity 144,048 - 144,048 0%6,001,030 6,145,078 Total Revenues 18,828,168 14,413,272 4,414,896 77%6,001,030 24,829,198 Stormwater Expenditures: Stormwater Management 11,507,946 10,745,954 761,992 93%7,000,000 18,507,946 Stormwater Maintenance 6,321,252 4,007,119 2,314,133 63%- 6,321,252 Total Expenditures 17,829,198 14,753,074 3,076,124 83%7,000,000 24,829,198 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:6,001,030 Stormwater Fund Expenditures:7,000,000 At third quarter, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2023/24. Third quarter amendments to revenues reflect an allocation of $6,001,030.00 in Stormwater Fund reserves recognized to fund capital improvement project ENST240001,North Beach Pump Station. Third quarter amendments to Stormwater Fund expenditures reflect an increase of $7,000,000.00 transferred to capital improvement project ENST240001,North Beach Pump Station.Offsetting revenues are recognized from Stormwater Fund reserves. 10 2023/24 Variance %2023/24 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 to June 30, 2024 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 51,351,740 32,700,224 18,651,516 64%- 51,351,740 Judgments, Fines and Forfeits 100,000 54,710 45,290 55%- 100,000 Miscellaneous 691,290 4,930,000 (4,238,710) 713%- 691,290 Transfers In - - - ~- - Fund Equity 1,845,254 - 1,845,254 0%- 1,845,254 Total Revenues 53,988,284 37,684,934 16,303,350 70%- 53,988,284 Gas Expenditures: Administration & Supply 25,499,212 18,436,058 7,063,154 72%- 25,499,212 Pinellas Gas Operations 13,515,306 10,879,404 2,635,902 80%- 13,515,306 Pasco Gas Operations 8,486,971 6,697,870 1,789,101 79%- 8,486,971 Marketing & Sales 6,486,795 3,923,865 2,562,930 60%- 6,486,795 Total Expenditures 53,988,284 39,937,197 14,051,087 74%- 53,988,284 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:- Gas Fund Expenditures:- At third quarter, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2023/24. No amendments are proposed to Gas Fund revenues at third quarter. No amendments are proposed to Gas Fund expenditures at third quarter. 11 2023/24 Variance %2023/24 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 to June 30, 2024 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 1,814 (814) 181%- 1,000 Charges for Service 27,735,010 22,512,155 5,222,855 81%784,320 28,519,330 Judgments, Fines and Forfeits 95,000 60,579 34,421 64%- 95,000 Miscellaneous 1,248,000 1,390,947 (142,947) 111%467,000 1,715,000 Transfers In - - - ~- - Solid Waste Revenues 29,079,010 23,965,496 5,113,515 82%1,251,320 30,330,330 Recycling Revenues: Other Permits and Fees 350 - 350 0%- 350 Intergovernmental - - - ~- - Charges for Service 2,653,170 718,721 1,934,449 27%(1,251,320) 1,401,850 Judgments, Fines and Forfeits 8,000 5,469 2,531 68%- 8,000 Miscellaneous 220,280 25,278 195,002 11%- 220,280 Transfers In - - - ~- - Recycling Revenues 2,881,800 749,468 2,132,332 26%(1,251,320) 1,630,480 - Fund Equity 4,770,105 4,770,105 0%- 4,770,105 Total Revenues 36,730,915 24,714,964 12,015,952 67%- 36,730,915 Solid Waste Expenditures: Collection 20,730,721 14,062,750 6,667,971 68%- 20,730,721 Transfer 2,455,367 1,649,161 806,206 67%- 2,455,367 Container Maintenance 880,971 639,018 241,953 73%- 880,971 Administration 8,301,130 7,799,455 501,675 94%- 8,301,130 Solid Waste Expenditures 32,368,189 24,150,384 8,217,805 75%- 32,368,189 Recycling Expenditures: Residential 1,487,937 914,869 573,068 61%- 1,487,937 Multi-Family 397,872 259,456 138,416 65%- 397,872 Commercial 2,476,917 1,649,887 827,030 67%- 2,476,917 Recycling Expenditures 4,362,726 2,824,212 1,538,514 65%- 4,362,726 Total Expenditures 36,730,915 26,974,596 9,756,319 73%- 36,730,915 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At third quarter, anticipated revenues of the Solid Waste and Recycling Fund equal anticipated expenditures for fiscal year 2023/24. At third quarter,amendments to Solid Waste and Recycling Fund revenues reflect net zero amendments which include the following:1)an increase of $784,320.00 to collection charges;2)an increase of $467,000.00 to interest earnings; and 3)a decrease of $1,251,320.00 to recycling fees recognizing customer fee credits,as approved by the Council on February 16, 2023. No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. 12 2023/24 Third Qtr.Variance %2023/24 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 5,895,430 4,675,764 1,219,666 79%- 5,895,430 Judgments, Fines and Forfeits 1,000 50 950 5%- 1,000 Miscellaneous Revenue 530,500 619,483 (88,983) 117%- 530,500 Transfers In 15,000 15,000 - 100%- 15,000 Fund Equity 610,498 - 610,498 0%- 610,498 Total Revenues 7,052,428 5,310,297 1,742,131 75%- 7,052,428 Marine Expenditures: Marina Operations 7,052,428 5,267,500 1,784,928 75%- 7,052,428 Total Expenditures 7,052,428 5,267,500 1,784,928 75%- 7,052,428 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:- Marine Fund Expenditures:- For the Nine Month Period of October 1, 2023 - June 30, 2024 ENTERPRISE FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2023/24. No amendments are proposed to Marine Fund revenues at third quarter. No amendments are proposed to Marine Fund expenditures at third quarter. 13 2023/24 Third Qtr.Variance %2023/24 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 - June 30, 2024 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - 11,320 (11,320) ~- - Charges for Service 1,033,500 746,194 287,306 72%- 1,033,500 Judgments, Fines and Forfeits 500 - 500 0%- 500 Miscellaneous Revenue 102,500 75,035 27,465 73%- 102,500 Transfers In - - - ~- - Fund Equity 18,231 - 18,231 0%- 18,231 Total Revenues 1,154,731 832,549 322,182 72%- 1,154,731 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 1,149,081 880,077 269,004 77%- 1,149,081 Total Expenditures 1,149,081 880,077 269,004 77%- 1,149,081 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $5,650 for fiscal year 2023/24. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. 14 2023/24 Third Qtr.Variance %2023/24 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 - June 30, 2024 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service - - - ~- - Miscellaneous Revenue 262,000 216,313 45,687 83%- 262,000 Transfers In - - - ~- - Fund Equity 1,325 - 1,325 0%- 1,325 Total Revenues 263,325 216,313 47,012 82%- 263,325 Airpark Expenditures:- Airpark Operations 187,925 130,092 57,833 69%- 187,925 Total Expenditures 187,925 130,092 57,833 69%- 187,925 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At third quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $75,400 for fiscal year 2023/24. No amendments are proposed to Airpark Fund revenues at third quarter. No amendments are proposed to Airpark Fund expenditures at third quarter. 15 2023/24 Third Qtr.Variance %2023/24 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 - June 30, 2024 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 9,966,819 6,982,660 2,984,159 70%- 9,966,819 Judgments, Fines and Forfeits 1,357,706 1,269,435 88,271 93%- 1,357,706 Miscellaneous Revenue 518,000 745,445 (227,445) 144%- 518,000 Transfers In - - - ~- - Fund Equity 10,857,552 - 10,857,552 0%- 10,857,552 Total Revenues 22,700,077 8,997,540 13,702,537 40%- 22,700,077 Parking Expenditures Public Works/Parking System 20,073,409 18,266,437 1,806,972 91%- 20,073,409 Public Works/Parking Enforcement 1,134,084 735,474 398,610 65%- 1,134,084 Fire Dept/Beach Guards 1,333,621 849,082 484,539 64%- 1,333,621 M&A/Seminole Street Boat Ramp 158,963 117,065 41,898 74%- 158,963 Total Expenditures 22,700,077 19,968,058 2,732,020 88%- 22,700,077 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:- Parking Fund Expenditures:- At third quarter, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2023/24. No amendments are proposed to Parking Fund revenues at third quarter. No amendments are proposed to Parking Fund expenditures at third quarter. 16 2023/24 Variance %2023/24 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,980,520 5,304,317 1,676,204 76%- 6,980,520 Miscellaneous Revenues 375,000 330,923 44,077 88%- 375,000 Transfers In - - - ~- - Fund Equity 103,471 - 103,471 0%273,547 377,018 Total Revenues 7,458,991 5,635,240 1,823,751 76%273,547 7,732,538 General Services Expenditures: Administration 450,563 392,421 58,142 87%- 450,563 Building & Maintenance 6,958,938 5,280,680 1,678,258 76%323,037 7,281,975 Total Expenditures 7,409,501 5,673,101 1,736,400 77%323,037 7,732,538 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:273,547 General Services Fund Expenditures:323,037 At third quarter, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2023/24. At third quarter,amendments to General Services Fund revenues reflect an allocation of $273,547.00 from reserves to fund the roof replacement of the General Services/Fleet Maintenance Facility,as approved by the Council on July 15, 2024. At third quarter,amendments to General Services Fund expenditures reflect an increase of $323,037.00 transferred to capital improvement project C2414,General Services Roof Replacement, as approved by the Council on July 15, 2024. For the Nine Month Period of October 1, 2023 to June 30, 2024 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 17 2023/24 Variance %2023/24 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 to June 30, 2024 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 16,982,400 12,715,881 4,266,519 75%- 16,982,400 Miscellaneous Revenues 416,000 361,023 54,977 87%- 416,000 Transfers In - - - ~- - Fund Equity 328,986 - 328,986 0%- 328,986 Total Revenues 17,727,386 13,076,904 4,650,482 74%- 17,727,386 Administrative Services Expenditures: Info Tech / Admin 694,892 565,578 129,314 81%- 694,892 Info Tech / Network Ops & User Support 4,692,237 2,179,025 2,513,212 46%- 4,692,237 Info Tech / Network Security & Architecture 2,908,837 1,510,908 1,397,929 52%- 2,908,837 Info Tech / Solutions & Programming 965,978 855,898 110,080 89%- 965,978 Info Tech / Telecommunications - - - ~- - Info Tech / Enterprise Systems & Training 3,768,601 2,662,886 1,105,715 71%- 3,768,601 Public Comm / Courier 208,469 81,423 127,046 39%- 208,469 Clearwater Customer Service 4,350,742 3,003,466 1,347,276 69%- 4,350,742 Total Expenditures 17,589,756 10,859,184 6,730,572 62%- 17,589,756 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at third quarter. No amendments are proposed to Administrative Services Fund expenditures at third quarter. At third quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $137,630 for fiscal year 2023/24. 18 2023/24 Variance %2023/24 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 to June 30, 2024 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 18,748,510 12,653,127 6,095,383 67%878,671 19,627,181 Miscellaneous Revenues 753,000 910,609 (157,609) 121%- 753,000 Transfers In - - - ~- - Fund Equity 313,872 - 313,872 0%1,686,963 2,000,835 Total Revenues 19,815,382 13,563,736 6,251,646 68%2,565,634 22,381,016 Garage Fund Expenditures: Fleet Maintenance 18,122,378 10,157,714 7,964,664 56%1,686,963 19,809,341 Radio Communications 1,693,004 394,898 1,298,106 23%878,671 2,571,675 Total Expenditures 19,815,382 10,552,612 9,262,770 53%2,565,634 22,381,016 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:2,565,634 Garage Fund Expenditures:2,565,634 At third quarter, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2023/24. At third quarter,amendments to Garage Fund revenues reflect a net increase of $2,565,634.00.Amendments include:1)an allocation of $1,686,963.00 from reserves to fund the roof replacement of the General Services/Fleet Maintenance Facility,as approved by the Council on July 15,2024;and 2)an increase of $878,671.00 in radio fixed charge revenue received from the Police Department for final payoff of police radios. At third quarter,amendments to Garage Fund expenditures reflect a net increase of $2,565,634.00.Amendments include: 1)an increase of $1,686,963.00 for a transfer to capital improvement project C2414,General Services Roof Replacement,as approved by the Council on July 15,2024;and 2)an increase of $878,671.00 to interfund loans principal and interest for final payoff of police radios. 19 2023/24 Variance %2023/24 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2023 to June 30, 2024 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 37,633,320 26,783,634 10,849,686 71%- 37,633,320 Miscellaneous Revenues 844,000 6,850,707 (6,006,707) 812%6,000,000 6,844,000 Transfers In - - - ~- - Fund Equity 31,853 - 31,853 0%- 31,853 Total Revenues 38,509,173 33,634,341 4,874,832 87%6,000,000 44,509,173 Central Insurance Expenditures: Finance / Risk Management 474,402 360,077 114,325 76%- 474,402 HR / Employee Benefits 478,403 277,456 200,947 58%- 478,403 HR / Employee Health Clinic 1,730,900 1,130,542 600,358 65%- 1,730,900 Non-Departmental 35,821,278 31,262,536 4,558,742 87%6,000,000 41,821,278 Total Expenditures 38,504,983 33,030,610 5,474,373 86%6,000,000 44,504,983 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:6,000,000 Central Insurance Fund Expenditures:6,000,000 At third quarter, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $4,190 for fiscal year 2023/24. At third quarter,amendments to Central Insurance Fund revenues reflect an increase of $6,000,000.00 recognizing insurance recovery funds received for the flooding at the Main Library. At third quarter,amendments to Central Insurance Fund expenditures reflect an increase of $6,000,000.00 to Non- Departmental for liability insurance claims paid for costs associated with the flooding at the Main Library. 20 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2023/24 21 The amended 2023/24 Capital Improvement Program budget report is submitted for the City Council's third quarter review. The proposed amendment is a net budget increase in the amount of $43,459,106. 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 following are significant amendments to capital projects that are presented for the first time, not previously approved by the City Council: Harborview Site Foundation – a budget increase of $535,000 in General Fund revenue. Myrtle/Cleveland Util Undergrounding – a budget increase of $1,100,000 in General Fund revenue. Air Condition Replacement City-Wide - a budget increase of $119,008 in General Fund revenue. Roof Repair and Replacement – a budget increase of 165,000 in General Fund revenue. Light Replacement & Repair – a budget increase of $70,000 in General Fund revenue. Pinellas New Mains/Service Lines – a budget increase of $56,105 in property owners share revenue. North Beach Pump Station – a budget increase of $7,000,000 in stormwater revenue. McKay Playfield Improvements – a budget increase of $200,000 in General Fund revenue. Coachman Park Improvements – a budget increase of $200,000 in General Fund revenue. Significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval Beach Marina Upgrade $18,000,000 06/20/24 Motorized Equipment Replacement-LP $10,419,500 06/20/24 Motorized Equipment Purchases – LP $1,100,000 06/20/24 Aviation Operation Center $2,450,000 09/03/24 General Service Roof Replacement $2,010,000 07/15/24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment MS Licensing / Upgrades 1 94830 (200,000) To record a budget transfer of $200,000.00 in Administrative Services Fund revenue to project M1912, Network Infrastructure & Server R&R.(200,000) Greenprint Implementation 2 C2106 64,329 To record a budget transfer of $64,329.48 in General Fund revenue from project M1914, Sustainability Initiatives.64,329 ARPA Solar Panels 3 G2214 225,338 To record a budget transfer of $225,338.14 in General Fund revenue (ARPA)from project C2211,Main Library Renovation as approved by council on June 20, 2024.225,338 Harborview Site Foundation - NEW PROJECT 4 ENGF240001 535,000 To establish the project and recognize a budget increase of $535,000.00 transferred from the General Fund to provde for site improvements to the former Harborview site to ready for development.535,000 Myrtle/Cleveland Utility Undergrounding - NEW PROJECT 5 ENGF240002 1,100,000 To establish the project and recognize a budget increase of $1,100,000.00 transferred from the General Fund revenue to provide for utility undergrounding along Myrtle Avenue and Cleveland Street.1,100,000 General Services Roof Replacement- NEW PROJECT 6 C2414 2,010,000 500,000 To establish the project and record a budget transfer of $500,000.00 in Garage Fund revenue from project GSFL180001,Fleet Facility R&R,a budget increase of $1,686,963.00 in Garage Fund revenue and a budget increase of $323,037.00 in General Services Fund revenue as approved by council on July 15, 2024.2,510,000 Air Condition Replacement - City Wide 7 GSBM180001 119,008 To record a budget increase of $119,008.00 in General Fund revenue for replacement of the new AC unit at the old Countryside Library.119,008 Roof Repair and Replacement 8 GSBM180003 165,000 To record a budget increase of $165,000.00 in General Fund revenue for roof replacement at the old Countryside Library.165,000 Light Replacement & Repair 9 GSBM180006 70,000 To record a budget increase of $70,000.00 in General Fund revenue for lighting replacement at the old Countryside Library.70,000 CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2023/24 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2023/24 Fleet Facility R&R 10 GSFL180001 (500,000) To establish the project and record a budget transfer of $500,000.00 in Garage Fund revenue to project C2414, General Services Roof Replacement as approved by council on July 15, 2024.(500,000) Telecommunications Upgrade 11 M2202 (350,000) To record a budget transfer of $350,000.00 in Administrative Services Fund revenue to project M1912, Network Infrastructure & Server R&R.(350,000) Network Infrastructure & Server R&R 12 M1912 550,000 To record budget transfers of Administrative Services Fund revenue of $200,000.00 from project 94830,MS Licensing/Upgrades,and $350,000.00 from project M2202, Telecommunications Upgrade.550,000 Motorized Equipment Replacement-Lease Purchase 13 L1910 10,419,500 To record a budget increase of $10,419,500.00 in lease purchase revenue, as approved by council June 20, 2024.10,419,500 Motorized Equipment Purchases - Lease Purchase 14 L2301 1,100,000 To record a budget increase of $1,100,00.00 in lease purchase revenue, as approved by council June 20, 2024.1,100,000 Sustainability Initiatives - CLOSE PROJECT 15 M1914 11,039 (64,329) To record a budget transfer of $64,329.48 in General fund revenue to project C2106 Greenprint Implementation and a budget increase of $11,039.48 in other governmental revenue to bring the budget in line with actual receipts received. This will close the project.(53,290) Police Vehicles 16 94238 18,258 To record a budget transfer of $18,258.00 in penny revenue from project P2102,Training Range Sound Mitigation.18,258 Training Range Sound Mitigation - CLOSE PROJECT 17 P2102 (18,258) To record a budget transfer of $18,258.00 in penny revenue to project 94238,Police Vehicles.This will close the project.(18,258) 23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2023/24 Fire Engine Replacement 18 91218 (46,565) To record a budget transfer returning $46,565.18 in penny revenue to project C2103, Downtown Streetscaping.(46,565) Thermal Imaging Cameras 19 91260 6,682 To record a budget increase of $6,682.00 in surplus machinery and equipment for trade-in reimbursement of thermal imaging cameras.This will bring the budget in line with revenues received.6,682 Pinellas New Mains/Service Lines 20 96377 56,105 To record a budget increase of $56,104.69 in property owners share revenue to bring the budget in line with revenues received.56,105 Pasco New Mains/Service Lines 21 96378 16,771 To record a budget increase of $16,771.45 in property owners share revenue to bring the budget in line with revenues received.16,771 Sanitary Sewer Upgrades/Improvements 22 96212 (6,889) To record a budget transfer returning $6,888.80 in utility R&R revenue to project C2103, Downtown Streetscaping.(6,889) East Plant Upgrades/Improvements 23 96214 (9,720,000) To record a budget transfer of $9,720,000.00 in water revenue to project 96742, Line Relocation - Capitalized. (9,720,000) Reclaimed Water District System 24 96739 (7,635) To record a budget transfer returning $7,634.70 in utility R&R revenue to project C2103, Downtown Streetscaping.(7,635) Line Relocation-Capitalized 25 96742 9,698,983 To record a budget transfer returning $21,017.21 in utility R&R revenue to project C2103,Downtown Streetscaping and a transfer of $9,700,000 in water revenue from project 96214, East Plant Upgrades/Improvements.9,698,983 Stormwater Pipe System Improvements 26 ENST180001 1,000,000 To record a budget transfer of $1,000,000.00 in stormwater revenue from project ENST180002,Allen's Creek.1,000,000 24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2023/24 Allen's Creek 27 ENST180002 (1,000,000) To record a budget transfer of $1,000,000.00 in stormwater revenue to project ENST180001,Stormwater Pipe System Improvements.(1,000,000) Stormwater System Expansion 28 ENST180003 (41,299) To record a budget transfer returning $41,299.11 in stormwater revenue to project C2103,Downtown Streetscape.(41,299) North Beach Pump Station - NEW PROJECT 29 ENST240001 7,000,000 To establish the project and record a budget increase of $7,000,000.00 in stormwater revenue.This project funds construction of additional pump and lift stations.7,000,000 Downtown Streetscaping 30 C2103 123,405 To record a net increase of $123,405.00 necessary to correct a mid year budget amendment representing the following project transfers:1)a transfer of $46,565.18 in penny revenue from project 91218,Fire Engine Replacement;2)a transfer of $41,299.11 in stormwater revenue from project ENST180003,Stormwater System Expansion;and 3)transfer of $35,540.71 in utility R&R revenue consisting of $6,888.80 from project 96212, Sanitary Sewer Upgrade Improvements,$7,634.70 from project 96739,Reclaimed Water Distribution System and $21,017.21 from project 96742,Line Relocation- Capitalized.123,405 City-Wide Intersection Improvements 31 ENRD180005 (600,000) To record a budget transfer of $600,000.00 in multi-modal revenue to project ENRD240001,ATMS Infrastructure Upgrades.(600,000) ATMS Infrastructure Upgrades - NEW PROJECT 32 ENRD240001 600,000 To establish the project and record a budget transfer of $600,000.00 in multi-modal revenue from project ENRD240005, Citywide Intersection Improvements.600,000 Aviation Operation Center 33 G2307 2,450,000 To record a budget increase of $160,00.00 of grant revenue from the FDOT and $40,000.00 in reimbursement revenue for the design of a terminal building at the Airpark;and a budget increase of $1,500,000.00 of grant revenue from the FDOT and $750,000.00 in reimbursement revenue for construction of a terminal and operations building at the Airpark, as approved by council on September 3, 2024.2,450,000 25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2023/24 Main Library Renovation 34 C2211 (575,000) To record a budget transfer of $225,338.14 to project G2214,ARPA Solar Panels and a transfer of $349,661.86 to project G2218,ARPA State Park Improvements;as approved by council on June 20, 2024. (575,000) Del Oro Park Renovations - CLOSE PROJECT 35 93667 (53,470) To record a budget transfer of $53,469.97 in penny revenue to project C2403,McKay Playfield Improvements as approved by council on June 20,2024.This will close the project.(53,470) McKay Playfield Improvements 36 C2403 200,000 500,930 To record a budget transfer of $500,930.06 representing the following project transfers:1)a transfer of $53,469.97 in penny revenue from project 93667,Del Oro Park Renovations;2)a transfer of $301,015.00 in General Fund revenue from project M2206,Parks and Beautification R&R;3)a transfer of $99,039.59 in General Fund revenue from project C2210,Sailing Center Dock Replacement;and 4)transfer of $47,405.50 in General Fund revenue from project C2213,Athletic Field Shade Structures,as approved by council on June 20, 2024. Amendments also include a budget increase of $200,000.00 in General Fund revenue to provide funding for lighting. 700,930 ARPA State Street Park Improvement 37 G2218 349,662 To record a budget transfer of $349,661.86 in General Fund revenue (ARPA)from project C2211,Main Library Renovation as approved by council on June 20, 2024.349,662 Parks & Beautification R&R 38 M2206 (301,015) To record a budget transfer of $301,015.00 in General Fund revenue to project C2403,McKay Playfield Improvements as approved by council on June 20, 2024.(301,015) Coachman Park Improvements - NEW PROJECT 39 M2502 200,000 To establish the project and record a budget increase of $200,000.00 in General Fund revenue to provide funding for amenities at the park.200,000 26 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2023/24 Beach Marina Upgrade 40 C1905 18,000,000 To record a budget increase of $18,000,000.00 to establish total project budget,as approved by council on June 20, 2024.This amount will be reduced by grant awards when received with the remaining balance representing a loan from the Capital Improvement Fund to be paid by future Marine Fund revenues as approved by the Council on June 20, 2024.18,000,000 Sailing Center Dock Replacement - CLOSE PROJECT 41 C2210 (99,040) To record a budget transfer of $99,039.59 in General Fund revenue to project C2403,McKay Playfield Improvements as approved by council on June 20,2024.This will close the project.(99,040) Athletic Field Shade Structures - CLOSE PROJECT 42 C2213 (47,406) To record a budget transfer of $47,405.50 in General Fund revenue to project C2403,McKay Playfield Improvements as approved by council on June 20,2024.This will close the project.(47,406) 43,459,106 - 43,459,106 Main Library C2211 50,000 To record a transfer of $50,000 to special program G2413, HB 1365/Pinellas County as approved by council June 20, 2024. New City Hall ENGF220001 3,000,000 To record a budget transfer of $3,000,000.00 returned to the General Fund to be subsequently transferred to the new North Greenwood CRA as approved by council on June 20, 2024. TOTAL INTERFUND TRANSFERS:3,050,000 TOTAL INTERFUND TRANSFERS 27 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2023 to June 30, 2024 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demo 75,000 75,000 - 75,000 - - 75,000 94233 Motorized Equip-Cash 2,884,601 2,884,601 2,884,601 2,694,593 8,550 181,457 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 621,152 - 88,848 94729 City-wide Connectivity 5,823,089 6,384,089 - 6,384,089 4,729,537 304,273 1,350,279 94736 Geographic Information Sys 1,410,997 1,410,997 - 1,410,997 974,455 - 436,542 94828 Financial Systems Upgrades 4,308,165 4,308,165 - 4,308,165 2,886,670 18,545 1,402,950 94829 CIS Upgrades / Replacement 1,532,376 1,532,376 - 1,532,376 662,788 332,736 536,852 94830 MS Licensing / Upgrades 1,400,000 1,243,000 (200,000) 1,043,000 842,601 - 200,399 1 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 700,000 700,000 - 700,000 328,512 - 371,488 94873 City-wide Camera System 560,000 749,000 - 749,000 293,293 - 455,707 94874 City Enterprise Timekeep Sys 435,000 403,000 - 403,000 202,802 - 200,198 94880 Granicus Agenda Mgt Sys 285,000 285,000 - 285,000 41,136 - 243,864 94883 Business Proc Review & Improve 1,375,735 1,375,735 - 1,375,735 767,790 - 607,945 94888 City EOC & Disaster Recovery Fac 3,360,000 3,199,825 - 3,199,825 3,199,825 - - C C1901 Beach Radio Tower 852,370 - - - - - - C C2004 Lift Stations - General Gov 2,320,000 2,320,000 - 2,320,000 176,562 - 2,143,438 C2006 ADA Transition Plan 1,500,000 1,500,000 - 1,500,000 383,657 - 1,116,343 C2007 Citywide Audio/Visual Solutions 565,053 365,053 - 365,053 96,661 - 268,392 C2101 North Ward Preservation 77,920 291,705 - 291,705 105,643 178,988 7,074 C2106 Greenprint Implementation 857,848 857,848 64,329 922,177 665,771 22,439 233,968 2 C2212 City Hall Demolition 850,000 806,602 - 806,602 806,602 - - C C2305 Fuel Site Replacement - 1,000,000 - 1,000,000 36,429 882,711 80,860 G2211 ARPA Fiber Upgrades 3,500,000 3,500,000 - 3,500,000 536,110 402,605 2,561,285 G2214 ARPA Solar Panels 2,000,000 2,000,000 225,338 2,225,338 - 1,113,944 1,111,394 3 ENGF220001 New City Hall 28,700,300 28,700,300 - 28,700,300 1,635,312 9,350,325 17,714,663 ENGF230001 MSB Renovations 10,000,000 10,000,000 - 10,000,000 43,800 871,930 9,084,270 ENGF240001 Harborview Site Foundation - - 535,000 535,000 - - 535,000 4 ENGF240002 Myrtle/Cleveland Util Undrgrnd - - 1,100,000 1,100,000 - - 1,100,000 5 C2414 General Services Roof Replace - - 2,510,000 2,510,000 - - 2,510,000 6 GSBM180001 Air Cond Replace-City Wide 2,529,436 2,529,436 119,008 2,648,444 1,426,116 32,755 1,189,573 7 GSBM180002 Flooring for Facilities 1,927,837 1,927,837 - 1,927,837 1,501,044 85,880 340,913 GSBM180003 Roof Repair and Replacement 3,479,213 3,479,213 165,000 3,644,213 3,026,675 11,574 605,965 8 GSBM180004 Painting of Facilities 1,117,923 1,117,923 - 1,117,923 665,065 67,705 385,153 GSBM180005 Fencing of Facilities 193,170 193,170 - 193,170 73,199 53,905 66,066 GSBM180006 Light Replacement & Repair 828,197 828,197 70,000 898,197 604,492 - 293,705 9 GSBM180007 Elevator Refurbish/Modern 960,576 960,576 - 960,576 80,818 8,400 871,358 GSBM180008 Building Systems 2,768,377 2,768,377 - 2,768,377 1,071,765 367,714 1,328,899 GSBM180009 New A/C Chiller System 5,900,000 5,900,000 - 5,900,000 2,033,796 611,821 3,254,384 GSBM180010 General Services R&R 700,000 700,000 - 700,000 555,540 - 144,460 GSBM180011 Generator Maintenance 690,000 690,000 - 690,000 78,003 - 611,997 GSBM180012 General Faci Bldg Major Reno 3,585,242 3,585,242 - 3,585,242 627,346 - 2,957,897 GSFL180001 Fleet Facility R&R 944,520 944,520 (500,000) 444,520 148,921 - 295,599 10 L1906/M2202 Telecommunications Upgrade 2,369,047 1,942,047 (350,000) 1,592,047 665,277 - 926,771 11L1907/M1911 IT Disaster Recovery 905,396 771,396 - 771,396 308,691 29,687 433,018 L1908/M1912 Network Infra & Server R&R 3,191,417 3,391,417 550,000 3,941,417 3,021,066 24,030 896,321 12 L1910 Motorized Equip Replace-LP 31,663,827 31,663,827 10,419,500 42,083,327 21,468,691 11,959,731 8,654,905 13 L1911 Garage Off Cycle Replacements 640,000 653,800 - 653,800 575,338 - 78,462 L2301 Motorized Equip Purchases-LP 4,548,350 4,976,502 1,100,000 6,076,502 2,416,880 1,406,317 2,253,305 14 M1914 Sustainability Initiatives 200,000 200,000 (53,290) 146,710 146,710 - - C 15 M2007 City EOC Maintenance 150,000 150,000 - 150,000 36,284 28,540 85,176 L2001/M2010 P25 Radio Equipment & Infrast 4,507,104 4,507,104 - 4,507,104 3,027,370 - 1,479,735 M2201 Studio/Production Equip 81,344 81,344 - 81,344 - - 81,344 M2211 Neighborhood Reinvest Fund 200,000 200,000 - 200,000 - - 200,000 Sub-Total 150,664,429 151,264,223 15,754,886 167,019,108 66,482,829 28,175,104 72,361,175 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2023 to June 30, 2024 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Police Protection 94238 Police Vehicles 2,952,032 2,952,032 18,258 2,970,290 2,538,530 108,980 322,780 16C2201Police CAD Replacement 900,000 900,000 - 900,000 630,406 - 269,594 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 P1802 Police Equipment Replacement 985,547 1,011,437 - 1,011,437 860,983 - 150,454 P1902 Police Information Systems 475,000 475,000 - 475,000 388,269 - 86,731 P2102 Training Range Sound Mitigation 820,000 820,000 (18,258) 801,742 801,742 - - C 17 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 12,740,241 246,348 63,411 Sub-Total 19,932,579 19,958,469 - 19,958,469 17,960,170 355,328 1,642,971 Fire Protection 91218 Fire Engine Replacement 5,029,176 5,407,687 (46,565) 5,361,122 4,206,250 1,925,662 (770,789) 18 91244 Aerial Truck 2,653,479 2,653,479 - 2,653,479 2,653,479 - - C 91260 Thermal Imaging Cameras 346,490 364,210 6,682 370,892 267,826 - 103,066 19 91261 Personal Protection Equip 2,814,250 2,814,250 - 2,814,250 2,380,071 - 434,179 91264 Fire Hose Replacement 551,460 551,460 - 551,460 359,314 - 192,146 C2207 FD Equipment Facility 750,000 750,000 - 750,000 53,259 - 696,741 C2410 Fire Squad Replacement - - - - - 1,714,452 (1,714,452) FD00190001 Fire Station 46 - Beach 10,350,693 9,920,693 - 9,920,693 9,768,048 115,148 37,497 FD00190002 Fire Station 47 Replacement 8,120,127 10,383,525 - 10,383,525 2,092,501 7,570,831 720,192 M2005 Fire Training Tower 430,286 430,286 - 430,286 76,687 25,140 328,459 Sub-Total 31,045,961 33,275,590 (39,883) 33,235,707 21,857,434 11,351,233 27,039 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,534,314 1,534,314 - 1,534,314 973,141 - 561,173 91236 Rescue Vehicle 1,164,500 1,175,506 - 1,175,506 495,780 679,726 - 91257 AED Program 340,510 354,510 - 354,510 279,236 - 75,274 91263 Extrication Tools 177,000 177,000 - 177,000 175,202 - 1,798 ENGF190002 Beach Guard Tower 390,239 390,239 - 390,239 354,695 - 35,543 ENGF200002 Beach Guard Admin Building 185,000 185,000 - 185,000 65,660 - 119,340 Sub-Total 3,791,563 3,816,569 - 3,816,569 2,343,715 679,726 793,128 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 1,978,362 3,309 153,123 96365 Line Relocation-Pinellas Maint 861,569 861,569 - 861,569 600,111 - 261,458 96367 Gas Meter Change Out-Pinellas 4,963,000 4,963,000 - 4,963,000 4,553,084 - 409,916 96374 Line Relocation-Pinellas Capital 3,633,500 3,633,500 - 3,633,500 2,892,905 14,210 726,385 96376 Line Relocation - Pasco Maint 386,384 389,808 - 389,808 184,556 - 205,252 96377 Pinellas New Mains/Serv Lines 51,459,056 50,995,188 56,105 51,051,292 39,953,421 134,543 10,963,329 20 96378 Pasco New Mains/Serv Lines 31,036,207 31,038,443 16,771 31,055,215 27,208,216 59,385 3,787,613 21 96379 Pasco Gas Meter Change Out 1,792,821 1,792,821 - 1,792,821 944,563 - 848,258 96381 Line Reloc-Pasco-Capitalized 2,147,300 2,147,300 - 2,147,300 1,278,149 - 869,151 96382 Gas Inventory Work Mgmt Sys 3,242,000 3,242,000 - 3,242,000 856,268 - 2,385,732 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,069,261 - 788,594 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,574,604 - 233,241 96386 Expanded Energy Conservation 17,378,589 17,378,589 - 17,378,589 12,729,211 - 4,649,378 96387 Natural Gas Vehicle 7,884,584 7,584,584 - 7,584,584 6,573,611 - 1,010,972 96389 Future IMS Software & Hardware 1,500,000 1,500,000 - 1,500,000 361,793 - 1,138,207 96391 Gas System Pasco Building 1,200,000 1,200,000 - 1,200,000 1,392 - 1,198,608 C2301 Pasco Gate Station 1,500,000 1,500,000 - 1,500,000 10,872 - 1,489,128 M1904 Pinellas Building Equip R&R 1,200,000 1,200,000 - 1,200,000 - - 1,200,000 M2402 Gas - Capital Equipment - 1,000,000 - 1,000,000 - - 1,000,000 Sub-Total 162,985,503 163,227,295 72,876 163,300,171 129,770,377 211,447 33,318,347 Solid Waste Control Services C2005 Underground Refuse Program 1,900,862 1,900,862 - 1,900,862 1,292,173 - 608,689 C2302 Rebuild SW Adm Comp 15,360,526 15,230,526 - 15,230,526 18,392 460,585 14,751,549 C2411 Solid Waste Truck Wash Facility - 536,797 - 536,797 2,208 245,873 288,716 M2301 SW Facility R&R 400,000 530,000 - 530,000 209,005 72,026 248,970 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,113,333 - 19,113,333 19,073,488 39,845 -C Sub-Total 37,311,517 37,311,517 - 37,311,517 20,595,266 818,328 15,897,924 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2023 to June 30, 2024 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 20,170,431 20,146,671 (6,889) 20,139,782 8,896,994 5,550,037 5,692,751 22 96213 Marshall Street Upgrades/Impr 21,844,299 20,535,187 - 20,535,187 12,171,872 3,647,861 4,715,454 96214 East Plant Upgrades/Improve 6,150,000 15,870,000 (9,720,000) 6,150,000 708,686 3,374,552 2,066,762 23 96215 N.E. Plant Upgrades/Improve 31,024,945 31,024,945 - 31,024,945 21,052,558 1,949,910 8,022,477 96216 Laboratory Upgrade/Improve 1,155,079 255,079 - 255,079 21,343 48,327 185,410 96217 Pump Station R&R 1,350,192 1,350,192 - 1,350,192 1,235,587 - 114,606 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 1,104,306 - - - - - - C 96630 Sanitary Sewer Extension 14,257,148 14,257,148 - 14,257,148 12,615,157 4,557 1,637,435 96634 Sanitary Sewer Relocation 4,400,885 4,659,557 - 4,659,557 4,071,186 122,163 466,208 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 12,029,876 12,029,876 - 12,029,876 10,598,716 27,485 1,403,675 96664 Water Pollution Control R&R 32,581,864 32,581,864 - 32,581,864 21,548,225 4,375,123 6,658,515 96665 Sanitary Sewer R&R 97,858,508 96,475,605 - 96,475,605 67,655,846 22,727,604 6,092,155 96686 Pump Station Replacement 19,776,162 19,776,162 - 19,776,162 9,511,019 8,220,769 2,044,374 96721 System R & R - Maintenance 19,282,716 19,763,819 - 19,763,819 13,044,420 2,281,238 4,438,162 96722 Line Relocation - Maintenance 5,606,588 5,606,588 - 5,606,588 4,130,589 66,181 1,409,818 96739 Reclaimed Water Dist Sys 55,116,014 54,996,742 (7,635) 54,989,107 48,425,916 5,845,020 718,172 24 96742 Line Relocation-Capitalized 9,693,095 9,714,112 9,698,983 19,413,095 4,255,515 - 15,157,580 25 96744 System Expansion 4,181,043 4,181,043 - 4,181,043 3,731,332 - 449,711 96764 RO Plant Exp Res #1 21,727,067 15,727,067 - 15,727,067 13,243,654 - 2,483,413 96767 RO Plant at Res #2 45,038,939 45,038,939 - 45,038,939 42,221,933 535,766 2,281,240 96773 Groundwater Replenish Fac 6,264,570 5,929,570 - 5,929,570 5,917,653 2,987 8,930 96782 RO Plant @WTP #3 4,511,854 2,336,854 - 2,336,854 1,827,536 8,367 500,951 96783 Water Sys Upgrades/Improve 9,236,100 9,223,925 - 9,223,925 3,365,747 970,410 4,887,768 96784 Reclaim Water Distrib Sys R&R 5,842,078 6,687,494 - 6,687,494 2,210,433 2,313,853 2,163,208 96785 Feasibility Studies/Evalu - Wtr 3,805,000 3,805,000 - 3,805,000 2,448,986 40,563 1,315,451 96786 Devices/Equipment - Water 1,250,000 600,000 - 600,000 - - 600,000 C2412 Enterprise Asset Management - 1,987,209 - 1,987,209 148,943 - 1,838,266 G2206 Portable Generators 771,000 771,000 - 771,000 212,380 - 558,620 L1904/L1905/ M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 - 1,077,913 1,000,239 - 77,674 M1905 Marshall Street Plant R&R 4,160,000 4,160,000 - 4,160,000 456,642 104,972 3,598,386 M1906 Northeast Plant R&R 2,279,313 2,279,313 - 2,279,313 576,344 435,948 1,267,022 M1907 East Plant R&R 5,165,000 5,165,000 - 5,165,000 468,324 66,574 4,630,102 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 72,450 75,065 1,152,484 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 431,405 - 818,595 M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,278 - 746,573 M2103 Utilities Bldg & Maint 1,905,000 1,905,000 - 1,905,000 517,460 - 1,387,540 Sub-Total 475,769,299 475,071,189 (35,541) 475,035,648 320,510,823 62,795,328 91,729,497 Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 5,795,930 8,117,001 - 8,117,001 4,951,793 2,072,754 1,092,453 ENST180001 Stormwater Pipe System Improve 16,653,157 15,090,157 1,000,000 16,090,157 5,273,065 2,993,073 7,824,019 26 ENST180002 Allen's Creek 6,808,982 6,944,982 (1,000,000) 5,944,982 2,852,762 47,711 3,044,509 27 ENST180003 Stormwater System Expansion 662,055 780,674 (41,299) 739,375 50,853 - 688,522 28 ENST180004 Stevenson Creek 3,731,316 4,231,316 - 4,231,316 629,658 17,097 3,584,561 ENST180005 Coastal Basin 5,052,570 5,047,586 - 5,047,586 2,922,237 194,531 1,930,818 ENST180006 Alligator Creek Watershed 3,522,592 3,411,197 - 3,411,197 525,082 - 2,886,115 ENST180010 Lower Spring Branch Improve 5,459,000 5,459,000 - 5,459,000 360,214 92,680 5,006,106 ENST240001 North Beach Pump Station - - 7,000,000 7,000,000 - - 7,000,000 29 Sub-Total 47,685,603 49,081,913 6,958,701 56,040,614 17,565,665 5,417,846 33,057,104 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2023 to June 30, 2024 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other Physical Environment 93422 Dredging of City Waterways 1,446,204 1,446,204 - 1,446,204 483,487 - 962,717 C2208 Coopers Point 1,877,440 - - - - - - CC2214Public Works Complex 4,437,278 5,337,278 - 5,337,278 - - 5,337,278 ENGF180006 City-wide Docks and Seawall 2,686,739 2,686,739 - 2,686,739 1,799,487 52,516 834,736 ENGF180011 Environment Assmt & Clean 1,279,664 1,279,664 - 1,279,664 157,435 24,872 1,097,357 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,299,287 18,550 2,434,163 M2002 Environ Prk Remediate & Protect 1,000,000 1,000,000 - 1,000,000 79,393 329,023 591,584 M2006 Right of Way Tree Mgt Prog 1,100,000 1,100,000 - 1,100,000 287,425 - 812,575 M2210 CW Municipal Cemetery Reno 750,000 770,000 - 770,000 325,327 1,075 443,598 Sub-Total 21,329,325 20,371,885 - 20,371,885 7,431,842 426,036 12,514,007 Road and Street Facilities C2102 Fort Harrison Reconstruction 21,082,776 21,082,776 - 21,082,776 2,047,043 6,549,143 12,486,590 C2103 Downtown Streetscaping 17,601,407 15,608,089 123,405 15,731,494 15,608,089 - 123,405 30 C2407 Nash Street 231,030 1,575,156 - 1,575,156 19,644 261,482 1,294,030 C2408 Osceola Stscape/Util Rpl 1,310,110 2,064,206 - 2,064,206 - 2,018,893 45,313 ENGF200003 Memorial Cswy Bridge Lighting 200,000 200,000 - 200,000 152,656 - 47,344 ENRD180002 Bridge Maintenance & Improve 11,093,247 11,093,247 - 11,093,247 4,698,611 4,984 6,389,653 ENRD180004 Streets and Sidewalks 30,928,009 30,928,009 - 30,928,009 21,335,568 2,665,458 6,926,984 ENRD180005 City-Wide Intersection Improve 4,622,907 4,622,907 (600,000) 4,022,907 1,366,658 11,008 2,645,241 31 ENRD180006 Traffic Signals 2,764,534 2,790,280 - 2,790,280 1,197,162 5,842 1,587,277 ENRD180007 Traffic Safety Infrastructure 1,554,576 1,555,589 - 1,555,589 1,091,778 166,765 297,046 ENRD240001 ATMS Infrastructure Upgrades - - 600,000 600,000 - - 600,000 32 G2213 ARPA Streets & Sidewalks 2,000,000 2,000,000 - 2,000,000 1,562,412 - 437,588 Sub-Total 93,388,596 93,520,259 123,405 93,643,664 49,079,620 11,683,575 32,880,469 Airports 94817 Airpark Maint & Repair 399,245 463,445 - 463,445 366,160 - 97,285 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 - 40,286 G2108 Security System Upgrade 228,000 228,000 - 228,000 126,242 - 101,758 G2306 Apron Relayment 2,000,000 2,000,000 - 2,000,000 18,576 297,578 1,683,846 G2307 Aviation Operation Center 300,000 1,100,000 2,450,000 3,550,000 - - 3,550,000 33 G2401 Airpark Hangars 3,030,000 3,030,000 - 3,030,000 1,650 - 3,028,350 G2409 Airpark Property Survey - 100,000 - 100,000 44,615 53,195 2,190 Sub-Total 7,262,245 8,226,445 2,450,000 10,676,445 1,821,958 350,773 8,503,715 Water Transportation System 93415 Waterway Maintenance 1,050,000 1,050,000 - 1,050,000 841,029 51,700 157,271 G2410 Water Transprtn Ferry Grant - 1,000,000 - 1,000,000 - - 1,000,000 Sub-Total 1,050,000 2,050,000 - 2,050,000 841,029 51,700 1,157,271 Parking Facilities ENPK180001 Parking Lot Resurfacing 858,476 858,476 - 858,476 61,304 - 797,172 ENPK180002 Parking Lot Improvements 1,168,802 1,168,802 - 1,168,802 868,696 - 300,107 ENPK180003 Parking Facilities 5,012,348 5,012,348 - 5,012,348 2,845,602 36,811 2,129,935 ENPK230001 Downtown Parking Garage 24,700,000 24,700,000 - 24,700,000 528,901 1,083,359 23,087,740 M2102 Seminole Boat Launch Maint 553,674 681,318 - 681,318 34,462 - 646,857 Sub-Total 32,293,301 32,420,945 - 32,420,945 4,338,965 1,120,170 26,961,810 Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 1,728,392 125,012 196,596 ENGF180002 Downtown Intermodal 924,756 924,756 - 924,756 8,437 - 916,320 ENGF180003 Miscellaneous Engineering 454,146 454,146 454,146 379,578 24,844 49,724 ENGF180004 Survey Equipment Replace 60,288 60,288 - 60,288 - - 60,288 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 84,041,130 555,853 64,339 Sub-Total 88,150,513 88,150,513 - 88,150,513 86,157,537 705,709 1,287,267 Other Economic Environment C2413 Mercado-Downtown Gateway - 1,154,763 - 1,154,763 275,536 879,227 0 Sub-Total - 1,154,763 - 1,154,763 275,536 879,227 0 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2023 to June 30, 2024 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/23 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Libraries 93527 Books & Other Lib Materials 7,696,601 7,689,968 - 7,689,968 7,689,968 - - C 93530 Consolidated Eastside/SPC Libr 5,300,608 5,300,608 - 5,300,608 5,300,608 - - C93532Libr Maker Space Maint. & Up 282,560 229,194 - 229,194 229,194 - - C 93534 Library FF&E Repair & Replace 550,000 609,999 - 609,999 211,868 6,118 392,013 94861 Library Technology 1,575,000 1,575,000 - 1,575,000 1,336,697 - 238,303 C2211 Main Library Renovation 1,350,000 1,350,000 (575,000) 775,000 14,700 - 760,300 34 Sub-Total 16,754,769 16,754,769 (575,000) 16,179,769 14,783,035 6,118 1,390,616 Parks & Recreation 93133 Park Land Acquisition 1,977,351 2,597,351 - 2,597,351 2,577,461 - 19,889 93272 Bicycle Paths-Bridges 6,870,232 6,870,232 - 6,870,232 5,797,200 2,460 1,070,572 93602 Sp Events Equip Rep & Rplcmnt 410,000 410,000 - 410,000 348,568 - 61,432 93618 Misc Park & Rec Contract 1,240,000 1,240,000 - 1,240,000 1,086,935 26,035 127,030 93646 RR Expan-Barefoot Bch House 520,950 520,950 - 520,950 518,374 - 2,576 93667 Del Oro Park Renovations 2,686,000 2,686,000 (53,470) 2,632,530 2,632,530 - - C 35 C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright/Norton Park Reno 855,272 855,272 - 855,272 - - 855,272 C2202 Long Center Major Reno 10,000,000 10,000,000 - 10,000,000 409,001 582,501 9,008,498 C2209 Neighborhood Park Reno 500,000 500,000 - 500,000 - - 500,000 C2403 McKay Playfield Improve 1,250,000 1,250,000 700,930 1,950,930 80,309 315,715 1,554,907 36 C2404 Edgewater Drive Park Impv 50,000 50,000 - 50,000 - - 50,000 C2405 Moccasin Lake Nature Park 100,000 100,000 - 100,000 - - 100,000 C2406 Pour-in-place Playgrnd Safe Prg 200,000 200,000 - 200,000 - - 200,000 G2218 ARPA State Street Park Impv 700,000 700,000 349,662 1,049,662 17,080 118,500 914,082 37 L1901 P&R Vehicle & Equip Additions 546,210 546,210 - 546,210 520,438 - 25,772 M2206 Parks & Beautification R&R 3,704,890 3,988,140 (301,015) 3,687,125 1,996,220 1,450,164 240,742 38 M2401 Amphitheater Repair & Impv 806,000 806,000 - 806,000 - 41,768 764,232 M2502 Coachman Park Improvements - - 200,000 200,000 - - 200,000 39 ENGF180007 Phillip Jones Park Renovations 224,726 224,726 - 224,726 64,044 - 160,682 Sub-Total 41,141,631 42,044,881 896,107 42,940,988 23,048,159 2,537,143 17,355,686 Cultural Services A1901 Misc Minor Public Art 252,079 252,079 - 252,079 197,540 54,539 A2201 Cultural Arts Plan 100,000 100,000 - 100,000 15,085 - 84,915 Sub-Total 352,078.62 352,079 - 352,079 212,625 - 139,454 Special Recreation Facilities 93410 Clwr Harbor Marina Maint R&R 522,500 524,626 - 524,626 436,079 - 88,547 93420 Fuel System R & R 322,752 322,752 - 322,752 182,797 - 139,955 93499 Pier 60/Sailing Center Maint 571,952 571,952 - 571,952 374,015 - 197,937 C1905 Beach Marina Upgrade 28,492,258 28,492,258 18,000,000 46,492,258 1,680,197 35,947 44,776,114 40 C1906 Clw Harbor Marina Repl & Up 2,895,695 2,895,695 - 2,895,695 2,564,471 159,770 171,454 C2001 Athletic Flds & Fac Reno/Improve 8,750,000 8,150,000 - 8,150,000 - - 8,150,000 C2204 Soccer Reno EC Moore 100,000 100,000 - 100,000 - - 100,000 C2210 Sailing Center Dock Replace 732,852 732,852 (99,040) 633,812 633,812 - - C 41 C2213 Athletic Field Shade Structures 770,000 770,000 (47,406) 722,595 722,595 - - C 42 C2402 Frank Tack Improvements 250,000 250,000 - 250,000 - - 250,000 C2409 South Basin Attenuator - 302,106 - 302,106 79,926 222,180 - M1902 Marine Fac Maint Dock R&R 714,970 717,470 - 717,470 580,268 1 137,202 M2204 Carpenter & BayCare R&R 4,881,513 5,481,513 - 5,481,513 2,897,200 39,002 2,545,311 M2205 Recreation Center R&R 2,235,601 2,235,601 2,235,601 430,223 31,418 1,773,960 M2207 Athletic Field R&R 2,617,568 2,617,568 - 2,617,568 348,482 32,812 2,236,273 M2208 Beach Walk/Pier 60 Park R&R 1,898,735 1,898,735 - 1,898,735 1,706,742 103,267 88,726 Sub-Total 55,756,394 56,063,126 17,853,555 73,916,681 12,636,806 624,396 60,655,479 TOTAL ALL PROJECTS 1,286,665,307 1,294,116,429 43,459,106 1,337,575,535 797,713,391 128,189,185 411,672,959 32 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment General Government Programs HB1365/Pinellas County - NEW PROGRAM 1 G2413 50,000 To establish the program and record a budget increase of $50,000.00 of ARPA related General Fund revenues as approved by the Council on June 20, 2024.50,000 Feasibility Study - NEW PROGRAM 2 M2403 504,000 To establish the program and record a budget increase of $504,000.00 of unallocated Special Program Fund reserves as approved by the Council on August 1, 2024.504,000 Property Use/Surplus Planning - NEW PROGRAM 3 M2404 200,000 To establish the program and record a budget increase of $200,000.00 of General Fund reserves to provide funding for evaluation of City properties for future opportunity.200,000 General Government Totals:754,000 - 754,000 Public Safety Programs Foreclosure Registry - Nuisance Abatement 4 98609 3,400 To record a budget increase of $3,400.00,which represents foreclosure registry fees collected to date,to bring the budget in line with actual receipts.3,400 Police Extra Duty 5 99215 437,029 To record a budget increase of $437,029.41 in police service revenue to bring the budget in line with actual receipts.437,029 Police Education Fund 6 99317 3,669 To record a budget increase of $3,669.20 in police education fine revenue,which will bring the budget in line with actual receipts.3,669 Investigative Recovery Costs 7 99329 20,614 To record a budget increase of $20,614.31 in fines,forfeitures, and penalties revenue to bring the budget in line with actual receipts. 20,614 Florida Contraband Forfeiture Fund 8 99330 17,522 To record a budget increase of $17,522.00 in fines,forfeitures, and penalties revenue to bring the budget in line with actual receipts.17,522 Special Program Fund Third Quarter Amendments FY 2023/24 33 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2023/24 Public Safety Programs (continued) Vehicle Replacement Fund 9 99350 29,665 To record a budget increase of $29,665.00 transferred from 99215,Police Extra Duty,representing revenue collected for vehicle usage on extra duty jobs.29,665 Federal Forfeiture Sharing 10 99387 3,437 To record an increase of $3,436.89 in governmental revenues from the US Department of Justice to bring the budget in line with actual receipts.3,437 Hurricane Idalia 11 D2302 36,666 To record an increase of $36,665.64 in FEMA reimbursement revenues for damages from Hurricane Idalia.36,666 Police SAFE Grant 12 G2411 70,000 To record a budget increase of $70,000.00 in grant revenues awarded from the Florida Department of Law Enforcement State Assistance for Fentanyl Eradication in Florida Program.70,000 Pedestrian/Bicycle Safety Grant 2025 - NEW PROGRAM 13 G2414 27,215 To establish the program and create a budget of $27,214.83 in governmental revenues from the University of North Florida, as approved by Council on September 4, 2024.27,215 School Resource Officers (SRO) 14 P1801 478,449 To record a budget increase of $409,507.20 in reimbursement revenue from the Pinellas County School Board for the annual SRO agreement for the 2024/25 school year as approved by the Council on August 3,2023;and an increase of $68,941.47 in reimbursement revenue from the Pinellas County School Board (PCSB) for SRO extra duty.478,449 Public Safety Program Totals:1,127,666 - 1,127,666 Physical Environment Programs Tree Replacement Program 15 99970 24,864 To record a budget increase of $24,864.00 in fines,forfeiture, and penalties revenue to bring the budget in line with actual receipts.24,864 Physical Environment Program Totals:24,864 - 24,864 34 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2023/24 Economic Environment Programs Public Facilities 2023 16 G2301 45,774 - To record a budget increase of $45,774.33 in CDBG program income revenue from the NSP3 closeout.45,774 Economic Development 2023 17 G2302 13,260 - To record a budget increase of $13,260.00 of General Fund revenue transferred to return unspent funds from prior year used for the Elks Lodge Demo.13,260 Program Administration 2023 - CLOSE PROGRAM 18 G2303 (854) To record a budget transfer of $854.00 in Community Development Block Grant (CDBG)revenues to G2503,Program Administration 2025. This program will be closed.(854) Public Facilities 2024 19 G2402 (146,454) To record a budget transfer of $146,454.00 in Community Development Block Grant (CDBG)revenues to G2501,Public Facilities 2025. (146,454) Infill Housing 2024 20 G2405 (177,222) To record a budget transfer of $177,222.05 in Community Development Block Grant (CDBG)revenues to G2504,Infill Housing 2025. (177,222) Amplify Sublease Agreement - NEW PROGRAM 21 M2405 250,000 To establish the program and record an increase of $250,000 in General Fund revenues to account for reimbursements to Amplify as outlined in their lease agreement approved by Council on November 2, 2023.250,000 Public Facilities 2025 - NEW PROGRAM 22 G2501 146,454 To establish the program and record a budget transfer of $146,454.00 in Community Development Block Grant (CDBG) revenues from G2402, Public Facilities 2024. 146,454 Program Administration 2025 - NEW PROGRAM 23 G2503 854 To establish the program and record a budget transfer of $854.00 in Community Development Block Grant (CDBG) revenues from G2303, Program Administration 2023. 854 Infill Housing 2025 - NEW PROGRAM 24 G2504 177,222 To establish the program and record a budget transfer of $177,222.05 in Community Development Block Grant (CDBG) revenues from G2405, Infill Housing 2024. 177,222 Economic Environment Program Totals:309,034 - 309,034 35 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2023/24 Human Services Programs JWB Youth Programming 25 G2107 553,129 - To record a budget increase of $553,129.00 in governmental revenue from the Juvenile Welfare Board (JWB)for fiscal year 2024/25 youth programs approved by Council on September 4, 2024.553,129 Human Services Program: Totals:553,129 - 553,129 Culture and Recreation Programs Library Special Account 26 99910 150 To record a budget increase of $150.00 in donation revenue to bring the budget in line with actual receipts.150 Clearwater for Youth Grants 27 G1907 1,680 To record a budget increase of $1,680.00 in donation revenue for youth programs.This will bring the budget in line with actual receipts.1,680 FY24 Special Events 28 PRSE240001 85,377 To record a budget increase of $85,377.24 which represents the following amendments to bring the budget in line with actual receipts:$10,377.24 in sales revenues;and $75,000.00 in sponsorship revenues.85,377 Culture and Recreation Program Total:87,207 - 87,207 2,855,901 - 2,855,901 Intrafund/Interfund Transfers Police Extra Duty 99215 29,665 To record a transfer of $29,665.00 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. ARPA North Greenwood CRA G2210 3,000,000 To record a transfer of $3,000,000.00 to capital project ENGF220001,New City Hall,as approved by Council on June 20, 2024. Total Interfund Transfers:3,029,665 Total Budget Increase/(Decrease): 36 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2023 to June 30, 2024 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 289,000 - 289,000 149,927 - 139,073 99928 Nagano Sister City Program 416,279 416,279 - 416,279 209,976 37,257 169,046 G2413 HB1365/Pinellas County - - 50,000 50,000 - - 50,000 1 M1913 Lien Foreclosure Program 1,169,784 1,318,484 - 1,318,484 612,825 - 705,659 M2101 Planning Studies Fund 1,225,000 1,225,000 - 1,225,000 457,298 330,714 436,988 M2403 Feasibility Study - - 504,000 504,000 - - 504,000 2 M2404 Property Use/Surplus Planning - - 200,000 200,000 - - 200,000 3 Sub-Total 3,100,063 3,248,762 754,000 4,002,762 1,430,025 367,972 2,204,766 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 183,700 194,500 3,400 197,900 22,163 - 175,738 4 98610 Hurricane Irma 3,918,686 3,918,686 - 3,918,686 3,918,686 - (0) C 99215 Police Extra Duty 7,610,386 8,803,881 437,029 9,240,910 9,027,196 - 213,714 5 99279 Police Recruitments 291,010 291,010 - 291,010 203,473 35,840 51,697 99281 Fed Forfeitures - Treasury 196,485 197,753 - 197,753 160,579 - 37,174 99316 Police Volunteers 183,519 183,519 - 183,519 148,210 - 35,308 99317 Police Education Fund 1,469,839 1,491,907 3,669 1,495,576 1,304,567 - 191,009 6 99329 Investigative Recovery Costs 3,060,634 3,172,197 20,614 3,192,812 2,833,793 255 358,763 7 99330 FL Contraband Forfeiture Fund 1,315,678 1,435,339 17,522 1,452,861 1,273,352 - 179,509 8 99350 Vehicle Replacement Fund 977,247 1,102,704 29,665 1,132,369 699,002 105,077 328,290 9 99356 Safe Neighborhood Program 1,508,203 1,552,703 - 1,552,703 1,463,590 - 89,113 99364 Crime Prevention Program 252,609 259,409 - 259,409 250,361 - 9,048 99387 Federal Forfeiture Sharing 2,582,004 2,618,872 3,437 2,622,309 2,106,139 - 516,170 10 99927 Emergency Operations 4,328,870 4,481,229 - 4,481,229 3,279,931 - 1,201,299 99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 69,700 - - C C2304 Emergency Alert System 845,305 845,305 - 845,305 845,305 - - C D2001 COVID-19 Prep & Response 1,981,240 1,981,240 - 1,981,240 1,494,379 - 486,861 D2302 Hurricane Idalia - 1,350,894 36,666 1,387,559 133,724 154,795 1,099,040 11G2308Pedestrian/Bicycle Safety Grant 2024 - 27,233 - 27,233 28,399 - (1,166) G2411 Police SAFE Grant - 98,000 70,000 168,000 66,189 10,000 91,811 12 G2414 Pedestrian/Bicycle Safety Grant 2025 - - 27,215 27,215 - - 27,215 13 P1801 School Resource Officers 3,541,523 3,541,523 478,449 4,019,972 3,356,988 - 662,984 14 P2002 Police Body Worn Camera Program 882,922 882,922 - 882,922 812,924 - 69,998 P2101 Mental Health Co-Responder Team 594,422 594,422 - 594,422 480,810 - 113,612 P2201 DEA OT Reimbursement Program 45,000 65,000 - 65,000 57,308 - 7,692 P2202 ESST OT Reimbursement Program 3,000 8,000 - 8,000 2,699 - 5,301 P2203 FBI OT Reimbursement Program 45,000 45,000 - 45,000 37,070 - 7,930 P2204 Secret Service OT Reimb Program 45,000 50,000 - 50,000 41,847 - 8,153 P2301 The Sound Acoustic Study 168,500 168,500 - 168,500 121,743 31,440 15,317 P2302 PSO - Countryside Christian 129,960 129,960 - 129,960 61,309 - 68,651 Sub-Total 36,230,442 39,561,408 1,127,666 40,689,074 34,301,434 337,407 6,050,233 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 2,058,786 2,167,650 24,864 2,192,514 1,100,926 - 1,091,589 15 Sub-Total 2,058,786 2,167,650 24,864 2,192,514 1,100,926 - 1,091,589 ECONOMIC ENVIRONMENT PROGRAMS 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 1,089,197 138,673 321,468 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 21,483 - 269,370 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 G2201 Public Facilities 2022 570,471 565,024 - 565,024 565,024 - - C G2202 Economic Development 2022 90,246 72,603 - 72,603 72,603 - 0 C G2203 Program Administration 2022 184,550 184,525 - 184,525 184,525 - - C G2207 Brownfield MAC Grant 300,000 300,000 - 300,000 111,057 21,329 167,614 G2209 Duke Energy ED Grant 50,000 50,000 - 50,000 26,443 - 23,557 37 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2023 to June 30, 2024 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref - ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED)- G2210 ARPA North Greenwood CRA 5,000,000 5,000,000 - 5,000,000 4,773,611 22,917 203,472 G2212 ARPA Affordable Housing 3,300,000 3,300,000 3,300,000 2,726,678 - 573,322 G2219 ARPA Business Incubator 250,000 250,000 - 250,000 250,000 - - G2301 Public Facilities 2023 703,591 695,616 45,774 741,390 692,123 - 49,268 16 G2302 Economic Development 2023 235,574 147,015 13,260 160,275 147,015 - 13,260 17 G2303 Program Administration 2023 179,495 162,960 (854) 162,106 162,106 - - C 18 G2305 Public Services 2023 104,621 100,718 - 100,718 100,718 - - C G2402 Public Facilities 2024 838,269 1,260,349 (146,454) 1,113,895 260,996 822,899 30,000 19 G2403 Economic Development 2024 215,402 215,402 - 215,402 16,750 163,250 35,402 G2404 Program Administration 2024 182,667 182,667 - 182,667 150,710 20,039 11,918 G2405 Infill Housing 2024 177,222 177,222 (177,222) - - - - 20 G2406 Public Services 2024 136,998 136,998 - 136,998 70,907 66,091 - G2408 HOME-ARP - 1,637,567 - 1,637,567 4,047 3,648 1,629,873 M2405 Amplify Sublease Agreement - - 250,000 250,000 - - 250,000 21 G2501 Public Facilities 2025 - - 146,454 146,454 - - 146,454 22 G2503 Program Administration 2025 - - 854 854 - - 854 23 G2504 Infill Housing 2025 - - 177,222 177,222 - - 177,222 24 Sub-Total 15,896,805 17,816,364 309,034 18,125,399 11,917,965 1,258,845 4,948,589 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 8,981 - 19 98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 14,000 - - C 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 19,580 19,580 - 19,580 13,509 - 6,071 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 1,665,220 2,151,431 553,129 2,704,560 1,594,203 - 1,110,357 25 G2215 ARPA Pinellas Community Foundation 1,000,000 1,000,000 - 1,000,000 933,417 66,583 - G2216 ARPA Non-profit Grants 1,000,000 1,000,000 - 1,000,000 960,000 - 40,000 G2217 ARPA Education Grants & Partnerships 750,000 750,000 - 750,000 750,000 - - M2209 Opioid Settlement Funds 135,281 431,565 - 431,565 - - 431,565 Sub-Total 4,813,350 5,595,845 553,129 6,148,974 4,481,844 66,583 1,600,547 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 - - 106,077 99910 Library Special Account 956,577 966,707 150 966,857 943,520 - 23,338 26 C2303 Library - Machan Estate 1,176,297 1,176,297 - 1,176,297 - - 1,176,297 G1907 Clearwater for Youth Grants 100,579 110,829 1,680 112,509 74,688 - 37,821 27 G2412 Water Tank Mural Grant - 60,000 - 60,000 50,000 10,000 - PRSE190001 Special Events 3,048,251 3,048,251 - 3,048,251 3,048,251 - - C PRSE230001 Special Events @ Coachman Park 614,172 644,714 - 644,714 644,714 - - C PRSE240001 FY24 Special Events - 342,266 85,377 427,643 212,078 - 215,565 28 Sub-Total 6,001,954 6,455,141 87,207 6,542,349 4,973,251 10,000 1,559,098 TOTAL ALL PROJECTS 68,101,400 74,845,172 2,855,901 77,701,072 58,205,444 2,040,807 17,454,821 38 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter Amendments FY 2023/24Increase/ (Decrease)Description Revenues Ad Valorem Taxes 17,158 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Open Space Fees 1,269 An increase in open space fees to bring the budget in line with actual receipts for the year. Recreation Facility Impact Fees 1,576 An increase in recreation facility impact fees to bring the budget in line with actual receipts for the year. Recreation Land Impact Fees 259 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Parks & Rec Impact Fee 76,626 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Interest Earnings (600,000) A decrease in interest earnings to bringthe budget in line with anticipated receipts for the year. Fee in Lieu of Sidewalks 7,832 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Multi-Modal Impact Fees (220,000) A decrease in Multi-Modal Impact Fees to bring the budget in line with actual receipts for the year. (715,280)$ Net Revenue Amendments Expenditures - No amendments are proposed to Special Development Fund expenditures at mid-year. -$ Net Expenditure Amendments 39 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2023 - June 30, 2024 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2023/24 2023/24 2023/24 2023/24 Amendments Revenues: Ad Valorem Taxes 4,536,570 4,536,570 4,536,570 4,553,728 17,158 Infrastructure Tax 16,585,900 16,585,900 16,585,900 16,585,900 - Interest Earnings 950,000 950,000 950,000 350,000 (600,000) Open Space Fees - - - 1,269 1,269 Recreation Facility Impact Fees - - - 1,576 1,576 Recreation Land Impact Fees - - - 259 259 Parks & Recreation Impact Fees - - - 76,626 76,626 Fee in Lieu of Sidewalks - - - 7,832 7,832 Multi-Modal Impact Fees 400,000 400,000 400,000 180,000 (220,000) Local Option Gas Tax 1,427,150 1,427,150 1,427,150 1,427,150 - Allocation of Assigned Fund Balance 9,148,130 9,768,130 9,768,130 9,768,130 - 33,047,750 33,667,750 33,667,750 32,952,470 (715,280) Expenditures: Transfer to Capital Improvement Fund - Road Millage 4,536,570 4,536,570 4,536,570 4,536,570 - Infrastructure Tax 24,994,030 24,994,030 24,994,030 24,994,030 - Open Space Impact Fees - 620,000 620,000 620,000 - Multi-Modal Impact fees 1,140,000 1,140,000 1,140,000 1,140,000 - Local Option Gas Tax 1,427,150 1,427,150 1,427,150 1,427,150 - 32,097,750 32,717,750 32,717,750 32,717,750 - Revenues: CDBG Program Income 913,337 913,337 1,195,329 1,195,329 - Interest Earnings 479,000 492,947 492,947 492,947 - Intergovernmental Revenue - 2,463,394 2,657,545 3,826,440 1,168,895 Charges for Service Revenue - 666,663 1,207,796 1,723,225 515,429 Judgments, Fines and Forfeit Revenue - 395,606 507,196 573,866 66,670 Miscellaneous Revenue - 379,212 528,809 541,016 12,207 Transfers from General Fund:- - - 513,260 513,260 Sister City Program 37,380 37,380 37,380 37,380 - Planning Study Fund 200,000 200,000 200,000 200,000 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 70,000 70,000 70,000 - Police Recruitments 30,000 30,000 30,000 30,000 - School Resource Officers 210,000 210,000 210,000 210,000 - Police Mental Health Co-Responder Team 12,000 12,000 12,000 12,000 - Transfers from Special Programs - 1,509,257 1,546,487 2,125,926 579,439 1,953,217 7,381,295 8,696,988 11,552,889 2,855,901 SPECIAL PROGRAM FUND SPECIAL DEVELOPMENT FUND 40 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2023 - June 30, 2024 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2023/24 2023/24 2023/24 2023/24 Amendments Expenditures: General Government 237,380 386,079 386,079 1,140,079 754,000 Public Safety 252,000 2,748,080 3,582,967 4,710,633 1,127,666 Physical Environment - 89,520 108,864 133,728 24,864 Economic Environment 551,926 2,189,493 2,471,485 2,780,519 309,034 Human Services 1,500 783,995 783,995 1,337,124 553,129 Culture and Recreation 70,000 343,717 523,188 610,395 87,207 Interfund Transfers 361,411 361,411 361,411 361,411 - Transfer to Capital Fund - - - - - 1,474,217 6,902,295 8,217,988 11,073,889 2,855,901 Revenues: HOME Investment Partnerships 532,649 532,649 532,649 532,649 - State Housing Initiatives Partnerships 1,127,930 1,127,930 1,127,930 1,127,930 - Total - HOME/SHIP Funds 1,660,579 1,660,579 1,660,579 1,660,579 - Expenditures: Economic Environment 1,211,435 1,211,435 1,211,435 1,211,435 - Interfund Transfers 449,144 449,144 449,144 449,144 - Total - HOME/SHIP Programs 1,660,579 1,660,579 1,660,579 1,660,579 - OTHER HOUSING ASSISTANCE FUNDS 41 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2023/24 42 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. ***** 6/12/24 Administrative Change Order #4 – 2021 Sidewalks (20-0026-EN). This change order increases items in accordance with field conditions resulting in a net increase to the contract. Central Florida Contractors, Inc. 27,672.50 8/22/24 Administrative Change Order #1 – 2021 Stormwater Repairs (20-0029- EN). This change order extends the contract for 90 calendar days to provide repairs for damage caused by Hurricane Debby, resulting in no change to the contract total. David Nelson Construction Co. 0.00 43 Ordinance #9795-24 ORDINANCE NO. 9795-24 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, STORMWATER FUND, SOLID WASTE AND RECYCLING FUND, GENERAL SERVICES FUND, GARAGE FUND, CENTRAL INSURANCE FUND, SPECIAL DEVELOPMENT FUND, AND SPECIAL PROGRAM 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 third quarter review it was found that an increase of $24,095,140 is necessary for revenues and an increase of $25,858,880 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. 44 Ordinance #9795-24 Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _________________________ PASSED ON SECOND AND FINAL _________________________ READING AND ADOPTED _______________________________ Bruce Rector, Mayor Approved as to form: Attest: _______________________________ ________________________________ David Margolis, City Attorney Rosemarie Call, City Clerk EXHIBIT A 2023-24 BUDGET REVENUE First ThirdQuarterMid-Year Quarter Budgeted Amended Amended AmendedRevenuesBudgetBudgetBudget Budget 2023/24 2023/24 2023/24 2023/24 Amendment General Fund: Ad Valorem Taxes 90,683,430 90,683,430 90,683,430 90,966,200 282,770 Utility Taxes 18,655,000 18,655,000 18,655,000 20,068,000 1,413,000 Local Option, Fuel & Other Taxes 6,300,000 6,300,000 6,300,000 6,200,000 (100,000) Franchise Fees 11,220,000 11,220,000 11,220,000 12,085,000 865,000 Other Permits & Fees 3,934,500 3,934,500 3,934,500 3,570,800 (363,700) Intergovernmental Revenues 29,859,340 29,859,340 29,859,340 31,148,640 1,289,300 Charges for Services 17,368,355 17,368,355 17,368,355 17,277,795 (90,560) Judgments, Fines & Forfeitures 1,384,000 1,384,000 1,384,000 1,464,000 80,000 Miscellaneous Revenues 6,718,020 6,718,020 6,718,020 8,551,220 1,833,200 Transfers In 13,335,875 13,371,387 13,371,387 19,016,825 5,645,438 Transfer (to) from Reserves - 3,679,163 3,714,383 (25,757) (3,740,140) Total, General Fund 199,458,520 203,173,195 203,208,415 210,322,723 7,114,308 Special Revenue Funds: Special Development Fund 33,047,750 33,667,750 33,667,750 32,952,470 (715,280) Special Program Fund 1,953,217 7,381,295 8,696,988 11,552,889 2,855,901 Local Housing Asst Trust Fund 1,660,579 1,660,579 1,660,579 1,660,579 - Utility & Other Enterprise Funds: Water & Sewer Fund 114,894,840 115,754,540 115,754,540 115,754,540 - Stormwater Utility Fund 18,684,120 18,828,168 18,828,168 24,829,198 6,001,030 Solid Waste & Recycling Fund 36,353,830 36,526,915 36,730,915 36,730,915 - Gas Fund 53,733,140 53,988,284 53,988,284 53,988,284 - Airpark Fund 262,000 263,325 263,325 263,325 - Marine Fund 7,007,270 7,052,428 7,052,428 7,052,428 - Clearwater Harbor Marina 1,136,500 1,154,731 1,154,731 1,154,731 - Parking Fund 22,486,780 22,582,742 22,700,077 22,700,077 - Internal Service Funds: Administrative Services Fund 17,398,400 17,727,386 17,727,386 17,727,386 - General Services Fund 7,355,520 7,458,991 7,458,991 7,732,538 273,547 Garage Fund 19,602,010 19,815,382 19,815,382 22,381,016 2,565,634 Central Insurance Fund 38,477,320 38,509,173 38,509,173 44,509,173 6,000,000 Total, All Funds 573,511,796 585,544,884 587,217,132 611,312,272 24,095,140 45 Ordinance #9795-24 EXHIBIT A (Continued) 2023-24 BUDGET EXPENDITURES First ThirdQuarterMid Year Quarter Original Amended Amended AmendedBudgetBudgetBudgetBudget Budget 2023/24 2023/24 2023/24 2023/24 Amendment General Fund: City Council 553,197 554,449 589,669 589,669 - City Manager's Office 1,085,258 1,652,115 1,652,115 1,652,115 - City Attorney's Office 2,488,743 2,514,815 2,514,815 2,684,315 169,500 City Audit 461,573 465,979 465,979 465,979 - City Clerk 1,420,406 1,455,668 1,455,668 1,455,668 - CRA Administration 982,526 1,005,330 1,005,330 1,005,330 - Economic Development & Housing 2,146,301 2,200,993 2,200,993 2,200,993 - Finance 3,142,043 3,296,999 3,296,999 3,346,999 50,000 Fire 35,243,722 35,448,742 35,448,742 36,177,633 728,891 Human Resources 2,181,218 2,254,202 2,254,202 2,254,202 - Library 9,110,053 9,391,098 9,391,098 9,391,098 - Non-Departmental 12,725,240 13,599,025 13,599,025 18,980,723 5,381,698 Office of Innovation 1,003,260 335,293 335,293 285,293 (50,000) Parks & Recreation 44,790,781 45,609,955 45,609,955 45,609,955 - Planning & Development 8,577,878 8,875,995 8,875,995 8,875,995 - Police 56,780,344 57,203,994 57,203,994 58,038,213 834,219 Public Communications 1,761,372 1,811,572 1,811,572 1,811,572 - Public Utilities 445,580 445,580 445,580 445,580 - Public Works 14,559,025 15,051,391 15,051,391 15,051,391 - Total, General Fund 199,458,520 203,173,195 203,208,415 210,322,723 7,114,308 Special Revenue Funds: Special Development Fund 32,097,750 32,717,750 32,717,750 32,717,750 - Special Program Fund 1,474,217 6,902,295 8,217,988 11,073,889 2,855,901 Local Housing Asst Trust Fund 1,660,579 1,660,579 1,660,579 1,660,579 - Utility & Other Enterprise Funds: Water & Sewer Fund 114,894,840 115,754,540 115,754,540 115,754,540 - Stormwater Utility Fund 17,685,150 17,829,198 17,829,198 24,829,198 7,000,000 Solid Waste & Recycling Fund 36,353,830 36,526,915 36,730,915 36,730,915 - Gas Fund 53,733,140 53,988,284 53,988,284 53,988,284 - Airpark Fund 173,760 187,925 187,925 187,925 - Marine Fund 7,007,270 7,052,428 7,052,428 7,052,428 - Clearwater Harbor Marina 1,130,850 1,149,081 1,149,081 1,149,081 - Parking Fund 22,486,780 22,582,742 22,700,077 22,700,077 - Internal Service Funds: Administrative Services Fund 17,260,770 17,589,756 17,589,756 17,589,756 - General Services Fund 7,306,030 7,409,501 7,409,501 7,732,538 323,037 Garage Fund 19,602,010 19,815,382 19,815,382 22,381,016 2,565,634 Central Insurance Fund 38,473,130 38,504,983 38,504,983 44,504,983 6,000,000 Total, All Funds 570,798,626 582,844,554 584,516,802 610,375,682 25,858,880 46 Ordinance #9795-24 47 Ordinance #9796-24 ORDINANCE NO. 9796-24 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 $43,459,106 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 Third 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 Third 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 ___________________________ Bruce Rector, Mayor Approved as to form: Attest: ______________________________ ____________________________ David Margolis, City Attorney Rosemarie Call, City Clerk First Qtr.Mid-Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2023/24 2023/24 2023/24 2023/24 Amendments Other General Government 22,363,700 23,123,669 22,963,494 38,718,380 15,754,886 Police Protection 355,000 380,890 380,890 380,890 - Fire Protection 1,006,030 2,857,147 3,235,659 3,195,775 (39,883) Fire Rescue Services 593,000 607,000 618,006 618,006 - Gas Utility Services 12,725,000 12,877,689 12,966,792 13,039,668 72,876 Solid Waste Services 7,200,000 7,200,000 7,200,000 7,200,000 - Water-Sewer Services 40,427,330 41,342,792 39,729,220 39,693,679 (35,541) Flood Protection/Stormwater Mgmt 5,942,140 5,424,696 7,338,451 14,297,152 6,958,701 Other Physical Environment 4,420,980 4,440,980 3,463,540 3,463,540 - Road and Street Facilities 14,177,970 13,850,712 14,309,632 14,433,037 123,405 Airports 3,065,000 4,029,200 4,029,200 6,479,200 2,450,000 Water Transportation Systems 150,000 150,000 1,150,000 1,150,000 - Parking Facilities 13,909,000 14,036,644 14,036,644 14,036,644 - Other Transportation 70,000 70,000 70,000 70,000 - Other Economic Environment - 1,154,763 1,154,763 1,154,763 - Libraries 110,000 110,000 110,000 (465,000) (575,000) Parks & Recreation 4,455,000 5,358,250 5,358,250 6,254,357 896,107 Cultural Services 40,000 40,000 40,000 40,000 - Special Recreation Facilities 22,375,530 22,682,262 22,682,262 40,535,817 17,853,555 TOTAL PROJECT EXPENDITURES 153,385,680 159,736,693 160,836,802 204,295,908 43,459,106 GENERAL SOURCES: General Operating Revenue 16,456,290 17,350,075 17,350,075 19,739,083 2,389,008 Penny for Pinellas 24,994,030 24,994,030 24,994,030 24,994,030 - Road Millage 4,536,570 4,536,570 4,536,570 4,536,570 - Local Option Gas Tax 1,427,150 1,427,150 1,427,150 1,427,150 - Grants 1,656,000 2,447,775 3,447,775 3,447,775 - County Fire Reimbursements 387,780 1,517,780 1,528,786 1,528,786 - Other Governmental - 302,106 302,106 313,145 11,039 Special revenue Funds - 1,438,013 1,438,013 1,438,013 - Multi-Modal Impact Fee 1,140,000 1,140,000 1,140,000 1,140,000 - Open Space Impact Fee - 620,000 620,000 620,000 - Donations 150,000 150,000 150,000 150,000 - Other - 37,195 37,195 37,195 - Reimbursements 1,515,000 1,541,759 1,541,759 1,548,441 6,682 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24 48 Ordinance # 9796-24 First Qtr.Mid-Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2023/24 2023/24 2023/24 2023/24 Amendments EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2023/24 SELF SUPPORTING FUNDS: Parking Revenue 14,025,000 14,152,644 14,152,644 14,152,644 - Marine Revenue 1,150,000 1,152,500 1,152,500 19,152,500 18,000,000 Clearwater Harbor Marina Revenue 175,000 177,126 177,126 177,126 - Airpark Revenue 35,000 227,840 227,840 2,677,840 2,450,000 Water Revenue 17,583,790 17,583,790 17,583,790 17,583,790 - Sewer Revenue 14,308,780 14,308,780 14,308,780 14,308,780 - Utility R&R 13,816,850 13,816,850 13,816,850 13,816,850 - Water Impact Fees 160,000 160,000 160,000 160,000 - Sewer Impact Fees 50,000 50,000 50,000 50,000 - Stormwater Utility Revenue 7,639,740 7,683,740 7,683,740 14,683,740 7,000,000 Gas Revenue 12,725,000 12,877,689 12,966,792 13,039,668 72,876 Solid Waste Revenue 7,200,000 7,200,000 7,200,000 7,200,000 - INTERNAL SERVICE FUNDS: Garage Revenue 429,500 590,930 590,930 2,277,893 1,686,963 Administrative Services Revenue 1,475,000 1,475,000 1,475,000 1,475,000 - General Services Revenue 100,000 100,000 100,000 423,037 323,037 Central Insurance Revenue 175,000 175,000 175,000 175,000 - - BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 9,624,200 10,052,352 10,052,352 21,571,852 11,519,500 Lease Purchase - Administrative Services 450,000 450,000 450,000 450,000 - TOTAL ALL FUNDING SOURCES:153,385,680 159,736,693 160,836,802 204,295,908 43,459,106 49 Ordinance # 9796-24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1118 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve a five-year payment deferral via a loan modification for 1101 Holt Avenue, also known as HEP West, and authorize the appropriate officials to execute documents required to affect closing of the loan modification. (consent) SUMMARY: Homeless Emergency Project (HEP) is a 501 (c) (3) organization that was founded in 1986 to meet the needs of a growing number of homeless individuals and families. HEP provides emergency shelter, transitional housing, and family rental units for the homeless population. In addition to housing, the agency provides food, intensive case management, clinical services, free dental care, childcare and other supportive services to the homeless. On August 31, 2010, the City provided a loan in the amount of $372,340 to HEP for the acquisition of 1101 Holt Avenue which was purchased for the development of a 32-unit apartment building for low-income veterans, now known as HEP West. A mortgage modification agreement was executed on December 9, 2013, to add an additional $725,000 to the project and to defer the loan repayment until January 1, 2015. On March 9, 2016, HEP requested and the City approved a deferment of payment until January 1, 2020. Toward the end of the deferral period, on October 7, 2019, HEP sent a written request asking for an additional deferment of payment. The request was approved for an additional five years with payments to commence on January 1, 2025. On August 13, 2024, HEP sent a written request asking for an additional five-year deferment of payment. As demonstrated by the attachment in the request letter, HEP’s Homeless and Low-income program has resulted in a loss of $293,857.64. According to HEP, this deferment will provide an opportunity to offset deficiencies incurred over the past several years. Staff recommends the approval of a payment deferral for the term of five years with payments to commence on January 1, 2030. Should HEP continue to operate the program at a similar loss, staff will likely recommend further deferment of the loan prior to the commencement of payments in 2030. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 9/10/2024 12731101 11151261 1015 12731211 1207 1016 1213126512201119 1205 1016 1215 128212371116 1009 1012 1262126112251201126312431212 12841013 1020 1021 1011 1005 1201 12551008 1015 1204 1201 1012 12791208 1020 1124 100712751101 1214 12311008 1109 1004 1117 1200 12601006 12191107 1235 1180 1300 1051 1210 1260126812601009 1101 12721120 12771100 1116 1110 1002 1201 1102 1120 1104 1285PALMETTO ST N BETTY LNHOLT AVEFAIRBURN AVEENGMAN ST CEDAR ST OTIS C GREEN DR Document Path: C:\Users\Nicholas.Finch\OneDrive - City of Clearwater\GIS - Engineering Geographic Technology\Engineering\Location Maps\1101 Holt Avenue\1101 Holt Avenue.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2022 HEP West Parcel Number: 10-29-15-00000-130-0400 N.T.S.Scale:NFMap Gen By:DMReviewed By:8/22/2024Date: AERIAL MAP Parcel Size: +/- 2.78 ac. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1152 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Authorize four construction loans in an amount not to exceed $290,000.00 each to Clearwater Neighborhood Housing Services, Inc. (CNHS) for the construction of four single-family homes in the Lake Bellevue area of Clearwater and authorize the appropriate officials to execute documents required to affect closing of the loan(s). (consent) SUMMARY: Clearwater Neighborhood Housing Services, Inc. (CNHS) acquired the .47-acre parcel in February 2007. In May 2024, CNHS submitted a request to Pinellas County to divide the parcel into four separate lots. The request was approved and the new addresses for these lots are as follows: - 1107 Howard Street - 1557 S. Martin Luther King Jr. Avenue - 1561 S. Martin Luther King Jr. Avenue - 1565 S. Martin Luther King Jr. Avenue CNHS has submitted plans for the subject properties to the City’s building department for the construction of four 3-bedroom, 2-bathroom detached single-family homes. CNHS submitted a funding request application for the four parcels to the City’s housing department and the City has established the following terms for the construction loans: - The homes are to be sold to individuals or families earning at or below 80% of the area median income. - The construction loan will be repaid to the City at the time of sale of the completed property. - The developer is permitted to retain a 12% developer fee. - The final approval of the loan(s) will be contingent upon the approval of all funding sources and site plan and building permit approval. The City intends to utilize a combination of the Federal HOME Investment Partnerships Program and State Housing Initiatives Partnership (SHIP) Program funds. Staff recommends the approval of four separate loans not to exceed $290,000.00 each, to support the creation of four new affordable housing units. This project will greatly contribute to the revitalization of the block located in the Lake Bellevue area. APPROPRIATION CODE AND AMOUNT: Funding is to be provided by State Housing Initiatives Partnership (SHIP) Program and Federal HOME Investment Partnerships Program. No General Fund monies will be appropriated. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 9/10/2024 Notes LOAN Request - City of Clearwater $ 286,312.10 Loan Request amount total = Construction Costs(J14) + Soft Costs(J27) City Loan Closing Costs - Estimated @ 0.0125 3,655.03 Developer Fee 30,315.28 TOTAL SOURCES OF FUNDS $316,627.38 ACQUISITION AND CONSTRUCTION Acquistion Price and Carrying Costs $22,500.00 Paid by TBNHS, to be reimbursed (from proceeds at sale) not part of loan Construction, Tree Removal & Hard Cost Contingency $ 252,627.32 Subtotal $275,127.32 GENERAL DEVELOPMENT SOFT COSTS Builders Risk & Insurance $ 2,860.00 Building Permit Fees, Impact Fees $5,350.00 Reimbursed by City from separate funds; not part of the loan and subotal As Built Appraisal $ 550.00 Closing as Seller (title, recording, HOW, etc.)Pd at sale, not drawn from loan * 0.00 Marketing Costs - Realtor @5%Pd at sale, not drawn from loan * 0.00 Other (list): Electric, water, sewer, mowing , maint $3,900.00 Separation of title and Platting 1,500.00 Boundary, Topo and Tree Survey, Tie-in Survey $ 650.00 Security alarm & wi fi fees $ 0.00 Soft Costs Contingency (unexpected) $740.50 Not part of subtotal or loan Subtotal $ 9,460.00 DEVELOPER FEE 12% 30,315.28 $ 30,315.28 Const & Hard Cost Contingency Paid at sale, not drawn from loan * 0.00 TOTAL PROJECT COST $314,902.60 ESTIMATED AS BUILT APPRAISAL/SALES PRICE (w/out land if property land bank)$ 342,000.00 A. Sales Price (Based on estimated as built appraisal w/out land, if land bank property) $342,000.00 can't be higher than $ $342,000.00 B. Estimated Closing Costs Loan Fees: Appraisal $ $525.00 Credit Report $ $14.00 Processing/Underwriting $ $895.00 Prepaids & Reserves: Prepaid interest & insurance $ $1,404.00 Mortgage Insurance Premium $ $0.00 Escrows $ Title & Recording $ Other Services $ Subtotal $$2,838.00 C. New Total to Buyer 80% AMI $344,838.00 D. Estimated Lender Mortgage (30 yrs@ 5.09% interest) $ 250,580.00 14,808.00 E. Difference to be Funded (C-D) $ Buyer's down payment (minimum, 1% of A)$3,420.00 City of Clearwater (Max $45,000) $75,000.00 City of Clearwater Grant - additional $15,000 if needed Other $13,000.00 TOTAL FUNDING BY BUYER $91,420.00 Mortgage payment (Principle and Interest) $ $1,663.75 Property taxes $356.25 Insurance $99.75 Purchase Assistance Program $0.00 Deferred for 5 yrs, then pmt for 20 yrs TOTAL MONTHLY HOUSING EXPENSES $$2,119.75 (Monthly Housing Expenses Estimate) SINGLE-FAMILY DEVELOPMENT PRO-FORMA Site Address: Lot 77 Howard St, Clearwater 33755 HOME FUNDS SALES PRO-FORMA (Sale to Buyer 80% AMI) AFFORDABILITY ANALYSIS Affirmative Fair Housing Marketing Plan Clearwater Neighborhood Housing Services, Inc. dba Tampa Bay Neighborhood Housing Services (TBNHS) OVERVIEW OF THE AFHM PLAN The Affirmative Fair Housing Marketing Plan (AFHMP) is a marketing plan designed to attract buyers and renters of all majority and minority groups regardless of race, religion, color, national origin, sex, disability and familial status to assisted rental units and single family dwellings which are being marketed for sale or rent while providing the opportunity to target specific groups who may need special outreach to be made aware of and apply for the housing. TARGETING The housing market area has been established as the City of Clearwater. Income demographic targeted shall meet HOME requirements for low-moderate income families. According to Census.gov, 17.1 % of families in Clearwater are Hispanic/Latino, 17.2% are foreign born, and 21.2% speak a language other than English at home. Based on these statistics, TBNHS has determined that the Hispanic/Latino community is least likely to apply for housing without special outreach efforts. OUTREACH Outreach efforts can be broken down into two areas, General and Bilingual. General outreach efforts shall include the following: TBNHS website Social media posting/advertising – including Facebook, Twitter, and Instagram Project site signage Flyers/handouts Ads/PSA in local community newspapers, such as the Bulletin News or The Weekly Challenger Bilingual outreach efforts shall include the following: TBNHS website Social media posting/advertising – including Facebook, Twitter, and Instagram Project site signage in Spanish Flyers/handouts in Spanish Ads/PSA in local Hispanic/Latino newspapers, such as La Gaceta and others Partner with local Hispanic/Latino serving agencies to get information out to constituents ASSESSMENT INDICATORS To determine the effectiveness of marketing efforts, TBNHS will track the following: Did marketing effectively attract targeted buyers or renters? How many referrals are received from City, community groups, and partner organizations? How many walk-ins or phone inquiries are received from people who indicate they are responding to our marketing? STAFF TRAINING TBNHS has an ongoing commitment to fair housing. As such, front line staff shall receive periodic fair housing training to increase their knowledge of fair housing principles. OTHER All project signage, websites, social media postings, handout/flyers, and advertisement shall bear the equal housing provider logo. Fair Housing posters shall be prominently displayed at TBNHS offices. ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! 1538 1566 1570 1574 1574 1578 1580 1570 1562909 10001542 1560 1540 10051576 1544 1574 1538 1570 1562 1573 1572 1575 111511071561 1565 1557 SMARTINLUTHERKING,JR.AVEHOWARD ST HOWARD ST TIOGA AVEEWING AVEDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Economic Development\TBNHS- 4 SFH Project\TBNHS- 4 SFH Project.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023 CNHS- 4 SFH Project ² N.T.S.Scale:KFMap Gen By:DMReviewed By:9/5/2024Date: AERIAL MAP Parcel Size: +/- 0.120 ac. Parcel Size: +/- 0.119 ac. Parcel Size: +/- 0.119 ac. Parcel Size: +/- 0.119 ac. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1126 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2024 through September 30, 2025 in the not to exceed amount of $1,650,000 pursuant to Clearwater Code of Ordinance Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Risk Management Division of the Finance Department purchases certain excess and specialty insurance policies through the efforts of Arthur J. Gallagher Risk Management Services, Inc. These policies include the following: 1.Ambridge Public Excess package through Lloyd’s Syndicate 2987, Lloyd’s Syndicate 4711, Lloyd’s Syndicate 1686, Endurance American Specialty Insurance Company, and United Specialty Insurance Company for the following coverages: General Liability (including EMT-Paramedics, Water Utility and Gas Utility), Automobile Liability, Errors and Omissions Liability, Employee Benefits Liability, Crime, Law Enforcement Liability, Sexual Abuse Liability, Auto& Mobile Equipment Physical Damage (over the road only), and Crime and Excess Employers’ Liability (incidental USL&H and Jones Act Coverage). 2.Excess Workers Compensation package through Safety National Casualty Corporation for Workers Compensation and Employer’s Liability. 3.Marina Liability package through Great American Insurance Company. 4.Additional policies through various insurers for Cyber Liability, Third Party Storage Tank Liability, Hull Protection and Indemnity, Fiduciary Liability and numerous flood policies. Premium Renewals: 1.The renewal premium for the Ambridge Public Excess package is $632,825.00, a 15.25% increase over the expiring premium. 2.The renewal premium for the Excess Workers Compensation package is $546,399.00, a 10.20% increase over the expiring premium. 3.The renewal premium for the Marina Liability package is $75,000, a 31.67% increase over the expiring premium. Risk Management is also estimating 22-31% increases for the specialty policies. The premiums are not yet due but will come due at various times throughout the next fiscal year. The need to budget for these amounts now are two-fold: 1.The City pays the premium through one purchase order to its broker, Arthur J. Gallagher Risk Management Services, Inc., who then pays the various insurers on the City’s behalf. 2.Typically, the City has 30 days to pay most invoices; however, insurance premiums are due immediately on demand and therefore there would be insufficient time to bring the individual premium requests to Council. The total requested not to exceed amount of $1,650,000 is a 16.84% increase over the current year amount of $1,412,129.00. Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1126 APPROPRIATION CODE AND AMOUNT: 5907590-545100 $1,650,000 Funds are available in Central Insurance cost code 5907590-545100, Insurance Premiums, to fund these policies. The Central Insurance Fund is an internal service fund of the City which accounts for all insurance related costs. STRATEGIC PRIORITY: 1.1 - Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance. 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 9/10/2024 City of Clearwater October 1, 2024 Excess Insurance Renewal Below is a premium summary comparison of the City’s October 2024 es�mated renewal premium results compared to 2023 expiring programs. *Es�mated pending final nego�a�on. LINE OF COVERAGE 23-24 PREMIUM (expiring) 24-25 PREMIUM % Change Excess Liability Package (Ambridge) (General Liability, Auto, Law Enforcement, EPLI, Public Officials) $549,088 $632,825* +15.25% Excess Workers' Compensa�on (Safety Na�onal) $495,815 $546,399 +10.20% Marina Operators Legal Liability (Great American Insurance Co.) $56,960 $75,000* +31.67% Total $1,101,863 $1,254,224* +13.83% Effective FY2021-22 FY2022-23 FY2023-24 FY2023-24 FY2024-25 % Increase/Decrease % Increase/Decrease Date of Coverage Excess and Specialty Insurance Renewals:Actual Paid Actual Paid Approved Budget Actual Paid Requested from FY 23-24 Budget from FY23-24 Actual 1-Oct Excess Package Policy including General Liability, Auto Liability, etc. ($500 SIR) including auto and mobile equipment physical damage over the road beginning 4/1/2023 338,281.00 436,643.62 549,088.00 549,088.00 632,825.00 15.25%15.25% 1-Oct Marina Operator's Liability (removed from Excess Package Policy 10/1/2022)- 43,900.00 56,960.00 56,960.00 75,000.00 31.67%31.67% 1-Oct Excess Workers' Compensation ($600K SIR)418,971.00 477,265.00 495,815.00 495,815.00 546,399.00 10.20%10.20% Total Excess Policies 757,252.00 957,808.62 1,101,863.00 1,101,863.00 1,254,224.00 13.83%13.83% 13-Nov Unmanned Aircraft (Drone) Liability 2,779.00 6,744.00 8,258.57 5,740.00 7,329.00 -11.26%27.68%1-May Cyber Liability 44,881.00 49,583.00 58,599.60 48,006.00 58,630.00 0.05%22.13% 20-May Third Party Storage Tank Liability 14,676.78 15,032.80 17,685.60 15,441.92 19,716.00 11.48%27.68% 22-May Hull and P&I 26,865.00 25,609.00 30,730.80 28,302.00 36,136.00 17.59%27.68% 1-Jun Fiduciary Liability (New in 2021)52,798.02 54,476.16 64,089.60 53,942.08 65,878.00 2.79%22.13%8-Nov Flood: 525 N Betty Lane (CCC Clubhouse & Canopy)1,060.00 1,194.00 1,408.92 1,355.00 1,775.00 25.98%31.00% 9-Nov Flood: 601 N Old Coachman Rd (Spectrum Field)2,304.00 2,662.00 3,141.16 3,088.00 4,046.00 28.81%31.02% 10-Nov Flood: 1190 Russell St (Phillip Jones Restroom)20,467.00 9,243.00 10,906.74 10,015.00 13,120.00 20.29%31.00%12-Nov Flood: 25 Causeway Blvd (Marina)25,304.00 20,158.00 23,786.44 20,264.00 26,548.00 11.61%31.01% 12-Nov Flood: 69 Bay Esplanade (Recreation Ctr)34,632.00 22,717.00 26,806.06 22,865.00 29,956.00 11.75%31.01% 12-Nov Flood: 3141-3157 Gulf to Bay Blvd (WPC-East)42,957.00 26,388.00 31,137.84 26,383.00 34,565.00 11.01%31.01%5-Feb Flood: 1 Causeway Blvd (Pier 60 Concession Stand)13,122.00 8,551.00 10,090.18 8,551.00 11,203.00 11.03%31.01% 13-Feb Flood: 525 N Betty Lane (CCC Old Cart Storage)3,077.00 1,892.00 2,232.56 2,242.00 2,938.00 31.60%31.04% 13-Feb Flood: 525 N Betty Lane (CCC New Cart Storage)897.00 1,024.00 1,208.32 1,182.00 1,548.00 28.11%30.96% 29-Mar Flood: 653 N Old Coachman Rd (Carpenter Field Training Bldg)1,556.00 1,790.00 2,112.20 2,072.00 2,715.00 28.54%31.03% 8-Apr Flood: 651 N Old Coachman Rd (Carpenter Field Clubhouse)1,536.00 1,772.00 2,090.96 2,049.00 2,684.00 28.36%30.99% 17-Apr Flood: 332 S. Gulfview Blvd (Maintenance Bldg)4,326.00 4,811.00 5,676.98 5,349.00 7,007.00 23.43%31.00% 21-Apr Flood: 332 S. Gulfview Blvd (Barefoot Beach House)4,026.00 4,482.00 5,288.76 4,984.00 6,530.00 23.47%31.02%11-Jun Flood: 180 Gulfview Blvd (Lifeguard Bldg)11,915.00 11,980.00 14,136.40 12,044.00 15,778.00 11.61%31.00% 12-Jun Flood: 546 Mandalay Ave (Fire Station #46)- 26,690.00 31,494.20 27,036.00 35,420.00 12.47%31.01% 5-Jul Flood: 700 Bayway Blvd (Police Station)3,153.00 4,061.00 4,791.98 4,777.00 6,257.00 30.57%30.98%3-Aug Flood: 1001 Gulf Blvd (Community Sailing Center)1,935.00 2,230.00 2,631.40 2,578.00 3,377.00 28.33%30.99% 29-Sep Flood: 1605 Harbor Dr (Pollution Control Bldg) 1,739.00 2,000.00 2,360.00 2,000.00 2,620.00 11.02%31.00% Total All Policies 1,073,257.80 1,262,898.58 1,462,528.27 1,412,129.00 1,650,000.00 12.82%16.84% Note: Lessees reimburse the City for the cost of flood insurance premiums at the following properties: Clearwater Country Club - 525 N Betty LaneBarefoot Beach House - 332 S Gulfview Blvd Pier 60 Concession Stand - 1 Causeway Blvd Excess Insurance Renewal for 2024-25 Broker: Arthur J. Gallagher Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1015 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve an amendment with Cigna Healthcare (Cigna) for city medical insurance (under a self- insured funding arrangement) and a purchase order to Evernorth Behavioral Health (Evernorth) for the employee assistance program for period January 1, 2025 through December 31, 2025, pursuant to RFP 26-22, for a total not-to-exceed amount of $29.3 million ($29,240,000 for Cigna and $60,000 for Evernorth), to be funded by city budgeted funds, payroll deductions of employees and retiree premiums, and authorize the appropriate officials to execute same. (consent) SUMMARY: Staff is recommending a renewal with Cigna based on the overall satisfaction with the service and current benefits, and a favorable renewal rate of a 2.9% increase. Market trend projections indicate medical costs may exceed 8% nationally, with Florida costs typically 2%-3% higher than national averages. The increase in the City’s health program cost is attributable to higher pharmacy expenses, specifically in the specialty and diabetes pharmaceutical space, and inflationary factors. The original agreements with Cigna and Evernorth were approved by Council in September 2022 pursuant to RFP 26-22. This renewal will be the third of five. The overall funding increase of 2.9% is expected to cover projected plan expenses for the 2025 Plan Year. Included in the medical premiums for the 2025 plan year is the continuation of the Motivate Me incentive program through Cigna. Under this program, employees can receive incentives (up to $200 per year) when participating in targeted preventative healthcare activities. These rewards are intended to reduce cost drivers on the City’s medical plan and are an essential part of controlling cost increases over the long term. There is a high utilization and participation in Motivate Me, and data indicates successful growth from last year’s participation and incentives paid. The 2024 plan year to date total incentive payouts are approximately $51,000. Historically, the City’s funding rates for medical insurance were 100% for employees without dependents, 75% for employees with one dependent, and 68% for employees with family coverage. This current 2024 Plan Year, upon recommendation of the employee benefits committee, the City is funding 100%, 75.5%, and 69% in an effort to stabilize employee cost increases to better align with last year’s costs. For the 2025 renewal the employee benefits committee is again recommending the City’s funding contributions at 100%, 75.5%, and 69% and that the 2025 increase of 2.9% be shared between the City and the employees with dependent coverage, where each will see an increase of 2.9% over current contribution costs. The City’s fiscal 2025 budget for the employer share of health insurance costs is $24,242,529 which includes $22,532,529 across all operations for health plan costs, and $1,710,000 budgeted for the Employee Health Center. APPROPRIATION CODE AND AMOUNT: Funds are available in Central Insurance cost codes 5907590-530300 (contractual services), Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1015 5907590-545602 (major medical claims), and 5907590-545601 (insurance premiums-EAP). The Central Insurance Fund is an internal service fund of the City which accounts for all insurance related costs. STRATEGIC PRIORITY: Superior Public Service: Promote a Diverse and Talented Workforce Through Competitive Opportunity, Employee Wellness and Rewarding Growth 5.4 Enhance Employee health and productivity through a holistic approach to workplace wellness and benefit resources. The medical plan and the Employee Health Center are an integral part of enhancing employee health and productivity and is a benefit resource to attract and retain employees. Page 2 City of Clearwater Printed on 9/10/2024 Countersigned: __________________________________ Bruce Rector Mayor CITY OF CLEARWATER, FLORIDA By: ______________________________ Jennifer Poirrier City Manager Approved as to form: __________________________________ Owen Kohler Assistant City Attorney Attest: ___________________________________ Rosemarie Call City Clerk 1CITY OF CLEARWATER |1 HEALTH CARE 2025 2CITY OF CLEARWATER | Medical Plan Background SELF-INSURED WITH CIGNA City pays administration fee to Cigna and pays medical, and pharmacy claims as they occur. COST TREND Pharmacy costs have increased 14%, while medical has only increased .6%. 5% overall average claims per employee per month increase (2023 vs. 2024) NATIONAL AVERAGES Are projected at 8% for 2025, with Florida typically 2% to 3% higher. $- $250 $500 $750 $1,000 $1,250 $1,500 2021 2022 2023 2024 (YTD) Average Claims Per Employee Per Month $698.68 $694.70 2024 2023 $397.46 $348.84 2024 2023 0.6% 13.9% 3CITY OF CLEARWATER | Current Cost Drivers Cancer, musculoskeletal and gastrointestinal are the top cost drivers Inflammatory diseases and diabetes have the highest overall pharmaceutical spend (driven by specialty drugs, such as Ozempic, Mounjaro and Humira) Pharmacy represents 36% of plan spend (vs. 26% of spend in 2020) Catastrophic claims have decreased year over year 4CITY OF CLEARWATER | Wellness Initiatives •We are invested in improving and positively impacting employees’ overall wellness with our two main initiatives being Motivate Me and Omada. Employee participation in these programs will positively impact the wellbeing of our employees and in turn positively impact claims. •We understand the importance of recognizing and providing mental health benefits in the workplace and have been awarded the Gold Seal from the Bell Seal Award for Workplace Mental Health. •We have also been recognized through the American Heart Association, Cigna Healthy Workforce and Healthiest Employers of Central Florida. Motivate Me •Motivate Me is a Cigna program that incentivizes healthy medical and lifestyle choices •Program includes wellness screenings, preventative care visits, and health coaching targeting cost drivers on the medical plan •Available to all employees covered under the medical plan •Program is offered and administered by Cigna, and included in plan funding •Employees can earn up to $200/year 5CITY OF CLEARWATER | 6CITY OF CLEARWATER | Motivate Me •In 2023, employees redeemed $90,625 in incentives •Year to date, employees have redeemed over $51,600 in incentives •Wellness coordinator will be doing outreach to employees to ensure the gatekeeper is completed so employees can earn incentives 7CITY OF CLEARWATER | Positive Trends 2023 Calendar Year Compliance Category Norm 90%Primary Care Visit 74% 54%Annual Physical 42% 77%Cancer Screenings – Breast 66% 83%Medication Adherence - Hypertension 77% 91%Medication Adherence - Diabetes 77% 73%Medication Adherence - Depression 74% 85%Medication Adherence - Cholesterol 76% The city continues to be above the norm in wellness screening, engagement and medication adherence. 8CITY OF CLEARWATER | Omada Diabetes prevention program that includes health coaching and a digital scale. •Since it’s inception in 2022, we have 157 enrolled participants that have started the program •65% of participants lost weight •The average weight loss after completion is 10.6 lbs. •Participants can earn $100 for completing the program 9CITY OF CLEARWATER | Self-Funded Renewal •2025 CY Renewal: $29.3 million •Includes employee and retiree contributions of $3.5 million 10CITY OF CLEARWATER | Self-Funded Renewal •For the 2024 Plan Year, there was a 4.8% increase. •The employees incurred an 8.3% increase to move contributions closer to the 75% and 68% split for dependent coverage •For the 2025 Plan Year the renewal projection calls for a 2.9% increase to account for increased pharmacy costs and inflationary impacts. •The Benefits Committee and staff are recommending sharing the 2.9% increase (keeping contribution splits the same) 11CITY OF CLEARWATER | Employee Health Center 12CITY OF CLEARWATER | Employee Health Center Based on 535 survey response questions Experience Utilization Engagement Year to date visits are up in comparison to the previous year trend Percentage of employees who utilize the health center Satisfaction99% 5,409 Visit Count (2023) 70% Center Adoption (Rolling 12m) 13CITY OF CLEARWATER | Employee Health Center This is the consolidated compliance rate for applicable evidence-based quality measures Clinical Financial The number of prescriptions dispensed onsite through the Employee Health Center The ratio of savings associated with a reduction in network utilization outcomes and productivity vs operations expense of the center 7,397 $2.0:$1.00 98%Quality Composite Medications Dispensed Return on Investment 14CITY OF CLEARWATER | Renewal Recommendations •Renew current medical plan – share 2.9% increase •Continue “Open Access Plus” network •Maintain current plan design (copays/deductibles/coinsurance) •Continue Motivate Me wellness incentive to encourage preventative screenings and Employee Health Center 15CITY OF CLEARWATER |15 HEALTH CARE 2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1108 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Approve the Pinellas County Combined Mutual Aid Agreement for law enforcement services for the period of execution through January 31, 2029, and authorize the appropriate officials to execute same. (consent) SUMMARY: Mutual aid agreements among law enforcement agencies are authorized by Chapter 23, Florida Statutes, for rendering voluntary assistance of a routine law enforcement nature to one another across jurisdictional lines by and between such agencies to such lawful activities and to enter into an operational assistance agreement whereby each agency may request and render law enforcement assistance to the other law enforcement agencies during emergencies under Section 252.34, Florida Statutes. The current Pinellas County Mutual Aid Agreement expires January 31, 2025. This agreement allows for mutual aid in routine law enforcement matters and during emergencies, as well as provisions for interjurisdictional traffic investigation and enforcement, traffic infraction or offenses involving school buses or school bus stops, school resource officers and marine violations. There is no budgetary impact associated with the Pinellas County Combined Mutual Aid Agreement. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1111 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Reappoint Patrick E. Adamson to the Board of Trustees, Clearwater Police Supplementary Pension Plan with a term to expire October 31, 2028. (consent) SUMMARY: The Clearwater Police Officers’ Supplementary Trust Fund is the recipient of monies obtained by the state of Florida from insurance companies doing business in the community. These monies are required to be administered by a Board of Trustees whose composition, in keeping with the provision of Florida Statute 185.05, must consist of two legal residents of the city appointed by the City Council. The Board of Trustees is solely responsible for the administration of the trust fund. At a meeting of the Board of Trustees held on August 21, 2024, Patrick Adamson agreed to serve another four-year term as a trustee. Mr. Adamson is a legal resident of Clearwater, Florida. The Board of Trustees of the Clearwater Police Supplementary Pension Fund recommends that Mr. Adamson be appointed as Trustee. Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1170 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in fiscal year 2024-2025 in the amount of $282,433.02 to underwrite the cost of additional Community Policing services by the Clearwater Police Department in the Downtown CRA to address quality of life issues, drug dealing, and homelessness and authorize the appropriate officials to execute same. (consent) SUMMARY: Quality of life issues, drug dealing, and homelessness, all negatively impact the redevelopment plan. Additional community policing resources are needed to effectively address these issues above and beyond the level provided by routine road patrol functions. An allowable funding source of this active item is the use of CRA Increment Financings (TIF) funds. Florida Statutes allows for the use of funds for “community policing innovations” in the Community Redevelopment Areas. The CRA and Clearwater Police Department have reached an agreement on a proposed scope of services and terms delineated in the Interlocal Agreement. Included in the proposed scope is the delineation of specific, measurable crime reduction targets by which to monitor the success of the initiative as well as providing clear language required by statute assuring that the resources are applied to the Downtown CRA area. APPROPRIATION CODE AND AMOUNT: Funding for this Interlocal Agreement is available in CRA Project Code R2001, Community Policing, which is funded by City TIF revenues. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 9/10/2024 INTERLOCAL AGREEMENT This Interlocal Agreement is made and entered into this ________ day of _____________, 2024 by and between the Community Redevelopment Agency of the City of Clearwater, Florida (CRA), a redevelopment agency established pursuant to law, and the City of Clearwater (CITY), a municipal corporation of the State of Florida. WHEREAS, this Agreement is made and entered between the parties pursuant to Section 163.01, Florida Statutes, the “Florida Interlocal Cooperation Act of 1969”; and WHEREAS, Section 163.387(6)(c)(8) of the Florida Statutes allows for the use of Tax Increment Funding (TIF) funds for community policing innovations in Community Redevelopment Areas; and WHEREAS, the CRA has ascertained that the Downtown Gateway District, Prospect Lake District, and Downtown Core District, continue to experience a critical need for an enhanced community policing presence in order to specifically reduce drug dealing, prostitution and street crimes in the target area, and address quality of life issues; and WHEREAS, the CRA and the CITY first entered into an Interlocal Agreement during the Fiscal Year 2008-2009 in order to provide for the CRA's financial contribution to an additional community policing presence by the CITY in the Downtown Gateway area above and beyond the current activity levels; and WHEREAS, the CRA has funded two police officers for Fiscal Years 2012-2013, 2013-2014, 2014-2015,2015-2016, 2016-2017 2017-2018, 2018-2019, 2019-2020, 2020-2021, 2021-2022, 2022-2023 and 2023-2024 and wants to continue the use of TIF funds to fund the program; and WHEREAS, the CRA and the CITY recognize that police officers encounter persons with a wide variety of social, mental and physical health needs and require additional support to connect people with options other than jail, emergency rooms or shelters; and WHEREAS, the CRA and the CITY want to enter into another Interlocal Agreement during the Fiscal Year 2024-2025, outlining the scope of services and responsibilities of the parties. NOW THEREFORE, in consideration of the covenants made by each party to the other and of the mutual advantages to be realized by the parties hereto, the CRA and the CITY agree as follows: Interlocal Agreement between CRA/CPD FY 2024/25 2 Section 1. Term. The term of this Interlocal Agreement will be October 1, 2024, through September 30, 2025. Section 2. Intent. It is the intent of the parties that the TIF funds paid to the CITY by the CRA pursuant to Section 163.361(1), Florida Statutes, be used to provide a more visible community policing presence within the Community Redevelopment Area which includes the Downtown Gateway District, Town Lake District, and Downtown Core District Section 3. Responsibilities of the CRA Function: Provide TIF funding in the total amount of $282,433.02 for the contract year, said funds to be utilized by the Clearwater Police Department (CPD) to provide the additional community policing presence, to be allocated in the following manner: A. $277,060. to pay for the salaries, and benefits for two (2) police officers for the contract year. Exhibit "A," Position Enhancement Fact Sheet, attached hereto and incorporated by reference, contains detailed specifications on salary and benefits. B. $5,373.02 the estimated fuel cost for the contract year for a police vehicle used by the two (2) police officers within the Community Redevelopment Area. Section 4. Responsibilities of the CITY Scope of Duties. The services that the CITY will provide will be carried out by the CPD. These services are: A) Implementation of a Law Enforcement Strategy in the Community Redevelopment Area as follows: Goal 1: Reduce the sale of illegal narcotics and reduce the prevalence of prostitution. Objective 1: Eliminate sales and distribution of illegal narcotics. Tasks: a) Identify street level dealers which may be engaging in sales of illegal narcotics; Interlocal Agreement between CRA/CPD FY 2024/25 3 b) Gather intelligence information through proactive law enforcement techniques, utilizing undercover techniques and surveillance equipment; and c) Conduct regular plainclothes operations to determine if illegal narcotics are being offered for sale in the Community Redevelopment Area. Outcome Measures: a) Conduct four (4) operations to determine if individuals in the Community Redevelopment Area are selling illegal narcotics. b) File criminal charges against anyone where probable cause is established that they are selling illegal narcotics. If any retail establishments are found to be engaging in the sales of illegal narcotics, the Florida Division of Alcoholic Beverages and Tobacco will be notified so that administrative action may be taken against those establishments which hold licenses to sell alcoholic beverages.\ Goal 2: Address homeless issues in the Community Redevelopment Area. Objective 1: Participate in the city’s homeless initiative. Tasks: a) Utilize directed patrol in areas known to be frequented by homeless individuals for the purpose of locating homeless encampments and identifying homeless persons new to the area or not known to the CRA officers; b) Enforce statutes and ordinances against public drinking, public urination, loitering or prowling, etc.; c) Utilize the “no trespass” affidavit program when authorized to address public safety interests in the target area; and d) Participate in activities/programs related to homelessness, as appropriate. Outcome measure: a) 100% of reported or observed violations of criminal law or ordinances will result in arrest, report, citation, warning, or referral to the appropriate social services agency; b) 100% of observed or reported trespass violations will result in trespass warnings, or arrest when authorized by Interlocal Agreement between CRA/CPD FY 2024/25 4 Florida State Statute within the Community Redevelopment Area; c) CRA officers will complete Field Interview Reports (FIRs) in the appropriate circumstances. Goal 3: Improve safety and security of residents and businesses in the Community Redevelopment Area. Objective 1: Enhance code enforcement activities and identify properties meeting the criteria for referral to the Nuisance Abatement Board. Tasks: a) Coordinate with the CRA and the City's Code Compliance Department to enhance code enforcement in the target area relative to properties that are in disrepair and negatively impact the quality of life in the Downtown Gateway; and b) Identify those properties meeting the criteria for referral to the Nuisance Abatement Board to discourage criminal behavior at those locations. Outcome Measures: a) Conduct regular inspections of properties that are in disrepair and negatively impact the quality of life in the Downtown Gateway, on a schedule as agreed upon the CRA, Code Enforcement Inspector, and CPD; and b) Identify and report to the CRA negative environmental factors (need for improved street lightning, vacant buildings, neglected properties, etc.) c) Identify and refer all properties determined to meet the criteria for referral to the Nuisance Abatement Board and provide the necessary documentation to support that referral. Objective 2: Enhance the relationship between the residential neighborhoods and the police department and increase the perception of safety through enhanced community policing efforts. Tasks: a) Conduct regular park, walk and talk (PWT) activities in the Community Redevelopment Area; and b) Make citizen contacts during PWT activities for the purpose of community relations and information gathering. c) Maintain a co-responder program that provides a Police Homeless Outreach Specialist for those in the CRA who Interlocal Agreement between CRA/CPD FY 2024/25 5 police officers come into contact with who need assistance connecting with available services to address homelessness, mental health, drug addiction, and other physical support services. d) Coordinate with CRA staff on quarterly community engagement with business and property owners through out the CRA boundaries. Outcome Measures: a) CRA officers will conduct a minimum of four (4) PWT activities in the Community Redevelopment Area per week. b) CRA officers will document the outcome of the PWT activities in the TriTech clearance notes for that PWT. B) In order to carry out the Law Enforcement Strategy above, the CPD will provide the following: 1. Two (2) fully-equipped police officers to provide law enforcement services to the target area defined as the Downtown CRA for a minimum of 40 hours per week. 2. Specific duties, activities, and responsibilities: a) The officers will be assigned to a Community Policing Team with geographical responsibility for the Downtown Community Redevelopment Area only; b) The Team assignment will always ensure coverage by two (2) officers; c) Schedules of the officers will vary based on the determination of the CRA and CPD management to best serve the residents and business owners in the Community Redevelopment Area. CRA shall be notified of significant changes of officers’ schedules or assignments; d) Officers will patrol by either vehicles, foot, or bicycles; e) A report of police activities and statistical information will be provided to the CRA on a monthly and yearly basis; and f) The officers selected will be experienced, current members of the CPD. 3. An existing, fully-equipped Police Car. a) All CRA funds pursuant to this agreement will be kept in the CPD's departmental account. Interlocal Agreement between CRA/CPD FY 2024/25 6 b) No charges to the CRA account will be made for activities or hours worked by the two (2) officers outside the Community Redevelopment Area or for equipment used outside the Community Redevelopment Area. c) Other administrative duties as mutually agreed. Section 5. Notice. Sixty (60) days notice by either party to the other pursuant to the Interlocal Agreement shall be given in writing and hand-delivered or mailed as follows: Clearwater Community Redevelopment Agency Attn: , CRA Executive Director PO BOX 4748 Clearwater, Florida 33756 Telephone: (727) 562-4039 City of Clearwater Attn: City Manager PO BOX 4748 Clearwater, Florida 33756 Telephone: (727) 562-4046 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. This Agreement shall be binding on the parties, their successors, assigns and legal representatives. Section 7. Indemnification. The CRA and the CITY agree to be fully responsible for their own acts of negligence, or their respective agents’ acts of negligence when acting within the scope of their employment and agree to be liable for any damages resulting from said negligence only to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity from or limitation from liability that the CRA and the CITY are entitled to under the doctrine of sovereign immunity (Section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the CRA or the CITY to be sued by third parties in any manner arising out of this Agreement. Section 8. Maintenance of Effort. The expenditures authorized by this Agreement are solely and exclusively to increase community policing activity and resources. The City agrees that no diminishment of existing police efforts in the East Gateway will occur as a result of this agreement. Interlocal Agreement between CRA/CPD FY 2024/25 7 Section 9. Filing Effective Date. As required by Section 163.01(11), Florida Statutes, the Interlocal Agreement shall be filed with the Clerk of the Circuit Court of Pinellas County after execution by the parties and shall take effect upon the date of filing. IN WITNESS WHEREOF, the parties hereto, or their law representatives, have executed this agreement as the date first above written. COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: ______________________________ Bruce Rector, Chair Approved as to form: Attest: ____________________________ _______________________________ David Margolis Rosemarie Call CRA Attorney City Clerk Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By: _____________________________ Bruce Rector. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ _______________________________ Melissa Isabel Rosemarie Call Assistant City Attorney City Clerk 8/30/2024-11:10 AM 1 Officer 1 Officer 2 Officers Base Salary 96,770.20 94,465.60 191,235.80 *increased salaries 15%. Special Pay 4,007.00 4,107.00 8,114.00 Career Incentive 240.00 - 240.00 Education 960.00 960.00 1,920.00 Pension 20,203.00 19,718.00 39,921.00 Social Security 1,218.00 1,254.00 2,472.00 Major Medical 15,969.00 12,344.00 28,313.00 Life Insurance 9.00 9.00 18.00 Workers Compensation 2,411.09 2,411.09 4,822.18 141,790.00 135,270.00 277,060.00 Fuel $5,373.02 TOTAL 282,433.02 Police Department - CRA Funded Officers For FY 2024/2025 EXHIBIT "A" Position Enhancement Fact Sheet G5193 G5197 YTD (Through 5/31/24 YTD (Through 5/31/241,712.35$ $1,869.67 Average:$447.75 Annual:$5,373.02 Summary Results: I pulled the first 8 months (Oct-May) of fuel costs for G5193 and G5197 to come up with the average monthly fuel costs. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1019 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Motorola Solutions, Inc. of Chicago IL in the amount of $138,316.00 for a Mach Alert Fire Station Alerting System for Fire Station 47 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback purchase, and authorize the appropriate officials to execute same. (consent) SUMMARY: Fire Station 47, located at 1460 Lakeview Rd., was built in the early 70’s. Due to the structure’s age, the station does not meet current best practices and standards and is being replaced. November 19, 2020, Council approved a design work order with Wannemacher Jensen and Associates, Inc. for $445,869.00. March 7, 2024, Council approved a construction engineering inspection supplemental work order with Wannemacher Jensen Architects, Inc. for $47,415.00, and a guaranteed maximum price contract of $8,500,702.00 with construction manager at risk Biltmore Construction, Inc. The new fire station is required to be notified by the County’s 911 alarm system to provide a coordinated response. The new Mach Alert Fire Station Alerting system is the means of communication between the County 911 alarm system and Fire Station #47. Motorola Solutions, Inc. is the sole provider of the Mach alert system in Pinellas County. Pricing is in accordance with the State of Florida Contract ACS 43190000-22-NASPO-ACS for Public Safety Communications Services and Solutions, valid through December 31, 2026, and facilitated by the State of Washington Department of Enterprise Services. Construction of the new fire station has started and is scheduled to be completed in the spring of 2025. The alert system will be installed concurrent to and coordinated with Biltmore’s work. Upon completion and commissioning of the new fire station, the old station will be repurposed by the City. APPROPRIATION CODE AND AMOUNT: FD00190002-CONS-CNSTRC Funds are available in capital improvement project FD00190002, Fire Station #47, to fund this purchase order. The project is funded by General Fund and Penny for Pinellas revenues. STRATEGIC PRIORITY: The new fire station alerting system will be installed in the newly completed Fire Station 47 providing the station with an advanced alerting system. The new system will provide a higher performing government service with resulting superior public service and enhanced community well-being. Page 1 City of Clearwater Printed on 9/10/2024 The design, technical, and price information furnished with this proposal is proprietary information of Motorola Solutions, Inc. (Motorola). Such information is submitted with the restriction that it is to be used only for the evaluation of the proposal, and is not to be disclosed publicly or in any manner to anyone other than those required to evaluate the proposal, without the express written permission of Motorola Solutions, Inc. MOTOROLA, MOTO, MOTOROLA SOLUTIONS, and the Stylized M Logo are trademarks or registered trademarks of Motorola Trademark Holdings, LLC and are used under license. All other trademarks are the property of their respective owners. © 2023 Motorola Solutions, Inc. All rights reserved. PS-000155178 The City of Clearwater, Florida Firm Proposal Mach Alert FSA for Fire Station #47 July 25, 2024 Motorola Solutions, Inc. 500 W Monroe Street, Ste 4400 Chicago, IL 60661-3781 USA July 25, 2024 Jeff Walker City of Clearwater 100 S. Myrtle Ave Clearwater, FL 33756 Subject: Mach Alert FSA for Fire Station #47 Dear Mr. Walker, Motorola Solutions, Inc. (“Motorola”) is pleased to have the opportunity to provide the City of Clearwater with quality communications equipment and services. The Motorola project team has taken great care to propose a solution that will meet your needs and provide unsurpassed value. To best meet the functional and operational specifications of this solicitation, our solution includes a combination of hardware, software, and services. Specifically, this solution is for a Mach Alert Fire Station Alerting System for Station 47 and provides: Mach Alert Station Controller LED Lighting Zone Switch Turn Out Timers Incident Display Board This proposal consists of this cover letter, system description, statement of work and pricing. This proposal shall remain valid for a period of 60 days from the date of this cover letter. The City may accept the proposal by delivering to Motorola, a purchase order referencing this proposal (USFL24P182M) and the State of Florida Alternative Contract Source (ACS) 43190000-NASPO contract. Alternatively, Motorola Solutions would be pleased to address any concerns the City may have regarding the proposal. Please note the pricing in this proposal is valid for 60 days. Any questions can be directed to your Senior Account Manager, Brian Unmisig, at (813)-838-7167. We thank you for the opportunity to furnish the City of Clearwater with “best in class” solutions and we hope to strengthen our relationship by implementing this project. Our goal is to provide you with the best products and services available in the communications industry. Sincerely, Maurizio Callari Area Sales Manager Motorola Solutions, Inc. Table of Contents Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 1 Table of Contents Section 1 System Description Introduction Integration with Motorola ASTRO 25 IV&D (Integrated Voice & Data) Systems State Of The Art Fire Station Alerting - Mach Alert Text-to-Speech (TTS) Option Hardened Systems – Information Assurance Mach Alert – The Total System Solution Mach Alert Dispatch Center Hardware Mach Alert Dispatching Functionality CAD as the Primary Means of Initiating Alerts Mach Alert as the Primary Means of Initiating Alerts Cohabitation of Mach Alert Browser Thin Clients on Motorola Dispatch Consoles Mach Alert Large System Support Mach Alert Redundant Dispatch Center Hardware CAD System Support and MFD-P Mach Alert CAD System Support Testing Laboratory Mach Alert Graphical User Interface (GUI) Functionality Mach Alert Manual or Backup Alerting Mach Alert Browser Viewing Concurrent Dispatch Positions Event Logging Mach Alert Event and Status Screens Outdoor Speaker Control Remote System Access System Health Monitoring Alarm Notifications System Acknowledgments and Logging Mach Alert GUI System Security Mach Alert Zone-Based Alerting Mach Alert Apparatus Alerting FSA System Transport Functionality Motorola Radio Systems Supported IP Network Support Alerting Over Redundant Communication Links Data Integrity Dispatch Operator Voice Announcements Mach Alert Fire Station Hardware Mach Alert Station Controller Station Audio Alerting Table of Contents Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 2 Optional System Features Station Zoning (Audio and Light Zones) Typical Station System with LED Zoned Lighting LED Alert Lighting – Optional Dynamic Zone Selection Switches – Optional Incident Display Boards (IDBs) – Optional Turnout Timer (TOT) – Optional Rip-and-Run” Thermal Printers – Optional LED Scrolling Message Boards – Optional Station Status Touchscreen - Optional Mach Alert Mobile App – Optional Standards and Compliancy Reliability Multiple Levels of System Redundancy Section 2 Statement of Work Section 3 Acceptance Test Plan Purpose and Scope System Test Configuration and Equipment Requirements General Conduct of Testing Site Inspections and Tests System Performance and Verification Tests FSA System Functional Tests Section 4 Service/Warranty Section 5 Pricing Summary Section 6 Contractual Documentation System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 3 Section 1 System Description This Section describes the general features and options available for the Mach Alert Fire Station Alerting (FSA) system and is not project-specific. Introduction The Mach Alert Fire Station Alerting (FSA) system serves as a cornerstone for the successful operation of the dispatch alerting process. This microprocessor-based alerting system will help manage resources with proven hardware and software, leading to a reduction in emergency response times, less firefighter stress, and the confidence your stations will be alerted every time. Fire Services, now more than ever, are facing newer and greater challenges. System operating flaws, breakdowns, problematic interfaces, and alerting delays are unacceptable. Proven technology, communications compatibility, software customization, and an intuitive user interface are mandatory. The Mach Alert FSA system is designed for fast response, integration with existing infrastructure, redundancy, and the ability to gracefully migrate into the latest technologies and new features. It utilizes innovative design allowing installations to be tailored to your specific Fire and EMS needs. The Mach Alert FSA system does not depend on PC hardware at the stations for its fundamental fire station operation. It utilizes Motorola’s new ACE3600 high-performance controller offering enhanced reliability. As the lead component in our fire station alerting system, it meets these challenges head-on. Motorola ACE3600 Remote Terminal Unit The Mach Alert FSA system is capable of interfacing with IP-based CAD (Computer Aided Dispatch) systems to provide automated fire station alerting. Mach Alert provides a backup or System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 4 manual means of alerting the fire stations if the CAD system is unavailable. If there is no CAD system present, Mach Alert FSA functions as the primary means of alerting the fire stations. The dispatch operator can easily access the Mach Alert System and its associated Graphical User Interface (GUI) via a thin browser client on a Windows-based PC. The browser allows the dispatcher to manually select the sequence, station(s) and zones required for the alert. In a request from the City of Clearwater, FL, Motorola Solutions Inc. is pleased to propose a Mach Alert Fire Station Alerting system that includes hardware at one new Fire Station #47: The new equipment in this quote includes: Base System – Fire Station: ● One (1) Mach Alert Station Controller ● (28) LED Light Fixtures connected to five (5) LED lighting controllers ● One (1) Incident Display Board ● Ten (10) Zone Selector Switches ● Four (4) Turn out Timers System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 5 Integration with Motorola ASTRO 25 IV&D (Integrated Voice & Data) Systems While the Mach Alert System supports legacy Motorola Radio Systems, it was specifically designed for integration with the Motorola ASTRO 25 IV&D System and its associated state of the art dispatch consoles. ▪ The Mach Alert System is annually tested and verified for operation on the Motorola ASTRO 25 IV&D System for every new release. ▪ The Mach Alert System is annually tested for cohabitation on both the Motorola MCC7500 and MCC7100 Dispatch Operator Consoles. ▪ Mach Alert currently operates on numerous Motorola ASTRO 25 IV&D systems in North America. Hardened Systems – Information Assurance To comply with Federal Government regulations for hardened systems, Information Assurance (IA) is required. Mach Alert meets these stringent regulations as follows: ▪ Mach Alert complies with multiple federal agencies’ Information Assurance (IA) policies including those required for military bases. ▪ Mach Alert is tested and validated against the Motorola MotoPatch CD every month to ensure that all Mach Alert systems can be patched to the high standards set by Motorola. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 6 Mach Alert – The Total System Solution This “Total System Solution” consists of an Alerting Interface Controller (AIC), FSA Server, and Station Controllers (SC) as shown in the following figure. These components are described and their functionality presented in the ensuing sections. Available options to enhance the basic system are also provided. Mach Alert FSA Typical System Diagram . System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 7 Mach Alert Dispatch Center Hardware The Mach Alert Dispatch Center hardware consists of the Mach Alert FSA Server and Alerting Interface Controller (AIC). The dispatch operation is typically located at the Emergency Communications Center. ▪ The Mach Alert FSA Server hosts the primary Mach Alert software and provides a Graphical User Interface (GUI) to the fire station alerting system. The Mach Alert GUI is accessed using browser thin clients that normally cohabitate on the Motorola Dispatch Consoles but may also be located on separate dispatch operator terminals if required. The server also manages dispatch operator manual station alerting, automated optional text-to-speech incident announcements, remote system access, and system alarm and event logging. The server also provides the interface to the customer IP network for alerting over that network. ▪ The Mach Alert AIC is the fire station alerting interface to the Motorola Radio System. The Alerting Interface Controller is a Motorola ACE3600 high-performance controller that provides the means of communicating the alerting data over the radio network to the Mach Alert Station Controllers (SCs) located at the fire stations. The AIC also sends the alerting data over the IP network to provide redundancy to the FSA Server in the event it is offline. Mach Alert FSA Typical Dispatch Center Hardware The following diagram shows the mounting of the FSA Server and the AIC on a standard 19” equipment rack. This equipment is usually located at the Dispatch Center. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 8 FSA System Transport Functionality This section addresses the Mach Alert functionality over the various possible transport media. Mach Alert supports numerous Motorola Radio Systems in addition to IP networks. Motorola Radio Systems Supported The Mach Alert FSA system has multiple integrated communications ports allowing it to utilize various Motorola Radio Systems dedicated to fire station alerting (not voice). Mach Alert supports alerting over the following Motorola Radio Systems: ▪ 700/800 MHz IV&D Digital Trunking* ▪ UHF R2 (450-520 MHz) Band IV&D Digital Trunking* ▪ UHF R1 (380-470 MHz) Band IV&D Digital Trunking* ▪ VHF IV&D Digital Trunking* ▪ 800 MHz Analog Trunking ▪ RF Conventional UHF Analog ▪ RF Conventional VHF Analog IP Network Support In addition to alerting over the Motorola Radio System, Mach Alert also supports Ethernet IP Networks utilizing customer enterprise connectivity between the Dispatch Center(s) and the fire stations. Please note that minimum bandwidth requirements must be met in order to provide reliable Ethernet link connectivity. These bandwidth requirements are available upon request. Alerting Over Redundant Communication Links The Mach Alert FSA system supports up to two (2) redundant communications links for station alerting (data) and an independent communications link for announcements (voice). The system design offers a “high-availability” fire station alerting operation through multi-level redundancy. Both the existing IP network and the existing radio system can be used to alert the fire stations. Station alerting is transmitted over the redundant communications links concurrently. The key point here is that the Mach Alert FSA system does not have to make a selection if one link fails, as is often the case with PC-based systems. This assures the alert data will reach each fire station controller selected to be alerted with minimal delays. Alerting over Redundant Communication Links meets NFPA 1221 requirements. Motorola highly recommends utilizing two redundant communications links for station alerting when using ASTRO IV&D which ensures a highly responsive and highly reliable alerting solution. In the event that the IP link fails, alerting is still supported by the IV&D system. The IV&D system has a lower bandwidth than wired IP and when used in backup mode supports an alerting cadence of approximately 3 seconds per station for alerts to be received and acknowledged. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 9 If the radio system used for alerting is offline, station alerting will be processed using the IP network. If the Ethernet link used for alerting is offline, station alerting will be processed using the radio link. If the radio link or the IP network link fails to the fire stations, the Mach Alert System will continue to function, including toning, CAD processing, backup dispatch, zoning, event logging, and failure notifications. The system meets NFPA 1221 recommendations. At the fire station, the Station Controller activates the alert tones based on data received on the first (quickest) link and does not process data from the other link. However, both the radio and IP communication links send an acknowledgment (“ACK”) back to the AIC to verify that both communication links are operational. ACKs are also sent to the CAD system, if present, for updating. After the alert tones are played, the dispatch operator can begin the voice announcement. Mach Alert supports the following combination of alerting links: ▪ One (1) Ethernet link and one (1) Radio System (Trunking or Conventional) link ▪ Two (2) Radio System (Trunking and/or Conventional) links ▪ Two (2) Ethernet links Note that two data links are required for NFPA1221 Compliancy. Data Integrity The Mach Alert FSA system utilizes the Motorola Data Link Communications (MDLC) protocol specifically designed for data over radio networks. It creates a true wireless network environment that provides maximum data integrity. The MDLC protocol is based on the Open System Interconnection (OSI) model recommended by the International Organization for Standardization (ISO). MDLC utilizes all seven layers of the OSI model and is designed for point-to-multipoint links such as an FSA system. MDLC provides optimum operation in saturated RF environments. The protocol facilitates communications among all sites in the system, including extensive diagnostic messaging. CRC-32 level data detection is provided. The MDLC protocol is also used to ensure data integrity over Ethernet for alerting via the AIC over the IP network. Dispatch Operator Voice Announcements The dispatch operator voice announcements are sent on a separate and independent radio talk group/channel. The same Motorola Radio Systems that are supported for alerting is also supported for voice announcements. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 10 Mach Alert Fire Station Hardware The following sections detail the Mach Alert Hardware that is available for installation in the fire stations. Mach Alert Station Controller The Mach Alert Station Controller (SC) is a Motorola ACE3600-based high-performance RTU installed in a NEMA-1 wall-mount industrial panel. The SC is located at each fire station typically in a communications utility room. The SC processes information to and from the AIC and FSA Server, generates alert tones and provides station audio control including optional text-to-speech decoding. The Station Controller (SC) is a modular unit containing the following hardware: ▪ Motorola ACE3600 Power Supply Module. ▪ Motorola ACE3600 CPU Module. ▪ Motorola ACE3600 Digital Input/Output Module - additional modules are available to support additional I/O functionality. ▪ Optional Motorola Radio(s) – space is provided within the SC to house one (1) Motorola Alerting Data Radio and (1) Motorola Voice Radio. ▪ Integrated 6.5 Ah Backup Battery. ▪ An XLR audio input is provided to interface with an optional external voice radio. ▪ A balanced line-level audio output connection is provided to interface with the fire station PA amplifier. ▪ A Tones module for the storage of audio tones. 35+ default tone library pre-loaded. Custom tones are supported. ▪ Optional TTS Module for in-station TTS. ▪ Audio mixer and audio relays to control the flow of audio to the station PA system. ▪ Live audio sensing device. ▪ 4-port Ethernet switch. ▪ Support for external Turnout Timers. ▪ 8 Digital Output Relays standard – may be purchased with up to 40 Output Relays for additional output control. ▪ 8 Digital Input Terminal Blacks standard – may be purchased with up to 24 Terminal Blocks for additional monitoring capability. ▪ Depending on the options purchased, the SC may also house supporting hardware for the LED Zoned Lighting System and Zone Selector Switches. ▪ Transient Voltage Surge Suppression. ▪ Automatically resets after an alert is completed in preparation for the next alert. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 11 Below is a mechanical design view of the Mach Alert Station Controller: Mach Alert Station Controller System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 12 Station Audio Alerting The Mach Alert Station Controller hardware and software automatically controls the alerting process. When stations are alerted, unique alert tones are played over the station’s PA system. To prevent additional stress, these tones are ramped (“heart saver”); that is, they start at low volumes and escalate in volume to a desired level for a specific period of time. The tones can also be unique based on incident type, apparatus, company, and/or personnel. They can include a combination of tone and recorded voice. Custom, user-supplied tones are a standard feature of the system design. Toned alerting meets NFPA 1221 recommendations. Mach Alert provides several available options for providing audio to the fire station. ▪ An Audio Tones Module supplies ramped alert tones and a brief pre-recorded voice alert designating for the type of alert, followed by opening the station PA system for the dispatch operator to verbally alert personnel. This is a standard feature of Mach Alert. ▪ An optional Text-to-Speech (TTS) function can translate a CAD generated text string containing specifics of the alert message (or a type-written message generated via the dispatcher if there is no CAD in the system, or it is unavailable) into human-voice quality speech and transmit it over the IP network to the Station Controller as a compressed audio file for playback after completion of the locally stored alert tone. ▪ A TTS Over-the-Air (OTA) option is also available to provide the TTS announcement over the Motorola Radio System as opposed to over the IP network. Mach Alert Station Audio System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 13 Optional System Features Optional fire station auxiliary functions can be added to the Mach Alert FSA system to further enhance how a department responds to emergencies. Auxiliary functions may include, but are not limited to the following: ▪ Mach Alert Mobile App ▪ Incident Display Boards – Quoted as an Option ▪ Zoned LED Lighting – Quoted as an Option ▪ Turnout Timers ▪ “Rip-and-run” Thermal Printers ▪ LED Scrolling Message Boards ▪ Station Status Touchscreen ▪ Opening bay doors ▪ Manual acknowledgment to dispatch that the station was alerted ▪ Manual acknowledgment to dispatch that the first responder has exited the station ▪ Automating exhaust systems ▪ “Safe Zone” doorbells can be heard over the PA system ▪ Appliance shut-off (automatic upon alert or button push) ▪ Station audio and lighting zones ▪ Bunkroom zoning ▪ Monitoring station intrusion alarms ▪ Control of traffic signals ▪ Monitoring generators (on/off, failures) ▪ Status of appliances (on or off) ▪ Status of fire station alerting equipment ▪ Weatherproof NEMA-4, NEMA-4X, or extra-large enclosure options Station Zoning (Audio and Light Zones) The Mach Alert FSA system supports the partitioning of fire stations into specific zones, each receiving specific types of alerts. The Mach Alert System can accommodate zone partitioning based on the individual needs of each fire station. It supports zoned alerting with ramped custom tones, ramped LED bunkroom lighting, apparatus bay and common area alert lighting, egress lighting, and automated outdoor speaker control (day/night modes). Also, as options, the Mach Alert System supports the control of fire station lights, Incident Display Boards, Turnout Timers, plus other custom features designed for a fire department’s specific needs. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 14 Typical Station System with LED Zoned Lighting The diagram below shows a typical Mach Alert Station Controller-based system with options implemented for alert lighting and audio as well as zone selection switches. LED Alert Lighting The optional use of LED lighting strips for the FSA installation are for visual alerting in addition to the audio alert (PA) system. The RGB lighting strip is compatible with a commercially available controller. LED lighting strips are activated and controlled in various colors and sequences to alert station personnel of conditions and warnings. The optional LED lighting is connected to the Station Controller. The LED lighting can be configured for ramp time, maximum intensity and colors. Bunkroom LED lighting is ramped. Each bunkroom can have a LED light strip that will activate based on the type of alert. For example, if the bunkroom is reserved for the engine, the LED strip can be set to ramp to a red display. If the bunkroom is reserved for rescue, the LED strip can be set to ramp to a blue display. These high-intensity, RGB color LED strips can also be used in the common areas, bays, weight rooms, outside, offices, etc. When used in the hallways, they provide adjustable soft white egress lighting. System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 15 Mach Alert LED Lighting Option Dynamic Zone Touch Pads If a department desires to have the flexibility of using their bunkrooms based on specific personnel, apparatus, and/or company, wall switches may be provided as an option, allowing each bunkroom (or Zone) to select the type of alert, or combination of alerts, to be directed to that bunkroom. Fire or EMS personnel can use any bunkroom and select their specific alert(s) to be directed to that room. LED indicators on the wall switch indicate which alerts have been selected, or no alerts. Mach Alert Zone Selector Switch System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 16 Incident Display Boards (IDBs) IDBs can be provided for each fire station as an option. High Definition (HD) LED or LCD monitors can be provided and configured to display incoming alert incident information based on input from the CAD system (for example, units responding, address/location, incident type, cross streets, etc.) When alerted, the displays present a screen border color-coded to indicate the call type. A “count-down” and “count-up” timer is displayed indicating the amount of turnout time left and the amount of time past the required departure. The count-down timer is yellow. When it indicates 00, it turns red for the count-up time. If Internet access is granted, a map of the incident location can also be displayed on the IDB. Mach Alert Incident Display Board System Description Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 17 Turnout Timer (TOT) The Mach Alert system can trigger an optional wall-mounted turnout timer when an alert is received. The TOT has configurable settings that allow for the adjustment of the countdown time interval. The countdown time is also configurable based on alert type and can be automatically reset upon the next alert or can be reset through an external (optional) pushbutton. The display is a 3-digit LED display that has a character viewing distance of 125 feet. Mach Alert Turnout Timer Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 1 Section 2 Statement of Work This Statement of Work (SOW) describes the most current understanding of the work required by Motorola Solutions, Inc. (“Motorola”) to provide a successful implementation of a MACH Alert Fire Station Alerting (FSA) system. It is understood that this SOW may be revised during contract negotiations or during the Detailed Design Review (DDR), and through any other Change Orders that may occur during the execution of the project. Motorola is pleased to propose the MACH Alert Fire Station Alerting System (FSA) for Clearwater, FL for installation at Fire Station #39. The following sections detail specific responsibilities of the Customer and Motorola in general and during various project phases. Motorola is responsible for coordinating and ensuring proper execution. Tasks Motorola Solutions Clearwater, FL PROJECT INITIATION Contract Finalization and Team Creation Execute contract and distribute contract documents. X X Furnish a performance bond in the full amount of the contract price as security for the faithful performance of Motorola Solutions’ contractual obligations. X Purchase the required performance bond. X Assign a Project Manager as a single point of contact. X X Assign resources. X X Schedule project kickoff meeting. X X Deliverable: Signed contract, defined project team, and scheduled project kickoff meeting. Project Administration Ensure that project team members attend all meetings relevant to their role on the project. X X Set up the project in the Motorola Solutions information system. X Record and distribute project status meeting minutes. X Maintain responsibility for third-party services contracted by Motorola Solutions. X Maintain responsibility for third-party services contracted by Clearwater X Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 2 Tasks Motorola Solutions Clearwater, FL Complete assigned project tasks according to the project schedule. X X Submit project milestone completion documents. X Upon completion of tasks, approve project milestone completion documents. X Conduct all project work Monday thru Friday, 8:00 a.m. to 5:00 p.m.). X Deliverable: Completed and approved project milestones throughout the project. Project Kickoff Introduce team, review roles, and decision authority. X X Present project scope and objectives. X Review SOW responsibilities and project schedule. X X Schedule Design Review. X X Deliverable: Completed project kickoff and scheduled Design Review. Design Review Review the Customer’s operational requirements. X X Present the system design and operational requirements for the solution. X Present installation plan. X Present preliminary cutover plan and methods to document final cutover process. X Present configuration and details of sites required by system design. X Validate that Customer sites can accommodate proposed equipment. X X Provide approvals required to add equipment to proposed existing sites. X Review safety, security, and site access procedures. X Finalize site acquisition and development plan. X Present equipment layout plans and system design drawings. X Provide backhaul performance specifications and demarcation points. X Provide information on existing system interfaces. X Assume liability and responsibility for proving all information necessary for complete installation. X Assume responsibility for issues outside of Motorola Solutions’ control. X If necessary, complete the required forms required for frequency coordination and licensing. X Ensure that frequency availability and licensing meet project requirements, and pay licensing and frequency coordination fees. X Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 3 Tasks Motorola Solutions Clearwater, FL Review and update design documents, including System Description, Statement of Work, Project Schedule, and Acceptance Test Plan, based on Design Review agreements. X Provide minimum acceptable performance specifications for customer provided hardware, software, LAN, WAN and internet connectivity. X Execute Change Order in accordance with all material changes to the Contract resulting from the Design Review. X General Installation Perform Equipment Inventory and Delivery to Customer Sites X Coordinate receipt of and inventory solution equipment with designated contact. X Provide system interconnections that are not specifically outlined in the system design, including dedicated phone circuits, microwave links, or other types of connectivity. X Install and terminate all network cables between site routers and network demarcation points, including microwave, leased lines, and Ethernet. X Ensure that Type 1 and Type 2 AC suppression is installed to protect installed equipment. X Label equipment, racks, and cables. X Note any required changes to the installation for inclusion in the “as-built” system documentation. X Remove, transport, and dispose of old equipment. X Provide an Ethernet network connection with a minimum throughput of 512 Kbps from Fire Station 1 to the FSA server located in the Dispatch facility. X Deliverable: Solution equipment received and ready for installation. Fire Station Installation Install Station Controller X Provide and pull all required cabling and wiring, termination ends and cable management, hardware as needed along with conduit in bay areas as required. X Provide mounting hardware, support strut, and required fasteners to SC X Provide one Category 6 Ethernet feed(s) to SC from customer network switch X Provide two (2) 18 AWAG TSP Shielded audio line from SC to PA amplifier X Land all Ethernet connections into assigned switch ports predetermined by the City of Clearwater X Land audio line into assigned input on PA amp, determine best spot if needed X Install LED Lighting Hardware X Provide and pulls all required wiring and cabling, termination ends, and cable management hardware as needed along with conduit in bay areas as required X Install twenty-eight (28) LED Light Fixtures (LLF) connected to five (5) LED Lighting X Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 4 Tasks Motorola Solutions Clearwater, FL Controllers (LC) Terminate and one (1) Category 6 Ethernet feed to primary LC and terminate Category 6 feeds to subsequent LCs and LLFs X Plug LC into local duplex AC outlets and terminate all Category 6 cabling for all LCs and LLFs X Install Zone Selector Switches X Provide and pull all required cabling and wiring, termination ends and cable management, hardware as needed along with conduit in bay areas as required. X Provide all required Category 6 cabling, termination ends, and cable management hardware as needed along with nominal conduit/wire mold if required to connect all ZSS back to the fire network switching the IT closet all individually homerun wired for each ZSS. X Terminate, and test audio cables for ten (10) existing speakers for audio zoning to SC X Provide and install four (4) Turn out Timers in designated locations X Terminate, and test one (1) 18/6 shielded cable (provided by the City of Clearwater) from Turn Out Timer to SC for signal and power X Provide all required Cabling, termination ends, and cable management hardware as needed along with conduit in bay areas as required X Deliverable: Equipment installed. Functional Acceptance Testing Verify the operational functionality and features of the solution supplied by Motorola Solutions, as contracted. X Witness the functional testing. X Document all issues that arise during the acceptance tests. X If any major task for the system as contractually described fails during the Customer acceptance testing or beneficial use, repeat that particular task after Motorola Solutions determines that corrective action has been taken. X Resolve any minor task failures before Final System Acceptance. X Document the results of the acceptance tests and present for review. X Review and approve final acceptance test results. X If any major task as contractually described fails, repeat that particular task after Motorola Solutions determines that corrective action has been taken. X Document all issues that arise during the acceptance tests. X Document the results of the acceptance tests and present to the Customer for review. X Resolve any minor task failures before Final System Acceptance. X Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 5 Tasks Motorola Solutions Clearwater, FL Deliverable: Completion of functional testing and approval by Customer. PROJECT TRANSITION Training Finalize schedule for training coursework. X Provide training facility. X Ensure that the training participants fulfill course prerequisites. X Conduct the training classes outlined in the Training Plan. X Attend proposed training classes. X Deliverable: Training coursework completed. Cutover Finalize Cutover Plan. X X Provide programming of user radios and related services (i.e. template building, re-tuning, testing and installations), as needed, during cutover period. X Conduct cutover meeting with relevant personnel to address both how to mitigate technical and communication problem impacts to the users during cutover and during the general operation of the system. X Notify the personnel affected by the cutover of the date and time planned for cutover. X Provide ongoing communication with users regarding the project and schedule. X X Cut over users and ensure that user radios are operating on system. X Resolve punchlist items, documented during the Acceptance Testing phase, in order to meet all the criteria for final system acceptance. X Assist Motorola Solutions with resolution of identified punchlist items by providing support, such as access to the sites, equipment and system, and approval of the resolved punchlist items. X Deliverable: Migration to new system completed, and punchlist items resolved. Transition to Warranty Review the items necessary for transitioning the project to warranty support and service. X Motorola Solutions to provide services during year 1 warranty which align with the proposed services. X Provide a Customer Support Plan detailing the warranty support associated with the contract equipment. X Participate in the Transition Service/Project Transition Certificate (PTC) process. X Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 6 Tasks Motorola Solutions Clearwater, FL Deliverable: Service information delivered and approved by Customer Finalize Documentation and System Acceptance Provide manufacturer’s installation material, part list and other related material to Customer upon project completion. X Provide an electronic as-built system manual on CD or other Customer preferred electronic media. The documentation will include the following: ● System Level Diagram. ● Site Block Diagrams. ● Site Equipment Rack & Enclosure Configurations. ● System Acceptance Test Plan Test Sheets and Results. ● Equipment Inventory List. ● Product Manuals. ● Drawings will be delivered in PDF format. X Receive and approve documentation. X Execute Final Project Acceptance. X X Deliverable: All required documents are provided and approved. Final Project Acceptance. Assumptions Motorola has made several assumptions in preparing this proposal, which are noted below. In order to provide a firm quote, Motorola will need to verify all assumptions or seek alternate solutions in the case of invalid assumptions. ● All existing sites or equipment locations will have sufficient space available for the system described as required/specified by R56. All sites will meet Motorola Solutions’ R56 2005 Standards for Communications sites. If the customer does not have a copy of the “R56 v.2005 Standards & Guidelines for Communications site,” one will be provided by Motorola Solutions. ● All existing sites or equipment locations will have adequate electrical power in the proper phase and voltage, and site grounding to support the requirements of the system described. Adequate backup power is available to support the proposed equipment. Existing generators, if available, have adequate capacity to support the equipment. ● Any site/location upgrades or modifications are the responsibility of Clearwater. ● Approved local, State, or Federal permits as may be required for the installation and operation of the proposed equipment are the responsibility of Clearwater. ● Any required system interconnections not specifically outlined here will be provided by Clearwater. These may include dedicated phone circuits, microwave links, or other types of connectivity. ● No coverage guarantee is included in this proposal. ● Motorola is not responsible for interference caused or received by the Motorola-provided equipment except for interference that is directly caused by the Motorola-provided transmitter(s) to the Motorola-provided receiver(s). Should Clearwater’s system experience interference, Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 7 Motorola can be contracted to investigate the source and recommend solutions to mitigate the issue. ● If Clearwater chooses to purchase the optional Incident Display Board functionality it is assumed that the City will be providing the HDMI monitors. Monitors must have a HDMI input and a 2 gang 120V AC outlet must be within 3’ of the mounting locations inside the fire stations. If the City does not have a 2 gang 120V AC outlet within 3’ of their desired mounting location MSI can quote the required electrical work as part of a change order. ● Customer is currently utilizing a A7.17.2 ASTRO system release with expectation to fully upgrade to system release in 2023. The customer should understand that current system release is past standard support and in extended support. ● MACH ALERT thin clients to be installed upon existing MCC 7500 positions. (NOTE: Thin clients licenses are only intended to be utilized in the event the customer CAD system were to fail, otherwise all primary alerting begins within CAD). ● Interfacing software API (Application Program Interface) is accomplished by employing the Motorola Fire Dispatch Protocol (MFD-P). ● Computer Automatic Dispatch (CAD) will need to support Motorola Fire Dispatch Protocol (MFD-P 7.35) and requires CAD vendor support for implementation. Customer will need to enlist the services of the CAD vendor to provide their support. Mach Alert, Inc. does not directly enlist the services of the CAD vendor. Mach Alert is willing to work with the CAD Vendor to develop a SOW for their quote, and will allow them to test on their demo system in Tampa. ● IV&D is presumed to be the responsibility of the MASTER site for the City, and no IV&D or Enhanced Data services are listed for purchase by Clearwater to implement MACH ALERT on their sites. Ethernet IP Network, customer enterprise connectivity between the dispatch center(s) and the fire stations. Network Design Diagram and Specific Assumptions The following is a system overview, as understood by discussions on shared site services between the City of Clearwater ASTRO CORE RNI site. The network connectivity presumes the MACH ALERT FSA server, AIC, and CAD server are co-located at the ASTRO CORE RNI site, which reduced the need for using the existing MW loop to connect the Dispatch site with the EOC site via a network e-pipe. All terrestrial IP network connectivity between Dispatch and Fire Station #1 are maintained and serviced by the customer‘s IT network team. At a future date, should the customer elect to add a IP link between the EOC and station 2, it would only require a reconfiguration of MACH ALERT server, but not additional HW. Statement of Work Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 1 Acceptance Test Plan Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 2 Section 3 Acceptance Test Plan System Acceptance of the proposed solution will occur upon successful completion of a Functional Acceptance Test Plan (FATP), which will test the features, functions, and failure modes for the installed equipment in order to verify that the solution operates according to its design. This plan will validate that Clearwater’s solution will operate according to its design, and increase the efficiency and accuracy of the final installation activities. A detailed FATP will be developed and finalized during project implementation. An example of a standard Mach Alert FATP is included below. MACH ALERT FIRE STATION ALERTING ACCEPTANCE TEST PLAN (ATP)1 Purpose and Scope The Field Acceptance Test Plan (ATP) will be performed by Mach Alert, Inc. (Mach Alert) and Motorola Solutions, Inc. (Motorola). The purpose of the ATP is to verify the basic operation, functionality, and installation quality of the MACH Alert FSA system. The ATP has been designed to validate the ability of the system to deliver the designed and contract required system functionality to end users. System functions and features not included within this ATP plan will not be tested. Successful completion of the Field ATP will fulfill the Final Acceptance requirements. The ATP provides a brief description and a list of the tests, which will be executed with end user representatives. The actual Test Procedure sheets will be provided to the end user before the scheduled start of the Field Test. In addition to the functional tests covered in the ATP, the ATP will include site and installation related tests. Site Inspections and Tests The following items will be checked to verify the installation quality and configuration of the system Dispatch and Fire Station sites. The site installations should conform to Motorola’s R56 Installation Quality Standards where applicable. 1. Equipment inventory and configuration. 2. Dispatch equipment room rack availability, location, and rack layouts. 3. Fire station equipment room SC mounting options and space availability, Ethernet connectivity, lighting controls, PA amplifier interface, and audio connection to the end user provided voice radio. 4. 120 V electrical power source. 5. Grounding and bonding. 6. AIC and Server interfaces with CAD. 1 This document describes a general Acceptance Test Plan for the MACH Alert Fire Station Alerting and Automation (FSA) solution and is not project specific. The project specific ATP will be developed during the Detailed Design Review (DDR) phase of the project. Acceptance Test Plan Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 3 7. The Radio Dispatch Console system browser thin client interface to the FSA Server. System Performance and Verification Tests System Performance and Verification testing is performed during the Field Acceptance Test phase and is designed to verify the performance / operation of the FSA subsystems and site installations as outlined in this ATP. System Performance and Verification Tests will be completed for the following: 1. Network equipment and interfaces. 2. Dispatch center equipment and software. 3. End-to-end FSA station alerting. FSA System Functional Tests Functional Testing is included in Field Testing phases and is designed to verify the required FSA system functionality and features. Service/Warranty Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 4 Section 4 Service/Warranty Motorola’s standard 1 year warranty applies to all Motorola equipment. Motorola has included the option to purchase Mach Alert’s extended Hardware and Software support warranty. This pricing can be found in Section 6 - Pricing Summary. The pricing for these services is broken out depending on which additional MA options the City elects to purchase. Contractual Documentation Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 5 Pricing Summary Motorola is pleased to provide the following equipment and services to the City of Clearwater, FL. Description Price ($) Equipment $52,854 Implementation and Warranty Services $100,517 Subtotal $153,371 Contract Discount ($10,571) System Discount ($4,484) Total System $138,316 Warranty Summary Description Price ($) Warranty Year 2 $9,128 Warranty Year 3 $9,128 Warranty Year 4 $9,128 Warranty Year 5 $9,128 This proposal is subject to the terms and conditions of Motorola Solutions' NASPO contract and this pricing is valid through September 23, 2024. Payment Milestones Except for a payment that is due on the Effective Date, Customer will make payments to Motorola within thirty (30) days after the date of each invoice. Customer will make payments when due in the form of a check, cashier’s check, or wire transfer drawn on a U.S. financial institution. If Customer has purchased additional Professional or Subscription services, payment will be in accordance with the applicable addenda. Payment for the System purchase will be in accordance with the following milestones. System Purchase 1. 50% of the System Price due upon contract execution (due upon effective date); and 2. 50% of the System Price due upon Final Acceptance. Contractual Documentation Use or disclosure of this proposal is subject to the restrictions on the cover page. Motorola Solutions Page 6 Section 6 Contractual Documentation The products and services shall be provided under the terms and conditions of the State of Florida Alternative Contract Source (ACS) 43190000-NASPO contract. DRUID RD S HERCULES AVE CANTERBURY RD ROGERS ST TURNER ST ALLEN DR 524 525 535 545 555 565 674 705 575 686 675 540 694 706 693 680 699 705 681 687 712 7002015 19982025203920252007204219752024201920112048AERIAL MAP ² N.T.S.Scale: Parcel Size:+/- 1.47 ac. Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Exhibit A601 S Hercules Ave. Parcel Number: 13-29-15-00000-420-0700 Page 1 of 1Aerial Flown 2019 Date:3/6/2020WDMap Gen By: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\601 S Hercules Ave.mxd 601 JWReviewed By:13-29s-15eS-T-R:298BGrid #: Mach Alert, Inc. 9270 Bay Plaza Blvd, Suite 605 Tampa, FL 33619 Mach Alert, Inc. 9270 Bay Plaza Blvd, Suite 605, Tampa, FL 33619 | (813) 981-8713 | www.machalertinc.com August 16, 2024 Jeff Walker City of Clearwater Clearwater, Florida RE: Sole Source Supplier to Pinellas County Fire Rescue for Mach Alert FSA System Dear Mr. Walker: Motorola Solutions, Inc. is the sole provider of the Mach Alert Fire Station Alerting and Automation (FSAA) product, for Pinellas County and its municipalities. The Mach Alert Fire Station Alerting and Automation system including all associated hardware and software, is not available from any other vendor. Mach Alert, Inc. is the copyright holder of the Mach Alert Fire Station Alerting and Automation (FSAA) software and this software is not available to any other vendor or service provider. The programming and testing of the system (including hardware and software) and the services to configure the field devices with the Mach Alert FSA system is exclusively a Mach Alert, Inc. service and therefore a sole source service provided by Motorola Solutions through its exclusive partnership. Sincerely, Ernesto Ramos Mach Alert, Inc. Vice President & General Manager Ernie.Ramos@machalert.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1060 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Approve the Fire Protection Services Agreement between Pinellas County Fire Protection Authority and City of Clearwater for a five-year term, October 1, 2024 through September 30, 2029, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Fire Protection Authority is a special district created for the purpose of providing fire protection services throughout the unincorporated areas of Pinellas County, pursuant to Chapter 73-600, Laws of Florida. Pinellas County has contracted with various municipalities and independent special fire districts in the County to provide fire protection services. Through this contract, Clearwater Fire & Rescue will provide fire suppression services, investigations of fires, inspection of commercial, industrial and multi-family dwellings, plan reviews and final fire inspections, and fire prevention/life safety public education to the residents of the City of Clearwater and to individuals within the unincorporated area of Pinellas County that is located within the Clearwater Fire Control District. Pinellas County Fire Protection Authority will continue to compensate Clearwater Fire and Rescue for the fiscal year commencing October 1, 2024 under the same terms as the previous contract. Under this new contract, 11.48% of the Clearwater Fire District was determined to be unincorporated Pinellas County. Therefore, the County will reimburse the City 11.48% of the net department budget or approximately $2,915,182.00 million for each fiscal year 2024-2029 to fulfill the agreement. The reimbursement percentage can fluctuate year to year as property values within the fire district change. The initial term of this Agreement shall be for five years, commencing October 1, 2024 and ending at midnight September 30, 2029, unless this Agreement is earlier terminated as provided for herein in this Agreement. This Agreement may be extended for an additional five-year period following the initial term, provided that the Parties mutually agree in writing to such extension which is subject to Authority and Contractor approval prior to July 1, 2029. STRATEGIC PRIORITY: Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 9/10/2024 2024 FIRE PROTECTION SERVICES AGREEMENT CITY OF CLEARWATER OCTOBER 1, 2024 PINELLAS COUNTY Board of County Commissioners 12490 Ulmerton Road Largo, FL 33774 Fire Protection Services Agreement Page 2 FIRE PROTECTION SERVICES AGREEMENT AGREEMENT made this ______ day of _____________, 2024, between the CITY OF CLEARWATER, a Florida municipal corporation ("Contractor"), and PINELLAS COUNTY ("County"), by and through its Board of County Commissioners, (“Board"). RECITALS: 1. The Board is the governing body of the Pinellas County Fire Protection Authority created by Chapter 73-600, Laws of Florida, for the purpose of establishing and implementing a permanent plan of fire protection for the County, determine minimum service levels, establish uniform standards for fire hydrants, implement County-wide reciprocal, mutual, or outside assistance programs, and to cause to be provided Fire Protection Services throughout unincorporated County. Chapter 73-600, Laws of Florida, became an ordinance of Pinellas County pursuant to Section 5.02 of the Pinellas County Charter in 1980. 2. The Board has determined that a coordinated Fire Protection Services County-wide system with centralized communications, standardized operating procedures, and automatic aid is in the best interest of the public's life safety, protection of property, and firefighters' safety and welfare. 3. Pursuant to Chapter 73-600, Laws of Florida; Chapter 80-590, Laws of Florida (the Pinellas County Home Rule Charter); and Chapter 62, Article II, of the Pinellas County Code (collectively, "Special Act"), the Board has divided the County into Fire Districts for the purposes of its regulatory powers and responsibilities, and created Municipal Services Taxing Units ("MSTUs") over the unincorporated portions of such districts for tax assessment purposes, which became operative after the approval by the electors of such districts at a properly held referendum by electors in the unincorporated areas of the County. 4. Board is authorized to enter into agreements for Fire Protection Services, and Contractor wishes and is able to provide Fire Protection Services within the unincorporated portions of its fire district or districts (as defined in Appendix A). 5. The Board will compensate Contractor for providing Fire Protection Services within the unincorporated portions of its fire district or districts (as defined in Appendix A). NOW, THEREFORE, in consideration of the mutual covenants, terms, and conditions herein set forth to be kept and performed by and between the Parties hereto, it is agreed as follows: Fire Protection Services Agreement Page 3 ARTICLE I THE AGREEMENT SECTION 101. PURPOSE. The purpose of this Agreement is to define the obligations and responsibilities of the Parties hereto with respect to the provision of Fire Protection Services in the unincorporated areas of the County. SECTION 102. COOPERATION. The Parties shall cooperate and use all reasonable efforts, pursuant to the terms of this Agreement, to facilitate the terms of this Agreement. Accordingly, the Parties further agree in good faith to mutually undertake resolution of disputes, if any, in an equitable and timely manner so as to limit the need for costly and time-consuming adversarial proceedings to resolve such disputes. SECTION 103. CONTRACT DOCUMENTS. The following Appendices are attached to and made part of this Agreement: Appendix A. Funding Methodology Profile Appendix B. Fire Protection Services Contractors Appendix C. Supplemental Financial Information This Agreement, together with the foregoing Appendices, constitutes the entire Fire Protection Services Agreement between the Parties with respect to the provision of Fire Protection Services, and shall supersede any prior agreement, contract, or memorandum of understanding between the Parties regarding such services. The Parties agree that the terms and conditions of this Agreement, including the Appendices, shall govern exclusively the obligations of the Parties. SECTION 104. SCOPE OF SERVICES. The services performed under this Agreement include, but are not limited to, the following: a. Respond with firefighting apparatus and personnel to the scene of a fire, life safety- related emergency, man-made or natural disaster, or public service request. b. Take command and control of the emergency scene, contain any fire, and mitigate any hazards at a fire scene. c. Investigate any fire within the Fire District to determine the cause and origin. d. Inspect all commercial, industrial, and multi-family dwellings within the Fire District for compliance with the Florida Fire Prevention Code. e. Conduct plan reviews, as requested by the County's Building and Development Review Services Department ("Building Department"), fire inspections, sprinkler tests, Fire Protection Services Agreement Page 4 fire alarm tests, and final fire inspections within the Fire District, in accordance with the Florida Fire Prevention Code. f. Conduct and maintain immediate access to fire pre-plan documents for all commercial, industrial, and multi-family dwellings within the Fire District. Provide education programs to the public in fire prevention, life safety, and disaster preparedness. g. Upon notification by the 9-1-1 Center of an emergency request, Contractor shall provide Fire Protection Services in accordance with the Automatic Aid/Closest Unit Response Agreement. The Firefighting Apparatus and Unit(s), which are predetermined to be the closest to the emergency scene by the Run Cards, then in effect shall be dispatched without regard to Fire District or jurisdictional boundaries. h. Response times must meet the minimum standards as established in this Agreement. i. The allotted Firefighting Apparatus must at all times be staffed with a minimum of three (3) Personnel to operate on all emergency and non-emergency calls. Apparatus staffing must include at least one firefighter that is trained and designated as a company officer. j. Performance must be consistent with approved fire standards and compliant with the 600 Series Pinellas County Fire Departments Standard Operating Procedures. k. Conduct of Personnel must be professional and courteous at all times. Crews must wear uniforms that clearly identify them as fire department employees. I. The Contractor is responsible to ensure that equipment is maintained for optimal performance. m. The Contractor shall require Personnel to gather and enter data into the electronic fire reporting system furnished by Pinellas County for every incident responded to by the Contractor. The Company Officer is responsible for ensuring the accuracy and completeness of such reports. n. Upon notification of a State of Emergency within Pinellas County, Contractor will coordinate its firefighting resources with the County's Emergency Operations Center's corresponding emergency support function desk, given the nature of the event or disaster, and shall proceed in accordance with applicable plans and protocols. Such services, contained herein, shall be provided in accordance with the terms and conditions of this Agreement. The specific terms and conditions of this Agreement shall govern and prevail over this Section 104. Fire Protection Services Agreement Page 5 ARTICLE II DEFINITIONS SECTION 201. WORDS AND TERMS. Unless the context otherwise requires, capitalized terms used herein shall have the following meanings ascribed to them: "Adopted Budget" means Contractor's legislatively or officially adopted budget for the Fiscal Year, in accordance with Section 409. "Annual External Audit" means the audit conducted by a certified public accounting firm retained by Contractor to state the income, expenditures, and fund balances for the prior Fiscal Year. The Annual External Audit shall include a summary report prepared by Contractor on forms provided by the County and be attested to by Contractor's auditor. "Authority" means the Pinellas County Fire Protection Authority, a municipal services taxing unit established by Chapter 73-600, Laws of Florida, as amended. "Automatic Aid/Closest Unit Response Agreement" means the Agreement by and between every political subdivision and Fire Control District within Pinellas County dated October 16, 1990. "Budget Request" means the budget request submitted by Contractor, in accordance with Section 409. "CAD" means computer-aided dispatch. "Caller" means a person accessing the response system by telephone. "Contract Year" means, for any given year, the period commencing on October 1 and ending at midnight on September 30 of the following year. "County" means Pinellas County, Florida, a political subdivision of the State of Florida. "Disaster'' means an occurrence of a severity and magnitude that normally or potentially could result in death, injuries, and/or property damage and that cannot be managed through routine procedures and resources of the Fire Protection System. "Emergency Request" means a request for emergency services received directly at the 9-1-1 Center. "Emergency Response" means, for the purposes of measuring response time compliance in Section 402, the act of responding to a request for services in which Contractor determined that emergency lights and sirens will be used. "Fire District" where capitalized means the unincorporated area of the Fire Control District(s) designated by Board pursuant to the Special Act and shown on Appendix A attached Fire Protection Services Agreement Page 6 hereto and made a part hereof. Where such term is not capitalized, the term shall mean the entirety of the incorporated and unincorporated portions of the Fire Control District. "Fire Equipment'' means the equipment and tools necessary to equip and operate Firefighting Apparatus in accordance with the NFPA guidelines. "Firefighter'' means an individual, trained and certified in accordance with Chapter 633, Florida Statutes, as applicable, that functions as a firefighter, fire officer, or command officer employed by Contractor. ''Firefighting Apparatus" means emergency vehicles provided by Contractor, which are constructed and equipped to meet or exceed NFPA 1901 requirements for an emergency pumping vehicle. Such vehicles are used for rapid response to an emergency scene and the suppression and containment of a fire or other hazard. Firefighting Apparatus may include, but not be limited to, engines, ladder trucks, or squads, which meet the above requirements. "Fire Protection Services" means the response of Firefighting Apparatus, Units, and Personnel to the scene of a fire, life safety emergency, man-made or natural disaster, or public service request. Fire Protection Services include the command and control of the emergency scene, the containment of any fire, and the mitigation of any hazards, and may include Specialized Rescue. Related services include fire and arson investigation, fire inspections and code enforcement, and public education. "Fire Protection System" means the network of organizations, including, but not limited to, the Board, contractors, and other municipalities and special fire districts within Pinellas County, established to provide Fire Protection Services. "Fire Prevention Code" means fire and life safety codes adopted by County and Contractor, in accordance with Chapter 62, Article Ill, of the Pinellas County Code. “Fire Station" means any facility, designated by Contractor, which houses the Firefighting Apparatus, Units, and Personnel required to provide Fire Protection Services. The proposed locations of new fire stations, which may be used to service the unincorporated areas of the districts, will be reviewed for appropriate service area coverage by the County and, to be eligible to receive any County funding for such fire station construction, must be approved by the County. "First Due Firefighting Apparatus" means Contractor's Firefighting Apparatus, within Contractor's primary response area, predetermined to be the nearest to the emergency, in accordance with Section 407 hereof. "Fiscal Year" means the year commencing on October 1 of any given year and ending on September 30 of the immediately following year. Fire Protection Services Agreement Page 7 "Force Majeure" means any act, event, or condition other than a labor strike, work stoppage, or slowdown that has had, or may reasonably be expected to have, a direct material adverse effect on the rights or obligations of either Party under this Agreement, if such act, event, or condition is beyond the reasonable control of the Party relying thereon as justification for not performing an obligation, or complying with any condition required, of such Party under this Agreement, and is not the result of willful or negligent action or a lack of reasonable diligence of the Party relying thereon. Such acts or events may include, but shall not be limited to, an act of God, epidemic, landslide, or similar occurrence, an act of the public enemy, war, blockade, insurrection, riot, general arrest or restraint of government and people, civil disturbance or similar occurrence. "NFPA" is Contractor's currently-adopted National Fire Protection Association guidelines for Personnel, Equipment, Firefighting Apparatus and Units, as may be amended. "Party" or "Parties" means either the County or Contractor, or both, as the context of the usage of such term may require. "Personnel" means individuals trained and certified in accordance with Chapter 633, Florida Statutes, as applicable, who function as firefighters, fire officers, fire inspectors, arson investigators, and command officers employed by Contractor. "9-1-1 Center" means the 9-1-1 Regional Communications Center operated and maintained by the County for the purpose of receiving 9-1-1 calls from citizens. "Response" means the act of responding to a request for services, which act begins when Contractor's Firefighting Apparatus or Unit(s) is notified of an Emergency Request. "Response Time" means the period of time commencing when a Firefighting Apparatus or Unit is dispatched to an emergency and ending when it arrives on the scene of the incident. "Run Cards" means the 9-1-1 Center's computer-aided dispatch software database that recommends, based upon the call location, the closest or most appropriate Firefighting Apparatus and/or Units to respond to the Emergency Request. The Run Cards will be based upon a predetermined listing of Firefighting Apparatus and Units which Contractor determined to be the closest by travel time or in the most appropriate order. "Special Act" means Chapter 73-600, Laws of Florida, Chapter 80-590; Laws of Florida (the Pinellas County Home Rule Charter), approved on October 7, 1980; and Chapter 62, Article II, of the Pinellas County Code. "Special Events" means non-emergency events, such as sporting events, parades, festivals, and other group or mass gatherings, which may require Fire Protection Services. Fire Protection Services Agreement Page 8 "Specialized Rescue Services" means additional services provided by some Contractors, which may include, but are not limited to, vehicle extrication, heavy rescue, hazardous materials first response, hazardous materials mitigation, high-angle and below-grade technical rescue, marine rescue, dive rescue, and the mitigation of any other situation which presents an actual or potential danger to life or property. "Standard Practices" means the actions and practices of Contractor in providing Fire Protection Services, all applicable rules and regulations, the laws of the State of Florida, applicable federal laws and regulations, including state and federal Occupational Safety Health Acts, and the NFPA guidelines. “State" means the State of Florida. "State of Emergency" means a Disaster declared by a proclamation of the Federal Government, the State, the County, or a municipality within the County. “Traffic Preemption System” means a comprehensive system provided by the Authority that overrides the normal operation of traffic signals during the emergency response of an ALS First Responder Unit to reduce Emergency Response Times and increase safety. Such system changes the upcoming traffic signal to green or holds a green signal so the ALS First Responder Unit can safely proceed through the intersection. "Uncontrollable Circumstance" means a Force Majeure, a State of Emergency, or during situations in which the County Dispatch System and/or the Fire Protection System is not operating under normal response conditions. "Unexpended Funds" means compensation provided to Contractor in the prior Fiscal Year that was not expended in the provision of Fire Protection Services. This amount is reported in the annual external audit. "Unit(s)" means emergency vehicles provided by Contractor which are constructed and equipped, as applicable, and are used for rapid response to an emergency scene which do not meet the NFPA 1901 pumping guidelines. Units may include, but not be limited to, ladder trucks, squads, reserve pumpers, brush trucks, water tankers, Specialized Rescue Services units, and command or staff vehicles. SECTION 202. TERMS GENERALLY. Whenever the context may require, any pronoun shall include the corresponding masculine, feminine, and neutral forms. The words "include," "includes," and "including" shall be deemed to be followed by the phrase "without limitation," except as the context may otherwise require. The words ''agree," "agreement," "approval," and Fire Protection Services Agreement Page 9 "consent" shall be deemed to be followed by the phrase "which shall not be unreasonably withheld or unduly delayed," except as the context may otherwise require. ARTICLE Ill RESERVED ARTICLE IV DUTIES AND RESPONSIBILITIES OF CONTRACTOR SECTION 401. FIREFIGHTING APPARATUS AND EQUIPMENT. (a) Obligation to Provide Firefighting Apparatus and Units. At all times during the term of this Agreement, Contractor shall provide the Firefighting Apparatus and Units necessary to provide all Fire Protection Services. Contractor reserves the right to select and acquire Firefighting Apparatus and Units used in the performance of this Agreement. (b) Maintenance of Vehicles and Fuel. Contractor shall be responsible for routine maintenance and repair of all Firefighting Apparatus and Units, and for furnishing maintenance, equipment, supplies, repairs, spare parts, replacement vehicles, and fuel. Contractor shall maintain Apparatus and Units in safe and proper working order. (c) Staffing of Vehicles. Firefighting Apparatus, utilized for fire suppression, shall be continuously staffed with a minimum of three (3) Firefighters. (d) Fire Equipment. Contractor shall furnish and maintain all Fire Equipment required to meet the terms of this Agreement. Contractor shall support efforts toward equipment compatibility and general standardization. (e) Communications Equipment. Contractor shall furnish and maintain all communications equipment, including, but not limited to, station radios and encoders, mobile radios, portable radios, pagers, and cellular phones, as Contractor deems appropriate. (f) Command Officers. In addition to the Personnel provided in (c) above, Contractor will provide its own or, through the use of automatic aid, command officers to respond to incidents within the Fire District. (g) Standard of Cover. Provide for each type of response the same or greater level of service in the unincorporated area as Contractor provides for residents and properties of the incorporated portion of the Fire District. SECTION 402. RESPONSE TIME. Fire Protection Services Agreement Page 10 (a) Emergency Requests. Response Time to not less than ninety percent (90%) of all Emergency Responses which are (1) categorized as a structure fire or a fire alarm; (2) within Contractor's Fire District; and (3) for which Contractor's Firefighting Apparatus is predetermined, in accordance with Section 407, to be the First Due Firefighting Apparatus, shall be within seven (7) minutes and thirty (30) seconds or less. (b) Exemptions. (1) The Response Time requirements in subsection (a) shall not be applicable to Emergency Responses which occur during periods of Uncontrollable Circumstances, provided, however, that Contractor shall document said conditions and shall apply for this exception as provided for in subparagraph two (2) and three (3) below. (2) Remote areas such as offshore, Caladesi Island, Courtney Campbell Causeway, Fort Desoto Park, Gandy Bridge, Howard Frankland Bridge and the Sunshine Skyway Bridge or any other area where Fire administration finds the Response Time standards should be waived based upon the response distance and/or low volume of calls. Contractors may request that other areas be excluded from the Response Time standards for good cause. Any such waiver may be granted by Fire Administration. (3) Should Contractor experience an Uncontrollable Circumstance, Contractor shall, as a condition shall, as a condition precedent to the right to claim an Uncontrollable Circumstance, notify the County within three (3) business days of when Contractor becomes aware of the Uncontrollable Circumstance. (4) Downgraded calls which occur, based on additional information such as from 9-1-1 Center or first Unit arrival, will be excluded from determining Response Time performance. (5) The exemptions provided for in this subsection (b) are exhaustive and no other cause of poor Response Time performance shall be allowed as exemption to these Response Time requirements and reporting provisions. SECTION 403. CONTINUING EDUCATION AND TRAINING. Subject to annual budget availability, Contractor shall make available the necessary continuing education and training for maintaining the skill, competency, and required certifications for all Personnel, as required by Fire Protection Services Agreement Page 11 federal, state, or local regulation. County and Contractor shall work collaboratively with other Contractors, St. Petersburg College and other stakeholders to assess the needs for regionalized fire training facilities to maximize operational and financial efficiency. County and Contractor shall seek funding sources and partnerships to develop and maintain regional fire training facilities. SECTION 404. STANDARD PRACTICES. (a) Standard Practices. Contractor shall ensure that its policies and standard operating procedures and actions are consistent with those countywide standard operating procedures approved by the Pinellas County Fire Chiefs Association at all times and shall correct any deviations. (b) Ride-Alongs. Contractor may allow the County or its representative, in the performance of their duties, to ride in Contractor's Firefighting Apparatus or Units during responses to Emergency Requests. Such representatives shall conduct themselves in a professional and courteous manner, shall not interfere with Contractor's employees in the performance of their duties, and shall at all times be respectful of Contractor's employee/employer relationship. The County, or its representatives, shall provide proof of employment, proof of workers' compensation insurance, and complete any waiver or release forms which may be required by Contractor prior to riding in Contractor's Apparatus or Units. Such ride-alongs shall be scheduled or prearranged with Contractor. (c) Special Events. In the event Contractor is called to provide Fire Protection Services at a Special Event in its Fire District, Contractor shall be governed by the terms and conditions of this Agreement, and such periods of time shall not be excluded as an Uncontrollable Circumstance. SECTION 405. PERSONNEL. (a) Training and Qualifications. All individuals employed by Contractor in the performance of work under this Agreement shall be trained and qualified at a level consistent with Chapter 633, Florida Statutes, as required to perform the work the individuals are to perform, and shall hold appropriate certificates as required by state law. (b) Standard of Conduct. Contractor's Personnel shall conduct themselves in a professional and courteous manner at all times. Contractor shall address and correct any departures from its standard of conduct. Fire Protection Services Agreement Page 12 (c) Working Conditions. Contractor shall ensure that it is in compliance with all applicable state and federal laws and regulations regarding labor conditions, workplace and working conditions, and environmental safety requirements. SECTION 406. DISASTER ASSISTANCE AND MUTUAL AID. (a) Disaster Assistance within Pinellas County. Immediately upon notification by either Party of a State of Emergency within Pinellas County, Contractor shall commit such resources as are necessary and appropriate, given the nature of the Disaster, and shall proceed in accordance with applicable plans and protocols. During or prior to an impending local or area- wide Disaster, the Contractor may withdraw that Jurisdiction's responses from the Run Card system and retain control locally of all responses of that agency's emergency units. Normal operation will be resumed by the 9-1-1 Center upon notification by the Contractor. During such periods, Contractor shall be released from the requirements of Section 402. When Disaster assistance has been terminated, Contractor shall notify the County that Contractor is able to resume normal operations. (b) Disaster Assistance Outside of Pinellas County. If Contractor provides Disaster assistance response outside of Pinellas County, it shall be provided in a manner which does not jeopardize Contractor's ability to render reliable services under this Agreement. (c) Mutual Aid. Normal (non-disaster related) mutual aid responses outside of Pinellas County, rendered by Contractor, shall be performed in accordance with the terms and conditions of this Agreement. SECTION 407. AUTOMATIC AID/CLOSEST UNIT RESPONSE. Upon notification by the 9-1-1 Center of an Emergency Request, Contractor shall provide Fire Protection Services in accordance with the Automatic Aid/Closest Unit Response Agreement. The Apparatus and Unit(s) which are predetermined to be the closest to the emergency scene by the Run Cards shall be dispatched without regard to Fire District or jurisdictional boundaries. Contractor's authorized representatives will periodically, or at the request of the County, update their Run Cards to ensure their accuracy and coordinate any changes with any other affected contractors. The County, with the consent of Contractor, may update and manage the applicable Run Cards. Fire Protection Services Agreement Page 13 SECTION 408. FIRE REPORTING SYSTEM. Contractor shall gather and enter data into the countywide electronic fire reporting system provided by the County for every fire incident responded to by Contractor's Personnel. Design, procurement, operating costs of this information system shall be the responsibility of the County. The database of the electronic fire reporting system shall be fully comprehensive, including complete and integrated information on all Fire Protection System activities. Contractor shall require its Personnel to comply with the completion of all fire incident reports and data entry requirements to ensure the accuracy and completeness of such reports, as approved and periodically revised, by Contractor and the County. The Contractor and County agree that procedures used to operate the electronic fire reporting system shall not be unduly burdensome. Contractor shall have unlimited access, regardless of storage location or medium, to electronic fire reports generated by Contractor's Personnel and all dispatch-related data in a mutually-agreeable format. SECTION 409. FINANCIAL MANAGEMENT. (a) Annual External Audit. Contractor shall provide the County with the Annual External Audit, prepared by Contractor's external auditor, certifying the amount of monies received from the County and the actual amount expended by Contractor for Fire Protection Services for the preceding Fiscal Year. Such annual external audit shall determine any Unexpended Funds. The Auditor shall attest to the "Supplemental Financial Information" report in Appendix C. The Annual External Audit and Supplemental Financial Information shall be submitted to the County within twenty (20) calendar days after its receipt by the Contractor. Funds paid to Contractor in excess of amounts actually expended shall be returned to the County within thirty (30) calendar days of the County's review and acceptance of Contractor's Annual External Audit. (b) Budget Request Submission. Each Year Contractor shall submit to the County Contractor's projected Budget Request for providing Fire Protection Services described herein. Such budget shall be prepared in accordance with budget preparation instructions provided each Fiscal Year by the County and shall set forth the costs of providing the services described herein. The County shall review the budget and may make recommendations for such changes as it deems necessary or appropriate. Contractor's budget for the subsequent Fiscal Year must be submitted by the date specified by the County Fire Protection Services Agreement Page 14 as the Fire District MSTU Millage Rate will be based on the Board's consideration of this budget submission. (c) Adopted Budget Submission. Contractor shall submit to the County Contractor's Adopted Budget within ten (10) calendar days after the beginning of the subsequent Fiscal Year. (d) Capital Expenditures. Contractor shall prepare a capital expenditure plan for financial planning purposes, which may include, but is not limited to, facility construction and maintenance, staff and command vehicles, self-contained breathing apparatus, communications, and other vehicle and equipment replacement plans. Contractor shall provide a brief narrative with the budget submission to identify individual projects and capital equipment line items. The capital expenditure plan shall project forward a minimum of five (5) Fiscal Years in accordance with Appendix A. Any modification of the capital expenditure plan, Appendix A, must be agreed to in writing by the Parties. (e) Reserve for Future Years. Contractor shall request funds to be reserved for future year's major capital improvement projects, which include land purchase, facility construction and renovation, Firefighting Apparatus, and equipment replacement plans. Contractor shall provide a written project justification, designate the amount to be reserved each year, and request funding for capital expenditures projecting forward for a minimum of ten (10) years for Firefighting Apparatus and twenty-five (25) years for fire station construction and land acquisition costs. SECTION 410. FIRE INVESTIGATION. Contractor shall investigate all fires within its Fire District to determine the cause and origin. The investigation of all fires determined to be of a suspicious nature shall be coordinated with the appropriate law enforcement agency and other regulatory or investigative agencies, as applicable. SECTION 411. FIRE PREVENTION AND CODE ENFORCEMENT. (a) Fire Inspections. Contractor shall conduct periodic fire inspections of all commercial, industrial, and multi-family dwellings in the Fire District, in accordance with the Fire Prevention Code. Contractor shall ensure that water flow testing, fire alarm testing, and other related services or inspections are conducted, as necessary. Any fees charged by the Contractor for fire inspections shall not exceed those fees charged within the Contractor's Fire Protection Services Agreement Page 15 municipal area. The County is not responsible for any payments associated with fire inspections. (b) Plan Review and Final Fire Inspections. Contractor shall conduct plan reviews, fire inspections, sprinkler tests, fire alarm tests, final fire inspections, and other related services in the unincorporated area of the Fire District, in accordance with the Fire Prevention Code. County shall make building plans available to the Contractor for pickup and review. Final inspections shall be on the date and time agreed to by the building contractor, Contractor's Fire Department, and County's Building Department. Any fees charged by the Contractor for plan reviews, and final fire inspections shall not exceed those fees charged within the Contractor's municipal area. The County is not responsible for any payments associated with plan reviews and final fire inspections. (c) Code Enforcement Standards. Contractor shall interpret and enforce the Florida Fire Prevention Code in the Fire District, consistent with the interpretations of any prevailing regulatory authority. Contractor shall interpret and enforce only the Florida Fire Prevention Code and shall not interpret or enforce any building codes in the unincorporated area, except as they relate to fire or life safety issues. (d) Complaint Resolution. Any complaints received by Board or County from builders, contractors, property owners, or citizens relating to plan reviews, fire inspections, sprinkler tests, fire alarm tests, final fire inspections,, and other related services in the unincorporated area of the Fire District, will be forwarded to Contractor for investigation. Contractor will forward to the County a detailed report concerning the incident and outline any appropriate remedial action taken. The County reserves the right to investigate all complaints and to recommend remedial actions. (e) Property Identification. Contractor shall, as manpower permits, enforce Chapter 170, Article I, Section 4, of the Pinellas County Code in the Contractor's Fire District(s) which relates to the requirements for property identification. Contractor shall enforce the code, at a minimum, for all commercial structures and multi-family dwellings. SECTION 412. SPECIALIZED RESCUE SERVICES. Contractor may provide Specialized Rescue Services which include, but are not limited to, vehicle extrication, heavy rescue, hazardous materials first response, hazardous materials mitigation, high angle and below grade technical rescue, marine rescue, dive rescue, and the mitigation of any other situation which presents a danger to public safety, life, or property. Fire Protection Services Agreement Page 16 SECTION 413. PUBLIC EDUCATION. Contractor is encouraged to make available to the local community, fire prevention and disaster preparedness education (i.e., 9-1-1 usage, burn injury prevention, smoke alarm usage, fire escape planning, and hurricane preparedness). The programs may be developed by the Contractor or in coordination with the Fire Protection System or the County. SECTION 414. SHARED RECOGNITION. Contractor and the County shall promote, protect, and enhance the reputation of the County, Contractor, and the Fire Protection System throughout the term of this Agreement. Any news releases, statements, or public information given by Contractor's or County's personnel to the public or the media shall be consistent with the design and operation of the Fire Protection System and include shared positive recognition of all service providers and system components, as applicable. SECTION 415. REQUESTS FOR EMERGENCY ASSISTANCE. When Contractor receives a request for emergency assistance from a source other than the 9-1-1 Center, Contractor shall record the address and telephone number of the caller, obtain the location and nature of the emergency, and shall immediately respond to the request for emergency assistance, as applicable.. Contractor shall immediately advise the 9-1-1 Center of the information received and any response initiated. SECTION 416 CRIMINAL JUSTICE INFORMATION SERVICES (CJIS). Contractor shall ensure all Personnel that have access to the 911CAD System and system information have received criminal background screening by the Florida Department of Law Enforcement (FDLE) Criminal Justice Information Services (CJIS) to the CJIS Level 2 requirements and have complied with all initial and ongoing training requirements. Personnel that have been denied CJIS Level 2 clearance shall not access the CAD System. Contractor shall have in place local policy to ensure that all rules required by the FDLE surrounding access to 911CAD and the information contained within are strictly followed. ARTICLE V DUTIES AND RESPONSIBILITIES OF COUNTY Fire Protection Services Agreement Page 17 SECTION 501. COUNTY ROLE AS THE FIRE PROTECTION AUTHORITY. The Authority was established to implement a permanent plan of fire protection for the County and each of its municipalities, including, but not limited to, determining minimum service levels, uniform standards for fire hydrants, implement County-wide reciprocal, mutual, or outside assistance programs, and to cause to be provided Fire Protection Services throughout Pinellas County. Since 1973, the sophistication and utilization of the entire emergency services system has increased dramatically. In keeping with the spirit of the Special Act, the County coordinates and facilitates advancements in policies, standards, technology, and special projects to enhance and improve the Fire Protection System. The County shall not interfere with the dally operations of Contractor in providing Fire Protection Services. The County shall perform all functions as indicated, pursuant to Pinellas County Home Rule Charter, Chapter 62, Article II, of the Pinellas County Code, and the Pinellas County Charter. SECTION 502. AUDIT AND INSPECTION. Representatives of the County may observe Contractor's operations at any time during normal business hours, and as often as may reasonably be deemed necessary. Contractor shall make available to County for its examination its records with respect to all matters covered by this Agreement, and County may audit, examine, copy, and make excerpts or transcripts from such records, and may make audits of all contracts, invoices, materials, payrolls, inventory records, records of personnel, dally logs, conditions or employment, and other data related to all matters covered by this Agreement. County's right to observe and inspect operations or records in Contractor's business office shall, however, be restricted to normal business hours, and reasonable notification shall be given Contractor in advance of any such visit. Records relating to contract activities shall be retained for three (3) years from final payment in each year. County shall pay any reasonable costs for copying any materials requested. SECTION 503. COMMUNICATIONS INFRASTRUCTURE. County shall furnish and maintain, at no cost to Contractor, the communications infrastructure which shall include: emergency (9-1-1) and non-emergency telephone access, dispatch communication services, the public safety radio system, and the Computer-Aided Dispatch (CAD) and fire reporting computer system. SECTION 504. TRAFFIC PREEMPTION: Authority shall provide and maintain a countywide Traffic Preemption System in cooperation with the County and municipal traffic control systems. Such system changes the upcoming traffic signal to green or holds a green signal so Fire Protection Services Agreement Page 18 the ALS First Responder Unit can safely proceed through the intersection. Traffic Preemption System equipment shall be provided for frontline Authority Funded and Contractor Funded ALS First Responder Units. The Authority shall also provide Traffic Preemption System equipment for reserve ALS First Responder Units through a phased implementation subject to available funding. Authority shall be responsible for maintaining such equipment and replacing it at the end of a reasonable useful life, as determined by the Authority. ARTICLE VI INSURANCE SECTION 601. MINIMUM INSURANCE REQUIREMENTS.. Contractor shall be self-insured or shall pay for and maintain at least the following insurance coverage and limits as listed below. Insurance coverage and limits shall be evidenced by delivery to the Board of: a certificate of insurance executed by the insurer(s) listing coverage and limits, expiration dates and terms of policies and all endorsements whether or not required by the Board, and listing all carriers issuing said policies; and a certified copy of each policy, including all endorsements. Where applicable, Contractor shall submit to Board a letter from Contractor's Risk Manager stating that Contractor is self-insured, or the amount of insurance per claim and per occurrence, any gap and the amount of excess insurance up to its coverage. Notwithstanding anything to the contrary contained in this Agreement, Contractor does not waive any immunity or limitation of liability it may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. The following insurance requirements shall remain in effect throughout the term of this Agreement (unless Contractor is self-insured, in which case Contractor shall not be required to comply with the following insurance requirements): (a) Provide Workers' Compensation insurance as required by Florida Law. (b) Provide commercial general liability, employers' liability, and commercial vehicle liability insurance that reflects the limits of liability for governmental entities in accordance with Section 768.28, F.S., should the State Legislature change these limits, coverage consistent with law shall be obtained. (c) Professional Liability Insurance, including errors and omissions, with minimum limits of $1,000,000 per occurrence; if occurrence form is available; or claims-made form with "tail coverage" extending three (3) years beyond the ending date of this Agreement. In lieu of "tail coverage," the Contractor may submit annually to the Board a current certificate of Fire Protection Services Agreement Page 19 insurance proving claims-made insurance remains in force throughout the same three (3) year period. This coverage is subject to statutory and regulatory requirements of Federal, State or local law. (d) Personal and/or Bodily Injury, including death and property damage liability insurance with minimum limits of $1,000,000 Combined Single Limit insurance in excess of all primary coverage.. SECTION 602. ADDITIONAL INSURANCE REQUIREMENTS. To the extent that Contractor maintains insurance policies rather than being self-insured, each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that forty-five (45) days prior to expiration, cancellation, non-renewal, or any material change in coverage or limits, a notice thereof shall be given to Board. Contractor shall also notify Board within twenty-four (24) hours after receipt of any notices of expiration, cancellation, non-renewal, or material changes in coverage received by said Contractor from its insurer. (b) Companies issuing the insurance policy, or policies, shall have no recourse against Board or County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (c) The Board shall be endorsed to the required policy or policies as an additional insured, exclusive of professional liability insurance. The additional insured clause covers the actions of the Contractor while providing services under the terms of this Agreement. (d) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by the Board or the County, to any such future coverage, or to County's Self- Insured Retention of whatever nature. SECTION 603. LIABILITY. Contractor and Board agree to be fully responsible for their own acts of negligence or their respective agents' acts of negligence when acting within the scope of their employment and agree to be liable for any damages resulting from said negligence. Nothing herein is intended to serve as a waiver of sovereign immunity or the limits of liability contained in Section 768.28, Florida Statutes, by the Contractor, County, or Board. Nothing herein shall be construed as consent by Contractor or Board to be sued by third parties in any manner arising out of this Agreement. Contractor is not liable for the causes of action arising out of the negligence of the Board, its employees or agents, or arising out of the negligence of any persons or entities contracted by, appointed by, or approved by the Board to provide services related to this Agreement (including, Fire Protection Services Agreement Page 20 but not limited to, other Contractors). This Section 603 shall survive expiration or earlier termination of this Agreement. ARTICLE VII COMPENSATION AND OTHER FINANCIAL PROVISIONS SECTION 701. COMPENSATION. The Board shall review and approve Contractor's Budget Request, in accordance with Chapter 62, Article II, of the Pinellas County Code, and other applicable law. Approval shall not be unreasonably withheld. County shall calculate the annual compensation as the percentage of unincorporated area multiplied by the lower amount of the initial Budget Request or the Adopted Budget. The percentage of unincorporated area within the Fire District shall be calculated in accordance with Chapter 62, Article II, of the Pinellas County Code. The County shall pay Contractor monthly in arrears for the provision of Fire Protection Services beginning after October 1 of a given Fiscal Year in the amount of 1/12 of the annual compensation. The compensation methodology shall comply with Appendix A. SECTION 702. USE OF RESERVE FOR FUTURE YEARS. Subject to Contractor's substantial compliance with Section 409 (d) & (e) and in accordance with Appendix A, upon a written request of Contractor, the County shall review and provide funding for the County's portion of a capital expenditure from Contractor's Reserve for Future Years Fund held by the County. The County shall calculate its portion of the capital expenditure based upon the percentage of unincorporated area within the Fire District, in accordance with Chapter 62, Article II, of the Pinellas County Code. The County shall pay Contractor a single payment upon completion of the project or at agreed-upon milestones of a major project. SECTION 703. WITHHOLDING FUNDS. County may withhold payment to Contractor if it fails to meet its obligations in accordance with the provisions of Sections 803 and 804 of this Agreement. SECTION 704. FUNDS TO BE USED SOLELY FOR FIRE PROTECTION SERVICES. Contractor recognizes that funds provided pursuant to the Agreement are derived from ad valorem taxes collected from MSTUs and must be dedicated solely to the provision of Fire Protection Services. Contractor, therefore, agrees that funding provided under this Agreement will be used strictly for the provision of the services described herein. Contractor shall not use funds for non-operating purposes, including, but not limited to, gifts, donations, goodwill, and Fire Protection Services Agreement Page 21 travel expenses in excess of rates specified by applicable law, municipal policy, or Section 112.061, Florida Statutes. SECTION 705. OTHER FUNDS. Money acquired through special programs, projects, gifts, or funds received through fundraising efforts will not be used by the County to offset the Fire District's Budget Request or the Approved Budget but shall be used for direct benefit of the Fire District. However, funds from interest earned by the investment of Fire District funds and funds from other Fire Protection Services Agreements shall be used to offset the Fire District's Final Approved Budget. Funds provided to Contractor through any County EMS Agreement will be used to offset Fire District Budget Request or Approved Budget if the Contractor's budget process combines both Fire and EMS funding into one document for review by the County. Contractor shall ensure that personnel cost reimbursements from the Authority for special operations training, continuing medical education instruction, public education, or other reimbursements are not funded twice (i.e. funding provided in the submitted budget and reimbursement made by the Authority.) SECTION 706. FISCAL NON-FUNDING. The funds to be used for services performed pursuant to this Agreement are subject to periodic appropriation of funds by County. If funds are not appropriated by County for any or all of this Agreement, County shall not be obligated to pay for any services performed under this Agreement beyond the portion for which funds are appropriated. Such failure of appropriation shall not constitute a breach of this Agreement. County agrees to promptly notify Contractor in writing of such failure of appropriation, and this Agreement shall terminate on the last day of the fiscal period for which funds have been appropriated. SECT IO N 707. PROHIBITIONS AGAINST MORTGAGE OF ASSETS. Contractor agrees that acquisition of capital assets with funds provided under this Agreement shall be by purchase, lease purchase, or lease, and Contractor shall not mortgage or pledge as security any such assets for any debt without the written consent of County. Fire Protection Services Agreement Page 22 ARTICLE VIII TERM AND TERMINATION SECTION 801. TERM OF AGREEMENT. The initial term of this Agreement shall be for five (5) years, commencing October 1, 2024 and ending at midnight September 30, 2029, unless this Agreement is earlier terminated as provided for herein. This Agreement may be extended for an additional five (5) year period following the initial term, provided that the Parties mutually agree in writing to such extension which is subject to County and Contractor approval prior to July 1, 2029. References in this Agreement to "Term" shall include the initial term of this Agreement and all extensions thereof. SECTION 802. TERMINATION AND DISPOSITION OF ASSETS. (a) Termination by County. County may terminate this Agreement by serving upon Contractor a ninety (90) calendar day written notice of County's intention to terminate this Agreement; however, shorter notice may be given if the County determines an emergency situation exists requiring such action. Upon the effective date of termination of the Agreement, the County is not obligated to pay Contractor for Fire Protection Services, nor is Contractor obligated to provide Fire Protection Services, as defined in this Agreement. (b) Termination by Contractor. Contractor may terminate this Agreement by giving to County ninety (90) calendar days' written notice of its intention to terminate. (c) Disposition of Assets. (i) Properties Held in Trust. The Parties agree that all vehicles, equipment, and property, real or personal, tangible or intangible, that have been paid for in full or in part by funds supplied by the County under this or any prior Fire Protection Services agreement are held by Contractor in trust for the benefit of the taxpayers of the Fire District; and that County has all rights and powers of enforcement with respect to such trusts. (ii) Assets Paid for by County. Upon termination of this Agreement, Contractor shall return to County, for the use and benefit of the taxpayers, all assets purchased with funds provided to Contractor under this or any prior Fire Protection Services Agreement with the County. County will assume any obligation on such assets which was incurred in accordance with the terms of this Agreement. Fire Protection Services Agreement Page 23 (iii) Assets Paid for by Contractor. Any assets which were purchased solely with funds other than those provided by County to Contractor under this, or any preceding Fire Protection Services Agreement, shall remain the property of Contractor. (iv) Assets Paid for by both Contractor and County. In case of any asset purchased under this or any prior Fire Protection Services Agreement with funds of both Contractor and the County, Contractor and County shall determine the fair market value of such asset and then shall prorate such fair market value according to the respective interest of both Contractor and the County. In the event Contractor desires to retain said asset, Contractor shall pay to County an amount equal to County's interest in said asset. In the event that County desires to retain said asset, County shall pay to Contractor an amount equal to Contractor's interest in said asset. If neither Contractor nor the County desires to retain said asset, then the asset will be sold at public sale to the highest bidder and the net proceeds distributed according to the respective interest of each of Contractor and the County. (v) Intangible Assets. Upon termination of this Agreement, Contractor shall also return to County all unexpended monies received from the County, pursuant to this or prior Fire Protection Services Agreements, including monies in reserve or in any bank account, but not earned as compensation for services provided. (vi) Date to Return Assets. The return of any assets and funds shall be executed and completed upon the effective date of termination, as specified in the termination notice. (vii) List of Assets. In connection with the return of assets and funds, Contractor shall submit to County a list of the capital assets, along with a list of the accounts held in Contractor's name, which are held in conjunction with this Agreement. (viii) Debt Resolution. Contractor is responsible for all pro-rated debts incurred in the performance of the obligations of this Agreement. Fire Protection Services Agreement Page 24 SECTION 803. PERFORMANCE DEFICIENCY. In the event that the County finds any deficiency in meeting the level of services described herein which affects, or may affect, the performance of services hereunder, County shall notify Contractor of such deficiency, or deficiencies, and shall give Contractor thirty (30) calendar days from receipt of such notice within which to cure such deficiency to the satisfaction of County. County may, in its sole discretion, extend the cure period. In the event of such extension, Contractor and County shall prepare an agreement outlining a planned program for curing the deficiency. SECTION 804. RESOLUTION OF DISPUTES. Resolution of any controversy or dispute that may arise under this Agreement shall be resolved in a timely manner. Parties shall establish a committee consisting of representatives of Contractor, the County, and of a Fire Service Provider mutually acceptable to Contractor and the County. The committee shall meet as the circumstances may deem necessary to resolve controversies and disputes. If the committee fails to resolve the dispute, either Party may pursue its legal remedies, including but not limited to, filing a complaint in the appropriate court possessing competent jurisdiction upon satisfaction of all statutory conditions precedent thereto. ARTICLE IX MISCELLANEOUS SECTION 901. NON-DISCRIMINATION IN EMPLOYMENT. The Contractor will not discriminate against any applicant for employment because of age, race, color, religion, sex, sexual orientation, or national origin. Contractor agrees that applicants will be employed; and that employees are treated during employment, (e.g., layoff or termination, promotion, demotion, transfer, rates of pay and compensation, and selection for training, including apprenticeship), without regard to age, race, color, religion, sex, sexual orientation, or national origin. The Contractor will post in conspicuous places, available to all employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. SECTION 902. NOTICES. All notices, consents, and agreements required or permitted by this Agreement shall be in writing, and, as applicable, shall be transmitted by registered or certified mail, return receipt requested, with notice deemed to be given upon receipt; postage prepaid, and shall be addressed as follows: Fire Protection Services Agreement Page 25 If to County: Pinellas County EMS & Fire Administration 12490 Ulmerton Road, Suite 134 Largo, Florida 33774 If to Contractor: See Appendix B SECTION 903. ENTIRE AND COMPLETE AGREEMENT. This Agreement, and all Appendices hereto, constitute the entire and complete Agreement of the Parties with respect to the services to be provided hereunder. This Agreement, unless provided herein to the contrary, may be modified only by written agreement duly executed by the Parties with the same formality as this Agreement. SECTION 904. OTHER DOCUMENTS. Each Party agrees to execute and deliver any instruments and to perform any acts that may be necessary or reasonably requested in order to give full effect to this Agreement. SECTION 905. APPLICABLE LAW. The law of the State shall govern the validity, interpretation, construction, and performance of this Agreement. SECTION 906. WAIVER. Unless otherwise specifically provided by the terms of this Agreement, no delay or failure to exercise a right resulting from any breach of this Agreement shall impair such right or shall be construed to be a waiver thereof but such may be exercised from time to time and as often as may be deemed expedient. Any waiver shall be in writing and signed by the Party granting such waiver. If any representation, warranty, or covenant contained in this Agreement is breached by either Party and thereafter waived by the other Party, such waiver shall be limited to the particular breech so waived and shall not be deemed to waive any other breach under this Agreement. SECTION 907. SEVERABILITY. In the event that any provision of this Agreement shall, for any reason, be determined to be invalid, illegal, or unenforceable in any respect, the Parties hereto shall negotiate in good faith and agree to such amendments, modifications, or supplements of or to this Agreement, or such other appropriate actions as shall, to the maximum extent practicable in light of such determination, implement and give effect to the intentions of the Parties as reflected herein, and the other provisions of this Agreement shall, as so amended, modified, supplemented, or otherwise affected by such action, remain in full force and effect. Fire Protection Services Agreement Page 26 SECTION 908. CONTRACTOR IS INDEPENDENT CONTRACTOR. The Parties agree that throughout the Term of this Agreement and during the performance of any obligations hereunder, Contractor is an independent contractor in all respects and shall not be the agent, servant, officer, or employee of the County. SECTION 909. NO THIRD-PARTY BENEFICIARIES: ASSIGNMENT. This Agreement is not intended, nor shall it be construed, to inure to the benefit of any third person or entity not a party hereto, and no right, duty, or obligation of Contractor under this Agreement shall be assigned to any person, private association or corporation, not-for-profit corporation, or public body without the prior written consent of the County. SECTION 910. HEADINGS. Captions and headings in this Agreement are for ease of reference and do not constitute a part of this Agreement. [Signature Page to Follow] Fire Protection Services Agreement Page 27 IN WITNESS WHEREOF, the Parties hereto, by and through their undersigned authorized officers, have caused this Agreement to be executed on this _____ day of ______________________ 2024. ATTEST: PINELLAS COUNTY, KENNETH BURKE, CLERK by and through its governing body, the Pinellas County Board of County Commissioners, sitting as the Fire Protection Authority ________________________________ by: _______________________________ Deputy Clerk Chairman Countersigned: CITY OF CLEARWATER, FLORIDA _______________________________ by: ____________________________ Mayor City Manager Approved as to Form: Attest: _______________________________ by: ____________________________ Assistant City Attorney City Clerk Fire Protection Services Agreement Page 28 APPENDIX A FUNDING METHODOLOGY PROFILE FY24-25 Preliminary Tax Roll Just Value Real Property % Incorporated $ 28,295,644,002.00 88.52% Unincorporated $ 3,671,284,782.00 11.48% Total $ 31,966,928,784.00 100.00% Per 2024 Taxable Value Preliminary Roll 07-01-24 per the Pinellas County Property Appraiser. The funding calculation shall be based upon the July 1st Tax Roll and the lower of the Submitted Budget request or the Adopted Budget each Fiscal Year. Fire Protection Services – Anticipated Capital Projects Fiscal Year Fire Station Related Apparatus Related FY24-25 FY25-26 FY26-27 FY27-28 FY28-29 FIRE BUDGET TYPE FIRST RESPONDER & FIRE COMBINED Clearwater FY 24-25 Fire Protection Services Estimated Net Operating Budget Estimated County % Estimated County Annual Funding $ 25,393,568.00 11.48% $ 2,915,182.00 Fire Protection Services Agreement Page 29 APPENDIX B FIRE PROTECTION SERVICE CONTRACTORS City of Clearwater 112 South Osceola Avenue Clearwater, FL 33756 Attn: Mayor City of Dunedin P.O. Box 1348 Dunedin, FL 34697-1348 Attn: Mayor City of Largo 201 Highland Avenue Northeast Largo, FL 33770 Attn: Mayor City of Pinellas Park P.O. Box 1100 Pinellas Park, FL 33780-1100 Attn: Mayor City of Safety Harbor 750 Main Street Safety Harbor, FL 34695-3597 Attn: Mayor City of Seminole 9199 113th Street North Seminole, FL 33772 Attn: Mayor City of St. Petersburg P.O. Box 2842 St. Petersburg, FL 33731-2842 Attn: Mayor City of Tarpon Springs 324 Pine Street East Tarpon Springs, FL 34689 Attn: Mayor Fire Protection Services Agreement Page 30 APPENDIX C SUPPLEMENTAL FINANCIAL INFORMATION In accordance with Pinellas County Home Rule Charter and Chapter 62, Article II, of the Pinellas County Code and the Fire Services Agreement, funds provided by Pinellas County to Contractor can only be used In support of fire-related activities. Therefore, a proportional share of any unspent balance at the conclusion of a fiscal year are to be returned to Pinellas County where these funds will be retained in a discrete special revenue fund for the Fire District. Funds paid to the Contractor in excess of amounts actually expended shall be returned to the County within thirty (30) calendar days of the County's review and acceptance of the Contractor's annual external audit. In accordance with Section 409(a), the following form will be provided to Pinellas County within twenty (20) days after receipt by the Contractor the year following the audited year together with the Financials. To be Completed by Contractor Contractor Name: Person Completing Form Phone Number Fiscal Year: Note: All references are only to the Fire District, and do not include any revenue or expenditures associated with EMS. State Law and County Code forbid the use of fire funds for EMS purposes or EMS funds for firefighting; i.e., fire funds cannot be used to purchase rescue units, attend EMS-related conferences or membership in EMS organizations or to pay salary and benefits of EMS personnel, etc. If the specific items are not documented in the audited financials, please compute the amount and place it on the form and attach documentation showing how the information was calculated citing information contained in the audited financials. Audit Page 1. Total Expenditures by Contractor 2. Less: Other Revenues received by Contractor* 4. Total Outlay by Contractor (1 less 2) $ - 6. Pinellas County Percentage of District** 8. TTotal Pinellas County Share (8 times 4) $ - 10. Pinellas County paid to Contractor 12. Total Due to Pinellas County (the District) (6 less 5) $ - 8. Fund Balance retained by Contractor *includes interest and other fire protection agreements revenue **to be provided by Pinellas County Fire Authority PLEASE INCLUDE A COY OF YOUR ANNUAL AUDIT AND ANY OTHER SUPPORTING DOCUMENTATION AS NEEDED Signature Date Please return completed form to: Pinellas County Safety & Emergency Services Fire Administration 12490 Ulmerton Road Largo, FL 33774 Or email to: ______________________________________________ Financial Operations Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1062 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 10.3 SUBJECT/RECOMMENDATION: Approve an agreement between Pinellas County and City of Clearwater to provide Emergency Medical Services ALS First Responder services to the Clearwater Fire District, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Emergency Medical Services Authority (EMS Authority) is a special district created for the purpose of providing Emergency Medical Services (EMS) throughout Pinellas County, pursuant to Chapter 80-585, Laws of Florida, and Chapter 54, Article III, Pinellas County Code, as amended. Pinellas County has contracted with various municipalities and independent special fire districts in the County to provide first responder services and has also contracted with an ambulance contractor to provide emergency and non-emergency transport services. Through this contract, Clearwater Fire & Rescue will provide advanced life support services to the residents of the City of Clearwater and to individuals within the unincorporated area of Pinellas County that is located within the Clearwater Fire Control District. This contract provides for reimbursement of engine and rescue units, EMS Coordination positions, and projected capital as outlined in Appendix A. FY24-25 Annual Compensation is $9,186,432.00. The initial term of this Agreement shall be for five years, commencing October 1, 2024 and ending at midnight September 30, 2029, unless this Agreement is earlier terminated as provided for herein in this Agreement. This Agreement may be extended for an additional five-year period following the initial term, provided that the Parties mutually agree in writing to such extension, which is subject to Authority and Contractor approval prior to July 1, 2029. STRATEGIC PRIORITY: Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 9/10/2024 EMERGENCY MEDICAL SERVICES ALS FIRST RESPONDER AGREEMENT CITY OF CLEARWATER October 1, 2024 PINELLAS COUNTY EMERGENCY MEDICAL SERVICES AUTHORITY 12490 Ulmerton Road Largo, Florida 33774 Emergency Medical Services ALS First Responder Agreement Page 2 EMERGENCY MEDICAL SERVICES ALS FIRST RESPONDER AGREEMENT AGREEMENT made this ________ day of______________, 2024, between the CITY OF CLEARWATER, a Florida municipal corporation (”Contractor”), and the PINELLAS COUNTY EMERGENCY MEDICAL SERVICES AUTHORITY, a special district (”Authority”). RECITALS 1. The Authority is a special district created for the purpose of providing Emergency Medical Services throughout Pinellas County (”County”), pursuant to Chapter 80- 585, Laws of Florida and Chapter 54, Article III, Pinellas County Code, as amended (“The Acts”). 2. The Authority has determined that a single-tier all Advanced Life Support (”ALS”) EMS system with a first responder component and a transport component is in the best interest of public safety, health and welfare. 3. The Authority has contracted with various municipalities and independent special fire districts in the County to provide First Responder Services (as defined herein) and has also contracted with an Ambulance Contractor to provide ALS emergency and non-emergency transport services. 4. The Authority wishes to continue to provide for the long-term direction and financial stability of the entire Emergency Medical Services system through working with the First Responder agencies to control costs. 5. Authority is authorized to enter into agreements for Emergency Medical Services and the Contractor is willing and able to provide First Responder Services (as defined herein). NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions herein set forth to be kept and performed by and between the parties hereto, it is agreed as follows: Emergency Medical Services ALS First Responder Agreement Page 3 ARTICLE I THE AGREEMENT SECTION 101. RECITALS AND PURPOSE. The foregoing recitals are hereby incorporated and made part of this Agreement. The purpose of this Agreement is to define the obligations and responsibilities of the Parties hereto with respect to the provision of ALS First Responder Services in the County. SECTION 102. COOPERATION. The Parties shall cooperate and use all reasonable efforts, pursuant to the terms of this Agreement, to facilitate the terms of this Agreement. Accordingly, the Parties further agree in good faith to mutually undertake resolution of disputes, if any, in an equitable and timely manner so as to limit the need for costly, time-consuming, adversarial proceedings to resolve such disputes. SECTION 103. CONTRACT DOCUMENTS. The following Appendices are attached to and made part of this Agreement: Appendix A. ALS First Responder Profile Appendix B. ALS First Responder Contractors Appendix C. EMS Equipment Appendix D. EMS Financial Information Attestation Form Appendix E. Instructor Reimbursement Form Appendix F. EMS Coordination Duties and Responsibilities Subject to Section 912, this Agreement, together with the foregoing Appendices, constitutes the entire Emergency Medical Services ALS First Responder Agreement between the Parties with respect to the provision of ALS First Responder Services, except to the extent that HIPAA (Health Insurance Portability and Accountability Act) requires additional agreements, which will be handled separately, and shall supersede any prior agreement, contract or memorandum of understanding between the Parties regarding such services. Emergency Medical Services ALS First Responder Agreement Page 4 SECTION 104. SCOPE OF SERVICES. The services to be performed by the Contractor under this Agreement include the following: (a) The response of an ALS First Responder Unit to the scene of an EMS Incident. (b) The on-scene Patient care by Field Personnel. (c) The continuation of Patient care, when Contractor’s Paramedic accompanies the Patient during transport by the Ambulance Provider or medical helicopter. (d) The transport of Patients to a medical facility by a Rescue Unit shall be in accordance with Florida Statute 401.33 and the then current Medical Operations Manual, Transport Protocols. (e) The episodic utilization of CME Instructors and Public Educators/Community Paramedics by participating Contractors. Such services shall be provided in accordance with the terms and conditions of this Agreement. The specific terms and conditions of this Agreement shall govern and prevail over this Section 104. ARTICLE II DEFINITIONS SECTION 201. WORDS AND TERMS. Unless the context otherwise requires, capitalized terms used herein shall have the following meanings ascribed to them: “ALS” means Advanced Life Support. “ALS First Responder Services” means the response of an ALS First Responder Unit to an EMS Incident and, if necessary, on-scene Patient care by EMTs and Paramedics, all in accordance with the protocols of the Authority. “ALS First Responder Station” means any location designated by the Contractor and approved by the Authority at which an ALS First Responder Unit, with the minimum staffing required herein, is located. “ALS First Responder Unit” means any of the ALS permitted vehicles provided by Contractor under this Agreement and listed on Appendix A; each of which is equipped to provide Advanced Life Support services and is used for rapid Emergency Medical Services ALS First Responder Agreement Page 5 response to an EMS Incident. ALS First Responder Units may include, but not be limited to: ALS engines, Transport capable rescue units and non-Transport capable rescue units. “Advanced Life Support” means treatment of life-threatening medical emergencies through the use of techniques such as endotracheal intubation, the administration of drugs or intravenous fluids, cardiac monitoring, and cardiac defibrillation by a qualified person, pursuant to rules of the Department. "Advanced Practice Paramedic" or "APP" means a certified paramedic who, through additional training and demonstration of expertise, is authorized by the EMS Medical Director to perform specific diagnostic and/or therapeutic modalities beyond the usual scope of practice of a certified Paramedic. The APP's expanded scope of practice applies only during the operation of, and in support of, the specific special operations team to which they are trained and certified as defined in the EMS Rules and Regulations. “Ambulance” means a vehicle constructed, equipped and permitted as an ALS Ambulance, pursuant to the rules of the Department for the transportation of Patients. “Ambulance Contractor” means the entity selected by the Authority to provide ambulance service countywide. “Annual Compensation” means the professional services fee listed on Appendix A, as may be adjusted pursuant to the terms of this Agreement. “Annual External Audit” means an audit conducted by an external certified public accountant, retained by the Contractor, who at the end of each Fiscal Year verifies and attests that the Contractor has complied with the requirement to utilize EMS funds solely for EMS purposes in accordance with Section 706 through the submission of the form shown on Appendix D. “Authority” means the Pinellas County Emergency Medical Services Authority, a special district established by Chapter 80-585, Laws of Florida, as amended. “Authority Funded Unit” means an ALS First Responder Unit authorized and funded by the Authority pursuant to the terms of this Agreement. “Automatic Aid/Closest Unit Response Agreement” means the agreement by and Emergency Medical Services ALS First Responder Agreement Page 6 between every political subdivision and fire control districts within Pinellas County dated October 16, 1990. “BLS” means Basic Life Support. “BLS First Responder Unit” means a vehicle equipped to provide Basic Life Support only. “Basic Life Support” means treatment of medical emergencies by a qualified person through the use of techniques described in the Emergency Medical Technician Basic Training Course Curriculum of the United States Department of Transportation. “CAD” means the computer aided dispatch system. “Caller” means a person accessing the response system by telephone. “Condition 1” means the normal operation of the EMS System in which Patient Transport is handled by the Ambulance Contractor. “Condition 3 Medical” or “Condition 3M” means the procedure to allow ALS First Responder Transport of Patients utilizing Rescue Units during peak periods at the request and approval of the Executive Director or designee. “Continuing Medical Education” or “CME” means the medical education training program, through distance learning or classroom-based courses, provided in accordance with the EMS Rules & Regulations. “CME Instructor” means a County Certified Paramedic, County Certified EMT or County Certified nurse, employed and approved by a Contractor or the Ambulance Contractor, who meets the qualifications set forth in the EMS Rules & Regulations and is approved by the Medical Director. CME Instructors may be utilized to teach regular CME classes, specialized Courses, EMS System orientation or serve as a subject matter expert, curriculum developer or to complete a specific task assignment. “Contractor” means any one of the entities described on Appendix B. “Contractor Funded Unit” means an ALS First Responder Unit, approved by the Executive Director, which is funded and operated by the Contractor for their operational flexibility, but, the additional Unit is not necessary for the Contractor to meet its obligations under the terms of this Agreement. Emergency Medical Services ALS First Responder Agreement Page 7 “County” means Pinellas County, Florida, a political subdivision of the State of Florida. “County Certified” means authorized to work in the EMS System in accordance with requirements established by the Medical Control Board, the Medical Director and approved by the Authority. “Course” means any individual CME offering available online through a sufficient number of classroom-based training classes. Regular CME Courses, whether online or classroom based, will be two (2) hours in duration. “Department” means the State of Florida Department of Health. “Disaster” means an occurrence of a severity and magnitude that normally results in death, injuries and/or property damage and that cannot be managed through routine procedures and resources of the EMS system. “Emergency Medical Technician” or “EMT” means any person who is trained in Basic Life Support, who is County Certified and who is certified by the Department to perform such services in emergency situations. “Emergency Medical Services” or “EMS” means the services provided by the Contractor pursuant to Section 104. “EMS Advisory Council” means the advisory board established by the Special Act. “EMS Districts” means the districts designated by Authority pursuant to the Special Act and Resolution 14-66, as may be amended. “EMS Emergency” means any occurrence or threat thereof in the County, any municipalities therein, or in Pasco, Hillsborough or Manatee County, which may result in unusual system overload and is designated as an EMS Emergency by the Executive Director or Authority. “EMS Equipment” means the equipment listed on Appendix C, as may be amended from time to time by the Executive Director. “EMS Incident” means an emergency or non-emergency request processed through the Regional 9-1-1 Center that needs or is likely to need medical services. “Emergency Response” means, for the purposes of measuring response time compliance in Section 403, the act of responding to a request for services in which the Priority Dispatch Protocols have determined that red lights and sirens will be used. Emergency Medical Services ALS First Responder Agreement Page 8 “EMS Mill” means the ad valorem real property tax imposed by the Authority pursuant to the “Special Act”, Laws of Florida, as amended. “EMS Ordinance” means Chapter 54, Article III of the Pinellas County Code, as may be amended. “EMS System” means the network of organizations and individuals, including, but not limited to the Authority, Ambulance Contractor, the Contractors, the EMS Advisory Council, the Medical Control Board and the Medical Director, established to provide Emergency Medical Services in Pinellas County. “Executive Director” means the Director of the EMS System, or his or her designee. “First Due Unit” means the ALS First Responder Unit, within Contractor’s primary response area, predetermined to be the nearest to the EMS Incident, in accordance with Section 409 hereof. “Field Personnel” means Paramedics and EMTs employed by Contractor. “First Responder Services” means ALS First Responder Services. “Fiscal Year” means the year commencing on October 1 of any given year and ending on September 30 of the immediately succeeding year. “Force Majeure” means any act, event, or condition, other than a labor strike, work stoppage or slowdown, that has had or may reasonably be expected to have a direct material adverse effect on the rights or obligations of either Party under this Agreement, and such act, event, or condition is beyond the reasonable control of the Party relying thereon as justification for not performing an obligation or complying with any condition required of such Party under this Agreement, and is not the result of willful or negligent action or a lack of reasonable diligence of the Party relying thereon. Such acts or events may include but shall not be limited to: an act of God (except normal weather conditions for the County), epidemic, landslide, or similar occurrence, an act of the public enemy, war, blockade, insurrection, riot, general arrest or restraint of government and people, civil disturbance or similar occurrence. “Just Culture” means the framework of assuring patient safety through error prevention and process improvement; assuring and improving the quality of Patient care and Client services; supporting a professional environment and culture that Emergency Medical Services ALS First Responder Agreement Page 9 encourages and supports our Certified Professionals; understands human errors occur and how accountability is assured through consoling, coaching, counseling, Remedial Training or corrective action. “Learning Management System” means the integrated fire and EMS software system utilized by Provider Agencies for online training, classroom-based training attendance tracking, in-service education; dissemination of administrative and medical control directives, tracking receipt of protocols and directives, skill assessment and testing results. Authority’s staff and Medical Director shall have administrative rights to upload Emergency Medical Services Continuing Medical Education and post CME curriculum, in-service training modules, administrative and medical control directives, run attendance and grade reports for all students, and reports for CME Instructor activity. All Contractors will utilize the common software platform, Target Solutions, or a successor software product as determined by the Authority upon agreement with the CME steering committee as defined in the EMS Rules & Regulations. “Medic Unit” means a non-Transport capable ALS First Responder Unit. “Medical Case Review” means a review conducted by the EMS Medical Director or designee, with all Certified Professionals involved with a case, to closely examine the care of a Patient using a positive and educational approach to determine where gaps in knowledge or errors occurred. Such Medical Case Reviews shall be conducted with a Just Culture framework to ensure a positive and supportive culture that encourages quality Patient care. “Medical Control” means the medical supervision of the EMS System provided by the Medical Director. “Medical Control Board” means the board appointed by Authority pursuant to the EMS Ordinance and having the duties and responsibilities set forth in the EMS Ordinance. “Medical Direction” means supervision by Medical Control through two-way communication or through established standing orders, pursuant to rules of the Department. “Medical Director” means a licensed physician, or a corporation, association, or Emergency Medical Services ALS First Responder Agreement Page 10 partnership composed of physicians, which employs a licensed physician for the purpose of providing Medical Control to the EMS System. “Medical Operations Manual” means the clinical guidelines, prepared for the EMS System and approved by the Medical Control Board, as the same may be amended from time to time. “On-Scene Equipment Exchange Program” means the Authority’s program whereby an equipment item, such as backboards and immobilization devices, which many be amended by the Executive Director, is employed by Contractor in the course of preparing a Patient for transport and the ambulance personnel replaces the same from its own on-board inventory. “Paramedic” means a person who is trained in Basic and Advanced Life Support, who is County Certified, and who is certified by the Department to perform Basic and Advanced Life Support procedures pursuant to the provisions of state statute, regulations and the Medical Operations Manual. “Party” or “Parties” means either the Authority or the Contractor, or both, as the context of the usage of such term may require. “Patient” means an individual who is ill, sick, injured, wounded or otherwise incapacitated and is in need of or is at risk of needing medical care. “Priority Dispatch Protocols” means the protocols adopted by the Authority, and as may be amended from time to time, governing the EMS System’s response to the different types of service requests. “Public Educator/Community Paramedic” means a County Certified Paramedic or County Certified EMT, or approved public educator employed and approved by a Contractor or the Ambulance Contractor, who meets the qualifications set forth in the EMS Rules & Regulations and is approved by the Medical Director. Public Educators/Community Paramedics may be utilized to teach CPR, first aid, drowning prevention, fall prevention or any other type of EMS specific public education, or prevention program or established community paramedic/outreach program or to complete a specific task assignment related to EMS public education/community outreach. “Regional 9-1-1 Center” means the Communications Center and related telephone, Emergency Medical Services ALS First Responder Agreement Page 11 radio and data systems operated and maintained by Pinellas County as the countywide Public Safety Answering Point for the purpose of receiving 9-1-1 calls from citizens; providing emergency medical dispatch following the Priority Dispatch Protocols; providing for the dispatch of all BLS and ALS First Responder Units to EMS Incidents; and providing for the ongoing communications via radio and wireless data systems. “Rescue Unit” means a transport capable ALS First Responder Unit. “Response” means the act of responding to a request for services, which act begins when ALS First Responder Units are dispatched to an EMS Incident. “Response Time” means the period of time commencing when an ALS First Responder Unit is dispatched to an EMS Incident and ending when Contractor's first ALS First Responder Unit arrives on the scene of the incident. “Rules and Regulations” means the rules and regulations adopted by the Authority, which is subject to amendment. “Run Cards” means the Regional 9-1-1 Center’s computer aided dispatch software database that, based upon the location of the EMS Incident and a predetermined listing of ALS First Responder Units which the Contractor has determined to be the closest by travel time or most appropriate in ranked order, recommends the closest or most appropriate ALS First Responder Unit(s) to respond to EMS Incidents, or successor methods such as global positioning satellite (GPS) automatic vehicle location (AVL) systems. “Special Act” means Chapter 80-585, Laws of Florida, as amended. “Special Events” means non-emergency events, such as sporting events, parades, festivals and other group or mass gatherings, which may require BLS or ALS medical coverage. “State” means the State of Florida. “State of Emergency” means a Disaster which has been declared by proclamation of the State, County or a municipality in the County. “Total Unit Hour Compensation” means Unit Hour Compensation multiplied by the number of Authority Funded Units provided by this Agreement. “Traffic Preemption System” means a comprehensive system provided by the Authority Emergency Medical Services ALS First Responder Agreement Page 12 that overrides the normal operation of traffic signals during the emergency response of an ALS First Responder Unit to reduce Emergency Response Times and increase safety. Such system changes the upcoming traffic signal to green or holds a green signal so the ALS First Responder Unit can safely proceed through the intersection. “Transport” means the transportation of Patients to a medical facility by Ambulance or Rescue Unit. “Uncontrollable Circumstance” means a Force Majeure, an EMS Emergency or a State of Emergency. “Unforeseen Circumstances” means circumstances which could not reasonably be foreseen by the Parties at the time of execution of this Agreement. “Unit Compensation” means the Annual Compensation in a Fiscal Year divided by the number of Authority Funded Units provided by this Agreement. “Unit Hour Compensation” means the Unit Compensation divided by Eight Thousand, Seven Hundred and Sixty (8,760) Hours. SECTION 202. TERMS GENERALLY. Whenever the context may require, any pronoun shall include corresponding masculine, feminine and neuter forms. The words “include”, “includes” and “including” shall be deemed to be followed by the phrase “without limitation”, except as the context may otherwise require. The words “agree”, “agreement”, “approval” and “consent” shall be deemed to be followed by the phrase “which shall not be unreasonably withheld or unduly delayed”, except as the context may otherwise require. ARTICLE III REPRESENTATIONS SECTION 301. REPRESENTATIONS OF AUTHORITY. Authority represents to Contractor that each of the following statements is presently true and correct: (a) Existing. Authority has all requisite power and authority to carry on its Emergency Medical Services ALS First Responder Agreement Page 13 business as now conducted and to perform its obligations under this Agreement and each document contemplated hereunder to which it is or will be a party. (b) Due Authorization. This Agreement has been duly authorized by all necessary action on the part of and has been or will be duly executed and delivered by Authority and neither the execution and delivery thereof, nor compliance with the terms and provisions thereof or hereof contravenes any existing law, judgment, government rule, regulation or order applicable to or binding on Authority. (c) Enforceability. This Agreement constitutes a legal, valid and binding obligation of Authority enforceable against Authority in accordance with the terms thereof, except as such enforceability may be affected or limited by applicable bankruptcy, insolvency or similar laws, from time to time in effect, which affect creditor’s rights generally and subject to usual equitable principles in the event that equitable remedies are involved. (d) Financial Capability. Authority is fully capable, financially and otherwise, to perform its obligations hereunder, subject to availability of funds lawfully appropriated for the purposes provided in this Agreement. (e) No Litigation. There are no pending, or to the knowledge of Authority, threatened actions or proceedings before any court or administrative agency to which Authority is a party, questioning the validity of this Agreement or any document or action contemplated hereunder, or which are likely, in any case or in the aggregate, to materially adversely affect the consummation of the transactions contemplated hereunder. SECTION 302. REPRESENTATIONS OF CONTRACTOR. Contractor represents to Authority that each of the following statements is presently true and correct: (a) Existing. Contractor is a Florida municipal corporation or independent special district having all requisite power and authority in Florida to carry on its business as now conducted, to own or hold or otherwise control its properties, and to enter into and perform its obligations under this Agreement and under each instrument described herein to which it is or will be party. (b) Due Authorization. This Agreement has been duly authorized by all necessary action on the part of and has been duly executed and delivered by Contractor Emergency Medical Services ALS First Responder Agreement Page 14 and neither the execution and delivery thereof, nor compliance with the terms and provisions thereof or hereof contravenes any existing law, judgment, government rule, regulation or order applicable to or binding on the Contractor. (c) Enforceability. This Agreement constitutes a legal, valid and binding obligation of Contractor enforceable against Contractor in accordance with the terms thereof, except as such enforceability may be limited by applicable bankruptcy, insolvency or similar laws, from time to time in effect, which affect creditor’s rights generally and subject to usual equitable principles in the event that equitable remedies are involved. (d) No Litigation. There are no pending, or to the knowledge of Contractor, threatened actions or proceedings before any court or administrative agency to which Contractor is a party, questioning the validity of this Agreement or any document or action contemplated hereunder, or which are likely, in any case or in the aggregate to materially adversely affect the consummation of the transactions contemplated hereunder. (e) Financial Capability. Contractor is fully capable, financially and otherwise, to perform its obligations hereunder subject to availability of funds lawfully appropriated for the purposes provided in this Agreement. ARTICLE IV DUTIES AND RESPONSIBILITIES OF CONTRACTOR SECTION 401. VEHICLES AND EQUIPMENT. (a) Obligation to Provide Vehicles. At all times during the term of this Agreement, Contractor shall provide the number of Authority Funded Units described on Appendix A. Contractor reserves the right to select and acquire vehicles and apparatus used in the performance of this Agreement. (b) Maintenance of Vehicles and Fuel. Contractor shall be responsible for the maintenance and repair of ALS First Responder Units and for furnishing maintenance, equipment, supplies, repairs, spare parts, replacement vehicles and fuel. Contractor shall maintain records of maintenance and fuel in order to document that ALS First Responder Units are maintained and used in accordance with this Agreement. Emergency Medical Services ALS First Responder Agreement Page 15 (c) Staffing of Vehicles. Each ALS First Responder Unit shall be staffed in compliance with Chapter 401, Florida Statutes, with a minimum of one (1) Paramedic. Contractor shall maintain records of staffing in order to document that ALS First Responder Units are staffed in accordance with this Agreement. (d) Equipment and Supplies. With the exception of equipment maintained by the Authority in Section 507, Contractor shall furnish and maintain all EMS Equipment, required to be provided by the Contractor pursuant to Appendix C. Contractor shall also be responsible for the cost of replacing outdated medical supplies as provided in Section 504, which are lost through inadequate stock rotation; as well as the cost of medical supplies which are lost, stolen, damaged, or unaccounted for due to Contractor’s negligence. The Authority shall be responsible for the cost of any medical supplies which are lost, stolen, or damaged due to a cause other than Contractor’s negligence. Contractor shall be subject to the Authority’s On-Scene Equipment Exchange Program. (e) Medical Communications Equipment. Contractor shall be responsible for the replacement of all medical communications equipment that is lost, stolen or damaged due to Contractor’s negligence. Contractor shall also be responsible for all routine maintenance of such equipment. The Authority shall be responsible for the replacement of any medical communications equipment that is lost, stolen or damaged due to a cause other than Contractor’s negligence. (f) Inspections. Contractor shall allow representatives of the Authority and of the Medical Director to inspect ALS First Responder Units, equipment and ALS First Responder Stations as may be reasonably required to determine compliance with this Agreement. (g) Patient Care Reporting System Equipment. Contractor shall be responsible for the replacement of all field equipment for the Patient Care Reporting System (e.g. notebook computers) that is lost, stolen or damaged due to Contractor’s negligence. The Authority shall be responsible for the replacement of field equipment for the Patient Care Reporting System that is lost, stolen or damaged due to a cause other than Contractor’s negligence. SECTION 402. PRIORITY DISPATCH PROTOCOLS. Contractor shall respond to EMS Incidents in accordance with the then current Priority Dispatch Protocols. Contractor Emergency Medical Services ALS First Responder Agreement Page 16 and the Authority shall cooperate in implementing periodic enhancements and improvements to the Priority Dispatch Protocols. SECTION 403. RESPONSE TIME. Response Time to not less than ninety percent (90%) of all EMS Incidents in a Fiscal Year which are (1) prioritized as an Emergency Response; (2) are within Contractor’s EMS District; and (3) for which Contractor’s ALS First Responder Unit is determined, in accordance with Section 409, to be the First Due Unit, shall be within seven (7) minutes and thirty (30) seconds or less; provided, however, that such Response Time standard shall not be applicable to Responses which occur during periods of Uncontrollable Circumstances or to Responses to remote areas or areas of limited accessibility, as requested by Contractor and approved by the Executive Director. The Authority and the Contractor desire to maintain Response Times for each EMS District at or below the Response Times now enjoyed by each respective EMS District. Such level of service is met by Authority Funded Units. SECTION 404. CONTINUING MEDICAL EDUCATION. (a) Field Personnel. Contractor shall make available its EMS personnel for Continuing Medical Education as required by state regulation, Rules and Regulations and the Medical Control Board. Satisfactory participation by Contractor’s Field Personnel in Continuing Medical Education provided and made available by the Authority shall constitute fulfillment of this obligation. Contractor shall be responsible for ensuring that its Field Personnel attend Continuing Medical Education training, either in classroom- based training or distance learning methods as determined by the Medical Director, in accordance with the Rules and Regulations. Contractor may prepare and submit to the Executive Director a report evaluating performance of the CME program. Contractor shall use any prepared forms that the Authority requests it to use for this evaluation. (b) CME Instructors. Contractors will use their best efforts to provide a sufficient number of CME Instructors to conduct courses. The Authority will use its best efforts to provide a sufficient number of classes available at regional training sites on days, times and shifts necessary to maximize the availability of First Responder units and ambulances up to one hundred eighty (180) classes per regular CME Course or ninety (90) classes for paramedic only CME Courses. Contractors understand the Authority is Emergency Medical Services ALS First Responder Agreement Page 17 responsible for the provision of CME instruction and if the pool of CME Instructors made available by the Contractors is deemed inadequate or insufficient by the Authority, the Authority may elect to provide the CME program directly or through another means. SECTION 405. MEDICAL QUALITY CONTROL. (a) Medical Director. The Medical Director of the EMS System shall also serve as medical director of Contractor’s EMS or ALS First Responder Services. Contractor may not use or employ another Medical Director for the provision of Emergency Medical Services within Contractor’s EMS District. (b) Rules and Regulations: Protocols. Contractor shall fully comply with the Rules and Regulations, including the protocols established in the Medical Operations Manual. (c) Ride-Along. Contractor shall allow the Medical Director and the Executive Director or their representative to ride in ALS First Responder Units during Responses to EMS Incidents. However, such representatives shall conduct themselves in a professional and courteous manner, shall not interfere with Contractor’s employees in the performance of their duties, except as necessary to assure protocol compliance and good Patient care, and shall at all times be respectful of Contractor’s employee/employer relationship. The Medical Director, Executive Director, or their representatives, shall provide proof of employment, proof of workers’ compensation insurance and shall complete any waiver or release forms which may be required by the Contractor prior to riding in ALS First Responder Units. (d) On-Scene Patient Care. Contractor shall comply at all times with the Authority’s protocol for on-scene control of Patient care. If Contractor’s Paramedic is requested to ride to the hospital with the Ambulance Contractor’s Paramedic, Contractor’s Paramedic shall comply. Contractor’s Paramedic may also decide to ride to the hospital with Ambulance Contractor’s Paramedic. Contractor shall be responsible for the return of the Paramedic from the hospital. (e) Special Events. In the event Contractor provides either BLS or ALS medical coverage at a Special Event in their EMS District, Contractor shall be under the auspices of the Authority, the Medical Control Board and the Medical Director. In Emergency Medical Services ALS First Responder Agreement Page 18 providing medical coverage at a Special Event, Contractor shall comply with the Rules and Regulations and with the protocols established in the Medical Operations Manual. Authority Funded Units will not be used for dedicated special events coverage without the written approval of the Executive Director. Contractor and Authority will notify each other of large-scale Special Events, which may require additional resources or adversely affect the EMS System, to ensure coordinated event coverage. (f) Quality Assurance. Contractor shall adhere to the quality assurance and quality management program established by the Medical Director and shall participate in quality assurance reviews. SECTION 406. MEDICAL CASE REVIEWS. Medical Case Reviews may include access to data, records review, written and verbal statements by Field Personnel and EMS Coordinator, and attendance at interviews and informal and formal hearings, in accordance with the then current EMS Rules and Regulations and Florida Statute 401.425. Contractor shall cooperate in obtaining such records, verbal and written statements and ensure that its Field Personnel attend Medical Case Reviews when reasonably requested. SECTION 407. PERSONNEL. (a) Training and Qualifications. All Field Personnel employed by the Contractor in the performance of work under this Agreement shall be trained and qualified at a level consistent with the standard established by the Authority for delivering Patient care and shall hold appropriate credentials in their respective EMS profession. (b) Standard of Conduct. Contractor’s personnel shall conduct themselves in a professional and courteous manner at all times. Contractor shall address and correct any departures from this standard of conduct. Contractor’s Field Personnel shall be easily identified as EMTs or Paramedics while on scene of an EMS Incident. (c) Part-Time Employment. Contractor shall not unreasonably restrict its employees from seeking or performing part-time employment with Authority’s Ambulance Contractor. (d) EMS Coordinator. Contractor shall designate a County Certified Emergency Medical Services ALS First Responder Agreement Page 19 Paramedic as the EMS Coordinator who will be responsible for performing or supervising, at a minimum, the duties and responsibilities of EMS Coordination in accordance with Appendix F. SECTION 408. EMERGENCY ASSISTANCE (a) State of Emergency Assistance within Pinellas County. Immediately upon notification by the Authority of a State of Emergency within Pinellas County, Contractor shall commit such resources as mutually agreed upon by the Parties, given the nature of the State of Emergency and shall assist in accordance with applicable plans and protocols mutually agreed upon by the Parties. During a State of Emergency, Contractor shall be released from the requirements of Section 403 and the time requirements of Section 704(a). When Contractor ceases providing assistance with the State of Emergency, Contractor shall resume normal operations as rapidly as is practical and notify the Authority’s authorized representative that Contractor is able to resume normal operations considering exhaustion of personnel, need for restocking and other relevant considerations. (b) State of Emergency Assistance Outside of Pinellas County. Contractor shall manage any State of Emergency assistance response outside of Pinellas County in a manner which does not prevent Contractor from rendering services in accordance with this Agreement. (c) EMS Emergency. Immediately upon notification by the Authority of an EMS Emergency, Contractor shall assist in the locality where the EMS Emergency has occurred. The level of assistance provided by Contractor shall be mutually agreed upon by the Parties. During an EMS Emergency, the Contractor shall be released from the requirements of Section 403. When Contractor ceases providing assistance during an EMS Emergency, Contractor shall resume normal operations as rapidly as is practical considering exhaustion of personnel, need for restocking, and other relevant considerations. During the course of an EMS Emergency, Contractor shall use best efforts to continue to provide local ALS emergency coverage. (d) Condition 3M. During periods of Condition 3M, Contractors with Rescue Units shall Transport Patients from EMS Incidents to area hospitals. Contractor shall Emergency Medical Services ALS First Responder Agreement Page 20 follow the then current Medical Operations Manual Protocols or medical control directives. (e) Mutual Aid. Mutual aid responses outside of Pinellas County, rendered by the Contractor outside of Pinellas County that are not due to a State of Emergency or EMS Emergency, shall be performed in accordance with the terms and conditions of this Agreement. SECTION 409. AUTOMATIC AID/CLOSEST UNIT RESPONSE. Upon notification by the Regional 9-1-1 Center of an EMS Incident, Contractor shall provide ALS First Responder Services in accordance with the Automatic Aid/Closest Unit Response Agreement. The ALS First Responder Unit which is predetermined to be the closest to the emergency scene, by the Run Cards, shall be dispatched without regard to EMS District or jurisdictional boundaries. In the event that the Automatic Aid/Closest Unit Response Agreement is terminated, Contractor shall provide ALS First Responder Services in accordance with the then current Run Cards for all EMS Incidents. The Contractor’s authorized representative will periodically, or at the request of the Authority, update their Run Cards to ensure their accuracy and coordinate any changes with any affected Contractor(s). SECTION 410. MEDICAL SUPPLIES AND INVENTORY CONTROL. Contractor shall establish and implement inventory control procedures for the stocking and use of medical supplies. Contractor shall report, as of September 30th during each year this Agreement is in effect, the balance of all medical supplies held by the Contractor in inventory. Such report will list the item’s identification number, the item’s description, and the quantity held. Contractor will report the quantity of medical supplies which are lost, damaged, or unaccounted for, due to Contractor’s negligence, and medical supplies unusable due to inadequate stock rotation. Contractor agrees to not maintain more than thirty (30) days of medical supplies in stock based upon historical use. Contractor shall maintain inventory records that identify all ALS First Responder Unit supplies issued from stock and will keep stock under lock so that access is limited to only authorized personnel. Contractor shall adhere to inventory control procedures that the Authority may require, as long as they are reasonable and prudent. Contractor shall follow all federal, state and Emergency Medical Services ALS First Responder Agreement Page 21 local laws and protocols in the distribution and handling of controlled substances. Contractor shall provide list of personnel authorized to receive controlled substances from the warehouse and any change to such list. SECTION 411. PATIENT CARE REPORTING SYSTEM. Contractor shall cooperate with the Authority in refining and improving the fully integrated, electronic patient care reporting system. This system shall meet the information needs of the Contractor, the Medical Director, the Medical Control Board and the Authority. Contractor shall gather and enter data into the Authority’s electronic patient care reporting system for every Patient encountered and every EMS Incident responded to by the Contractor’s Field Personnel. Operating costs of this information system shall be the responsibility of the Authority. The Executive Director shall determine the start date and implementation timeline to ensure seamless implementation in the EMS System. The database of the Authority’s patient care reporting system shall be fully comprehensive, including complete and integrated information on all EMS System activities beginning with the receipt of an EMS Incident; dispatch activities and Response Times; every Patient assessment and all treatment rendered while Contractor’s Field Personnel are attending the Patient. Contractor shall require Field Personnel to comply with the completion of patient care reports and the data entry requirements of the EMS System and ensure the accuracy and completeness of such reports, as approved and periodically revised by the Authority. Authority agrees that the procedures used to implement and operate the electronic patient care reporting system shall be mutually agreed upon by the Parties. Contractor shall have unlimited access, regardless of storage location or medium, to electronic patient care reports generated by the Contractor’s EMS personnel and all dispatch-related data. Contractor and Authority shall work collaboratively to evaluate software and data systems utilized in the delivery of ALS First Responder Services to ensure data is readily available to perform quality assurance and quality improvement by the Contractor and the Authority and such systems support Field Personnel in rendering patient care and responding to EMS Incidents. Emergency Medical Services ALS First Responder Agreement Page 22 SECTION 412. UTILIZATION OF REGIONAL 9-1-1 CENTER. (a) Regional 9-1-1 Center. Contractor shall utilize the Regional 9-1-1 Center for the dispatch of all BLS and ALS First Responder Units to EMS Incidents. Contractor shall utilize the Regional 9-1-1 Center’s radio and data systems to include, but not limited to, computer aided dispatch (CAD) software, mobile communications terminal software, and the County’s public safety and intergovernmental voice and data radio system. Contractor shall provide and maintain all fire station alerting systems, base stations, pagers, fire station computers and peripherals, all mobile and portable radios except as provided in Section 503, and mobile communications terminals and radio modems to communicate with the Regional 9-1-1 Center’s radio and data system following the County’s technical specifications. Authority shall provide and maintain, at no cost to the Contractor, all necessary broadband networking from Fire Stations to the Regional 9-1-1 Center’s data system, access to the County’s 800MHz High Performance Data (HPD) system, and cellular airtime for all Authority and Contractor Funded Units and reserve Units following the County’s technical specifications. Authority shall provide a mutually agreed upon appropriate planning phase, cost analysis, changes in the County’s technical specifications, and implementation plan for any future upgrades or system changes. Contractor shall ensure all frontline ALS First Responder Units are equipped with GPS enabled mobile communications terminals running mobile CAD software. Contractor shall ensure GPS enabled mobile communications terminals are kept in working order and repaired in a timely manner to ensure efficient and accurate dispatch. (b) Requests for Emergency Medical Assistance. Should Contractor receive any request for emergency medical assistance, including walk-ins, Contractor shall record the address and telephone number of the caller, obtain the location and nature of the emergency, shall immediately respond to the request for emergency medical assistance, if appropriate, and shall immediately advise the 9-1-1 Center of the information received, and the Response initiated by Contractor, if any. Emergency Medical Services ALS First Responder Agreement Page 23 SECTION 413. COMMUNITY INVOLVEMENT. Contractor is encouraged to make available to their local community, health promotions and prevention education (i.e., CPR training, public access defibrillation programs, drowning prevention, health risk assessments). The programs may be developed by the individual contractor or in coordination with the Medical Director or the Authority. Contractor may elect to participate in the Authority’s public education/prevention/community outreach/community paramedic programs that are established, as set forth in the EMS Rules and Regulations and approved by the Medical Director. Public Educators/Community Paramedics may be utilized to teach CPR, first aid, drowning prevention, fall prevention or any other type of EMS specific public education, or prevention program or established community paramedic/outreach program. SECTION 414. LICENSURE AND CERTIFICATION. Contractor shall maintain the appropriate licensure with the Department as an ALS provider. Contractor or Contractor’s employees, as the case may be, shall be responsible for payment of any fees associated with EMS and Paramedic certification and recertification using funds provided under this Agreement. SECTION 415. ACCURATE INFORMATION. Any news releases, statements, or public information given by the Contractor’s or Authority’s personnel to the public or the media shall accurately reflect the design and operation of the EMS system. SECTION 416 CRIMINAL JUSTICE INFORMATION SERVICES (CJIS). Contractor shall ensure all Personnel that have access to the CAD System and system information have received criminal background screening by the Florida Department of Law Enforcement (FDLE) Criminal Justice Information Services (CJIS) to the CJIS Level 2 requirements and have complied with all initial and ongoing training requirements. Personnel that have been denied CJIS Level 2 clearance shall not access the CAD System. Contractor shall have in place local policy to ensure that all rules required by the Emergency Medical Services ALS First Responder Agreement Page 24 FDLE surrounding access to CAD and the information contained within are strictly followed. ARTICLE V DUTIES AND RESPONSIBILITIES OF AUTHORITY SECTION 501. MEDICAL DIRECTION AND CONTROL. The Authority shall be responsible for providing, or cause to be provided, Medical Direction and Medical Control to the Contractor. SECTION 502. CONTINUING MEDICAL EDUCATION. Authority shall provide and make available to Contractor a Continuing Medical Education training program at multiple, regionally located training sites and not at a single, centralized training site. Authority shall endeavor to utilize distance learning methodologies and technology to deliver CME training whenever possible. SECTION 503. MEDICAL COMMUNICATIONS EQUIPMENT. Authority has provided, or shall provide, as applicable, one (1) 800 MHZ Mobile Radio, and one (1) 800 MHZ Portable Radio for each Authority Funded Unit. Authority funded Medic Units and Rescue Units will receive one (1) additional 800 MHZ Portable Radio. The radio equipment shall be installed in the Authority Funded Units by the Contractor and become Contractor’s property. Contractor shall be responsible for such equipment, as provided for in Section 401(e) hereof. Authority shall be responsible for replacing such equipment at the end of its reasonable useful life, as determined by the Authority. The Authority’s plan is phased replacement of this equipment over the term of the Agreement subject to available funding. SECTION 504. MEDICAL SUPPLIES. The Authority shall provide and replace, as necessary, without cost to Contractor, the medical supplies used by Contractor in rendering Patient care under this Agreement. The Authority shall deliver, or cause to be delivered, all medical supplies, except controlled substances, every two weeks to Emergency Medical Services ALS First Responder Agreement Page 25 Contractor’s designated medical supply receiving location. Contractor’s authorized representative shall sign for and pick up controlled substances at a central location designated by the Authority. The Authority shall not be responsible for costs of replacing inventory items lost, stolen, damaged or unaccounted for due to Contractor’s negligence but the Authority shall be responsible for the costs of replacing inventory items lost, stolen damaged or unaccounted for due to a cause other than Contractor’s negligence. Where applicable, Contractor shall relocate supplies nearing their expiration dates to ALS First Responder Units serving areas of higher demand within their EMS District. All medications and supplies shall be returned to the Authority not later than sixty (60) days after the respective expiration dates. If such medications and supplies are not returned to Authority within sixty (60) days after their respective expiration dates, or at the direction of the Medical Director, Contractor shall be charged for the replacement of such supplies. A fully comprehensive narcotic control system shall be provided by the Authority to include boxes, electronic locks, and web-based tracking software. SECTION 505. EXTRAORDINARY MODIFICATIONS. Notwithstanding the provision of Section 401(b) hereof, Authority shall separately provide and fund any modifications to ALS First Responder Units or equipment which may be required by the Authority and which do not constitute routine maintenance, repair or replacement. SECTION 506. BILLING. The Authority shall have sole responsibility for submitting claims for transports made by either the Authority or by Contractor. SECTION 507. ECG EQUIPMENT AND MAINTENANCE. The Authority shall provide all electrocardiogram (ECG) monitoring/defibrillation equipment for Authority Funded and Contractor Funded Units including adequate spare equipment (up to 30% above the number of Units). Contractor agrees to continue using the Contractor’s current equipment on any Contractor Funded Units over its useful life which equipment will be maintained by the Authority and repaired or replaced at the Authority’s option. The Authority shall be responsible for replacing such equipment at the end of a reasonable useful life, as determined by the Authority. At the point that the equipment is replaced Emergency Medical Services ALS First Responder Agreement Page 26 with new equipment, the Contractor will transfer ownership of the equipment being replaced to the Authority who will trade in the used equipment to reduce the cost of replacement. Contractor shall be responsible for any repairs that are necessary due to Contractor’s negligence. SECTION 508. BIOHAZARD WASTE COLLECTION. The Authority shall provide or cause to be provided, the collection and disposal of all biohazard waste from ALS First Responder Stations on a periodic basis, no less than monthly. Contractor shall follow any procedures necessary for biohazard waste to be collected. SECTION 509. PATIENT CARE REPORTING SYSTEM EQUIPMENT. Authority shall provide, as applicable, a ruggedized notebook or tablet computer for each Authority Funded and Contractor Funded Unit including adequate spare equipment (up to 30% above the number of Units). The equipment shall be utilized on Authority Funded Units and Contractor Funded Units by the Contractor for the purpose of completing electronic patient care reports. Only Authority authorized software and peripherals may be utilized to ensure a highly reliable and coordinated system. Authority provided patient care reporting system equipment shall remain property of the Authority. Contractor shall be responsible for such equipment, as provided for in Section 401(g) hereof. Authority shall be responsible for maintaining such equipment and replacing it at the end of a reasonable useful life, as determined by the Authority. Contractor agrees to continue using the Contractor’s current equipment on any Contractor Funded Units over its useful life which equipment will be maintained by the Authority and repaired or replaced at the Authority’s option. The Authority shall be responsible for replacing such equipment at the end of a reasonable useful life, as determined by the Authority. SECTION 510. TRAFFIC PREEMPTION: Authority shall provide and maintain a countywide Traffic Preemption System in cooperation with the County and municipal traffic control systems. Traffic Preemption System equipment shall be provided for frontline Authority Funded and Contractor Funded ALS First Responder Units. The Authority shall also provide Traffic Preemption System equipment for reserve ALS First Responder Units through a phased implementation subject to available funding. Authority Emergency Medical Services ALS First Responder Agreement Page 27 shall be responsible for maintaining such equipment and replacing it at the end of a reasonable useful life, as determined by the Authority. ARTICLE VI INSURANCE AND INDEMNIFICATION SECTION 601. MINIMUM INSURANCE REQUIREMENTS. Contractor shall be self- insured or shall pay for and maintain at least the following insurance coverage and limits as listed below. Insurance coverage and limits shall be evidenced by delivery to the Authority of: a certificate of insurance executed by the insurer(s) listing coverage and limits, expiration dates and terms of policies and all endorsements whether or not required by the Authority, and listing all carriers issuing said policies; and, a certified copy of each policy, including all endorsements. Where applicable, Contractor shall submit to Authority a letter from Contractor’s Risk Manager stating that Contractor is self-insured, or the amount of insurance per claim and per occurrence, any gap and the amount of excess insurance up to its coverage. Notwithstanding anything to the contrary contained in this Agreement, Contractor does not waive any immunity or limitation of liability it may have under the doctrine of sovereign immunity or Section 768.28 Florida Statutes. The following insurance requirements shall remain in effect throughout the term of this Agreement (unless Contractor is self-insured, in which case Contractor shall not be required to comply with the following insurance requirements): (a) Provide Workers’ compensation insurance as required by Florida Law. (b) Provide commercial general liability, employers’ liability and commercial vehicle liability insurance that reflects the limits of liability for governmental entities in accordance with Section 768.28(5), F.S., should the State Legislature change these limits, coverage consistent with the revised limits shall be obtained. (c) Professional Liability Insurance, including errors and omissions, with minimum limits of $1,000,000 per occurrence; if occurrence form is available; or claims made form with “tail coverage” extending three (3) years beyond the ending date of this Agreement. In lieu of “tail coverage” the Contractor may submit Emergency Medical Services ALS First Responder Agreement Page 28 annually to the Authority a current certificate of insurance proving claims made insurance remains in force throughout the same three (3) year period. This coverage is subject to statutory and regulatory requirements of Federal, State or local law. (d) Personal and/or Bodily Injury including death and property damage liability Insurance with minimum limits of $1,000,000 Combined Single Limit insurance in excess of all primary coverage. SECTION 602. ADDITIONAL INSURANCE REQUIREMENTS. To the extent that Contractor maintains insurance policies rather than being self-insured, each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that forty-five (45) days prior to expiration, cancellation, non-renewal or any material change in coverage or limits, a notice thereof shall be given to Authority. Contractor shall also notify Authority within twenty-four (24) hours after receipt of any notices of expiration, cancellation, non- renewal or material changes in coverage received by said Contractor from its insurer. (b) Companies issuing the insurance policy, or policies, shall have no recourse against Authority or County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (c) The Authority shall be endorsed to the required policy or policies as an additional insured, exclusive of professional liability insurance. The additional insured clause covers the actions of the Contractor while providing services under the terms of this Agreement. (d) The policy clause “Other Insurance” shall not apply to any insurance coverage currently held by the Authority or the County, to any such future coverage, or to County’s Self-Insured Retention of whatever nature. SECTION 603. LIABILITY. Contractor and Authority agree to be fully responsible for their own acts of negligence or their respective agents’ acts of negligence when acting within the scope of their employment, and agree to be liable for any damages resulting Emergency Medical Services ALS First Responder Agreement Page 29 from said negligence. Nothing herein is intended to serve as a waiver of sovereign immunity or the limits of liability contained in Section 768.28, Florida Statutes, by the Contractor, County or Authority. Nothing herein shall be construed as consent by Contractor or Authority to be sued by third parties in any manner arising out of this Agreement. Contractor is not liable for the causes of action arising out of the negligence of the Authority, its employees or agents, or arising out of the negligence of any persons or entities contracted by, appointed by, or approved by the Authority to provide services related to this Agreement (including but not limited to other Contractors, the Ambulance Contractor, Medical Control Board and Medical Director). Authority is not liable for the causes of action arising out of the negligence of the Contractor, its employees or agents, or arising out of the negligence of any persons or entities contracted by, appointed by, or approved by the Authority to provide services related to this Agreement (including but not limited to other Contractors, the Ambulance Contractor, Medical Control Board and Medical Director). This Section 603 shall survive expiration or earlier termination of this Agreement. ARTICLE VII COMPENSATION AND OTHER FINANCIAL PROVISIONS SECTION 701. COMPENSATION. (a) FY 2024–2025. Authority and Contractor have agreed to an amount reflecting Contractor’s submitted budget for EMS services during Fiscal Year 2024 – 2025. The approved budget amounts for the Fiscal Year commencing October 1, 2024, shall be equal to that shown on Appendix A. (b) Budget Submissions for FY2025–2026 through FY2029-2030. Contractor shall submit a budget by April 1st each year for the following Fiscal Year for the Authority’s review and approval. Budget shall be prepared in the same manner as the budget submitted for FY 2024-2025, so long as said budget is less than a three (3) Emergency Medical Services ALS First Responder Agreement Page 30 percent increase from the prior Fiscal Year and the Authority shall pay Annual Compensation to Contractor in accordance with said approved budget. (c) Funding for Rescue Unit, Medic Unit and Staff Vehicle Replacement. Authority will provide funding for Authority funded rescue units, medic units and the proportionate share of EMS Coordinator staff vehicles. Fire engines and other fire apparatus are not subject to EMS vehicle replacement funding. Units will be replaced after at least five (5) years, but no more than seven (7) years, of frontline service. Contractor represents that its projected capital replacement needs are as shown in Appendix A. The Authority shall determine a standardized reimbursement amount for rescue units, medic units and staff vehicles each Fiscal Year based upon the then current market rate for such vehicles as stated in the EMS Authority’s annual budget and capped therein. The amounts for FY24-25 are rescue units ($350,000), medic units ($125,000), and staff vehicles ($75,000). Reimbursements are made upon delivery of the vehicle along with documentation being provided to the Authority that includes the receipt of the purchase order, invoices, proof of payment and any other documents required by The Authority. (d) Rescue Unit Transport Compensation. Authority shall reimburse Contractor, monthly in arrears, for Transports by Rescue Units that comply with the Medical Operations Manual Transport Protocol at a rate of $100.00 per Transport. Rescue Unit Transports that do not comply with the Medical Operations Manual Transport Protocol shall not be reimbursable. (e) Unit Hours. Authority may purchase Unit Hours to staff additional Rescue Units to Transport Patients at the Authority’s discretion through its Executive Director. The Authority shall reimburse the Contractor for its actual costs of salary and benefits up to $75.00 per hour for each crew member of a two-person crew (Paramedic/Paramedic or Paramedic/EMT) for overtime or backfill costs for hours that are actually performed and preapproved in writing by the Authority. Such additional Units or Unit Hours may be used routinely, episodically, or during peak demand periods to maintain the level of service and Response Times for Ambulance Services. Personnel from different Contractors may be paired to place additional Rescue Units in service. Emergency Medical Services ALS First Responder Agreement Page 31 (f) Payment. Payments shall be paid monthly in arrears in (approximately) equal monthly installments. (g) Station/Overhead Allowable Costs. Contractor shall be reimbursed for station and overhead costs in accordance with Resolution 14-65 or a successor Resolution or 1%, whichever is greater, approved by the Authority. Such payment shall be made by the Authority to the Contractor after receipt of the audit attestation shown in Appendix D. (h) Extraordinary Budget Increase. If any proposed budget submitted by Contractor to the Authority for the following Fiscal Year should exceed three (3) percent of the prior Fiscal Year’s budget, Authority and Contractor agree to reopen this Section 701 to negotiate, no later than May 1st of the then current Fiscal Year, the Annual Compensation for the following Fiscal Year. For any Fiscal Year in which Section 701 is reopened to negotiate the Annual Compensation for the following Fiscal Year, if Authority and Contractor cannot reach agreement on the Annual Compensation by June 30th, this Agreement shall terminate on the last day of the then current Fiscal Year. Contractor and Authority must approve the final negotiated Appendix “A” prior to the beginning of the next Fiscal Year if the proposed budget for the following Fiscal Year will exceed three (3) percent increase from the prior Fiscal Year’s budget. SECTION 702. CME AND PUBLIC EDUCATION REIMBURSEMENT. (a) Learning Management System. The Authority shall reimburse annually, in the first payment in each Fiscal Year, the Contractor’s cost for the use of the Learning Management System for its students. Such reimbursement shall be fifty percent (50%) of the costs of use of the Learning Management System up to $60.00 per student per Fiscal Year (does not include payment for student training time). The reimbursement amount shall not exceed $125,000.00 in any Fiscal Year. (b) Reimbursement for CME Instructors. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor’s CME Instructor hours that are actually performed and preapproved in writing, through the published master EMS training calendar by the Authority. Contractor may establish a rate of pay for CME Instructor which shall be Emergency Medical Services ALS First Responder Agreement Page 32 subject to the $75.00 per hour cap. The Authority shall not reimburse Contractor for the personnel costs for students to attend Courses or CME Instructor hours that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be established through the Authority’s budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. The reimbursement amount shall not exceed $1,000,000.00 in any Fiscal Year. It is recognized by the Parties that no payment may be compelled or made without a budget amendment approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for CME training. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority’s approved budget amount until such time as a budget amendment raising such budget is approved. (c) Reimbursement for Public Education/Prevention/Community Paramedic Programs. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor’s Public Educator/Community Paramedic hours that are actually performed and preapproved in writing, through the published master EMS public education/prevention/community paramedic calendar, by the Authority. Contractor may establish a rate of pay for Public Educator/Community Paramedic which shall be subject to the $75.00 per hour cap. The Authority shall not reimburse Contractor for the personnel costs for Public Educator/Community Paramedic hours that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or Emergency Medical Services ALS First Responder Agreement Page 33 inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be established through the Authority’s budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. The reimbursement amount shall not exceed $250,000.00 in any Fiscal Year. It is recognized by the Parties that no payment may be compelled or made without a budget amendment approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for Public Education/Community Paramedic programs. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority’s approved budget amount until such time as a budget amendment raising such budget is approved. (d) Reimbursement for Participation in Countywide Quality Improvement Committees. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor’s Field Personnel to participate in countywide quality improvement committees based upon the hours worked which have been preapproved in writing by the Executive Director or designee. The Authority shall not reimburse Contractor for the personnel costs that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be established through the Authority’s budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. The reimbursement amount shall not exceed $25,000.00 in any Fiscal Year. It is recognized by the Parties that no payment may be compelled or made without a budget amendment Emergency Medical Services ALS First Responder Agreement Page 34 approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for quality improvement committees. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority’s approved budget amount until such time as a budget amendment raising such budget is approved. (e) Reimbursement for Participation in Countywide Advanced Practice Paramedic Medical Training. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor's Advanced Practice Paramedics to attend and participate in countywide medical training for special operations teams based upon the hours worked which have been preapproved in writing by the Executive Director or designee. The Authority shall not reimburse Contractor for the personnel costs that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be established through the Authority's budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. It is recognized by the Parties that no payment may be compelled or made without a budget amendment approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for Advanced Practice Paramedic medical training. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority's approved budget amount until such time as a budget amendment raising such budget is approved. SECTION 703. DEDUCTION FOR FAILURE TO PROVIDE FIRST RESPONDER UNIT. In the event Contractor fails to provide an ALS First Responder Unit or substitutes Emergency Medical Services ALS First Responder Agreement Page 35 a BLS First Responder Unit instead of an ALS First Responder Unit, for an extended period (as described below) of time and without the advance approval of the Authority, the Authority may deduct an amount equal to the Contractor’s Unit Hour Compensation multiplied by each hour or portion thereof for each day or portion thereof that the Contractor has failed to provide an ALS First Responder Unit. Such deduction shall be made from the following monthly Annual Compensation payment. For purposes of this Agreement, an extended period of time means, with respect to mechanical problems and personnel, more than four (4) consecutive hours in any given day, and with respect to training, more than ten (10) hours in any given day; provided however that Section 703 shall not be applicable when the Executive Director has waived the provisions of Section 703, or when Contractor has failed to provide an ALS First Responder Unit or substitutes a BLS First Responder Unit during periods of Uncontrollable Circumstances. SECTION 704. PROVISION OF BILLABLE PATIENT CARE REPORT. In the event that the Contractor transports a Patient, in compliance with the then current Medical Operations Manual transport protocols, Contractor shall provide a billable Patient Care Report to the Authority within four (4) business days from the date of service. The report shall include, at a minimum, the medical reason for Transport, the Patient’s condition, the Patient’s demographic information, the Transport mileage, and all medical care rendered. Contractor’s Field Personnel shall obtain the Patient’s signature and any other signatures necessary to process a bill. SECTION 705. ADJUSTMENT FOR EXTRAORDINARY COST INCREASES. Contractor may apply for and receive prospective compensation adjustments to the Annual Compensation as necessary to offset documented increases in Contractor’s cost of production directly resulting from increases in the prices paid by Contractor for fuel due to Unforeseen Circumstances and subject to the following stipulations: (a) Contractor must document, using generally accepted accounting procedures, the actual financial impact of the increased fuel prices upon Contractor’s costs of production. (b) Only the effects of increased direct fuel prices-excluding any effects of Emergency Medical Services ALS First Responder Agreement Page 36 increased fuel consumption, overhead allocations and indirect costs-shall be considered. SECTION 706. FUNDS TO BE USED SOLELY FOR EMS FIRST RESPONSE. Contractor recognizes that monies received hereunder are derived from the EMS Mill and that the EMS Mill, pursuant to referendum, has been dedicated solely to the provision of Emergency Medical Services. Contractor, therefore, agrees that funding provided under this Agreement will be used strictly for the provision of the services described herein. Contractor shall have an Annual External Audit conducted by a Certified Public Accounting firm to verify the Authority funded EMS income, Authority funded EMS expenditures, and Authority funded EMS reserves. The Annual External Audit shall include the “EMS Financial Information Attestation Form” prepared by the Contractor and signed by the Contractor’s auditor. The required “EMS Financial Information Attestation Form” is attached as Appendix D. Contractor shall provide to Authority the audited financial statement that includes the “EMS Financial Information Attestation Form” within ten (10) business days of Contractor’s receipt of the Annual External Audit. The cost of the Annual External Audit will be expended from Contractor’s EMS funds. Contractor shall ensure that personnel cost reimbursements from the Authority for special operations training, continuing medical education instruction, public education, or other reimbursements are not funded twice (i.e. funding provided in the submitted budget and reimbursement made by the Authority.) SECTION 707. FUTURE/ADDITIONAL SERVICES. Contractor understands that, in the future, health care delivery and Emergency Medical Services may evolve to include pathway management, an expanded scope of practice, primary care services or other activities where EMS resources provided under this Agreement may be used. Contractor and Authority shall discuss the manner in which such additional services shall be affected, evaluate the relationship of such services; and determine the impact of such services on the EMS system. Contractor’s obligations shall be limited to those specifically set forth in this Agreement. Contractor shall not be responsible for providing any additional services unless Contractor agrees in writing to provide such additional services. Emergency Medical Services ALS First Responder Agreement Page 37 SECTION 708. ADDITIONAL UNITS. (a) Authority Funded. During the term of the Agreement, the Authority may determine that additional Authority Funded Unit(s) are needed. Additionally, Contractor may request that consideration be given for approval of an additional Authority Funded Unit. If the Authority determines that additional Authority Funded Unit(s) are needed from Contractor, then Authority and Contractor shall negotiate a mutually agreeable compensation for such additional Authority Funded Unit(s). In those instances where the Contractor requests Authority to approve additional Authority Funded Unit(s), the Authority shall meet with the Contractor to determine the need for the requested Authority Funded Unit(s). If approved, the Authority will negotiate a mutually agreeable compensation for such additional Authority Funded Unit, Units or Unit Hours. Compensation for such additional Authority Funded Unit(s), or Unit Hours, shall begin upon approval by the Authority through the approval of an updated Appendix “A” by the Parties. (b) Contractor-Funded. Contractor and Authority understand that the EMS System is a unified, integrated system requiring the cooperation of all providers in the EMS System. To ensure coordinated implementation of any improvements to the EMS System and to ensure the integrity of the EMS System, if Contractor desires to operate additional ALS First Responder Unit(s) as a Contractor Funded Unit, Contractor will obtain approval from the Authority in writing prior to operating the Contractor Funded Unit. Contractor may elect to cease operation of a Contractor Funded Unit at its sole discretion. Contractor is responsible for all costs associated with staffing, equipping and operating such Contractor Funded Units. The Authority shall provide Medical Control and medical equipment and supplies for authorized Contractor Funded Units. SECTION 709. AUDITS AND INSPECTIONS. At any time during normal business hours, and as often as may reasonably be deemed necessary, representatives of the Authority or Medical Director may observe Contractor’s operations. Contractor shall make available to Authority for its examination, its records with respect to all matters covered by this Agreement, and Authority may audit, examine, copy, and make excerpts Emergency Medical Services ALS First Responder Agreement Page 38 or transcripts from such records, and may make audits of all contracts, invoices, materials, payrolls, inventory records, records of personnel, daily logs, conditions of employment, and other data related to all matters covered by this Agreement to the extent permitted by law. Contractor shall make available to the Medical Director its records with respect to all clinical matters covered by this Agreement and the Medical Director may audit, examine, copy and make excerpts or transcripts from such records and inspections to the extent permitted by law. The Authority’s right to observe and inspect operations or records in Contractor’s business office shall, however, be restricted to normal business hours, and reasonable notification shall be given the Contractor in advance of any such visit. Records relating to contract activities shall be retained for three (3) years from final payment in each year. All representatives of the Authority, Medical Control Board and Medical Director who observe Contractor’s operations or audit or examine Contractor’s records shall conduct themselves in a polite manner; complete any training required by law; and not interfere with Contractor’s employees’ duties. Audits and inspections shall be done to the extent permitted by law. SECTION 710. FISCAL NON-FUNDING. In the event sufficient budgeted funds are not available for a new Fiscal Year, the Authority shall timely notify Contractor of such occurrence prior to the end of the current Fiscal Year and this Agreement shall terminate on the last day of current Fiscal Year. ARTICLE VIII TERM AND TERMINATION SECTION 801. TERM. The initial term of this Agreement shall be for five (5) years, commencing October 1, 2024 and ending at midnight September 30, 2029, unless this Agreement is earlier terminated as provided for herein in this Agreement. This Agreement may be extended for an additional five (5) year period following the initial term, provided Emergency Medical Services ALS First Responder Agreement Page 39 that the Parties mutually agree in writing to such extension which is subject to Authority and Contractor approval prior to July 1, 2029, which is subject to Authority, City Council or District approval prior to September 30, 2029. References in this Agreement to “Term” shall include the initial term of this Agreement and all extensions thereof. The effective date of this agreement shall be retroactive to October 1, 2024 for reimbursement purposes. SECTION 802. TERMINATION. (a) By Authority for Cause. This Agreement may be terminated by the Authority for cause upon twenty (20) days written notice to Contractor. For purposes of this section 802(a), “cause” shall mean (1) the event that Contractor, for any reason, fails to meet the licensing requirements in the State of Florida pursuant to the provisions of Chapter 401, Florida Statutes, or (2) a material breach by Contractor of any term, covenant or warranty contained in this Agreement; provided, however, that in the case of a breach of any term, covenant or warranty, the Authority shall provide written notice of such breach and Contractor shall have the opportunity to cure such breach within twenty (20) days of receipt of such notice or within such additional period of time mutually agreed upon by the Parties. (b) By Contractor for Cause. This Agreement may be terminated by Contractor for cause upon twenty (20) days written notice to the Authority. For purposes of this section 802(b), “cause” shall mean a material breach by the Authority of any term, covenant or warranty contained in this Agreement; provided, however, that in the case of a breach of any term, covenant or warranty, Contractor shall provide written notice of such breach and the Authority shall have the opportunity to cure such breach within twenty (20) days of receipt of such notice, or, within such additional period of time mutually agreed upon by the Parties. (c) By Authority or Contractor without Cause. This Agreement may be terminated without cause by Contractor or the Authority upon six (6) months written notice to the other Party. (d) Provision of Emergency Medical Services upon Termination. In the event of termination of this Agreement by either Contractor or the Authority, Contractor shall continue to participate in the EMS System and Emergency Medical Services shall Emergency Medical Services ALS First Responder Agreement Page 40 be provided in Contractor’s EMS District in accordance with the Special Act and EMS Ordinance, and the Authority shall compensate Contractor in accordance with the Special Act. SECTION 803. RESOLUTION OF DISPUTES. To the extent that Contractor and Authority cannot, after good faith attempts, resolve any controversy or dispute that may have arisen under this Agreement, except for any dispute concerning the Annual Compensation or §701, Contractor and Authority shall appoint an ad-hoc committee consisting of one mutually agreed upon representative from the Medical Control Board, the EMS Advisory Council, and the Pinellas County Fire Chiefs Association to facilitate a timely and effective resolution. The ad-hoc committee shall meet as often as necessary under the circumstances in an attempt to resolve the controversy or dispute. The committee shall review each Party’s submittal of its interpretation of the Agreement and may request additional information as necessary. The committee shall complete its review within sixty (60) days of the date that the Committee is notified of the controversy or dispute (unless the Parties mutually agree to extend this period of time) and submit any recommendation to the Pinellas County Administrator and Contractor. All recommendations and other actions of the committee shall be non-binding. After the committee has submitted its recommendation to the Pinellas County Administrator and Contractor, either Party may thereafter refer the matter to non-binding mediation in the State of Florida. If the Parties do not agree upon representatives for the committee, if either Party chooses not to engage in mediation or if the Parties engage in mediation but mediation fails to resolve the dispute, either Party may pursue its legal remedies, including the Chapter 164 process, and, including, but not limited to, filing a complaint (including but not limited to a complaint for injunctive relief) in the appropriate court possessing competent jurisdiction. ARTICLE IX MISCELLANEOUS SECTION 901. NON-DISCRIMINATION IN EMPLOYMENT. The Contractor will not discriminate against any applicant for employment because of age, race, color, religion, Emergency Medical Services ALS First Responder Agreement Page 41 sex, sexual orientation or national origin. Contractor agrees that applicants will be employed, and that employees are treated during employment, (e.g. layoff or termination, promotion, demotion, transfer, rates of pay and compensation, and selection for training, including apprenticeship), without regard to age, race, color, religion, sex, sexual orientation or national origin. The Contractor will post in conspicuous places, available to all employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. SECTION 902. NOTICES. All notices, consents and agreements required or permitted by this Agreement shall be in writing, and, as applicable, shall be transmitted by registered or certified mail, return receipt requested, with notice deemed to be given upon receipt; postage prepaid, and shall be addressed as follows: If to Authority: Executive Director, Pinellas County EMS Authority Pinellas County EMS & Fire Administration 12490 Ulmerton Road – Suite 134 Largo, Florida 33774 If to Contractor: See Appendix B SECTION 903. ENTIRE AND COMPLETE AGREEMENT. Subject to Section 912, this Agreement, as amended, and all Appendices hereto, constitute the entire and complete agreement of the Parties and supersedes all prior and similar agreements and amendments with respect to the services to be provided hereunder. This Agreement, unless provided herein to the contrary, may be modified only by written agreement duly executed by the Parties with the same formality as this Agreement. SECTION 904. OTHER DOCUMENTS. Each Party agrees to execute and deliver any instruments and to perform any acts that may be necessary or reasonably requested in order to give full effect to this Agreement. SECTION 905. APPLICABLE LAW. Florida Law shall govern the validity, interpretation, construction and performance of this Agreement. Emergency Medical Services ALS First Responder Agreement Page 42 SECTION 906. WAIVER. Unless otherwise specifically provided by the terms of this Agreement, no delay or failure to exercise a right resulting from any breach of this Agreement shall impair such right or shall be construed to be a waiver thereof, but such may be exercised from time to time and as often as may be deemed necessary. Any waiver shall be in writing and signed by the Party granting such waiver. If any representation, warranty or covenant contained in this Agreement is breached by either Party and thereafter waived by the other Party, such waiver shall be limited to the particular breach so waived and shall not be deemed to waive any other breach under this Agreement. SECTION 907. SEVERABILITY. In the event that any provision of this Agreement shall, for any reason, be determined to be invalid, illegal, or unenforceable in any respect, the Parties hereto shall negotiate in good faith and agree to such amendments, modifications, or supplements of or to this Agreement or such other appropriate actions as shall, to the maximum extent practicable in light of such determination, implement and give effect to the intentions of the Parties as reflected herein. SECTION 908. CONTRACTOR IS INDEPENDENT CONTRACTOR. The Parties agree that throughout the term of this Agreement, and during the performance of any obligations hereunder, Contractor is an independent contractor in all respects and shall not be the agent, servant, officer, or employee of the Authority or Pinellas County. SECTION 909. NO THIRD-PARTY BENEFICIARIES; ASSIGNMENT. This Agreement is not intended, nor shall it be construed, to inure to the benefit of any third person or entity not a party hereto, and no right, duty or obligation of the Contractor under this Agreement, shall be assigned to any person, private association or corporation, not- for-profit corporation, or public body without the prior written consent of the Authority. SECTION 910. HEADINGS. Captions and headings in this Agreement are for ease of reference and do not constitute a part of this Agreement. SECTION 911. COUNTERPARTS. This Agreement may be executed in more than one counterpart, each of which shall be deemed an original. Emergency Medical Services ALS First Responder Agreement Page 43 SECTION 912. NO WAIVER OF RIGHTS UNDER SPECIAL ACT. This Agreement, and specifically its provisions related to the Annual Compensation, is being entered into to resolve a dispute between the parties regarding the determination of the Annual Compensation to be paid to Contractor by the Authority. Authority and Contractor have worked together in good faith to reduce spending under the EMS Mill based upon the extraordinary economic times facing local governments at present. Notwithstanding anything to the contrary contained in this Agreement, it is the intent of Contractor and Authority that any actions or determinations taken in order to reach agreement herein not be seen as a waiver of any rights, claims or defenses that either the Contractor, or the Authority may have under the Special Act. Furthermore, Contractor does not necessarily agree that the Annual Compensation provided under this Agreement constitutes reasonable and customary cost reimbursement by the Authority as required by the Special Act, and, by entering into this Agreement does not waive any rights, claims or defenses that Contractor may have with regard to the determination of reasonable and customary costs in any year not governed by this Agreement. Therefore, the Annual Compensation paid to the Contractor pursuant to this Agreement shall not be used as evidence in any dispute regarding the reasonable and customary costs to be reimbursed by the Authority to the Contractor. [Signature Page to Follow] Emergency Medical Services ALS First Responder Agreement Page 44 IN WITNESS WHEREOF the parties hereto, by and through their undersigned authorized officers have caused this Agreement to be executed on this day of , 2024. ATTEST: KENNETH BURKE, CLERK by: Deputy Clerk Countersigned: by: _____________________________ Mayor Approved as to form: by: ______________________________ Assistant City Attorney PINELLAS COUNTY EMERGENCY MEDICAL SERVICES AUTHORITY By and through its Board of County Commissioners by: Chairman CITY OF CLEARWATER, FLORIDA by: City Manager Attest: by: City Clerk Emergency Medical Services ALS First Responder Agreement Page 46 Appendix B ALS First Responder Contractors City Manager City Manager CITY OF CLEARWATER CITY OF PINELLAS PARK 112 S. Osceola Avenue P O Box 1100 Clearwater, FL 33756 Pinellas Park, FL 33780-1100 City Manager Chairman, Board of Commissioners CITY OF DUNEDIN PINELLAS SUNCOAST P O Box 1348 FIRE & RESCUE DISTRICT Dunedin, FL 34697 304 First Street Indian Rocks Beach, FL 33785 Chairman, Board of Commissioners EAST LAKE TARPON City Manager SPECIAL FIRE CONTROL DISTRICT CITY OF SAFETY HARBOR 3375 Tarpon Lake Boulevard 750 Main Street Palm Harbor, FL 34685 Safety Harbor, FL 34695-3597 City Manager City Manager CITY OF GULFPORT CITY OF ST. PETE BEACH 2401 53rd Street South 155 Corey Avenue Gulfport, FL 33707 St. Pete Beach, FL 33706-1701 City Manager City Manager CITY OF LARGO CITY OF SEMINOLE P O Box 296 9199 113th Street North Largo, FL 33779-0296 Seminole, FL 33772-2806 Chairman, Board of Commissioners City Clerk LEALMAN CITY OF SOUTH PASADENA SPECIAL FIRE CONTROL DISTRICT 7047 Sunset Drive South 4360 55th Avenue North South Pasadena, FL 33707-2895 St. Petersburg, FL 33714 City Manager City Manager CITY OF TARPON SPRINGS CITY OF MADEIRA BEACH 324 Pine Street East 300 Municipal Drive Tarpon Springs, FL 34689 Madeira Beach, FL 33708 City Manager City Manager CITY OF TREASURE ISLAND CITY OF OLDSMAR 120 108th Avenue 100 State Street West Treasure Island, FL 33706-4794 Oldsmar, FL 34677-3655 Chairman, Board of Commissioners PALM HARBOR SPECIAL FIRE CONTROL DISTRICT 250 W. Lake Road Palm Harbor, FL 34684 Emergency Medical Services ALS First Responder Agreement Page 47 Appendix C EMS Equipment Provided by the Authority: - All Medical Supplies and Equipment authorized by the Authority. EKG Monitor / Defibrillator and AEDs • Stryker Lifepak 15 V4+ EKG Monitor Defibrillators with the minimum clinical specifications: biphasic defibrillation, external pacing, 12 lead acquisition/transmission, pulse oximetry, waveform capnography, and non- invasive blood pressure monitoring. • Preventative maintenance/repair, cases, wireless data connectivity, battery chargers and batteries as needed. • All EKG disposable supplies and cables to include, but not limited to, EKG electrodes, Defib/Pacing pads, AED Pads, CPR Meters, and pads, 5 Lead Limb and Chest cables, EKG Main/Therapy/12 Lead Cables, Patient Cables, NIBP cuffs and hoses, Pulse Oximetry cables and probes, and Capnography disposable supplies. Durable accessories will be replaced periodically due to wear and tear. Durable accessories that are lost, stolen, or damaged will be subject to Section 507 of this agreement. Stryker Lifepak 15 V4+ EKG Monitor Defibrillators or successor model, in the same configuration above shall be utilized for reserve and spare equipment. The specific quantity shall be determined by the Authority. Provided By Contractor: - Rescue equipment required by the Department or Florida Law. Emergency Medical Services ALS First Responder Agreement Page 48 Appendix D EMS FINANCIAL INFORMATION ATTESTATION FORM Instructions: In accordance with the ALS First Responder Agreement, funds provided by the EMS Authority must be used solely for EMS Allowable Costs. Any unspent balance at the conclusion of a fiscal year must be accounted for and returned to the EMS Authority. The following form is provided for consistent cost reporting and shall be submitted within ten (10) business days of Contractor’s receipt of Annual External Audit. To be completed by Contractor: City or Fire District (Contractor) _________________________________________ Fiscal Year _________________________________________ Name of Person Completing Form _________________________________________ Phone Number and Email Address _________________________________________ 1. EMS Funding Received by Contractor $______________________ 2. EMS Allowable Costs Incurred by Contractor $______________________ 3. Difference (If excess, amount due to Pinellas County) $______________________ PLEASE INCLUDE A COPY OF ANNUAL AUDIT AND SUPPORTING DOCUMENTATION AS NEEDED. I certify the costs identified, in line 2 above, are related to EMS Authorized positions and units and comply with the EMS Allowable Cost Standards contained in Pinellas County EMS Resolution 09-38. I certify that I have reviewed payroll registers, salary and benefit actual expenditures, actual relief staffing costs incurred to maintain continuous staffing of Authority authorized positions, and actual costs of supervision, fuel, maintenance and repairs and other allowable costs. ________________________________________ Signature and Date, Contractor’s External Auditor Emergency Medical Services ALS First Responder Agreement Page 49 Appendix E Emergency Medical Services ALS First Responder Agreement Page 50 Appendix F EMS Coordination Duties and Responsibilities LICENSURE/CERTIFICATION/REGULATORY 1. State EMS License and vehicle permits are maintained and renewed. 2. All Federal and State Laws and Administrative Codes are followed. 3. All EMS Rules & Regulations and Medical Operations Manual Protocols are followed. 4. Coordinates and monitors activities of the Contractor as to its function to provide Advanced Life Support (ALS) First Responder Services. 5. Regularly inspects Contractor’s agency, units and personnel for compliance with all regulatory requirements for personnel certification and training and equipment and supplies. 6. State recertification of Field Personnel is completed in a timely manner. 7. All paperwork for the County Certification of Field Personnel is submitted in a timely manner. LIASION 8. Serve as the liaison between the Contractor, the EMS Medical Director and the Authority’s Executive Director for matters related to ALS First Responder Services. 9. Ensure a positive and collaborative relationship is maintained. 10. Ensure that the EMS Medical Director is notified of reportable incidents in a timely manner. 11. Participate regularly in EMS-related meetings. EQUIPMENT AND LOGISTICS 12. Controlled Substances are handled in accordance with applicable laws and regulations. 13. ECG Monitors, Tablet Computers and other assets provided by the Authority are kept in good working order and assets managed and tracked. 14. Vehicles and medical bags are stocked in accordance with the Medical Operations Manual. 15. Only necessary Medical Supplies and Equipment are maintained to reduce loss to inadequate stock rotation. 16. Maintain security and record keeping of all medications held by the Contractor. 17. Maintain Level “C” Personal Protective Equipment and Ballistic Vests/Helmets. 18. Hand receipts for assets are signed and Inventory control procedures are followed. PATIENT CARE REPORTS 19. Patient Care Reports are filed and reviewed in accordance with procedure established by the Medical Director using quality management software. 20. Review EMS patient care reports to ensure proper care and treatment and determine areas for improvement. 21. ALS First Responder Transport Patient Care Reports are properly documented and submitted. Emergency Medical Services ALS First Responder Agreement Page 51 PERFORMANCE METRICS 22. Reviews and monitors response times, customer satisfaction, clinical performance, and other performance metrics to attain and maintain a high level of service and to correct performance deficiencies when noted. QUALITY ASSURANCE 23. Investigates complaints from patients and concerned citizens, manages Quality Assurance Reviews and Medical Case Reviews in accordance with the EMS Rules & Regulations. 24. Prepare and forward justification for Certificates of Merit or other recognition requests for individuals who, by their actions, have performed exceptionally and deserve acclaim. 25. Determine the proficiency and skill level of provisional Paramedics and EMTs prior to recommending County Certification. 26. Attending and actively participating in EMS-related meetings and quality improvement committees. CONTINUING MEDICAL EDUCATION 27. Ensure that all Contractor Field Personnel comply with continuing medical education and other training requirements in accordance with the EMS Rules & Regulations. 28. Assist in the coordination of CME Instructors, Equipment and Training Sites. 29. Monitor the clinical competence of Field Personnel through the observation of training. FIELD RESPONSE AND SUPERVISION 30. Routinely responds to EMS Incidents to oversee clinical competence and Patient care in accordance with procedures established by the Medical Director. 31. Respond to large-scale EMS Incidents to assist in incident command, triage, logistics, or other duties as indicated by the magnitude of the incident. INFECTION CONTROL OFFICER 32. Ensures the Contractor has an active Designated Infection Control Officer and infection control program. 33. Coordinate with the Ambulance Contractor, EMS Medical Director, Public Health and Hospitals to ensure all significant exposure incidents are actively managed. This shall include making notifications, verification and documentation of exposures, and ensuring any treatment and medical follow-up occur. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2024-07003 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Low (RL), and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1721 El Trinidad Drive East and pass Ordinances 9776-24, 9777-24, and 9778-24 on first reading. (ANX2024-07003) SUMMARY: This voluntary annexation petition involves a 0.160-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the east side of El Trinidad Drive East approximately 400 feet north of State Road 590. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is contiguous to existing city boundaries on all sides; therefore, the annexation will eliminate an enclave. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property currently receives water service from Pinellas County. The closest sanitary sewer line is located in the adjacent El Trinidad Drive East right-of-way. The applicant has paid the city's sewer impact and assessment fees and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #48 located at 1700 North Belcher Road. The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property will continue to receive water service from Pinellas County. The proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Low (RL) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed Page 1 City of Clearwater Printed on 9/10/2024 File Number: ANX2024-07003 annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries on all sides; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 9/10/2024 Ordinance No. 9776-24 ORDINANCE NO. 9776-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF EL TRINIDAD DRIVE EAST APPROXIMATELY 400 FEET NORTH OF STATE ROAD 590, WHOSE POST OFFICE ADDRESS IS 1721 EL TRINIDAD DRIVE EAST, CLEARWATER, FLORIDA 33759, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 6, Less the East 32 feet, Block 1, VIRGINIA GROVE TERRACE, according to the map or plat thereof as recorded in Plat Book 37, Page 29, Public Records of Pinellas County, Florida. (ANX2024-07003) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9776-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Timothy and Rebecca Gleeson Case: ANX2024-07003 Site: 1721 El Trinidad Drive East Property Size(Acres): ROW (Acres): 0.160 Land Use Zoning PIN: 05-29-16-94320-001-0060 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264B To: Residenital Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9777-24 ORDINANCE NO. 9777-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF EL TRINIDAD DRIVE EAST APPROXIMATELY 400 FEET NORTH OF STATE ROAD 590, WHOSE POST OFFICE ADDRESS IS 1721 EL TRINIDAD DRIVE EAST, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 6, Less the East 32 feet, Block 1, VIRGINIA GROVE TERRACE, according to the map or plat thereof as recorded in Plat Book 37, Page 29, Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2024-07003) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9776-24. Ordinance No. 9777-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Timothy and Rebecca Gleeson Case: ANX2024-07003 Site: 1721 El Trinidad Drive East Property Size(Acres): ROW (Acres): 0.160 Land Use Zoning PIN: 05-29-16-94320-001-0060 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264B To: Residenital Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9778-24 ORDINANCE NO. 9778 -24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF EL TRINIDAD DRIVE EAST APPROXIMATELY 400 FEET NORTH OF STATE ROAD 590, WHOSE POST OFFICE ADDRESS IS 1721 EL TRINIDAD DRIVE EAST, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9776-24. Property Zoning District Lot 6, Less the East 32 feet, Block 1, VIRGINIA GROVE TERRACE, according to the map or plat thereof as recorded in Plat Book 37, Page 29, Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2024-07003) Ordinance No. 9778-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Timothy and Rebecca Gleeson Case: ANX2024-07003 Site: 1721 El Trinidad Drive East Property Size(Acres): ROW (Acres): 0.160 Land Use Zoning PIN: 05-29-16-94320-001-0060 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264B To: Residenital Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Timothy and Rebecca Gleeson Case: ANX2024-07003 Site: 1721 El Trinidad Drive East Property Size(Acres): ROW (Acres): 0.160 Land Use Zoning PIN: 05-29-16-94320-001-0060 From: Residential Low (RL) R-3, Single FamilyResidential Atlas Page: 264B To: Residenital Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Timothy and Rebecca Gleeson Case: ANX2024-07003 Site: 1721 El Trinidad Drive East Property Size(Acres): ROW (Acres): 0.160 Land Use Zoning PIN: 05-29-16-94320-001-0060 From: Residential Low (RL) R-3, Single FamilyResidential Atlas Page: 264B To: Residenital Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Timothy and Rebecca Gleeson Case: ANX2024-07003 Site: 1721 El Trinidad Drive East Property Size(Acres): ROW (Acres): 0.160 Land Use Zoning PIN: 05-29-16-94320-001-0060 From: Residential Low (RL) R-3, Single FamilyResidential Atlas Page: 264B To: Residenital Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings ANX2024-07003 Timothy and Rebecca Gleeson 1721 El Trinidad Drive East View looking east at the subject property Across the street, to the west of the subject property North of the subject property South of the subject property View looking northerly along El Trinidad Drive East View looking southerly along El Trinidad Drive East Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2024-07004 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU), and initial Zoning Atlas designation of Medium Density Residential (MDR) District for 1827 Douglas Avenue, together with certain right-of-way of Douglas Avenue and pass Ordinances 9779-24, 9780-24, and 9781-24 on first reading. (ANX2024-07004) SUMMARY: This voluntary annexation petition involves a 0.458-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the east side of Douglas Avenue approximately 180 feet south of Vista Way. The applicant is requesting annexation in order to receive solid waste service from the city. The Development Review Committee is proposing that the 0.80-acres of the adjacent Douglas Avenue right-of-way not currently within the city limits also be annexed. The property is contiguous to existing city boundaries to the west. It is proposed that the property be assigned a Future Land Use Map designation of Residential Urban (RU) and a Zoning Atlas designation of Medium Density Residential (MDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property currently receives water service from the city of Clearwater. Sanitary sewer service is currently not available for this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District II and service will be administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station #51 located at 1712 Overbrook Avenue. The city has adequate capacity to serve this property with solid waste, police, fire and EMS service. The proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Urban (RU) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the Medium Density Residential (MDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Community Development Code; and Page 1 City of Clearwater Printed on 9/10/2024 File Number: ANX2024-07004 ·The property proposed for annexation is contiguous to existing city boundaries to the west; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 9/10/2024 Ordinance No. 9779-24 ORDINANCE NO. 9779-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF DOUGLAS AVENUE APPROXIMATELY 180 FEET SOUTH OF VISTA WAY, WHOSE POST OFFICE ADDRESS IS 1827 DOUGLAS AVENUE, CLEARWATER, FLORIDA 33755, TOGETHER WITH CERTAIN ABUTTING RIGHT-OF-WAY OF DOUGLAS AVENUE, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “B” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for legal description. (ANX2024-07004) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9779-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” LEGAL DESCRIPTIONS ANX2024-07004 ========================================================================================= Lots 3,4 and 14, Block “C”, HARBOR VISTA SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 18, Page 41, of the Public Records of Pinellas County, Florida. Together with: All the unincorporated East half of Douglas Avenue Right-of-Way from the intersection of Overbrook Avenue going North 1,170 feet more or less. Parcel ID No: 03-29-15-36666-003-0030 Exhibit “B” PROPOSED ANNEXATION Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07004 Site: 1827 Douglas Avenue Property Size(Acres): ROW (Acres): 0.458 0.80 Land Use Zoning PIN: 03-29-15-36666-003-0030 From: Residential Urban (RU) R-4, Single, Two & Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) Ordinance No. 9780-24 ORDINANCE NO. 9780-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF DOUGLAS AVENUE APPROXIMATELY 180 FEET SOUTH OF VISTA WAY, WHOSE POST OFFICE ADDRESS IS 1827 DOUGLAS AVENUE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category See attached Exhibit “A” for legal description. Residential Urban (RU) (ANX2024-07004) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9779-24. Ordinance No. 9780-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” LEGAL DESCRIPTIONS ANX2024-07004 ========================================================================================= Lots 3,4 and 14, Block “C”, HARBOR VISTA SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 18, Page 41, of the Public Records of Pinellas County, Florida. Together with: All the unincorporated East half of Douglas Avenue Right-of-Way from the intersection of Overbrook Avenue going North 1,170 feet more or less. Parcel ID No: 03-29-15-36666-003-0030 Exhibit “B” PROPOSED FUTURE LAND USE MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07004 Site: 1827 Douglas Avenue Property Size(Acres): ROW (Acres): 0.458 Land Use Zoning PIN: 03-29-15-36666-003-0030 From: Residential Urban (RU) R-4, Single, Two & Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) Ordinance No. 9781-24 ORDINANCE NO. 9781-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF DOUGLAS AVENUE APPROXIMATELY 180 FEET SOUTH OF VISTA WAY, WHOSE POST OFFICE ADDRESS IS 1827 DOUGLAS AVENUE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS MEDIUM DENSITY RESIDENTIAL (MDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9779-24. Property Zoning District See attached Exhibit “A” for legal description. Medium Density Residential (MDR) (ANX2024-07004) Ordinance No. 9781-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” LEGAL DESCRIPTIONS ANX2024-07004 ========================================================================================= Lots 3,4 and 14, Block “C”, HARBOR VISTA SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 18, Page 41, of the Public Records of Pinellas County, Florida. Together with: All the unincorporated East half of Douglas Avenue Right-of-Way from the intersection of Overbrook Avenue going North 1,170 feet more or less. Parcel ID No: 03-29-15-36666-003-0030 Exhibit “B” PROPOSED ZONING MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07004 Site: 1827 Douglas Avenue Property Size(Acres): ROW (Acres): 0.458 Land Use Zoning PIN: 03-29-15-36666-003-0030 From: Residential Urban (RU) R-4, Single, Two & Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) LOCATION MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07004 Site: 1827 Douglas Avenue Property Size(Acres): ROW (Acres): 0.458 0.80 Land Use Zoning PIN: 03-29-15-36666-003-0030 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) AERIAL PHOTOGRAPH Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07004 Site: 1827 Douglas Avenue Property Size(Acres): ROW (Acres): 0.458 0.80 Land Use Zoning PIN: 03-29-15-36666-003-0030 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) EXISTING SURROUNDING USES MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07004 Site: 1827 Douglas Avenue Property Size(Acres): ROW (Acres): 0.458 0.80 Land Use Zoning PIN: 03-29-15-36666-003-0030 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) Detached Dwellings Detached Dwellings ANX2024-07004 Cozzy Homes LLC and L & R Luxury Homes LLC 1827 Douglas Avenue View looking east at the subject property Across the street, to the west of the subject property North of the subject property South of the subject property View looking northerly along Douglas Avenue View looking southerly along Douglas Avenue ANX2024-07004 Cozzy Homes LLC and L & R Luxury Homes LLC 1827 Douglas Avenue View looking west at the subject property, Sylvan Drive frontage Across Sylvan Drive, to the east of the subject property North of the subject property, Sylvan Drive frontage South of the subject property, Sylvan Drive frontage View looking northerly along Sylvan Drive View looking southerly along Sylvan Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2024-07005 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 11.3 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU), and initial Zoning Atlas designation of Medium Density Residential (MDR) District for an unaddressed parcel on Sylvan Drive and pass Ordinances 9782-24, 9783-24, and 9784-24 on first reading. (ANX2024-07005) SUMMARY: This voluntary annexation petition involves a 0.448-acre property consisting of one parcel of vacant land. The property is located on the west side of Sylvan Drive approximately 270 feet south of Vista Way. The applicant is requesting annexation in order to receive water and solid waste service from the city. The property will be contiguous to existing city boundaries to the north and west contingent upon the annexation of property located at 1827 Douglas Avenue (ANX2024-07004). It is proposed that the property be assigned a Future Land Use Map designation of Residential Urban (RU) and a Zoning Atlas designation of Medium Density Residential (MDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property is currently vacant and does not receive water service from the city of Clearwater; however, this service is available. The applicant is aware of the costs to extend city water service to the property. Sanitary sewer service is currently not available for this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District II and service will be administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station #51 located at 1712 Overbrook Avenue. The city has adequate capacity to serve this property with water, solid waste, police, fire and EMS service. The proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. ·The proposed Residential Urban (RU) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the Medium Density Residential (MDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation will be contiguous to existing city boundaries to the north and west contingent upon the annexation of property located at 1827 Douglas Avenue (ANX2024-07004); Page 1 City of Clearwater Printed on 9/10/2024 File Number: ANX2024-07005 therefore, the annexation is consistent with Florida Statutes Chapter 171.044. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 9/10/2024 Ordinance No. 9782-24 ORDINANCE NO. 9782-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE WEST SIDE OF SYLVAN DRIVE APPROXIMATELY 270 FEET SOUTH OF VISTA WAY, IN CLEARWATER, FLORIDA 33755 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lots 15, 16 and 17, Block "C", HARBOR VISTA SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 18, Page 41, of the Public Records of Pinellas County, Florida. (ANX2024-07005) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9779-24. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9782-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07005 Site: Unaddressed Sylvan Drive Property Size(Acres): ROW (Acres): 0.448 Land Use Zoning PIN: 03-29-15-36666-003-0150 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) Ordinance No. 9783-24 ORDINANCE NO. 9783-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE WEST SIDE OF SYLVAN DRIVE APPROXIMATELY 270 FEET SOUTH OF VISTA WAY, IN CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lots 3, 4 and 14, Block "C", HARBOR VISTA SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 18, Page 41, of the Public Records of Pinellas County, Florida. Residential Urban (RU) (ANX2024-07005) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9782-24. Ordinance No. 9783-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07005 Site: Unaddressed Sylvan Drive Property Size(Acres): ROW (Acres): 0.448 Land Use Zoning PIN: 03-29-15-36666-003-0150 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) Ordinance No. 9784-24 ORDINANCE NO. 9784-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF SYLVAN DRIVE APPROXIMATELY 270 FEET SOUTH OF VISTA WAY, IN CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS MEDIUM DENSITY RESIDENTIAL (MDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9782-24. Property Zoning District Lots 3, 4 and 14, Block "C", HARBOR VISTA SUBDIVISION, according to the map or plat thereof, as recorded in Plat Book 18, Page 41, of the Public Records of Pinellas County, Florida. Medium Density Residential (MDR) (ANX2024-07005) Ordinance No. 9784-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07005 Site: Unaddressed Sylvan Drive Property Size(Acres): ROW (Acres): 0.448 Land Use Zoning PIN: 03-29-15-36666-003-0150 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) LOCATION MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07005 Site: Unaddressed Sylvan Drive Property Size(Acres): ROW (Acres): 0.448 Land Use Zoning PIN: 03-29-15-36666-003-0150 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) AERIAL PHOTOGRAPH Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07005 Site: Unaddressed Sylvan Drive Property Size(Acres): ROW (Acres): 0.448 Land Use Zoning PIN: 03-29-15-36666-003-0150 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) EXISTING SURROUNDING USES MAP Owner(s): Cozzy Homes LLC and L & R Luxury Homes LLC Case: ANX2024-07005 Site: Unaddressed Sylvan Drive Property Size(Acres): ROW (Acres): 0.448 Land Use Zoning PIN: 03-29-15-36666-003-0150 From: Residential Urban (RU) R-4, Single, Two &Three Family Residential Atlas Page: 260B To: Residenital Urban (RU) Medium Density Residential (MDR) Detached Dwellings Detached/Attached Dwellings ANX2024-07005 Cozzy Homes LLC and L & R Luxury Homes LLC Unaddressed Sylvan Drive View looking west at the subject property Across Sylvan Drive, to the east of the subject property North of the subject property South of the subject property View looking northerly along Sylvan Drive View looking southerly along Sylvan Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2024-07006 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 11.4 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Low (RL), and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2135 Pleasant Parkway and pass Ordinances 9785-24, 9786-24, and 9787-24 on first reading. (ANX2024-07006) SUMMARY: This voluntary annexation petition involves a 0.637-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the south side of Pleasant Parkway approximately 330 feet south of Bell Cheer Drive. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is contiguous to existing city boundaries on all sides; therefore, the annexation would result in the elimination of an enclave. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property currently receives water service from Pinellas County. The closest sanitary sewer line is located within the adjacent Pleasant Parkway right-of-way. The applicant has not paid the required sewer impact fee and is aware that the impact fee must be paid in full prior to connection and of the additional costs to extend city sewer service to the property. Collection of solid waste will be provided by the city. The property is located within Police District III and service will be administered through the district headquarters located at 2851 North McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #49 located at 565 Sky Harbor Drive. The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property will continue to receive water service from Pinellas County. The proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of the Clearwater Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Low (RL) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. The proposed RL designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. Page 1 City of Clearwater Printed on 9/10/2024 File Number: ANX2024-07006 The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries on all sides and results in the elimination of an enclave; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 9/10/2024 Ordinance No. 9785-24 ORDINANCE NO. 9785-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF PLEASANT PARKWAY APPROXIMATELY 330 FEET SOUTH OF BELL CHEER DRIVE, WHOSE POST OFFICE ADDRESS IS 2135 PLEASANT PARKWAY, CLEARWATER, FLORIDA 33764, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: East ½ of Lot 8 and all of Lots 9 and 10, PLEASANT RIDGE ESTATES, according to the plat thereof, as recorded in Plat Book 53, Page 71 of the Public Records of Pinellas County, Florida. (ANX2024-07006) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9785-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Zachary and Stephanie Morales Case: ANX2024-07006 Site: 2135 Pleasant Parkway Property Size(Acres): ROW (Acres): 0.637 Land Use Zoning PIN: 24-29-15-72144-000-0090 From: Residential Low (RL) R-1 Single Family Residential Atlas Page: 308B To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9786-24 ORDINANCE NO. 9786-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF PLEASANT PARKWAY APPROXIMATELY 330 FEET SOUTH OF BELL CHEER DRIVE, WHOSE POST OFFICE ADDRESS IS 2135 PLEASANT PARKWAY, CLEARWATER, FLORIDA 33764, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category East ½ of Lot 8 and all of Lots 9 and 10, PLEASANT RIDGE ESTATES, according to the plat thereof, as recorded in Plat Book 53, Page 71 of the Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2024-07006) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9785-24. Ordinance No. 9786-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Zachary and Stephanie Morales Case: ANX2024-07006 Site: 2135 Pleasant Parkway Property Size(Acres): ROW (Acres): 0.637 Land Use Zoning PIN: 24-29-15-72144-000-0090 From: Residential Low (RL) R-1 Single Family Residential Atlas Page: 308B To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9787-24 ORDINANCE NO. 9787-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF PLEASANT PARKWAY APPROXIMATELY 330 FEET SOUTH OF BELL CHEER DRIVE, WHOSE POST OFFICE ADDRESS IS 2135 PLEASANT PARKWAY, CLEARWATER, FLORIDA 33764, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9785-24. Property Zoning District East ½ of Lot 8 and all of Lots 9 and 10, PLEASANT RIDGE ESTATES, according to the plat thereof, as recorded in Plat Book 53, Page 71 of the Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2024-07006) Ordinance No. 9787-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Zachary and Stephanie Morales Case: ANX2024-07006 Site: 2135 Pleasant Parkway Property Size(Acres): ROW (Acres): 0.637 Land Use Zoning PIN: 24-29-15-72144-000-0090 From: Residential Low (RL) R-1 Single Family Residential Atlas Page: 308B To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Zachary and Stephanie Morales Case: ANX2024-07006 Site: 2135 Pleasant Parkway Property Size(Acres): ROW (Acres): 0.637 Land Use Zoning PIN: 24-29-15-72144-000-0090 From: Residential Low (RL) R-1 Single Family Residential Atlas Page: 308B To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Zachary and Stephanie Morales Case: ANX2024-07006 Site: 2135 Pleasant Parkway Property Size(Acres): ROW (Acres): 0.637 Land Use Zoning PIN: 24-29-15-72144-000-0090 From: Residential Low (RL) R-1 Single Family Residential Atlas Page: 308B To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Zachary and Stephanie Morales Case: ANX2024-07006 Site: 2135 Pleasant Parkway Property Size(Acres): ROW (Acres): 0.637 Land Use Zoning PIN: 24-29-15-72144-000-0090 From: Residential Low (RL) R-1 Single Family Residential Atlas Page: 308B To: Residential Low (RL) Low Medium Density Residential (LMDR) Open Space Single Family Residential Single Family Residential ANX2024-07006 Zachary and Stephanie Morales 2135 Pleasant Parkway View looking south at subject property 2135 Pleasant Parkway West of the subject property Across the street, to the north of the subject property View looking westerly along Pleasant Parkway East of the subject property View looking easterly along Pleasant Parkway Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0826 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 11.5 SUBJECT/RECOMMENDATION: Update to the City’s Implementation of the Live Local Act’s zoning preemptions. (WSO) SUMMARY: On March 29, 2023, Governor Ron DeSantis signed Senate Bill (SB) 102, the Live Local Act, to provide developers with incentives to construct affordable and workforce housing throughout the State of Florida, with the aim of helping people live within the communities they work. Senate Bill (SB) 328 provided updates to the Live Local Act which the Governor signed into law on May 16, 2024. This agenda item focuses on the changes that were provided for in SB 328, including the preemption of development intensity, certain height restrictions, additional parking reductions, and other changes for clarity. STRATEGIC PRIORITY: Implementation of the Live Local Act supports two of the city’s strategic priority areas - Economic & Housing Opportunity and Community Well Being - by implementing one of the state of Florida’s housing programs aimed at increasing the supply of affordable housing through the clarification of local processes and development standards. Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1071 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Approve Submerged Land Lease (SLL) between the State of Florida and the City of Clearwater for the shared docking facility adjacent to the Beach Recreation Center and authorize the appropriate officials to execute same. (consent) SUMMARY: This shared docking facility has been operating under a Submerged Land Lease (SSL) since April 30, 2019. This SLL authorizes a forty-two slip commercial docking facility for the mooring of recreational vessels. Fifteen or 36% of these slips are open to the public free of charge on a first come basis. The remaining twenty-seven or 64% of the slips will be used by the Sandpearl Resort under a separate Docking Agreement between the City and Sandpearl Resort, LLC. The Docking Agreement between the City and Sandpearl Resorts, LLC., affords the City the unilateral decision to extend the agreement every five years through April 30, 2049. Currently, our agreement with the Sandpearl runs through April 30, 2029. APPROPRIATION CODE AND AMOUNT: Funds are available in non-departmental cost code 0107010-544300 (rentals-land; 64%) and Parks & Recreation cost code 0101374-544300 (rentals-land; 36%), to fund this agreement. Offsetting revenues will be coded to General Fund reimbursement revenue code 010-369903. These cost codes are funded by General Fund revenues. 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. 2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1008 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to Trihedral Inc. of Orlando, FL, for the upgrade to VT SCADA software, in the amount of $169,524.60 with the option for two, one-year renewals for support in an annual amount of $24,245.50 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) SUMMARY: SCADA (Supervisory Control and Data Acquisition) monitors and control industrial processes, such as water treatment plants, power stations, and manufacturing facilities. Essentially, a computer system that helps manage and automate large-scale operations, ensuring everything runs smoothly and efficiently. McKim & Creed, the City’s EOR, was tasked with doing all the field research for the SCADA masterplan. In this research they investigated four of the major SCADA programs that are being sold worldwide. Those programs included VT Scada by Trihedral, Factory talk SE, Plant SCADA by Aveva, and System Platform by Aveva. The Scada research was scored based on a multitude of different factors and it was determined that VT Scada ranked highest overall. Why Upgrade from Citect SCADA 2016 R2 to VT SCADA by Trihedral ·Enhanced Reliability and Performance ·Better Security ·User-Friendly Interface ·Advanced Features ·Support and Updates ·Lower operational costs and support costs By upgrading to VT SCADA, The City can ensure its infrastructure remains reliable, secure, and efficient, ultimately providing better service to the community. The development of Citect SCADA has been discontinued by its owner. Consequently, the software will no longer receive updates. This causes a major cyber security issue for the city due to the lack of patches to fix any vulnerabilities. The first year of support for VT SCADA is included in the purchase. After the first year, support renewed annually at a locked in rate of 15 percent of the overall purchase cost which will be $24,245.25 and is guaranteed by the manufacturer to not increase while the service agreement is maintained. APPROPRIATION CODE AND AMOUNT: 3217321-564300-96721 - $169,524.50 Funds are available in capital project 96721, System R&R to fund this purchase order. Future funding for annual maintenance fees will be included in the Public Utilities operating budget request. The Public Utilities department and project 96721 are funded by Water and Sewer Utility Enterprise revenues. STRATEGIC PRIORITY: Upgrading to a new SCADA system enhances the city's ability to maintain responsive and reliable public Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1008 services by providing real-time monitoring and improved resource management. This ensures consistent service quality, efficient resource allocation, and scalability to meet future needs, aligning with the strategic goal of high performing government. Page 2 City of Clearwater Printed on 9/10/2024 Trihedral, Inc. 7380 West Sand Lake Road, Suite 100, Orlando, FL, 32819 P 1 (407) 888-8203 info@trihedral.com VTScada.com May 2, 2024 City of Clearwater 1605 Harbor Drive Clearwater, FL 33755 USA To Whom it May Concern: Please accept this letter confirming that Trihedral Engineering Limited is the sole manufacturer of VTScada software. VTScada software has been in use worldwide since 1986. It is primarily used to allow the adaptation of SCADA (Supervisory Control and Data Acquisition) to various proprietary hardware devices and applications. We appreciate the continued opportunity to work with you on providing the most comprehensive and open SCADA solution. Yours truly, Bryan Sinkler Technical Sales Trihedral, Inc. • 7380 West Sand Lake Road, Suite 100 • Orlando, Florida 32819 • USAPhone: (407) 888-8203 • Fax: (902) 835-0369http://www.trihedral.com Quotation Quote Number Q30258 Terms Net 30 Days 05-03-2024Date Bryan SinklerSales Person Bill To Ship To 06-02-2024Valid Until Tax ID# 26-0449423Wayne La Fleur City of Clearwater - FL 1650 N. Arcturus Clearwater, FL 33765 USA Wayne La Fleur City of Clearwater - FL 1650 N. Arcturus Clearwater, FL 33765 USA Tax Info. Please allow up to two business days to process yourorder, and if applicable, include the Trihedral Quote # onyour PO. Clearwater, FL - New License - RO WTP 1 #Qty.Product Unit Price Ext. Price 1 1 VTScada 10K - Runtime - New - Includes Three Months of SupportPlus $ 4,895.00 $ 4,895.00 2 1 VTScada 10K - 3rd Party Data Sharing - New - Includes Three Months of SupportPlus $ 2,695.00 $ 2,695.00 3 1 SupportPlus - Additional Nine Months $ 853.92 $ 853.92 4 1 24/7 Emergency Support $ 379.50 $ 379.50 Proposed SupportPlus Expiry Date: One Year from Purchase DateLicense Value for Renewals: $7,590.00*Future Annual SupportPlus Renewals: $1,138.50 Group Totals $ 8,823.42Subtotal: $ 8,823.42Total: Clearwater, FL - New License - RO WTP 1 #Qty.Product Unit Price Ext. Price 1 1 VTScada 10K - Runtime - New - Includes Three Months of SupportPlus $ 4,895.00 $ 4,895.00 2 1 SupportPlus - Additional Nine Months $ 550.71 $ 550.71 3 1 24/7 Emergency Support $ 244.75 $ 244.75 Proposed SupportPlus Expiry Date: One Year from Purchase DateLicense Value for Renewals: $4,895.00*Future Annual SupportPlus Renewals: $734.25 Group Totals $ 5,690.46Subtotal: $ 5,690.46Total: Clearwater, FL - New Bundle - RO WTP2 #Qty.Product Unit Price Ext. Price 1 1 ~•~VTScada 10K Dual Server Premium~•~New $ 36,195.00 $ 36,195.00 1 2 VTScada 10K - Development Runtime 2 2 VTScada 10K - Alarm Notification 3 1 VTScada 10K - Thin Client - Unlimited 4 1 Bundle SupportPlus 5 1 Bundle 24/7 Emergency Support 6 1 VTScada Training Course Credit - $1,000.00 7 1 Bundle Discount Proposed SupportPlus Expiry Date: One Year from Purchase DateBundle Value for Renewals: $36,195.00*Future Annual SupportPlus Renewals: $5,429.25 1 4/ Trihedral, Inc. • 7380 West Sand Lake Road, Suite 100 • Orlando, Florida 32819 • USAPhone: (407) 888-8203 • Fax: (902) 835-0369http://www.trihedral.com Group Totals $ 36,195.00Subtotal: $ 36,195.00Total: Clearwater, FL - New License - RO WTP 3 #Qty.Product Unit Price Ext. Price 1 2 VTScada 10K - Runtime - New - Includes Three Months of SupportPlus $ 4,895.00 $ 9,790.00 2 2 SupportPlus - Additional Nine Months $ 550.71 $ 1,101.42 3 2 24/7 Emergency Support $ 244.75 $ 489.50 Proposed SupportPlus Expiry Date: One Year from Purchase DateLicense Value for Renewals: $9,790.00*Future Annual SupportPlus Renewals: $1,468.50 Group Totals $ 11,380.92Subtotal: $ 11,380.92Total: Clearwater, FL - New Bundle - Northeast APCF (Wastewater) #Qty.Product Unit Price Ext. Price 1 1 ~•~VTScada 25K Dual Server Premium~•~New $ 49,895.00 $ 49,895.00 1 2 VTScada 25K - Development Runtime 2 2 VTScada 25K - Alarm Notification 3 1 VTScada 25K - Thin Client - Unlimited 4 1 Bundle SupportPlus 5 1 Bundle 24/7 Emergency Support 6 1 VTScada Training Course Credit - $1,000.00 7 1 Bundle Discount Proposed SupportPlus Expiry Date: One Year from Purchase DateBundle Value for Renewals: $49,895.00*Future Annual SupportPlus Renewals: $7,484.25 Group Totals $ 49,895.00Subtotal: $ 49,895.00Total: Clearwater, FL - New License - East APCF (Wastewater) #Qty.Product Unit Price Ext. Price 1 1 VTScada 25K - Runtime - New - Includes Three Months of SupportPlus $ 5,795.00 $ 5,795.00 2 1 VTScada 25K - 3rd Party Data Sharing - New - Includes Three Months of SupportPlus $ 3,095.00 $ 3,095.00 3 1 SupportPlus - Additional Nine Months $ 1,000.17 $ 1,000.17 4 1 24/7 Emergency Support $ 444.50 $ 444.50 Proposed SupportPlus Expiry Date: One Year from Purchase DateLicense Value for Renewals: $8,890.00Future Annual SupportPlus Renewals: $1,333.50 Group Totals $ 10,334.67Subtotal: $ 10,334.67Total: Clearwater, FL - New License - East APCF (Wastewater) #Qty.Product Unit Price Ext. Price 1 1 VTScada 25K - Runtime - New - Includes Three Months of SupportPlus $ 5,795.00 $ 5,795.00 2 1 SupportPlus - Additional Nine Months $ 651.96 $ 651.96 3 1 24/7 Emergency Support $ 289.75 $ 289.75 2 4/ Trihedral, Inc. • 7380 West Sand Lake Road, Suite 100 • Orlando, Florida 32819 • USAPhone: (407) 888-8203 • Fax: (902) 835-0369http://www.trihedral.com Proposed SupportPlus Expiry Date: One Year from Purchase DateLicense Value for Renewals: $5,795.00Future Annual SupportPlus Renewals: $869.25 Group Totals $ 6,736.71Subtotal: $ 6,736.71Total: Clearwater, FL - New License - Marshall Street APCF (Wastewater) #Qty.Product Unit Price Ext. Price 1 2 VTScada 25K - Runtime - New - Includes Three Months of SupportPlus $ 5,795.00 $ 11,590.00 2 2 SupportPlus - Additional Nine Months $ 651.96 $ 1,303.92 3 2 24/7 Emergency Support $ 289.75 $ 579.50 Proposed SupportPlus Expiry Date: One Year from Purchase DateLicense Value for Renewals: $11,590.00*Future Annual SupportPlus Renewals: $1,738.50 Group Totals $ 13,473.42Subtotal: $ 13,473.42Total: Clearwater, FL - New Bundle - Liftstations #Qty.Product Unit Price Ext. Price 1 1 ~•~VTScada 5K Dual Server Premium~•~New $ 26,995.00 $ 26,995.00 1 2 VTScada 5K - Development Runtime 2 2 VTScada 5K - Alarm Notification 3 1 VTScada 5K - Thin Client - Unlimited 4 1 Bundle SupportPlus 5 1 Bundle 24/7 Emergency Support 6 1 VTScada Training Course Credit - $1,000.00 7 1 Bundle Discount Proposed SupportPlus Expiry Date: One Year from Purchase DateBundle Value for Renewals: $26,995.00*Future Annual SupportPlus Renewals: $4,049.25 *Future Annual SupportPlus, which includes technical support and software upgrades, is calculatedat 15% per year of the combined license components. This rate will never increase as long asSupportPlus is maintained. This does not include 24/7 Emergency Support. Group Totals $ 26,995.00Subtotal: $ 26,995.00Total: Quotation Totals US DollarCurrency: $ 169,524.60Subtotal: $ 169,524.60Total: 3 4/ Trihedral, Inc. • 7380 West Sand Lake Road, Suite 100 • Orlando, Florida 32819 • USAPhone: (407) 888-8203 • Fax: (902) 835-0369http://www.trihedral.com Terms and Conditions: This quote shall be governed exclusively by the VTScada Software License Agreement (Standard Conditions) FL, VSLASCFL v1.2 2018-06-08,and the VTScada Software Standard Support Services Agreement (SC) FL, VSSSSASCFL v. 1.2 2019-02-26, available athttps://www.vtscada.com/tinc-license-agreements/. VTScada support and upgrade pricing are in accordance with the previously accepted license agreement terms and any differing purchase orderterms proposed will not be accepted without written agreement by Trihedral. A SupportPlus renewal quote contains legacy pricing that is contingent upon the receipt of a purchase order before the quote expiry date (as agreedto under the VTScada license terms of the original license). Purchase orders received with an alteration of previously accepted terms, or after thequote expiry date, will require a re-quote of the renewal price at current pricing. Quotation Accepted By Quote Number Q30258 Print Name ___________________________ Title ___________________________ Signature ___________________________ Date ___________________________ Powered by TCPDF (www.tcpdf.org) 4 4/ PUBLIC UTILITIES REQUISITION REQUEST FORM Revised: 5/11/18 Select Type X Sole Source NOTE: Exempt from bidding 2.563(1)(a): SOLE SOURCE LETTER ADDRESSED TO CITY AND DIRECTOR (OR DESIGNEE) JUSTIFICATION ATTACHED. (Complete Sole Source section below) Standardization– NOTE: Exempt from bidding 2.563(1)(d): IMPRACTICAL TO BID (Complete Sole Source Section below and state why it is impractical to bid) Standardization $1,000 - $2,499.99 Purchasing a Fixed Asset (Quote for equipment) $2,500 - $50,000 (3 Quotes) $50,000 - $99,999 (Formal Bid) $100,000 (Agenda City Council Approval) Note: Certificate of Insurance is required for vendor on City property or working on City asset DATE 5-10-24 VENDOR Trihedral INC AMOUNT $169,524.60 SHIP TO NA VENDOR EMAIL Bryan.Sinkler@trihedral.com EMPLOYEE Wayne La Fleur ACCT CODE SOLE SOURCE SECTION What are we buying? VT SCADA Estimated cost/timeframe? What is the benefit for the agency/city/public? To purchase an updated SCADA program that can perform to the city’s needs based on the recommendations from the SCADA masterplan. What about this vendor makes them a single source? Trihedral created the software. What is unique about the product? Based on the SCADA masterplan study this product is the most cost effective over a 10-year period for both original purchase and service than any of the other major software programs and it also has additional features that come with the original purchase whereas its competitors either offer those features at an additional cost or don’t offer it at all. Is there an alternative available? Yes If so, why is not acceptable? Based on the engineer’s experience. This product was found to be the most cost effective and was found to have more included features in the original purchase that its competitors did not. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1094 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 13.2 SUBJECT/RECOMMENDATION: Authorize the continuing use of construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $21,500,000 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent) SUMMARY: The City has initiated a comprehensive maintenance program to clean, inspect, rehabilitate, and repair existing sanitary sewer pipelines and manholes throughout its wastewater collection system (WWCS). The goal is to maintain the integrity of the sanitary sewer system and minimize inflow & infiltration of groundwater and stormwater. There are six groups of different types of work included in this program: Group A through Group F. Per Invitation to Bid 22-0006-UT, bids were reviewed by city staff based on unit prices and are awarded to the lowest responsible bids received in accordance with plans and specifications. The initial term of this contract was approved by Council on September 15, 2022. The second term of this contract was approved by Council on September 21, 2023. This authorization is for the third renewal option available under this ITB. After this renewal, the City will have one additional renewal option remaining. Inliner Solutions, LLC will be continuing the contract to perform Group A - Sanitary Sewer Trenchless Reconstruction. This work includes cured in place pipelining of selected sanitary sewer pipelines to rebuild the pipe’s structural integrity, not to exceed $3,000,000.00 per one-year term. Inliner Solutions, LLC will also be continuing the contract to perform Group B - Cleaning and Video inspection services. This work includes gravity main cleaning and inspection services, not to exceed $2,000,000.00 per one-year term. Rowland, Inc. will be continuing the contract to perform Group C - Emergency/Non-Emergency Repairs and Improvements of Gravity Sewers, Force Mains and Manholes, not to exceed $11,000,000.00 per one-year term. Rowland, Inc. will also be continuing the contract to perform Group D - Sanitary Cleanouts and Lateral installations, not to exceed $2,000,000.00 per one-year term. Engineered Spray Solutions will be continuing the contract to perform Group E - Manhole Surfacing Services, not to exceed $3,000,000.00 per one-year term. USSI, LLC will be continuing the contract to perform Group F - Smoke and Dye Testing, not to exceed $500,000.00 per one-year term. The City and its WWCS Program Consultant will direct the above contractors to high priority areas as identified in the Public Utilities Department Capital Improvement Plan, the WWCS Master Plan, and ongoing Inflow & Infiltration investigations. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system including all gravity sewer, force main pipelines and manholes that convey raw sewage to the lift stations and/or city Water Reclamation Facilities. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96665 $3,000,000 3217321-546900-96665 $ 2,000,000 Page 1 City of Clearwater Printed on 9/10/2024 File Number: ID#24-1094 3277327-546900-96665 $7,000,000 3217321-546900-96664 $2,000,000 3217321-546900-96212 $ 2,000,000 3217321-546900-96665 $ 2,000,000 3217321-546900-96665 $ 3,000,000 3217321-546900-96665 $ 500,000 Sufficient funding is available for these purchase orders in the following capital projects: 96665, Sanitary Sewer R&R; 96664, Water Pollution Control (WPC) R&R; and 96212, Sanitary Sewer Upgrades/Improvements. These projects are funded by Water and Sewer Utility Enterprise Fund revenues. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, award of a Construction Contract is requested. The project also aligns with the City’s Strategic goals of Environmental Stewardship. Page 2 City of Clearwater Printed on 9/10/2024 |1CITY OF CLEARWATER 2024 Sewer Point Repairs and Improvements (City Project #22-0006-UT, Council Item No. __) September 2024 |2CITY OF CLEARWATER 1 WWCS BACKGROUND 2 WWCS MASTER PLAN 3 WWCS PROGRAM OVERVIEW 4 SUMMARY 5 Q&A |3CITY OF CLEARWATER 1- WWCS BACKGROUND Public Utilities Department Operates & Maintains the following Wastewater Collection systems: •8,300 manholes •370 miles of gravity sewer •73 lift stations •38 miles of force main •Sub-divided into 3 service basins: •East Water Reclamation Facility (WRF) •Marshall St. WRF •Northeast WRF |4CITY OF CLEARWATER 2– WWCS MASTER PLAN |5CITY OF CLEARWATER 2– WWCS MASTER PLAN |6CITY OF CLEARWATER 2 – WWCS MASTER PLAN |7CITY OF CLEARWATER 3 – WWCS PROGRAM OVERVIEW WWCS Program Consultant (Hazen & Sawyer, Council Approved June 3, 2021, Item #21-9201) Contractor Oversight Other Program Components •WWCS Flow Monitoring •Sewer Point Repairs Contracts (As-Needed) •Group A – Sanitary Sewer Trenchless Reconstruction •Group B – Sewer Cleaning and Televising Inspections •Group C – Emergency/Non-Emergency Repairs/ Improvements of Sewer, Force Main, and Manholes •Group D – Sanitary Cleanouts and Laterals •Group E – Manhole Surfacing •Group F – Smoke and Dye Testing •WWCS Program Prioritization and Tracking •Hydraulic Modeling •Designs: •New Pipelines •Capacity Increases •Pipeline Relocations •Coordination with Lift Station, WRF Programs$21.5 M |8CITY OF CLEARWATER GROUP A – SANITARY SEWER TRENCHLESS RECONSTRUCTION 1.https://www.compositesone.com/process/cured-in-place-pipe/ 2.https://ustrenchless.com/services/pipe-lining/ 1 2 |9CITY OF CLEARWATER GROUP A – SANITARY SEWER TRENCHLESS RECONSTRUCTION Before Rehab After Rehab |10CITY OF CLEARWATER GROUP A – SANITARY SEWER TRENCHLESS RECONSTRUCTION •Year 2 Budget: $5,000,000 •Utilized: $1,500,000 (est.) •34,000 feet installed •Contractor capacity lower than anticipated •Year 3 Recommendation: $3,000,000 |11CITY OF CLEARWATER GROUP B – SEWER CLEANING & TELEVISING INSPECTIONS |12CITY OF CLEARWATER GROUP B – SEWER CLEANING & TELEVISING INSPECTIONS •Year 2 Budget: $2,000,000 •Utilized: $250,000 (est.) •8,800 feet of sanitary sewer inspected with closed circuit television (CCTV) •Year 3 Recommendation: $2,000,000 |13CITY OF CLEARWATER GROUP C – EMERGENCY/NON-EMERGENCY REPAIRS & IMPROVEMENTS |14CITY OF CLEARWATER GROUP C – EMERGENCY/NON-EMERGENCY REPAIRS & IMPROVEMENTS •Year 2 Budget: $15,000,000 •Utilized: $8,000,000 (est.) •65 point repair work orders completed or in progress •Multiple crews engaged •Progress aligned with expectations •Year 3 Recommendation: $11,000,000 |15CITY OF CLEARWATER GROUP D – CLEANOUTS & SEWER LATERALS 1.https://www.cityofnoblesville.org/topic/subtopic.php?topicid=2 69&structureid=16 |16CITY OF CLEARWATER GROUP D – CLEANOUTS & SEWER LATERALS Before Rehab After Rehab6 Lane Div. Hwy Gulf to Bay Blvd |17CITY OF CLEARWATER GROUP D – CLEANOUTS & SEWER LATERALS •Year 2 Budget: $6,000,000 •Utilized: $500,000 (est.) •175 laterals lined •Lining, when possible, is more cost efficient than full replacement, reducing replacement costs •Potential significant infiltration and inflow (I&I) reduction •Year 3 Recommendation: $2,000,000 |18CITY OF CLEARWATER GROUP E – MANHOLE RESURFACING Before Rehab After Rehab Before Rehab After Rehab |19CITY OF CLEARWATER GROUP E – MANHOLE SURFACING •Year 2 Budget: $3,000,000 •Utilized: $3,000,000 (est.) •Successfully demonstrated ability to scale •367+ manholes coated •1,600+ total vertical feet of polyurethane coating applied •242 frame/corbel connections resealed •2,000+ ft of injection grouting installed to prevent infiltration and inflow (I&I) •Year 3 Recommendation: $3,000,000 |20CITY OF CLEARWATER GROUP F – SMOKE & DYE TESTING |21CITY OF CLEARWATER GROUP F – SMOKE & DYE TESTING •Year 2 Budget: $750,000 •Utilized: $580,000 •1.2 million feet (226 miles) of pipe smoke tested •Year 3 Recommendation: $500,000 |22CITY OF CLEARWATER SUMMARY BY YEAR Section Year 1 Year 2*Total to Date Qty Qty Qty Percent of System A (CIPP)53,300 ft 34,000 ft 87,300 4 B (CCTV)78,000 ft 8,800 ft 86,800 4 C (Repairs)130 repairs 65 repairs 195 repairs N/A D (Laterals)18 175 193 0.6 E (MH Spray Coating)245 MHs 367 MHs 612 7.4 F (Smoke & Dye Testing) 71 miles 226 miles 297 73 * As of August 7, 2024 |23CITY OF CLEARWATER 4- SUMMARY WWCS On-Call Contractors •Total for 6 Contracts: $21,500,000* •Providing emergency and proactive preventive maintenance work to be renewed each year for up to 2 more years then rebid. •Each year approved by Council. •Contractor bids for capital projects will still be brought to City Council for approval. *Total annual not to exceed. Unused funds revert to Public Utilities |24CITY OF CLEARWATER 4 - SUMMARY Benefits to Clearwater of WWCS Program •Proactive maintenance reduces new construction and emergency work, which costs 5 to 10 times more •Reduces I&I over time by eliminating cracks, root intrusion, and other defects •Reduces overflow risks by removing causes of backups •Identifies parts of system needing priority focus or funding priority •Protects public health and safety |25CITY OF CLEARWATER 5 – QUESTIONS? DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 -$ -$ 3,000.00$ 60,000.00$ -$ -$ -$ -$ 4,000.00$ 80,000.00$ Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 -$ -$ 41.00$ 20,500.00$ -$ -$ -$ -$ 41.10$ 20,550.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 -$ -$ 39.00$ 780,000.00$ -$ -$ -$ -$ 35.00$ 700,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 -$ -$ 46.00$ 230,000.00$ -$ -$ -$ -$ 44.70$ 223,500.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 -$ -$ 53.00$ 53,000.00$ -$ -$ -$ -$ 50.80$ 50,800.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 -$ -$ 65.00$ 6,500.00$ -$ -$ -$ -$ 115.90$ 11,590.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 -$ -$ 73.00$ 146,000.00$ -$ -$ -$ -$ 87.00$ 174,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 -$ -$ 85.00$ 8,500.00$ -$ -$ -$ -$ 164.60$ 16,460.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 -$ -$ 109.00$ 327,000.00$ -$ -$ -$ -$ 128.20$ 384,600.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 -$ -$ 175.00$ 26,250.00$ -$ -$ -$ -$ 215.90$ 32,385.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 -$ -$ 356.00$ 17,800.00$ -$ -$ -$ -$ 487.60$ 24,380.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’EA 5 -$ -$ 3,850.00$ 19,250.00$ -$ -$ -$ -$ 2,647.40$ 13,237.00$ 3b 10.1’-20’EA 2 -$ -$ 3,957.00$ 7,914.00$ -$ -$ -$ -$ 5,294.70$ 10,589.40$ 3c 20.1’-30’EA 2 -$ -$ 4,044.00$ 8,088.00$ -$ -$ -$ -$ 7,942.10$ 15,884.20$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’EA 5 -$ -$ 3,843.00$ 19,215.00$ -$ -$ -$ -$ 1,906.10$ 9,530.50$ 4b 10.1’-20’EA 2 -$ -$ 4,316.00$ 8,632.00$ -$ -$ -$ -$ 2,753.30$ 5,506.60$ 4c 20.1’-30’EA 2 -$ -$ 4,350.00$ 8,700.00$ -$ -$ -$ -$ 4,659.40$ 9,318.80$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’EA 5 -$ -$ 4,205.00$ 21,025.00$ -$ -$ -$ -$ 2,223.80$ 11,119.00$ 5b 10.1’-20’EA 2 -$ -$ 4,510.00$ 9,020.00$ -$ -$ -$ -$ 4,447.60$ 8,895.20$ 5c 20.1’-30’EA 2 -$ -$ 4,747.00$ 9,494.00$ -$ -$ -$ -$ 6,671.40$ 13,342.80$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’EA 5 -$ -$ 4,216.00$ 21,080.00$ -$ -$ -$ -$ 2,965.10$ 14,825.50$ City Of Clearwater 2023 Sewer Point Repair and Improvements Group A: Sanitary Sewer Trenchless Reconstruction Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 1 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 6b 10.1’-20’EA 2 -$ -$ 4,622.00$ 9,244.00$ -$ -$ -$ -$ 5,930.10$ 11,860.20$ 6c 20.1’-30’EA 2 -$ -$ 4,894.00$ 9,788.00$ -$ -$ -$ -$ 8,895.20$ 17,790.40$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’EA 5 -$ -$ 4,455.00$ 22,275.00$ -$ -$ -$ -$ 3,176.80$ 15,884.00$ 7b 10.1’-20’EA 2 -$ -$ 4,965.00$ 9,930.00$ -$ -$ -$ -$ 6,353.70$ 12,707.40$ 7c 20.1’-30’EA 2 -$ -$ 5,343.00$ 10,686.00$ -$ -$ -$ -$ 9,530.50$ 19,061.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’EA 3 -$ -$ 5,259.00$ 15,777.00$ -$ -$ -$ -$ 3,706.30$ 11,118.90$ 8b 10.1’-20’EA 1 -$ -$ 6,004.00$ 6,004.00$ -$ -$ -$ -$ 7,412.60$ 7,412.60$ 8c 20.1’-30’EA 1 -$ -$ 6,452.00$ 6,452.00$ -$ -$ -$ -$ 11,118.90$ 11,118.90$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’EA 3 -$ -$ 5,662.00$ 16,986.00$ -$ -$ -$ -$ 4,235.80$ 12,707.40$ 9b 10.1’-20’EA 1 -$ -$ 6,597.00$ 6,597.00$ -$ -$ -$ -$ 8,471.60$ 8,471.60$ 9c 20.1’-30’EA 1 -$ -$ 7,235.00$ 7,235.00$ -$ -$ -$ -$ 12,707.40$ 12,707.40$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’EA 3 -$ -$ 5,887.00$ 17,661.00$ -$ -$ -$ -$ 4,447.60$ 13,342.80$ 10b 10.1’-20’EA 1 -$ -$ 6,909.00$ 6,909.00$ -$ -$ -$ -$ 8,895.20$ 8,895.20$ 10c 20.1’-30’EA 1 -$ -$ 7,635.00$ 7,635.00$ -$ -$ -$ -$ 13,342.70$ 13,342.70$ 11 30” Dia. Sanitary Sewer Mains 11a 0’-10’EA 3 -$ -$ 7,967.00$ 23,901.00$ -$ -$ -$ -$ 5,294.70$ 15,884.10$ 11b 10.1’-20’EA 1 -$ -$ 9,410.00$ 9,410.00$ -$ -$ -$ -$ 10,589.50$ 10,589.50$ 11c 20.1’-30’EA 1 -$ -$ 10,556.00$ 10,556.00$ -$ -$ -$ -$ 15,884.20$ 15,884.20$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’EA 3 -$ -$ 8,820.00$ 26,460.00$ -$ -$ -$ -$ 6,353.70$ 19,061.10$ 12b 10.1’-20’EA 1 -$ -$ 11,787.00$ 11,787.00$ -$ -$ -$ -$ 12,707.40$ 12,707.40$ 12c 20.1’-30’EA 1 -$ -$ 13,350.00$ 13,350.00$ -$ -$ -$ -$ 19,061.10$ 19,061.10$ Page 2 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 -$ -$ 5.00$ 1,250.00$ -$ -$ -$ -$ 5.30$ 1,325.00$ 13b > 15” Diameter LF 500 -$ -$ 5.00$ 2,500.00$ -$ -$ -$ -$ 10.60$ 5,300.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 -$ -$ 430.00$ 21,500.00$ -$ -$ -$ -$ 344.20$ 17,210.00$ 15 Open Cut Service Reconnection EA 250 -$ -$ 89.00$ 22,250.00$ -$ -$ -$ -$ 1,959.10$ 489,775.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 -$ -$ 5.00$ 12,500.00$ -$ -$ -$ -$ 3.20$ 8,000.00$ 16b 12”-15” Diameter LF 1,500 -$ -$ 6.00$ 9,000.00$ -$ -$ -$ -$ 5.30$ 7,950.00$ 16c 16”-24” Diameter LF 5,000 -$ -$ 9.00$ 45,000.00$ -$ -$ -$ -$ 9.50$ 47,500.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 -$ -$ 3.00$ 300.00$ -$ -$ -$ -$ 3.20$ 320.00$ 17b 12”-15” Diameter LF 50 -$ -$ 4.00$ 200.00$ -$ -$ -$ -$ 5.30$ 265.00$ 17c 16”-24” Diameter LF 25 -$ -$ 7.00$ 175.00$ -$ -$ -$ -$ 8.50$ 212.50$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 -$ -$ 12.00$ 3,000.00$ -$ -$ -$ -$ 13.80$ 3,450.00$ 18b 12”-15” Diameter LF 250 -$ -$ 12.00$ 3,000.00$ -$ -$ -$ -$ 15.90$ 3,975.00$ 18c 16”-24” Diameter LF 750 -$ -$ 14.00$ 10,500.00$ -$ -$ -$ -$ 21.20$ 15,900.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 -$ -$ 4.00$ 300.00$ -$ -$ -$ -$ 317.70$ 23,827.50$ 19b 15”-18” Diameter EA 25 -$ -$ 13.00$ 325.00$ -$ -$ -$ -$ 1,588.40$ 39,710.00$ 19c 24” Diameter EA 10 -$ -$ 65.00$ 650.00$ -$ -$ -$ -$ 3,706.30$ 37,063.00$ 20 Miscellaneous Items -$ -$ -$ 21 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 0.10 -$ 0.10 -$ 0.10 TOTAL SECTION A = -$ 2,189,061.00$ -$ -$ 2,801,904.90$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 3 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ 4,000.00$ 40,000.00$ -$ -$ -$ -$ 264.70$ 2,647.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 -$ -$ 5.25$ 787,500.00$ -$ -$ -$ -$ 3.60$ 540,000.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 -$ -$ 7.00$ 175,000.00$ -$ -$ -$ -$ 8.30$ 207,500.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 -$ -$ 11.00$ 275,000.00$ -$ -$ -$ -$ 14.20$ 355,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 -$ -$ 27.00$ 1,350,000.00$ -$ -$ -$ -$ 29.60$ 1,480,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 -$ -$ 3.00$ 600.00$ -$ -$ -$ -$ 3.60$ 720.00$ 3b Root Removal - 12”-15” Diameter LF 25 -$ -$ 7.00$ 175.00$ -$ -$ -$ -$ 5.90$ 147.50$ 3c Root Removal - 16”-24” Diameter LF 25 -$ -$ 13.00$ 325.00$ -$ -$ -$ -$ 14.20$ 355.00$ 3d Root Removal - 30”-36” Diameter LF 10 -$ -$ 27.00$ 270.00$ -$ -$ -$ -$ 29.60$ 296.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 -$ -$ 5.00$ 750,000.00$ -$ -$ -$ -$ 4.70$ 705,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 -$ -$ 7.00$ 175,000.00$ -$ -$ -$ -$ 11.80$ 295,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 -$ -$ 11.00$ 275,000.00$ -$ -$ -$ -$ 17.80$ 445,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 -$ -$ 27.00$ 1,350,000.00$ -$ -$ -$ -$ 35.50$ 1,775,000.00$ 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 -$ -$ 6.00$ 1,200.00$ -$ -$ -$ -$ 15.40$ 3,080.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 -$ -$ 8.00$ 1,600.00$ -$ -$ -$ -$ 17.80$ 3,560.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 -$ -$ 11.00$ 2,200.00$ -$ -$ -$ -$ 23.70$ 4,740.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 -$ -$ 22.00$ 4,400.00$ -$ -$ -$ -$ 47.30$ 9,460.00$ 6 Manhole Clean/Jet-vac EA 5,000 -$ -$ 170.00$ 850,000.00$ -$ -$ -$ -$ 59.20$ 296,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 -$ -$ 4,000.00$ 20,000.00$ -$ -$ -$ -$ 295.90$ 1,479.50$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 -$ -$ 2.63$ 1,972,500.00$ -$ -$ -$ -$ 2.70$ 2,025,000.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 -$ -$ 3.00$ 150,000.00$ -$ -$ -$ -$ 3.60$ 180,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 -$ -$ 4.50$ 112,500.00$ -$ -$ -$ -$ 7.10$ 177,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 -$ -$ 7.00$ 350,000.00$ -$ -$ -$ -$ 10.70$ 535,000.00$ 9 Manhole Inspection EA 100 -$ -$ 130.00$ 13,000.00$ -$ -$ -$ -$ 118.40$ 11,840.00$ 10 Smoke Testing LF 10,000 -$ -$ 1.00$ 10,000.00$ -$ -$ -$ -$ 0.90$ 9,000.00$ 11 Dye Testing LF 5,000 -$ -$ 1.00$ 5,000.00$ -$ -$ -$ -$ 1.20$ 6,000.00$ 12 Miscellaneous Items -$ Page 4 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 13 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ TOTAL SECTION B = -$ 8,671,270.00$ -$ -$ 9,069,325.00$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 -$ -$ -$ -$ 5,000.00$ -$ -$ -$ -$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 -$ -$ -$ -$ 4,000.00$ 300,000.00$ -$ -$ -$ -$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 -$ -$ -$ -$ 3,000.00$ 90,000.00$ -$ -$ -$ -$ 3b 15”-18” Diameter DAY 30 -$ -$ -$ -$ 4,200.00$ 126,000.00$ -$ -$ -$ -$ 3c 24” Diameter WK 8 -$ -$ -$ -$ 30,000.00$ 240,000.00$ -$ -$ -$ -$ 3d 30” Diameter WK 8 -$ -$ -$ -$ 36,000.00$ 288,000.00$ -$ -$ -$ -$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 -$ -$ -$ -$ 50.00$ 10,000.00$ -$ -$ -$ -$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 -$ -$ -$ -$ 1,400.00$ 42,000.00$ -$ -$ -$ -$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 -$ -$ -$ -$ 1,400.00$ 42,000.00$ -$ -$ -$ -$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 -$ -$ -$ -$ 1,400.00$ 28,000.00$ -$ -$ -$ -$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 -$ -$ -$ -$ 1,000.00$ 20,000.00$ -$ -$ -$ -$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 -$ -$ -$ -$ 1,000.00$ 20,000.00$ -$ -$ -$ -$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 -$ -$ -$ -$ 137.00$ 4,110.00$ -$ -$ -$ -$ 4h Variable Message Board2 EA/DAY 30 -$ -$ -$ -$ 182.00$ 5,460.00$ -$ -$ -$ -$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 -$ -$ -$ -$ 500.00$ 30,000.00$ -$ -$ -$ -$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 -$ -$ -$ -$ 500.00$ 30,000.00$ -$ -$ -$ -$ 4k Sign in Work Zone2 EA/DAY 100 -$ -$ -$ -$ 1.98$ 198.00$ -$ -$ -$ -$ Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. Page 5 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 4l FDOT Cone2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ 4m FDOT Channelizing Drum2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 -$ -$ -$ -$ 2.28$ 228.00$ -$ -$ -$ -$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 -$ -$ -$ -$ 110.00$ 275,000.00$ -$ -$ -$ -$ 5b Forman overtime HOUR 500 -$ -$ -$ -$ 120.00$ 60,000.00$ -$ -$ -$ -$ 5c Operator regular time HOUR 4,000 -$ -$ -$ -$ 90.00$ 360,000.00$ -$ -$ -$ -$ 5d Operator overtime HOUR 500 -$ -$ -$ -$ 100.00$ 50,000.00$ -$ -$ -$ -$ 5e Truck Driver regular time HOUR 1,500 -$ -$ -$ -$ 55.00$ 82,500.00$ -$ -$ -$ -$ 5f Truck Driver overtime HOUR 150 -$ -$ -$ -$ 65.00$ 9,750.00$ -$ -$ -$ -$ 5g Pipe Layer regular time HOUR 4,000 -$ -$ -$ -$ 85.00$ 340,000.00$ -$ -$ -$ -$ 5h Pipe Layer overtime HOUR 400 -$ -$ -$ -$ 95.00$ 38,000.00$ -$ -$ -$ -$ 5i Laborer regular time HOUR 4,000 -$ -$ -$ -$ 80.00$ 320,000.00$ -$ -$ -$ -$ 5j Laborer overtime HOUR 550 -$ -$ -$ -$ 90.00$ 49,500.00$ -$ -$ -$ -$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 -$ -$ -$ -$ 55.00$ 165,000.00$ -$ -$ -$ -$ 6b Job truck with tools HOUR 3,500 -$ -$ -$ -$ 60.00$ 210,000.00$ -$ -$ -$ -$ 6c Tractor & Trailer (Transport)HOUR 200 -$ -$ -$ -$ 50.00$ 10,000.00$ -$ -$ -$ -$ 6d Track Hoe (to 100 HP)HOUR 1,100 -$ -$ -$ -$ 120.00$ 132,000.00$ -$ -$ -$ -$ 6e Track Hoe (101 HP to 170 HP)HOUR 500 -$ -$ -$ -$ 140.00$ 70,000.00$ -$ -$ -$ -$ 6f Track Hoe (171 HP and up)HOUR 750 -$ -$ -$ -$ 160.00$ 120,000.00$ -$ -$ -$ -$ 6g Rubber Tired Backhoe HOUR 25 -$ -$ -$ -$ 40.00$ 1,000.00$ -$ -$ -$ -$ 6h Wheel Loader (to 150 HP)HOUR 2,000 -$ -$ -$ -$ 80.00$ 160,000.00$ -$ -$ -$ -$ 6i Wheel Loader (151 HP and up)HOUR 250 -$ -$ -$ -$ 85.00$ 21,250.00$ -$ -$ -$ -$ 6j Track Type Tractors (to 100 HP)HOUR 150 -$ -$ -$ -$ 30.00$ 4,500.00$ -$ -$ -$ -$ 6k Track Type Tractors (101 HP and up)HOUR 25 -$ -$ -$ -$ 32.00$ 800.00$ -$ -$ -$ -$ 6l Dump Truck (Tandem Axle)HOUR 750 -$ -$ -$ -$ 70.00$ 52,500.00$ -$ -$ -$ -$ 6m Plate Tamp HOUR 250 -$ -$ -$ -$ 15.00$ 3,750.00$ -$ -$ -$ -$ 6n 3” Trash Pump HOUR 250 -$ -$ -$ -$ 15.00$ 3,750.00$ -$ -$ -$ -$ 6o 4” Double Diaphragm Pump HOUR 2,000 -$ -$ -$ -$ 25.00$ 50,000.00$ -$ -$ -$ -$ 6p Air Compressor (125 CFM min.)HOUR 100 -$ -$ -$ -$ 20.00$ 2,000.00$ -$ -$ -$ -$ 6q 4” Jet Pump DAY 25 -$ -$ -$ -$ 20.00$ 500.00$ -$ -$ -$ -$ 6r Emergency Hauling up to 2500 gallons HOUR 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ 6s Emergency Hauling over 2500 gallons HOUR 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ 7a Adjust storm structures EA 10 -$ -$ -$ -$ 525.00$ 5,250.00$ -$ -$ -$ -$ 7b Underdrains LF 200 -$ -$ -$ -$ 52.50$ 10,500.00$ -$ -$ -$ -$ 7c Build Up type Structures EA 10 -$ -$ -$ -$ 525.00$ 5,250.00$ -$ -$ -$ -$ 7d Precast Type EA 10 -$ -$ -$ -$ 1,050.00$ 10,500.00$ -$ -$ -$ -$ Page 6 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 7e Gabions and Mattresses CY 10 -$ -$ -$ -$ 210.00$ 2,100.00$ -$ -$ -$ -$ 8a Seeding SF 25,000 -$ -$ -$ -$ 0.10$ 2,500.00$ -$ -$ -$ -$ 8b Sodding SF 75,000 -$ -$ -$ -$ 1.00$ 75,000.00$ -$ -$ -$ -$ 8c Tree protection EA 250 -$ -$ -$ -$ 100.00$ 25,000.00$ -$ -$ -$ -$ 8d Tree Removal (<6" Trunk Diameter)EA 5 -$ -$ -$ -$ 753.92$ 3,769.60$ -$ -$ -$ -$ 8e Tree Removal (6"-12" Trunk Diameter)EA 3 -$ -$ -$ -$ 1,960.19$ 5,880.57$ -$ -$ -$ -$ 8f Tree Removal (13"-18" Trunk Diameter)EA 3 -$ -$ -$ -$ 4,825.09$ 14,475.27$ -$ -$ -$ -$ 8g Tree Removal (>18" Trunk Diameter)EA 3 -$ -$ -$ -$ 6,031.36$ 18,094.08$ -$ -$ -$ -$ 9a Full Width Milling (Up to 2")SY 5,500 -$ -$ -$ -$ 42.00$ 231,000.00$ -$ -$ -$ -$ 9b Full Width Milling (2" to 4")SY 5,500 -$ -$ -$ -$ 42.00$ 231,000.00$ -$ -$ -$ -$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 -$ -$ -$ -$ 450.00$ 225,000.00$ -$ -$ -$ -$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 -$ -$ -$ -$ 450.00$ 225,000.00$ -$ -$ -$ -$ 9e Pavement Marking - Crosswalks (Lane)LF 500 -$ -$ -$ -$ 24.00$ 12,000.00$ -$ -$ -$ -$ 9f Pavement Marking - Stop Bars (Lane)EA 200 -$ -$ -$ -$ 156.00$ 31,200.00$ -$ -$ -$ -$ 9g Pavement Marking - School Crossing/RR EA 50 -$ -$ -$ -$ 240.00$ 12,000.00$ -$ -$ -$ -$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 -$ -$ -$ -$ 180.00$ 9,000.00$ -$ -$ -$ -$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 500 -$ -$ -$ -$ 8.40$ 4,200.00$ -$ -$ -$ -$ 9j Pavement Marking - Solid White LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9k Pavement Marking - Solid Double Yellow LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9l Pavement Marking - Solid Yellow LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 -$ -$ -$ -$ 180.00$ 45,000.00$ -$ -$ -$ -$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 -$ -$ -$ -$ 120.00$ 3,000.00$ -$ -$ -$ -$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9p Temporary Pavement Marking - Solid White LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9r Temporary Pavement Marking - Solid Yellow LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 -$ -$ -$ -$ 66.00$ 33,000.00$ -$ -$ -$ -$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 -$ -$ -$ -$ 110.40$ 55,200.00$ -$ -$ -$ -$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 -$ -$ -$ -$ 300.00$ 150,000.00$ -$ -$ -$ -$ 9v Remove and Replace Concrete Sidewalk,(4"Min thickness) SF 500 -$ -$ -$ -$ 15.00$ 7,500.00$ -$ -$ -$ -$ 9w Remove and Replace Concrete Sidewalk,(6"Min thickness) SF 500 -$ -$ -$ -$ 25.00$ 12,500.00$ -$ -$ -$ -$ Materials Landscaping/Restoration Page 7 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 9x Remove and Replace Concrete Driveway SY 250 -$ -$ -$ -$ 155.00$ 38,750.00$ -$ -$ -$ -$ 9y 3000 psi Concrete CY 50 -$ -$ -$ -$ 360.00$ 18,000.00$ -$ -$ -$ -$ 9z Off Site Selected Fill CY 1,500 -$ -$ -$ -$ 30.00$ 45,000.00$ -$ -$ -$ -$ 9aa Limerock Base Material TON 1,000 -$ -$ -$ -$ 100.00$ 100,000.00$ -$ -$ -$ -$ 9bb # 57 Washed Stone TON 750 -$ -$ -$ -$ 60.00$ 45,000.00$ -$ -$ -$ -$ 9cc Crushed Concrete Base Material TON 750 -$ -$ -$ -$ 130.00$ 97,500.00$ -$ -$ -$ -$ 9dd Stabilized Subgrade TON 750 -$ -$ -$ -$ 73.62$ 55,215.00$ -$ -$ -$ -$ 9ee Removal of Unsuitable Soil TON 50 -$ -$ -$ -$ 60.00$ 3,000.00$ -$ -$ -$ -$ 9ff Rip Rap TON 25 -$ -$ -$ -$ 240.00$ 6,000.00$ -$ -$ -$ -$ 9gg Flowable Fill CY 25 -$ -$ -$ -$ 240.00$ 6,000.00$ -$ -$ -$ -$ 9hh Brick Pavers SY 100 -$ -$ -$ -$ 90.00$ 9,000.00$ -$ -$ -$ -$ 9ii Brick Paver Level Sand CY 10 -$ -$ -$ -$ 36.00$ 360.00$ -$ -$ -$ -$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 -$ -$ -$ -$ 28.60$ 57,200.00$ -$ -$ -$ -$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 -$ -$ -$ -$ 300.00$ 75,000.00$ -$ -$ -$ -$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 300.00$ 7,500.00$ -$ -$ -$ -$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 300.00$ 7,500.00$ -$ -$ -$ -$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 -$ -$ -$ -$ 1,000.00$ 250,000.00$ -$ -$ -$ -$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 1,300.00$ 32,500.00$ -$ -$ -$ -$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 1,500.00$ 37,500.00$ -$ -$ -$ -$ 11g Manhole Drop EA 10 -$ -$ -$ -$ 500.00$ 5,000.00$ -$ -$ -$ -$ 11h HDPE Adjustment Ring EA 5 -$ -$ -$ -$ 75.00$ 375.00$ -$ -$ -$ -$ 11i City’s standard manhole ring EA 30 -$ -$ -$ -$ 1,100.00$ 33,000.00$ -$ -$ -$ -$ 11j City’s standard manhole cover EA 30 -$ -$ -$ -$ 550.00$ 16,500.00$ -$ -$ -$ -$ 11k Abatement Inserts (dish/pan)EA 10 -$ -$ -$ -$ 220.00$ 2,200.00$ -$ -$ -$ -$ 11l Furnish and install Cleanout EA 500 -$ -$ -$ -$ 500.00$ 250,000.00$ -$ -$ -$ -$ 11m Furnish and install Two-way Cleanouts EA 10 -$ -$ -$ -$ 500.00$ 5,000.00$ -$ -$ -$ -$ 11n Bench/invert Repair - Replacement EA 70 -$ -$ -$ -$ 750.00$ 52,500.00$ -$ -$ -$ -$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 -$ -$ -$ -$ 275.00$ 275,000.00$ -$ -$ -$ -$ 11p Manhole clean/jet-vac EA 40 -$ -$ -$ -$ 150.00$ 6,000.00$ -$ -$ -$ -$ 11q Remove existing liner for 4’ diameter manhole VF 750 -$ -$ -$ -$ 165.00$ 123,750.00$ -$ -$ -$ -$ 11r Remove existing liner for 5’ diameter manhole VF 750 -$ -$ -$ -$ 220.00$ 165,000.00$ -$ -$ -$ -$ 11s Remove existing liner for 6’ diameter manhole VF 750 -$ -$ -$ -$ 260.00$ 195,000.00$ -$ -$ -$ -$ 11t Reset/Adjust Frame and Cover EA 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ Page 8 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 11u Replace Frame and Cover EA 250 -$ -$ -$ -$ 1,500.00$ 375,000.00$ -$ -$ -$ -$ 11v Seal manhole frame to corbel connection EA 250 -$ -$ -$ -$ 225.00$ 56,250.00$ -$ -$ -$ -$ 11w Rear easement access EA 30 -$ -$ -$ -$ 1,500.00$ 45,000.00$ -$ -$ -$ -$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 295.00$ 442,500.00$ -$ -$ -$ -$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 400.00$ 600,000.00$ -$ -$ -$ -$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 368.75$ 553,125.00$ -$ -$ -$ -$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 375.00$ 562,500.00$ -$ -$ -$ -$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 -$ -$ -$ -$ 195.00$ 97,500.00$ -$ -$ -$ -$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 -$ -$ -$ -$ 245.00$ 73,500.00$ -$ -$ -$ -$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 -$ -$ -$ -$ 310.00$ 62,000.00$ -$ -$ -$ -$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 295.00$ 442,500.00$ -$ -$ -$ -$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 400.00$ 600,000.00$ -$ -$ -$ -$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 368.75$ 553,125.00$ -$ -$ -$ -$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 375.00$ 562,500.00$ -$ -$ -$ -$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 -$ -$ -$ -$ 660.00$ 528,000.00$ -$ -$ -$ -$ 15c More than 5' and up to 10' deep LF 500 -$ -$ -$ -$ 770.00$ 385,000.00$ -$ -$ -$ -$ 15c More than 10' and up to 15' deep LF 300 -$ -$ -$ -$ 880.00$ 264,000.00$ -$ -$ -$ -$ 15d More than 15' and up to 20' deep LF 200 -$ -$ -$ -$ 1,650.00$ 330,000.00$ -$ -$ -$ -$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 -$ -$ -$ -$ 225.00$ 112,500.00$ -$ -$ -$ -$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 -$ -$ -$ -$ 250.00$ 75,000.00$ -$ -$ -$ -$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 -$ -$ -$ -$ 275.00$ 13,750.00$ -$ -$ -$ -$ Grout Fill and Abandon Main 17a 2"-6"LF 7,500 -$ -$ -$ -$ 15.00$ 112,500.00$ -$ -$ -$ -$ 17b 8"-12"LF 7,500 -$ -$ -$ -$ 16.00$ 120,000.00$ -$ -$ -$ -$ 17c 16"-24"LF 5,000 -$ -$ -$ -$ 20.00$ 100,000.00$ -$ -$ -$ -$ 17d >30"LF 5,000 -$ -$ -$ -$ 50.00$ 250,000.00$ -$ -$ -$ -$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6"LF 5,000 -$ -$ -$ -$ 22.10$ 110,500.00$ -$ -$ -$ -$ 18b 8"-12"LF 5,000 -$ -$ -$ -$ 29.46$ 147,300.00$ -$ -$ -$ -$ 18c 16"-24"LF 2,000 -$ -$ -$ -$ 44.20$ 88,400.00$ -$ -$ -$ -$ 18d >30"LF 500 -$ -$ -$ -$ 58.92$ 29,460.00$ -$ -$ -$ -$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, and Associated Restraints) Page 9 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 19a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 544.50$ 2,722.50$ -$ -$ -$ -$ 19b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 907.50$ 4,537.50$ -$ -$ -$ -$ 19c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,255.98$ 6,279.90$ -$ -$ -$ -$ 19d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,254.80$ 11,274.00$ -$ -$ -$ -$ 19e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 544.50$ 13,612.50$ -$ -$ -$ -$ 19f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 914.76$ 22,869.00$ -$ -$ -$ -$ 19g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,306.80$ 6,534.00$ -$ -$ -$ -$ 19h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 3,305.18$ 16,525.90$ -$ -$ -$ -$ 19i 8” diameter (0' to 5')LF 1,000 -$ -$ -$ -$ 551.76$ 551,760.00$ -$ -$ -$ -$ 19j 8” diameter (5.1' to 10')LF 1,000 -$ -$ -$ -$ 965.58$ 965,580.00$ -$ -$ -$ -$ 19k 8” diameter (10.1' to 15')LF 500 -$ -$ -$ -$ 1,314.06$ 657,030.00$ -$ -$ -$ -$ 19l 8” diameter (15.1' to 20')LF 500 -$ -$ -$ -$ 2,261.62$ 1,130,810.00$ -$ -$ -$ -$ 19m 10” diameter (0' to 5')LF 1,000 -$ -$ -$ -$ 559.02$ 559,020.00$ -$ -$ -$ -$ 19n 10” diameter (5.1' to 10')LF 1,000 -$ -$ -$ -$ 972.84$ 972,840.00$ -$ -$ -$ -$ 19o 10” diameter (10.1' to 15')LF 500 -$ -$ -$ -$ 1,277.76$ 638,880.00$ -$ -$ -$ -$ 19p 10” diameter (15.1' to 20')LF 500 -$ -$ -$ -$ 2,268.88$ 1,134,440.00$ -$ -$ -$ -$ 19q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 573.54$ 286,770.00$ -$ -$ -$ -$ 19r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 936.54$ 468,270.00$ -$ -$ -$ -$ 19s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,285.02$ 321,255.00$ -$ -$ -$ -$ 19t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 2,082.80$ 208,280.00$ -$ -$ -$ -$ 19u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 595.32$ 2,976.60$ -$ -$ -$ -$ 19v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 965.58$ 4,827.90$ -$ -$ -$ -$ 19w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,306.80$ 6,534.00$ -$ -$ -$ -$ 19x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,305.00$ 11,525.00$ -$ -$ -$ -$ 19y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 776.82$ 3,884.10$ -$ -$ -$ -$ 19z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 980.10$ 4,900.50$ -$ -$ -$ -$ 19aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,328.58$ 6,642.90$ -$ -$ -$ -$ 19bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,319.70$ 11,598.50$ -$ -$ -$ -$ 19cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 653.40$ 3,267.00$ -$ -$ -$ -$ 19dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,016.40$ 5,082.00$ -$ -$ -$ -$ 19ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,364.88$ 6,824.40$ -$ -$ -$ -$ 19ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,363.26$ 11,816.30$ -$ -$ -$ -$ 19gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 784.08$ 3,920.40$ -$ -$ -$ -$ 19hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,183.38$ 5,916.90$ -$ -$ -$ -$ 19ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,575.42$ 7,877.10$ -$ -$ -$ -$ 19jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,675.44$ 13,377.20$ -$ -$ -$ -$ 19kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 929.28$ 4,646.40$ -$ -$ -$ -$ 19ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,328.58$ 6,642.90$ -$ -$ -$ -$ 19mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,720.62$ 8,603.10$ -$ -$ -$ -$ 19nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,813.88$ 14,069.40$ -$ -$ -$ -$ 19oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 1,081.74$ 5,408.70$ -$ -$ -$ -$ 19pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,481.04$ 7,405.20$ -$ -$ -$ -$ Page 10 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 19qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,873.08$ 9,365.40$ -$ -$ -$ -$ 19rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,719.00$ 13,595.00$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 206.25$ 1,031.25$ -$ -$ -$ -$ 20b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 343.75$ 1,718.75$ -$ -$ -$ -$ 20c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 475.75$ 2,378.75$ -$ -$ -$ -$ 20d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,061.50$ 5,307.50$ -$ -$ -$ -$ 20e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 206.25$ 5,156.25$ -$ -$ -$ -$ 20f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 346.50$ 8,662.50$ -$ -$ -$ -$ 20g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 20h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 20i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 209.00$ 10,450.00$ -$ -$ -$ -$ 20j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 365.75$ 18,287.50$ -$ -$ -$ -$ 20k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 497.75$ 4,977.50$ -$ -$ -$ -$ 20l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,114.25$ 11,142.50$ -$ -$ -$ -$ 20m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 211.75$ 21,175.00$ -$ -$ -$ -$ 20n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 368.50$ 36,850.00$ -$ -$ -$ -$ 20o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 484.00$ 2,420.00$ -$ -$ -$ -$ 20p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,117.00$ 5,585.00$ -$ -$ -$ -$ 20q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 217.25$ 108,625.00$ -$ -$ -$ -$ 20r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 354.75$ 177,375.00$ -$ -$ -$ -$ 20s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 486.75$ 121,687.50$ -$ -$ -$ -$ 20t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,122.00$ 112,200.00$ -$ -$ -$ -$ 20u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 225.50$ 1,127.50$ -$ -$ -$ -$ 20v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 365.75$ 1,828.75$ -$ -$ -$ -$ 20w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 20x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 20y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 294.25$ 1,471.25$ -$ -$ -$ -$ 20z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 371.25$ 1,856.25$ -$ -$ -$ -$ 20aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 20bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,136.25$ 5,681.25$ -$ -$ -$ -$ 20cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 247.50$ 1,237.50$ -$ -$ -$ -$ 20dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 385.00$ 1,925.00$ -$ -$ -$ -$ 20ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 517.00$ 2,585.00$ -$ -$ -$ -$ 20ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,152.75$ 5,763.75$ -$ -$ -$ -$ 20gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 297.00$ 1,485.00$ -$ -$ -$ -$ 20hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 448.25$ 2,241.25$ -$ -$ -$ -$ 20ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 596.75$ 2,983.75$ -$ -$ -$ -$ 20jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,271.00$ 6,355.00$ -$ -$ -$ -$ 20kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 352.00$ 1,760.00$ -$ -$ -$ -$ 20ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 20mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 651.75$ 3,258.75$ -$ -$ -$ -$ Page 11 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 20nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,323.25$ 6,616.25$ -$ -$ -$ -$ 20oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 409.75$ 2,048.75$ -$ -$ -$ -$ 20pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 561.00$ 2,805.00$ -$ -$ -$ -$ 20qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 709.50$ 3,547.50$ -$ -$ -$ -$ 20rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,287.50$ 6,437.50$ -$ -$ -$ -$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5')LF 25 -$ -$ -$ -$ 499.13$ 12,478.25$ -$ -$ -$ -$ 21b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 831.88$ 4,159.40$ -$ -$ -$ -$ 21c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,151.32$ 5,756.60$ -$ -$ -$ -$ 21d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,899.83$ 9,499.15$ -$ -$ -$ -$ 21e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 499.13$ 12,478.25$ -$ -$ -$ -$ 21f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 838.53$ 20,963.25$ -$ -$ -$ -$ 21g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,197.90$ 5,989.50$ -$ -$ -$ -$ 21h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,946.42$ 9,732.10$ -$ -$ -$ -$ 21i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 505.78$ 25,289.00$ -$ -$ -$ -$ 21j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 885.12$ 44,256.00$ -$ -$ -$ -$ 21k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 1,204.56$ 12,045.60$ -$ -$ -$ -$ 21l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,906.49$ 19,064.90$ -$ -$ -$ -$ 21m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 512.44$ 51,244.00$ -$ -$ -$ -$ 21n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 891.77$ 89,177.00$ -$ -$ -$ -$ 21o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,171.28$ 5,856.40$ -$ -$ -$ -$ 21p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,913.14$ 9,565.70$ -$ -$ -$ -$ 21q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 525.75$ 262,875.00$ -$ -$ -$ -$ 21r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 858.50$ 429,250.00$ -$ -$ -$ -$ 21s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,177.94$ 294,485.00$ -$ -$ -$ -$ 21t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,826.45$ 182,645.00$ -$ -$ -$ -$ 21u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 545.71$ 2,728.55$ -$ -$ -$ -$ 21v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 885.12$ 4,425.60$ -$ -$ -$ -$ 21w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,197.90$ 5,989.50$ -$ -$ -$ -$ 21x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,946.42$ 9,732.10$ -$ -$ -$ -$ 21y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 712.09$ 3,560.45$ -$ -$ -$ -$ 21z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 898.43$ 4,492.15$ -$ -$ -$ -$ 21aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,217.87$ 6,089.35$ -$ -$ -$ -$ 21bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,959.73$ 9,798.65$ -$ -$ -$ -$ 21cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 598.95$ 2,994.75$ -$ -$ -$ -$ 21dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 931.70$ 4,658.50$ -$ -$ -$ -$ 21ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,251.14$ 6,255.70$ -$ -$ -$ -$ 21ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,999.66$ 9,998.30$ -$ -$ -$ -$ 21gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 718.74$ 3,593.70$ -$ -$ -$ -$ 21hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,084.77$ 5,423.85$ -$ -$ -$ -$ 21ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,444.14$ 7,220.70$ -$ -$ -$ -$ Page 12 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 21jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,285.82$ 11,429.10$ -$ -$ -$ -$ 21kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 851.84$ 4,259.20$ -$ -$ -$ -$ 21ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,217.87$ 6,089.35$ -$ -$ -$ -$ 21mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,577.24$ 7,886.20$ -$ -$ -$ -$ 21nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,412.27$ 12,061.35$ -$ -$ -$ -$ 21oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 991.60$ 4,958.00$ -$ -$ -$ -$ 21pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,357.62$ 6,788.10$ -$ -$ -$ -$ 21qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,716.99$ 8,584.95$ -$ -$ -$ -$ 21rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,325.75$ 11,628.75$ -$ -$ -$ -$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints)22a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 559.02$ 2,795.10$ -$ -$ -$ -$ 22b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 891.77$ 4,458.85$ -$ -$ -$ -$ 22c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,157.97$ 5,789.85$ -$ -$ -$ -$ 22d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,859.90$ 9,299.50$ -$ -$ -$ -$ 22e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 545.71$ 13,642.75$ -$ -$ -$ -$ 22f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 878.46$ 21,961.50$ -$ -$ -$ -$ 22g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,191.25$ 5,956.25$ -$ -$ -$ -$ 22h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,919.80$ 9,599.00$ -$ -$ -$ -$ 22i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 565.68$ 28,284.00$ -$ -$ -$ -$ 22j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 898.43$ 44,921.50$ -$ -$ -$ -$ 22k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 1,177.94$ 11,779.40$ -$ -$ -$ -$ 22l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,966.38$ 19,663.80$ -$ -$ -$ -$ 22m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 752.02$ 75,202.00$ -$ -$ -$ -$ 22n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 785.29$ 78,529.00$ -$ -$ -$ -$ 22o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,237.83$ 6,189.15$ -$ -$ -$ -$ 22p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,986.35$ 9,931.75$ -$ -$ -$ -$ 22q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 605.61$ 302,805.00$ -$ -$ -$ -$ 22r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 938.36$ 469,180.00$ -$ -$ -$ -$ 22s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,104.73$ 276,182.50$ -$ -$ -$ -$ 22t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,796.31$ 179,631.00$ -$ -$ -$ -$ 22u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 632.23$ 3,161.15$ -$ -$ -$ -$ 22v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 964.98$ 4,824.90$ -$ -$ -$ -$ 22w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,277.76$ 6,388.80$ -$ -$ -$ -$ 22x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,032.93$ 10,164.65$ -$ -$ -$ -$ 22y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 678.81$ 3,394.05$ -$ -$ -$ -$ 22z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 798.60$ 3,993.00$ -$ -$ -$ -$ 22aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 838.53$ 4,192.65$ -$ -$ -$ -$ 22bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,072.86$ 10,364.30$ -$ -$ -$ -$ 22cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 692.12$ 3,460.60$ -$ -$ -$ -$ 22dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,024.87$ 5,124.35$ -$ -$ -$ -$ 22ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,331.00$ 6,655.00$ -$ -$ -$ -$ 22ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,092.83$ 10,464.15$ -$ -$ -$ -$ Page 13 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 22gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 811.91$ 4,059.55$ -$ -$ -$ -$ 22hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,177.94$ 5,889.70$ -$ -$ -$ -$ 22ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,537.31$ 7,686.55$ -$ -$ -$ -$ 22jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,378.99$ 11,894.95$ -$ -$ -$ -$ 22kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 898.43$ 4,492.15$ -$ -$ -$ -$ 22ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,264.45$ 6,322.25$ -$ -$ -$ -$ 22mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,623.82$ 8,119.10$ -$ -$ -$ -$ 22nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,465.51$ 12,327.55$ -$ -$ -$ -$ 22oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 991.60$ 4,958.00$ -$ -$ -$ -$ 22pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,357.62$ 6,788.10$ -$ -$ -$ -$ 22qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,716.99$ 8,584.95$ -$ -$ -$ -$ 22rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,558.68$ 12,793.40$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 206.25$ 1,031.25$ -$ -$ -$ -$ 23b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 343.75$ 1,718.75$ -$ -$ -$ -$ 23c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 475.75$ 2,378.75$ -$ -$ -$ -$ 23d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,111.50$ 5,557.50$ -$ -$ -$ -$ 23e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 206.25$ 5,156.25$ -$ -$ -$ -$ 23f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 346.50$ 8,662.50$ -$ -$ -$ -$ 23g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 23h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 23i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 209.00$ 10,450.00$ -$ -$ -$ -$ 23j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 365.75$ 18,287.50$ -$ -$ -$ -$ 23k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 497.75$ 4,977.50$ -$ -$ -$ -$ 23l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,114.25$ 11,142.50$ -$ -$ -$ -$ 23m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 211.75$ 21,175.00$ -$ -$ -$ -$ 23n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 368.50$ 36,850.00$ -$ -$ -$ -$ 23o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 484.00$ 2,420.00$ -$ -$ -$ -$ 23p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,117.00$ 5,585.00$ -$ -$ -$ -$ 23q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 217.25$ 108,625.00$ -$ -$ -$ -$ 23r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 354.75$ 177,375.00$ -$ -$ -$ -$ 23s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 486.75$ 121,687.50$ -$ -$ -$ -$ 23t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,122.00$ 112,200.00$ -$ -$ -$ -$ 23u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 225.50$ 1,127.50$ -$ -$ -$ -$ 23v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 365.75$ 1,828.75$ -$ -$ -$ -$ 23w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 23x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 23y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 294.25$ 1,471.25$ -$ -$ -$ -$ 23z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 371.25$ 1,856.25$ -$ -$ -$ -$ 23aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 23bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,136.25$ 5,681.25$ -$ -$ -$ -$ 23cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 247.50$ 1,237.50$ -$ -$ -$ -$ Page 14 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 23dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 385.00$ 1,925.00$ -$ -$ -$ -$ 23ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 517.00$ 2,585.00$ -$ -$ -$ -$ 23ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,152.75$ 5,763.75$ -$ -$ -$ -$ 23gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 297.00$ 1,485.00$ -$ -$ -$ -$ 23hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 448.25$ 2,241.25$ -$ -$ -$ -$ 23ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 596.75$ 2,983.75$ -$ -$ -$ -$ 23jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,271.00$ 6,355.00$ -$ -$ -$ -$ 23kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 352.00$ 1,760.00$ -$ -$ -$ -$ 23ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 23mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 651.75$ 3,258.75$ -$ -$ -$ -$ 23nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,323.25$ 6,616.25$ -$ -$ -$ -$ 23oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 409.75$ 2,048.75$ -$ -$ -$ -$ 23pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 561.00$ 2,805.00$ -$ -$ -$ -$ 23qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 709.50$ 3,547.50$ -$ -$ -$ -$ 23rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,287.50$ 6,437.50$ -$ -$ -$ -$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 115.50$ 115,500.00$ -$ -$ -$ -$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 137.50$ 137,500.00$ -$ -$ -$ -$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 154.00$ 154,000.00$ -$ -$ -$ -$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 181.50$ 90,750.00$ -$ -$ -$ -$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 203.50$ 203,500.00$ -$ -$ -$ -$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 293.70$ 293,700.00$ -$ -$ -$ -$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 319.00$ 319,000.00$ -$ -$ -$ -$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 390.50$ 195,250.00$ -$ -$ -$ -$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 577.50$ 288,750.00$ -$ -$ -$ -$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 -$ -$ -$ -$ 165.00$ 330,000.00$ -$ -$ -$ -$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 -$ -$ -$ -$ 192.50$ 96,250.00$ -$ -$ -$ -$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 220.00$ 220,000.00$ -$ -$ -$ -$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 -$ -$ -$ -$ 258.50$ 25,850.00$ -$ -$ -$ -$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 286.00$ 286,000.00$ -$ -$ -$ -$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 -$ -$ -$ -$ 357.50$ 35,750.00$ -$ -$ -$ -$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 412.50$ 412,500.00$ -$ -$ -$ -$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 -$ -$ -$ -$ 605.00$ 151,250.00$ -$ -$ -$ -$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 -$ -$ -$ -$ 715.00$ 143,000.00$ -$ -$ -$ -$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 -$ -$ -$ -$ 70,369.19$ 211,107.57$ -$ -$ -$ -$ 26b 6" diameter TON 3.00 -$ -$ -$ -$ 66,603.92$ 199,811.76$ -$ -$ -$ -$ 26c 8" diameter TON 3.00 -$ -$ -$ -$ 69,164.10$ 207,492.30$ -$ -$ -$ -$ 26d 10" diameter TON 3.00 -$ -$ -$ -$ 66,709.94$ 200,129.82$ -$ -$ -$ -$ 26e 12" diameter TON 3.00 -$ -$ -$ -$ 61,378.55$ 184,135.65$ -$ -$ -$ -$ Page 15 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 26f 14" diameter TON 3.00 -$ -$ -$ -$ 57,227.88$ 171,683.64$ -$ -$ -$ -$ 26g 16" diameter TON 3.00 -$ -$ -$ -$ 56,921.49$ 170,764.47$ -$ -$ -$ -$ 26h 18" diameter TON 3.00 -$ -$ -$ -$ 49,693.96$ 149,081.88$ -$ -$ -$ -$ 26i 20" diameter TON 3.00 -$ -$ -$ -$ 51,244.87$ 153,734.61$ -$ -$ -$ -$ 26j 24" diameter TON 3.00 -$ -$ -$ -$ 53,209.95$ 159,629.85$ -$ -$ -$ -$ 26k 30" diameter TON 3.00 -$ -$ -$ -$ 47,866.34$ 143,599.02$ -$ -$ -$ -$ 26l 36" diameter TON 3.00 -$ -$ -$ -$ 51,028.19$ 153,084.57$ -$ -$ -$ -$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 -$ -$ -$ -$ 572.00$ 28,600.00$ -$ -$ -$ -$ 27b 6” diameter LF 50 -$ -$ -$ -$ 577.50$ 28,875.00$ -$ -$ -$ -$ 27c 8” diameter LF 50 -$ -$ -$ -$ 610.50$ 30,525.00$ -$ -$ -$ -$ 27d 10” diameter LF 50 -$ -$ -$ -$ 616.00$ 30,800.00$ -$ -$ -$ -$ 27e 12” diameter LF 50 -$ -$ -$ -$ 594.00$ 29,700.00$ -$ -$ -$ -$ 27f 14” diameter LF 10 -$ -$ -$ -$ 610.50$ 6,105.00$ -$ -$ -$ -$ 27g 18” diameter LF 10 -$ -$ -$ -$ 616.00$ 6,160.00$ -$ -$ -$ -$ 27h 20” diameter LF 10 -$ -$ -$ -$ 643.50$ 6,435.00$ -$ -$ -$ -$ 27i 24” diameter LF 10 -$ -$ -$ -$ 748.00$ 7,480.00$ -$ -$ -$ -$ 27j 30” diameter LF 10 -$ -$ -$ -$ 836.00$ 8,360.00$ -$ -$ -$ -$ 27k 36” diameter LF 10 -$ -$ -$ -$ 935.00$ 9,350.00$ -$ -$ -$ -$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 -$ -$ -$ -$ 605.00$ 6,050.00$ -$ -$ -$ -$ 28b 6” diameter LF 25 -$ -$ -$ -$ 616.00$ 15,400.00$ -$ -$ -$ -$ 28c 8” diameter LF 50 -$ -$ -$ -$ 621.50$ 31,075.00$ -$ -$ -$ -$ 28d 10” diameter LF 10 -$ -$ -$ -$ 632.50$ 6,325.00$ -$ -$ -$ -$ 28e 12” diameter LF 10 -$ -$ -$ -$ 649.00$ 6,490.00$ -$ -$ -$ -$ 28f 14” diameter LF 5 -$ -$ -$ -$ 665.50$ 3,327.50$ -$ -$ -$ -$ 28g 18” diameter LF 5 -$ -$ -$ -$ 693.00$ 3,465.00$ -$ -$ -$ -$ 28h 20” diameter LF 5 -$ -$ -$ -$ 704.00$ 3,520.00$ -$ -$ -$ -$ 28i 24” diameter LF 5 -$ -$ -$ -$ 814.00$ 4,070.00$ -$ -$ -$ -$ 28j 30” diameter LF 5 -$ -$ -$ -$ 869.00$ 4,345.00$ -$ -$ -$ -$ 28k 36” diameter LF 5 -$ -$ -$ -$ 935.00$ 4,675.00$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 -$ -$ -$ -$ 155.00$ 1,550.00$ -$ -$ -$ -$ 29b 6” diameter LF 25 -$ -$ -$ -$ 155.00$ 3,875.00$ -$ -$ -$ -$ 29c 8” diameter LF 50 -$ -$ -$ -$ 157.00$ 7,850.00$ -$ -$ -$ -$ 29d 10” diameter LF 10 -$ -$ -$ -$ 257.00$ 2,570.00$ -$ -$ -$ -$ 29e 12” diameter LF 10 -$ -$ -$ -$ 257.00$ 2,570.00$ -$ -$ -$ -$ 29f 14” diameter LF 5 -$ -$ -$ -$ 257.00$ 1,285.00$ -$ -$ -$ -$ 29g 18” diameter LF 5 -$ -$ -$ -$ 260.00$ 1,300.00$ -$ -$ -$ -$ 29h 20” diameter LF 5 -$ -$ -$ -$ 262.00$ 1,310.00$ -$ -$ -$ -$ 29i 24” diameter LF 5 -$ -$ -$ -$ 267.00$ 1,335.00$ -$ -$ -$ -$ Page 16 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 29j 30” diameter LF 5 -$ -$ -$ -$ 272.00$ 1,360.00$ -$ -$ -$ -$ 29k 36” diameter LF 5 -$ -$ -$ -$ 284.00$ 1,420.00$ -$ -$ -$ -$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 -$ -$ -$ -$ 36,846.77$ 36,846.77$ -$ -$ -$ -$ 30b 6" diameter TON 1.00 -$ -$ -$ -$ 34,442.05$ 34,442.05$ -$ -$ -$ -$ 30c 8" diameter TON 1.00 -$ -$ -$ -$ 19,784.00$ 19,784.00$ -$ -$ -$ -$ 30d 10" diameter TON 1.00 -$ -$ -$ -$ 38,069.17$ 38,069.17$ -$ -$ -$ -$ 30e 12" diameter TON 1.00 -$ -$ -$ -$ 34,600.46$ 34,600.46$ -$ -$ -$ -$ 30f 14" diameter TON 1.00 -$ -$ -$ -$ 35,044.48$ 35,044.48$ -$ -$ -$ -$ 30g 16" diameter TON 1.00 -$ -$ -$ -$ 35,213.94$ 35,213.94$ -$ -$ -$ -$ 30h 18" diameter TON 1.00 -$ -$ -$ -$ 33,396.93$ 33,396.93$ -$ -$ -$ -$ 30i 20" diameter TON 1.00 -$ -$ -$ -$ 33,931.25$ 33,931.25$ -$ -$ -$ -$ 30j 24" diameter TON 1.00 -$ -$ -$ -$ 36,534.09$ 36,534.09$ -$ -$ -$ -$ 30k 30" diameter TON 1.00 -$ -$ -$ -$ 34,145.96$ 34,145.96$ -$ -$ -$ -$ 30l 36" diameter TON 1.00 -$ -$ -$ -$ 36,701.11$ 36,701.11$ -$ -$ -$ -$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 -$ -$ -$ -$ 93.50$ 467.50$ -$ -$ -$ -$ 31b 15" ID LF 5 -$ -$ -$ -$ 93.50$ 467.50$ -$ -$ -$ -$ 31c 18" ID LF 5 -$ -$ -$ -$ 99.00$ 495.00$ -$ -$ -$ -$ 31d 21" ID LF 5 -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ -$ -$ 31e 24" ID LF 5 -$ -$ -$ -$ 236.50$ 1,182.50$ -$ -$ -$ -$ 31f 27" ID LF 5 -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ -$ -$ 31g 30" ID LF 5 -$ -$ -$ -$ 1,650.00$ 8,250.00$ -$ -$ -$ -$ 31h 36" ID LF 5 -$ -$ -$ -$ 1,677.50$ 8,387.50$ -$ -$ -$ -$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4”EA 200 -$ -$ -$ -$ 1,657.69$ 331,538.00$ -$ -$ -$ -$ 32b 6”EA 250 -$ -$ -$ -$ 2,376.92$ 594,230.00$ -$ -$ -$ -$ 32c 8”EA 500 -$ -$ -$ -$ 3,724.16$ 1,862,080.00$ -$ -$ -$ -$ 32d 10” EA 100 -$ -$ -$ -$ 6,391.95$ 639,195.00$ -$ -$ -$ -$ 32e 12” EA 50 -$ -$ -$ -$ 7,892.95$ 394,647.50$ -$ -$ -$ -$ 32f 14” EA 10 -$ -$ -$ -$ 14,396.03$ 143,960.30$ -$ -$ -$ -$ 32g 18”EA 5 -$ -$ -$ -$ 23,689.09$ 118,445.45$ -$ -$ -$ -$ 32h 20” EA 5 -$ -$ -$ -$ 31,872.22$ 159,361.10$ -$ -$ -$ -$ Gate Valves with Valve Box 33a 4”EA 200 -$ -$ -$ -$ 2,073.39$ 414,678.00$ -$ -$ -$ -$ 33b 6”EA 250 -$ -$ -$ -$ 2,531.31$ 632,827.50$ -$ -$ -$ -$ 33c 8”EA 500 -$ -$ -$ -$ 3,299.50$ 1,649,750.00$ -$ -$ -$ -$ 33d 10” EA 100 -$ -$ -$ -$ 5,836.10$ 583,610.00$ -$ -$ -$ -$ 33e 12” EA 50 -$ -$ -$ -$ 7,120.80$ 356,040.00$ -$ -$ -$ -$ 33f 14” EA 10 -$ -$ -$ -$ 18,030.92$ 180,309.20$ -$ -$ -$ -$ 33g 18”EA 5 -$ -$ -$ -$ 38,357.81$ 191,789.05$ -$ -$ -$ -$ Page 17 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 33h 20” EA 5 -$ -$ -$ -$ 40,614.36$ 203,071.80$ -$ -$ -$ -$ 33i 24"EA 5 -$ -$ -$ -$ 53,348.43$ 266,742.15$ -$ -$ -$ -$ 33j Valve Box Only EA 50 -$ -$ -$ -$ 425.61$ 21,280.50$ -$ -$ -$ -$ Tapping Sleeves and Tapping Valves 34a 4”EA 25 -$ -$ -$ -$ 6,578.70$ 164,467.50$ -$ -$ -$ -$ 34b 6”EA 50 -$ -$ -$ -$ 7,915.06$ 395,753.00$ -$ -$ -$ -$ 34c 8”EA 50 -$ -$ -$ -$ 10,299.70$ 514,985.00$ -$ -$ -$ -$ 34d 10” EA 10 -$ -$ -$ -$ 17,814.56$ 178,145.60$ -$ -$ -$ -$ 34e 12” EA 25 -$ -$ -$ -$ 22,313.71$ 557,842.75$ -$ -$ -$ -$ 34f 14” EA 5 -$ -$ -$ -$ 49,373.59$ 246,867.95$ -$ -$ -$ -$ 34g 18”EA 5 -$ -$ -$ -$ 81,146.53$ 405,732.65$ -$ -$ -$ -$ 34h 20” EA 5 -$ -$ -$ -$ 94,362.42$ 471,812.10$ -$ -$ -$ -$ Linestops 35a 4”EA 10 -$ -$ -$ -$ 6,726.94$ 67,269.40$ -$ -$ -$ -$ 35b 6”EA 10 -$ -$ -$ -$ 7,143.33$ 71,433.30$ -$ -$ -$ -$ 35c 8”EA 10 -$ -$ -$ -$ 8,195.65$ 81,956.50$ -$ -$ -$ -$ 35d 10” EA 10 -$ -$ -$ -$ 11,003.39$ 110,033.90$ -$ -$ -$ -$ 35e 12” EA 10 -$ -$ -$ -$ 11,466.23$ 114,662.30$ -$ -$ -$ -$ 35f 14” EA 5 -$ -$ -$ -$ 14,685.39$ 73,426.95$ -$ -$ -$ -$ 35g 18”EA 5 -$ -$ -$ -$ 18,840.75$ 94,203.75$ -$ -$ -$ -$ 35h 20” EA 5 -$ -$ -$ -$ 19,894.11$ 99,470.55$ -$ -$ -$ -$ Repair Clamp 36a 4”EA 15 -$ -$ -$ -$ 1,406.64$ 21,099.60$ -$ -$ -$ -$ 36b 6”EA 15 -$ -$ -$ -$ 1,652.47$ 24,787.05$ -$ -$ -$ -$ 36c 8”EA 15 -$ -$ -$ -$ 2,007.52$ 30,112.80$ -$ -$ -$ -$ 36d 10” EA 15 -$ -$ -$ -$ 2,766.28$ 41,494.20$ -$ -$ -$ -$ 36e 12” EA 15 -$ -$ -$ -$ 3,255.81$ 48,837.15$ -$ -$ -$ -$ 36f 14” EA 5 -$ -$ -$ -$ 3,574.79$ 17,873.95$ -$ -$ -$ -$ 36g 18”EA 5 -$ -$ -$ -$ 4,168.84$ 20,844.20$ -$ -$ -$ -$ 36h 20” EA 5 -$ -$ -$ -$ 5,440.82$ 27,204.10$ -$ -$ -$ -$ 36i 24"EA 5 -$ -$ -$ -$ 5,715.17$ 28,575.85$ -$ -$ -$ -$ 36j 30"EA 5 -$ -$ -$ -$ 8,167.66$ 40,838.30$ -$ -$ -$ -$ 36k 36"EA 5 -$ -$ -$ -$ 8,579.19$ 42,895.95$ -$ -$ -$ -$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4")EA 20 -$ -$ -$ -$ 9,820.19$ 196,403.80$ -$ -$ -$ -$ 37b Fire Hydrant Assembly Without Valve (5-1/4")EA 10 -$ -$ -$ -$ 7,852.10$ 78,521.00$ -$ -$ -$ -$ Service Saddles (Water and RCW Only) 38a 4”EA 100 -$ -$ -$ -$ 189.00$ 18,900.00$ -$ -$ -$ -$ 38b 6”EA 150 -$ -$ -$ -$ 199.50$ 29,925.00$ -$ -$ -$ -$ 38c 8”EA 200 -$ -$ -$ -$ 241.50$ 48,300.00$ -$ -$ -$ -$ 38d 10” EA 50 -$ -$ -$ -$ 273.00$ 13,650.00$ -$ -$ -$ -$ 38e 12” EA 25 -$ -$ -$ -$ 283.50$ 7,087.50$ -$ -$ -$ -$ Page 18 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 38f 14” EA 5 -$ -$ -$ -$ 315.00$ 1,575.00$ -$ -$ -$ -$ 38g 18”EA 5 -$ -$ -$ -$ 430.50$ 2,152.50$ -$ -$ -$ -$ 38h 20” EA 5 -$ -$ -$ -$ 483.00$ 2,415.00$ -$ -$ -$ -$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 70.75$ 70,750.00$ -$ -$ -$ -$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 96.00$ 96,000.00$ -$ -$ -$ -$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 118.00$ 118,000.00$ -$ -$ -$ -$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 -$ -$ -$ -$ 135.00$ 67,500.00$ -$ -$ -$ -$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 191.00$ 191,000.00$ -$ -$ -$ -$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 287.00$ 287,000.00$ -$ -$ -$ -$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 370.00$ 370,000.00$ -$ -$ -$ -$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 500.00$ 500,000.00$ -$ -$ -$ -$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 550.00$ 550,000.00$ -$ -$ -$ -$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 781.00$ 781,000.00$ -$ -$ -$ -$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 49.21$ 49,210.00$ -$ -$ -$ -$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 71.87$ 71,870.00$ -$ -$ -$ -$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 113.25$ 113,250.00$ -$ -$ -$ -$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 -$ -$ -$ -$ 165.07$ 82,535.00$ -$ -$ -$ -$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 235.08$ 235,080.00$ -$ -$ -$ -$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 521.51$ 521,510.00$ -$ -$ -$ -$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 863.13$ 863,130.00$ -$ -$ -$ -$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 1,201.81$ 1,201,810.00$ -$ -$ -$ -$ Page 19 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 0.01$ 10.00$ -$ -$ -$ -$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 0.01$ 10.00$ -$ -$ -$ -$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 131.25$ 26,250.00$ -$ -$ -$ -$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 131.25$ 26,250.00$ -$ -$ -$ -$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 270.38$ 54,076.00$ -$ -$ -$ -$ 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 -$ -$ -$ -$ 273.00$ 27,300.00$ -$ -$ -$ -$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 -$ -$ -$ -$ 278.25$ 139,125.00$ -$ -$ -$ -$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 -$ -$ -$ -$ 283.50$ 141,750.00$ -$ -$ -$ -$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 294.00$ 73,500.00$ -$ -$ -$ -$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 328.13$ 82,032.50$ -$ -$ -$ -$ 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 354.38$ 88,595.00$ -$ -$ -$ -$ 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 399.00$ 99,750.00$ -$ -$ -$ -$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ -$ -$ 57,544,063.57$ -$ -$ Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION C = D. Sanitary Cleanouts and Laterals Page 20 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ -$ -$ 4,000.00$ 40,000.00$ -$ -$ -$ -$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 -$ -$ -$ -$ 500.00$ 250,000.00$ -$ -$ -$ -$ 3 Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.)3a Up to 5' deep LF 800 -$ -$ -$ -$ 660.00$ 528,000.00$ -$ -$ -$ -$ 3b More than 5' and up to 10' deep LF 500 -$ -$ -$ -$ 770.00$ 385,000.00$ -$ -$ -$ -$ 3c More than 10' and up to 15' deep LF 300 -$ -$ -$ -$ 880.00$ 264,000.00$ -$ -$ -$ -$ 3d More than 15' and up to 20' deep LF 200 -$ -$ -$ -$ 1,650.00$ 330,000.00$ -$ -$ -$ -$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 -$ -$ -$ -$ 225.00$ 112,500.00$ -$ -$ -$ -$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 -$ -$ -$ -$ 250.00$ 75,000.00$ -$ -$ -$ -$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 -$ -$ -$ -$ 275.00$ 13,750.00$ -$ -$ -$ -$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ -$ -$ 1,998,250.00$ -$ -$ Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. General E Manhole Surfacing – Polyurethane Coating Product: Spraywall TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 21 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ -$ -$ -$ -$ -$ -$ -$ -$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ -$ -$ -$ -$ -$ -$ -$ -$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 10 Rear easement access EA 30 400.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ 6,020,900.00$ -$ -$ -$ -$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ -$ -$ -$ -$ 0.01$ 0.10$ -$ -$ 2 Smoke Testing of Sewer LF 25,000 -$ -$ -$ -$ -$ -$ 0.48$ 12,000.00$ -$ -$ 3 Dye Tracing of Sewer EA 20 -$ -$ -$ -$ -$ -$ 0.01$ 0.20$ -$ -$ 3 Dye Flooding of Sewer EA 5 -$ -$ -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ 4 Replace 4" Diameter Cleanout Cap EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 5 Replace 6" Diameter Cleanout Cap EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 1,200.14$ 0.10 -$ -$ -$ -$ 13,201.49$ -$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $1,500 for non emergency mobilization. F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any TOTAL SECTION F = TOTAL SECTION E = Page 22 of 22 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 (407) 472-0014 Everest Reinsurance Company 100 Everest Way, Warren NJ 07059 +1 (908) 604-3000 City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Inliner Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions, LLC, of the City of Sanford County of Seminole and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section A: $10,000,000.00 Section B: $ 3,000,000.00 for a total of $13,000,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 CONTRACT (3) 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, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 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 SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. 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. j)A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Inliner Solutions, LLC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida 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. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre- qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre-qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 18 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) CONTRACTOR: Inliner Solutions, LLC. BIDDER'S TOTAL Section A: $10,000.00 (Numbers) BIDDER'S TOTAL Section A: Ten Million dollars and zero cents (Words) BIDDER'S TOTAL Section B: $3,000,000.00 (Numbers) BIDDER'S TOTAL Section B: Three million dollars and zero cents (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections A & B: $13,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections A & B: Thirteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 3,000.00$ 60,000.00$ Original didn't calculate in total (see 91f) Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 41.00$ 20,500.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 39.00$ 780,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 46.00$ 230,000.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 53.00$ 53,000.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 65.00$ 6,500.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 73.00$ 146,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 85.00$ 8,500.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 109.00$ 327,000.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 175.00$ 26,250.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 356.00$ 17,800.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’ EA 5 3,850.00$ 19,250.00$ 3b 10.1’-20’ EA 2 3,957.00$ 7,914.00$ 3c 20.1’-30’ EA 2 4,044.00$ 8,088.00$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’ EA 5 3,843.00$ 19,215.00$ 4b 10.1’-20’ EA 2 4,316.00$ 8,632.00$ 4c 20.1’-30’ EA 2 4,350.00$ 8,700.00$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’ EA 5 4,205.00$ 21,025.00$ 5b 10.1’-20’ EA 2 4,510.00$ 9,020.00$ 5c 20.1’-30’ EA 2 4,747.00$ 9,494.00$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’ EA 5 4,216.00$ 21,080.00$ 6b 10.1’-20’ EA 2 4,622.00$ 9,244.00$ 6c 20.1’-30’ EA 2 4,894.00$ 9,788.00$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’ EA 5 4,455.00$ 22,275.00$ 7b 10.1’-20’ EA 2 4,965.00$ 9,930.00$ 7c 20.1’-30’ EA 2 5,343.00$ 10,686.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’ EA 3 5,259.00$ 15,777.00$ 8b 10.1’-20’ EA 1 6,004.00$ 6,004.00$ 8c 20.1’-30’ EA 1 6,452.00$ 6,452.00$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’ EA 3 5,662.00$ 16,986.00$ 9b 10.1’-20’ EA 1 6,597.00$ 6,597.00$ 9c 20.1’-30’ EA 1 7,235.00$ 7,235.00$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’ EA 3 5,887.00$ 17,661.00$ 10b 10.1’-20’ EA 1 6,909.00$ 6,909.00$ 10c 20.1’-30’ EA 1 7,635.00$ 7,635.00$ 11 30” Dia. Sanitary Sewer Mains General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the t t Th Cit f Cl t (Cit ) i t bli t d t h i i Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Group A: Sanitary Sewer Trenchless Reconstruction 11a 0’-10’ EA 3 7,967.00$ 23,901.00$ 11b 10.1’-20’ EA 1 9,410.00$ 9,410.00$ 11c 20.1’-30’ EA 1 10,556.00$ 10,556.00$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’ EA 3 8,820.00$ 26,460.00$ 12b 10.1’-20’ EA 1 11,787.00$ 11,787.00$ 12c 20.1’-30’ EA 1 13,350.00$ 13,350.00$ Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 5.00$ 1,250.00$ 13b > 15” Diameter LF 500 5.00$ 2,500.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 430.00$ 21,500.00$ 15 Open Cut Service Reconnection EA 250 89.00$ 22,250.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 5.00$ 12,500.00$ 16b 12”-15” Diameter LF 1,500 6.00$ 9,000.00$ 16c 16”-24” Diameter LF 5,000 9.00$ 45,000.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 3.00$ 300.00$ 17b 12”-15” Diameter LF 50 4.00$ 200.00$ 17c 16”-24” Diameter LF 25 7.00$ 175.00$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 12.00$ 3,000.00$ 18b 12”-15” Diameter LF 250 12.00$ 3,000.00$ 18c 16”-24” Diameter LF 750 14.00$ 10,500.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 4.00$ 300.00$ 19b 15”-18” Diameter EA 25 13.00$ 325.00$ 19c 24” Diameter EA 10 65.00$ 650.00$ 20 Miscellaneous Items -$ -$ 21 Miscellaneous Markup (10% maximum allowed) 0.075 Original amount $159,679.58 but did not include full 10% nor did it calculate in the $60,000.00 from line 14h TOTAL SECTION A = 2,189,061.00$ Original total $2,288,740.58 calculated at 7.5% contingency and also did not include mobilization fee of $60,000.00 General Item No. Description Units Quantity Unit Price Total Price 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 5.25$ 787,500.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 3.00$ 600.00$ 3b Root Removal - 12”-15” Diameter LF 25 7.00$ 175.00$ 3c Root Removal - 16”-24” Diameter LF 25 13.00$ 325.00$ 3d Root Removal - 30”-36” Diameter LF 10 27.00$ 270.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 5.00$ 750,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract Unit costs for all 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 6.00$ 1,200.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 8.00$ 1,600.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 11.00$ 2,200.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 22.00$ 4,400.00$ 6 Manhole Clean/Jet-vac EA 5,000 170.00$ 850,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 4,000.00$ 20,000.00$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 2.63$ 1,972,500.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 3.00$ 150,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 4.50$ 112,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 7.00$ 350,000.00$ 9 Manhole Inspection EA 100 130.00$ 13,000.00$ 10 Smoke Testing LF 10,000 1.00$ 10,000.00$ 11 Dye Testing LF 5,000 1.00$ 5,000.00$ 12 Miscellaneous Items 13 Miscellaneous Markup (10% maximum allowed) 0.075 -$ Original amount $650,345.25 but did not include full 10% TOTAL SECTION B = 8,671,270.00$ Original total $9,321,615.25 calculated at 7.5% contingency SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 727-545-3815 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Rowland, Inc. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Rowland, Inc., of the City of Pinellas Park County of Pinellas and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section C: $15,000,000.00 Section D: $ 1,000,000.00 for a total of $16,000,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 CONTRACT (3) 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, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 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 SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. 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. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Rowland, Inc. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 18 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. N/A Not applicable. A bond will not be required for this project. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida 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. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre- qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre-qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) CONTRACTOR: Rowland, Inc. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C: $15,000.00 (Numbers) BIDDER'S TOTAL Section C Fifteen Million dollars and zero cents (Words) BIDDER'S TOTAL Section D: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section D: One million dollars and zero cents (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections C & D: $16,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections C & D: Sixteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. General Item No. Description Units Quantity Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 5,000.00$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 4,000.00$ 300,000.00$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 3,000.00$ 90,000.00$ 3b 15”-18” Diameter DAY 30 4,200.00$ 126,000.00$ 3c 24” Diameter WK 8 30,000.00$ 240,000.00$ 3d 30” Diameter WK 8 36,000.00$ 288,000.00$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 50.00$ 10,000.00$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 1,400.00$ 42,000.00$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 1,400.00$ 42,000.00$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 1,400.00$ 28,000.00$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 1,000.00$ 20,000.00$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 1,000.00$ 20,000.00$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 137.00$ 4,110.00$ 4h Variable Message Board2 EA/DAY 30 182.00$ 5,460.00$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 500.00$ 30,000.00$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 500.00$ 30,000.00$ 4k Sign in Work Zone2 EA/DAY 100 1.98$ 198.00$ 4l FDOT Cone2 EA/DAY 100 1.60$ 160.00$ 4m FDOT Channelizing Drum2 EA/DAY 100 1.60$ 160.00$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 2.28$ 228.00$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 1.60$ 160.00$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 110.00$ 275,000.00$ 5b Forman overtime HOUR 500 120.00$ 60,000.00$ 5c Operator regular time HOUR 4,000 90.00$ 360,000.00$ 5d Operator overtime HOUR 500 100.00$ 50,000.00$ 5e Truck Driver regular time HOUR 1,500 55.00$ 82,500.00$ 5f Truck Driver overtime HOUR 150 65.00$ 9,750.00$ 5g Pipe Layer regular time HOUR 4,000 85.00$ 340,000.00$ 5h Pipe Layer overtime HOUR 400 95.00$ 38,000.00$ 5i Laborer regular time HOUR 4,000 80.00$ 320,000.00$ 5j Laborer overtime HOUR 550 90.00$ 49,500.00$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 55.00$ 165,000.00$ 6b Job truck with tools HOUR 3,500 60.00$ 210,000.00$ 6c Tractor & Trailer (Transport)HOUR 200 50.00$ 10,000.00$ 6d Track Hoe (to 100 HP)HOUR 1,100 120.00$ 132,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in S ti IV f th C t t D t Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amo nt d ring the life of the contract Unit costs for all bid items shall not be 6e Track Hoe (101 HP to 170 HP) HOUR 500 140.00$ 70,000.00$ 6f Track Hoe (171 HP and up) HOUR 750 160.00$ 120,000.00$ 6g Rubber Tired Backhoe HOUR 25 40.00$ 1,000.00$ 6h Wheel Loader (to 150 HP) HOUR 2,000 80.00$ 160,000.00$ 6i Wheel Loader (151 HP and up) HOUR 250 85.00$ 21,250.00$ 6j Track Type Tractors (to 100 HP) HOUR 150 30.00$ 4,500.00$ 6k Track Type Tractors (101 HP and up) HOUR 25 32.00$ 800.00$ 6l Dump Truck (Tandem Axle)HOUR 750 70.00$ 52,500.00$ 6m Plate Tamp HOUR 250 15.00$ 3,750.00$ 6n 3” Trash Pump HOUR 250 15.00$ 3,750.00$ 6o 4” Double Diaphragm Pump HOUR 2,000 25.00$ 50,000.00$ 6p Air Compressor (125 CFM min.)HOUR 100 20.00$ 2,000.00$ 6q 4” Jet Pump DAY 25 20.00$ 500.00$ 6r Emergency Hauling up to 2500 gallons HOUR 25 500.00$ 12,500.00$ 6s Emergency Hauling over 2500 gallons HOUR 25 500.00$ 12,500.00$ 7a Adjust storm structures EA 10 525.00$ 5,250.00$ 7b Underdrains LF 200 52.50$ 10,500.00$ 7c Build Up type Structures EA 10 525.00$ 5,250.00$ 7d Precast Type EA 10 1,050.00$ 10,500.00$ 7e Gabions and Mattresses CY 10 210.00$ 2,100.00$ 8a Seeding SF 25,000 0.10$ 2,500.00$ 8b Sodding SF 75,000 1.00$ 75,000.00$ 8c Tree protection EA 250 100.00$ 25,000.00$ 8d Tree Removal (<6" Trunk Diameter) EA 5 753.92$ 3,769.60$ 8e Tree Removal (6"-12" Trunk Diameter) EA 3 1,960.19$ 5,880.57$ 8f Tree Removal (13"-18" Trunk Diameter) EA 3 4,825.09$ 14,475.27$ 8g Tree Removal (>18" Trunk Diameter) EA 3 6,031.36$ 18,094.08$ 9a Full Width Milling (Up to 2") SY 5,500 42.00$ 231,000.00$ 9b Full Width Milling (2" to 4") SY 5,500 42.00$ 231,000.00$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9e Pavement Marking - Crosswalks (Lane) LF 500 24.00$ 12,000.00$ 9f Pavement Marking - Stop Bars (Lane) EA 200 156.00$ 31,200.00$ 9g Pavement Marking - School Crossing/RR EA 50 240.00$ 12,000.00$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 180.00$ 9,000.00$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow)LF 500 8.40$ 4,200.00$ 9j Pavement Marking - Solid White LF 250 8.40$ 2,100.00$ 9k Pavement Marking - Solid Double Yellow LF 250 8.40$ 2,100.00$ 9l Pavement Marking - Solid Yellow LF 250 8.40$ 2,100.00$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 180.00$ 45,000.00$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 120.00$ 3,000.00$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 4.80$ 1,200.00$ 9p Temporary Pavement Marking - Solid White LF 250 4.80$ 1,200.00$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 4.80$ 1,200.00$ 9r Temporary Pavement Marking - Solid Yellow LF 250 4.80$ 1,200.00$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 66.00$ 33,000.00$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 110.40$ 55,200.00$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 300.00$ 150,000.00$ Landscaping/Restoration Materials 9v Remove and Replace Concrete Sidewalk, (4" Min thickness) SF 500 15.00$ 7,500.00$ 9w Remove and Replace Concrete Sidewalk, (6" Min thickness) SF 500 25.00$ 12,500.00$ 9x Remove and Replace Concrete Driveway SY 250 155.00$ 38,750.00$ 9y 3000 psi Concrete CY 50 360.00$ 18,000.00$ 9z Off Site Selected Fill CY 1,500 30.00$ 45,000.00$ 9aa Limerock Base Material TON 1,000 100.00$ 100,000.00$ 9bb # 57 Washed Stone TON 750 60.00$ 45,000.00$ 9cc Crushed Concrete Base Material TON 750 130.00$ 97,500.00$ 9dd Stabilized Subgrade TON 750 73.62$ 55,215.00$ 9ee Removal of Unsuitable Soil TON 50 60.00$ 3,000.00$ 9ff Rip Rap TON 25 240.00$ 6,000.00$ 9gg Flowable Fill CY 25 240.00$ 6,000.00$ 9hh Brick Pavers SY 100 90.00$ 9,000.00$ 9ii Brick Paver Level Sand CY 10 36.00$ 360.00$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 28.60$ 57,200.00$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 300.00$ 75,000.00$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 1,000.00$ 250,000.00$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,300.00$ 32,500.00$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,500.00$ 37,500.00$ 11g Manhole Drop EA 10 500.00$ 5,000.00$ 11h HDPE Adjustment Ring EA 5 75.00$ 375.00$ 11i City’s standard manhole ring EA 30 1,100.00$ 33,000.00$ 11j City’s standard manhole cover EA 30 550.00$ 16,500.00$ 11k Abatement Inserts (dish/pan)EA 10 220.00$ 2,200.00$ 11l Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 11m Furnish and install Two-way Cleanouts EA 10 500.00$ 5,000.00$ 11n Bench/invert Repair - Replacement EA 70 750.00$ 52,500.00$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 275.00$ 275,000.00$ 11p Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 11q Remove existing liner for 4’ diameter manhole VF 750 165.00$ 123,750.00$ 11r Remove existing liner for 5’ diameter manhole VF 750 220.00$ 165,000.00$ 11s Remove existing liner for 6’ diameter manhole VF 750 260.00$ 195,000.00$ 11t Reset/Adjust Frame and Cover EA 25 500.00$ 12,500.00$ 11u Replace Frame and Cover EA 250 1,500.00$ 375,000.00$ 11v Seal manhole frame to corbel connection EA 250 225.00$ 56,250.00$ 11w Rear easement access EA 30 1,500.00$ 45,000.00$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 195.00$ 97,500.00$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 245.00$ 73,500.00$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 310.00$ 62,000.00$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 660.00$ 528,000.00$ 15c More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 15c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 15d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ Grout Fill and Abandon Main 17a 2"-6" LF 7,500 15.00$ 112,500.00$ 17b 8"-12" LF 7,500 16.00$ 120,000.00$ 17c 16"-24" LF 5,000 20.00$ 100,000.00$ 17d >30" LF 5,000 50.00$ 250,000.00$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6" LF 5,000 22.10$ 110,500.00$ 18b 8"-12" LF 5,000 29.46$ 147,300.00$ 18c 16"-24" LF 2,000 44.20$ 88,400.00$ 18d >30" LF 500 58.92$ 29,460.00$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, 19a 4” diameter (0' to 5') LF 5 544.50$ 2,722.50$ 19b 4” diameter (5.1' to 10') LF 5 907.50$ 4,537.50$ 19c 4” diameter (10.1' to 15') LF 5 1,255.98$ 6,279.90$ 19d 4” diameter (15.1' to 20') LF 5 2,254.80$ 11,274.00$ 19e 6” diameter (0' to 5') LF 25 544.50$ 13,612.50$ 19f 6” diameter (5.1' to 10') LF 25 914.76$ 22,869.00$ 19g 6” diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19h 6” diameter (15.1' to 20') LF 5 3,305.18$ 16,525.90$ 19i 8” diameter (0' to 5') LF 1,000 551.76$ 551,760.00$ 19j 8” diameter (5.1' to 10') LF 1,000 965.58$ 965,580.00$ 19k 8” diameter (10.1' to 15') LF 500 1,314.06$ 657,030.00$ 19l 8” diameter (15.1' to 20') LF 500 2,261.62$ 1,130,810.00$ 19m 10” diameter (0' to 5') LF 1,000 559.02$ 559,020.00$ 19n 10” diameter (5.1' to 10') LF 1,000 972.84$ 972,840.00$ 19o 10” diameter (10.1' to 15') LF 500 1,277.76$ 638,880.00$ 19p 10” diameter (15.1' to 20') LF 500 2,268.88$ 1,134,440.00$ 19q 12” diameter (0' to 5') LF 500 573.54$ 286,770.00$ 19r 12” diameter (5.1' to 10') LF 500 936.54$ 468,270.00$ 19s 12” diameter (10.1' to 15') LF 250 1,285.02$ 321,255.00$ 19t 12” diameter (15.1' to 20') LF 100 2,082.80$ 208,280.00$ 19u 14”/15" diameter (0' to 5') LF 5 595.32$ 2,976.60$ 19v 14”/15" diameter (5.1' to 10') LF 5 965.58$ 4,827.90$ 19w 14”/15" diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19x 14”/15" diameter (15.1' to 20') LF 5 2,305.00$ 11,525.00$ 19y 16”/18" diameter (0' to 5') LF 5 776.82$ 3,884.10$ 19z 16”/18" diameter (5.1' to 10') LF 5 980.10$ 4,900.50$ 19aa 16”/18" diameter (10.1' to 15') LF 5 1,328.58$ 6,642.90$ 19bb 16”/18" diameter (15.1' to 20') LF 5 2,319.70$ 11,598.50$ 19cc 20”/21" diameter (0' to 5') LF 5 653.40$ 3,267.00$ 19dd 20”/21" diameter (5.1' to 10') LF 5 1,016.40$ 5,082.00$ 19ee 20”/21" diameter (10.1' to 15') LF 5 1,364.88$ 6,824.40$ 19ff 20”/21" diameter (15.1' to 20') LF 5 2,363.26$ 11,816.30$ 19gg 24” diameter (0' to 5') LF 5 784.08$ 3,920.40$ 19hh 24” diameter (5.1' to 10') LF 5 1,183.38$ 5,916.90$ 19ii 24” diameter (10.1' to 15') LF 5 1,575.42$ 7,877.10$ 19jj 24” diameter (15.1' to 20') LF 5 2,675.44$ 13,377.20$ 19kk 30” diameter (0' to 5') LF 5 929.28$ 4,646.40$ 19ll 30” diameter (5.1' to 10') LF 5 1,328.58$ 6,642.90$ 19mm 30” diameter (10.1' to 15') LF 5 1,720.62$ 8,603.10$ 19nn 30” diameter (15.1' to 20') LF 5 2,813.88$ 14,069.40$ 19oo 36” diameter (0' to 5') LF 5 1,081.74$ 5,408.70$ 19pp 36” diameter (5.1' to 10') LF 5 1,481.04$ 7,405.20$ 19qq 36” diameter (10.1' to 15') LF 5 1,873.08$ 9,365.40$ 19rr 36” diameter (15.1' to 20') LF 5 2,719.00$ 13,595.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 20b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 20c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 20d 4” diameter (15.1' to 20') LF 5 1,061.50$ 5,307.50$ 20e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 20f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 20g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 20j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 20k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 20l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 20m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 20n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 20o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 20p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 20q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 20r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 20s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 20t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 20u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 20v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 20w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 20z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 20aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 20bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 20cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 20dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 20ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 20ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 20gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 20hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 20ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 20jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 20kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 20ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 20mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 20nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 20oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 20pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 20qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 20rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5') LF 25 499.13$ 12,478.25$ 21b 4” diameter (5.1' to 10') LF 5 831.88$ 4,159.40$ Original = $4,159.38 21c 4” diameter (10.1' to 15') LF 5 1,151.32$ 5,756.60$ Original = $5,756.58 21d 4” diameter (15.1' to 20') LF 5 1,899.83$ 9,499.15$ 21e 6” diameter (0' to 5') LF 25 499.13$ 12,478.25$ Original = $12,478.13 21f 6” diameter (5.1' to 10') LF 25 838.53$ 20,963.25$ 21g 6” diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21h 6” diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21i 8” diameter (0' to 5') LF 50 505.78$ 25,289.00$ 21j 8” diameter (5.1' to 10') LF 50 885.12$ 44,256.00$ 21k 8” diameter (10.1' to 15') LF 10 1,204.56$ 12,045.60$ Original = $12,045.55 21l 8” diameter (15.1' to 20') LF 10 1,906.49$ 19,064.90$ Original = $19,064.85 21m 10” diameter (0' to 5') LF 100 512.44$ 51,244.00$ Original = $51,243.50 21n 10” diameter (5.1' to 10') LF 100 891.77$ 89,177.00$ 21o 10” diameter (10.1' to 15') LF 5 1,171.28$ 5,856.40$ 21p 10” diameter (15.1' to 20') LF 5 1,913.14$ 9,565.70$ 21q 12” diameter (0' to 5') LF 500 525.75$ 262,875.00$ Original = $262,872.50 21r 12” diameter (5.1' to 10') LF 500 858.50$ 429,250.00$ Original = $429,247.50 21s 12” diameter (10.1' to 15') LF 250 1,177.94$ 294,485.00$ Original = $294,483.75 21t 12” diameter (15.1' to 20') LF 100 1,826.45$ 182,645.00$ 21u 14”/15" diameter (0' to 5') LF 5 545.71$ 2,728.55$ 21v 14”/15" diameter (5.1' to 10') LF 5 885.12$ 4,425.60$ Original = $4,425.58 21w 14”/15" diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21x 14”/15" diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21y 16”/18" diameter (0' to 5') LF 5 712.09$ 3,560.45$ Original = $3,560.43 21z 16”/18" diameter (5.1' to 10') LF 5 898.43$ 4,492.15$ Original = $4,492.13 21aa 16”/18" diameter (10.1' to 15') LF 5 1,217.87$ 6,089.35$ 21bb 16”/18" diameter (15.1' to 20') LF 5 1,959.73$ 9,798.65$ Original = $9,798.63 21cc 20”/21" diameter (0' to 5') LF 5 598.95$ 2,994.75$ 21dd 20”/21" diameter (5.1' to 10') LF 5 931.70$ 4,658.50$ 21ee 20”/21" diameter (10.1' to 15') LF 5 1,251.14$ 6,255.70$ 21ff 20”/21" diameter (15.1' to 20') LF 5 1,999.66$ 9,998.30$ Original = $9,998.28 21gg 24” diameter (0' to 5') LF 5 718.74$ 3,593.70$ 21hh 24” diameter (5.1' to 10') LF 5 1,084.77$ 5,423.85$ Original = $5,423.83 21ii 24” diameter (10.1' to 15') LF 5 1,444.14$ 7,220.70$ Original = $7.220.68 21jj 24” diameter (15.1' to 20') LF 5 2,285.82$ 11,429.10$ 21kk 30” diameter (0' to 5') LF 5 851.84$ 4,259.20$ 21ll 30” diameter (5.1' to 10') LF 5 1,217.87$ 6,089.35$ Original = $6,089.33 21mm 30” diameter (10.1' to 15') LF 5 1,577.24$ 7,886.20$ Original = $7,886.18 21nn 30” diameter (15.1' to 20') LF 5 2,412.27$ 12,061.35$ Original = $12,061.33 21oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 21pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 21qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 21rr 36” diameter (15.1' to 20') LF 5 2,325.75$ 11,628.75$ DUCTILE IRON (Inclusive of all Labor, Material, and 22a 4” diameter (0' to 5') LF 5 559.02$ 2,795.10$ 22b 4” diameter (5.1' to 10') LF 5 891.77$ 4,458.85$ 22c 4” diameter (10.1' to 15') LF 5 1,157.97$ 5,789.85$ 22d 4” diameter (15.1' to 20') LF 5 1,859.90$ 9,299.50$ 22e 6” diameter (0' to 5') LF 25 545.71$ 13,642.75$ 22f 6” diameter (5.1' to 10') LF 25 878.46$ 21,961.50$ 22g 6” diameter (10.1' to 15') LF 5 1,191.25$ 5,956.25$ 22h 6” diameter (15.1' to 20') LF 5 1,919.80$ 9,599.00$ Original = $9,598.98 22i 8” diameter (0' to 5') LF 50 565.68$ 28,284.00$ 22j 8” diameter (5.1' to 10') LF 50 898.43$ 44,921.50$ Original = $44,921.25 22k 8” diameter (10.1' to 15') LF 10 1,177.94$ 11,779.40$ Original = $11,779.35 22l 8” diameter (15.1' to 20') LF 10 1,966.38$ 19,663.80$ 22m 10” diameter (0' to 5') LF 100 752.02$ 75,202.00$ Original = $75,201.50 22n 10” diameter (5.1' to 10') LF 100 785.29$ 78,529.00$ 22o 10” diameter (10.1' to 15') LF 5 1,237.83$ 6,189.15$ 22p 10” diameter (15.1' to 20') LF 5 1,986.35$ 9,931.75$ Original = $9,931.73 22q 12” diameter (0' to 5') LF 500 605.61$ 302,805.00$ Original = $302,802.50 22r 12” diameter (5.1' to 10') LF 500 938.36$ 469,180.00$ 22s 12” diameter (10.1' to 15') LF 250 1,104.73$ 276,182.50$ 22t 12” diameter (15.1' to 20') LF 100 1,796.31$ 179,631.00$ 22u 14”/15" diameter (0' to 5') LF 5 632.23$ 3,161.15$ Original = $3,161.13 22v 14”/15" diameter (5.1' to 10') LF 5 964.98$ 4,824.90$ Original = $4,824.88 22w 14”/15" diameter (10.1' to 15') LF 5 1,277.76$ 6,388.80$ 22x 14”/15" diameter (15.1' to 20') LF 5 2,032.93$ 10,164.65$ 22y 16”/18" diameter (0' to 5') LF 5 678.81$ 3,394.05$ 22z 16”/18" diameter (5.1' to 10') LF 5 798.60$ 3,993.00$ 22aa 16”/18" diameter (10.1' to 15') LF 5 838.53$ 4,192.65$ 22bb 16”/18" diameter (15.1' to 20') LF 5 2,072.86$ 10,364.30$ 22cc 20”/21" diameter (0' to 5') LF 5 692.12$ 3,460.60$ 22dd 20”/21" diameter (5.1' to 10') LF 5 1,024.87$ 5,124.35$ 22ee 20”/21" diameter (10.1' to 15') LF 5 1,331.00$ 6,655.00$ 22ff 20”/21" diameter (15.1' to 20') LF 5 2,092.83$ 10,464.15$ 22gg 24” diameter (0' to 5') LF 5 811.91$ 4,059.55$ 22hh 24” diameter (5.1' to 10') LF 5 1,177.94$ 5,889.70$ Original = $5,889.68 22ii 24” diameter (10.1' to 15') LF 5 1,537.31$ 7,686.55$ Original = $7,686.53 22jj 24” diameter (15.1' to 20') LF 5 2,378.99$ 11,894.95$ 22kk 30” diameter (0' to 5') LF 5 898.43$ 4,492.15$ Original = $4,492.13 22ll 30” diameter (5.1' to 10') LF 5 1,264.45$ 6,322.25$ 22mm 30” diameter (10.1' to 15') LF 5 1,623.82$ 8,119.10$ 22nn 30” diameter (15.1' to 20') LF 5 2,465.51$ 12,327.55$ Original = $12,327.53 22oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 22pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 22qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 22rr 36” diameter (15.1' to 20') LF 5 2,558.68$ 12,793.40$ Original = $12,793.38 HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 23b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 23c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 23d 4” diameter (15.1' to 20') LF 5 1,111.50$ 5,557.50$ 23e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 23f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 23g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 23j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 23k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 23l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 23m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 23n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 23o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 23p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 23q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 23r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 23s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 23t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 23u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 23v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 23w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 23z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 23aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 23bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 23cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 23dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 23ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 23ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 23gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 23hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 23ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 23jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 23kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 23ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 23mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 23nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 23oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 23pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 23qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 23rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 115.50$ 115,500.00$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 137.50$ 137,500.00$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 154.00$ 154,000.00$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 181.50$ 90,750.00$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 203.50$ 203,500.00$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 293.70$ 293,700.00$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 319.00$ 319,000.00$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 390.50$ 195,250.00$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 577.50$ 288,750.00$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 165.00$ 330,000.00$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 192.50$ 96,250.00$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 220.00$ 220,000.00$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 258.50$ 25,850.00$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 286.00$ 286,000.00$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 357.50$ 35,750.00$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 412.50$ 412,500.00$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 605.00$ 151,250.00$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 715.00$ 143,000.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 70,369.19$ 211,107.57$ 26b 6" diameter TON 3.00 66,603.92$ 199,811.76$ 26c 8" diameter TON 3.00 69,164.10$ 207,492.30$ 26d 10" diameter TON 3.00 66,709.94$ 200,129.82$ 26e 12" diameter TON 3.00 61,378.55$ 184,135.65$ 26f 14" diameter TON 3.00 57,227.88$ 171,683.64$ 26g 16" diameter TON 3.00 56,921.49$ 170,764.47$ 26h 18" diameter TON 3.00 49,693.96$ 149,081.88$ 26i 20" diameter TON 3.00 51,244.87$ 153,734.61$ 26j 24" diameter TON 3.00 53,209.95$ 159,629.85$ 26k 30" diameter TON 3.00 47,866.34$ 143,599.02$ 26l 36" diameter TON 3.00 51,028.19$ 153,084.57$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 572.00$ 28,600.00$ 27b 6” diameter LF 50 577.50$ 28,875.00$ 27c 8” diameter LF 50 610.50$ 30,525.00$ 27d 10” diameter LF 50 616.00$ 30,800.00$ 27e 12” diameter LF 50 594.00$ 29,700.00$ 27f 14” diameter LF 10 610.50$ 6,105.00$ 27g 18” diameter LF 10 616.00$ 6,160.00$ 27h 20” diameter LF 10 643.50$ 6,435.00$ 27i 24” diameter LF 10 748.00$ 7,480.00$ 27j 30” diameter LF 10 836.00$ 8,360.00$ 27k 36” diameter LF 10 935.00$ 9,350.00$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 605.00$ 6,050.00$ 28b 6” diameter LF 25 616.00$ 15,400.00$ 28c 8” diameter LF 50 621.50$ 31,075.00$ 28d 10” diameter LF 10 632.50$ 6,325.00$ 28e 12” diameter LF 10 649.00$ 6,490.00$ 28f 14” diameter LF 5 665.50$ 3,327.50$ 28g 18” diameter LF 5 693.00$ 3,465.00$ 28h 20” diameter LF 5 704.00$ 3,520.00$ 28i 24” diameter LF 5 814.00$ 4,070.00$ 28j 30” diameter LF 5 869.00$ 4,345.00$ 28k 36” diameter LF 5 935.00$ 4,675.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 155.00$ 1,550.00$ 29b 6” diameter LF 25 155.00$ 3,875.00$ 29c 8” diameter LF 50 157.00$ 7,850.00$ 29d 10” diameter LF 10 257.00$ 2,570.00$ 29e 12” diameter LF 10 257.00$ 2,570.00$ 29f 14” diameter LF 5 257.00$ 1,285.00$ 29g 18” diameter LF 5 260.00$ 1,300.00$ 29h 20” diameter LF 5 262.00$ 1,310.00$ 29i 24” diameter LF 5 267.00$ 1,335.00$ 29j 30” diameter LF 5 272.00$ 1,360.00$ 29k 36” diameter LF 5 284.00$ 1,420.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 36,846.77$ 36,846.77$ 30b 6" diameter TON 1.00 34,442.05$ 34,442.05$ 30c 8" diameter TON 1.00 19,784.00$ 19,784.00$ 30d 10" diameter TON 1.00 38,069.17$ 38,069.17$ 30e 12" diameter TON 1.00 34,600.46$ 34,600.46$ 30f 14" diameter TON 1.00 35,044.48$ 35,044.48$ 30g 16" diameter TON 1.00 35,213.94$ 35,213.94$ 30h 18" diameter TON 1.00 33,396.93$ 33,396.93$ 30i 20" diameter TON 1.00 33,931.25$ 33,931.25$ 30j 24" diameter TON 1.00 36,534.09$ 36,534.09$ 30k 30" diameter TON 1.00 34,145.96$ 34,145.96$ 30l 36" diameter TON 1.00 36,701.11$ 36,701.11$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 93.50$ 467.50$ 31b 15" ID LF 5 93.50$ 467.50$ 31c 18" ID LF 5 99.00$ 495.00$ 31d 21" ID LF 5 0.01$ 0.05$ Original = $0.06 31e 24" ID LF 5 236.50$ 1,182.50$ 31f 27" ID LF 5 0.01$ 0.05$ Original = $0.06 31g 30" ID LF 5 1,650.00$ 8,250.00$ 31h 36" ID LF 5 1,677.50$ 8,387.50$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4” EA 200 1,657.69$ 331,538.00$ 32b 6” EA 250 2,376.92$ 594,230.00$ 32c 8” EA 500 3,724.16$ 1,862,080.00$ 32d 10” EA 100 6,391.95$ 639,195.00$ 32e 12” EA 50 7,892.95$ 394,647.50$ 32f 14” EA 10 14,396.03$ 143,960.30$ 32g 18” EA 5 23,689.09$ 118,445.45$ 32h 20” EA 5 31,872.22$ 159,361.10$ Gate Valves with Valve Box 33a 4” EA 200 2,073.39$ 414,678.00$ 33b 6” EA 250 2,531.31$ 632,827.50$ 33c 8” EA 500 3,299.50$ 1,649,750.00$ 33d 10” EA 100 5,836.10$ 583,610.00$ 33e 12” EA 50 7,120.80$ 356,040.00$ 33f 14” EA 10 18,030.92$ 180,309.20$ 33g 18” EA 5 38,357.81$ 191,789.05$ 33h 20” EA 5 40,614.36$ 203,071.80$ 33i 24" EA 5 53,348.43$ 266,742.15$ 33j Valve Box Only EA 50 425.61$ 21,280.50$ Tapping Sleeves and Tapping Valves 34a 4” EA 25 6,578.70$ 164,467.50$ 34b 6” EA 50 7,915.06$ 395,753.00$ 34c 8” EA 50 10,299.70$ 514,985.00$ 34d 10” EA 10 17,814.56$ 178,145.60$ 34e 12” EA 25 22,313.71$ 557,842.75$ 34f 14” EA 5 49,373.59$ 246,867.95$ 34g 18” EA 5 81,146.53$ 405,732.65$ 34h 20” EA 5 94,362.42$ 471,812.10$ Linestops 35a 4” EA 10 6,726.94$ 67,269.40$ 35b 6” EA 10 7,143.33$ 71,433.30$ 35c 8” EA 10 8,195.65$ 81,956.50$ 35d 10” EA 10 11,003.39$ 110,033.90$ 35e 12” EA 10 11,466.23$ 114,662.30$ 35f 14” EA 5 14,685.39$ 73,426.95$ 35g 18” EA 5 18,840.75$ 94,203.75$ 35h 20” EA 5 19,894.11$ 99,470.55$ Repair Clamp 36a 4”EA 15 1,406.64$ 21,099.60$ 36b 6”EA 15 1,652.47$ 24,787.05$ 36c 8”EA 15 2,007.52$ 30,112.80$ 36d 10” EA 15 2,766.28$ 41,494.20$ 36e 12” EA 15 3,255.81$ 48,837.15$ 36f 14” EA 5 3,574.79$ 17,873.95$ 36g 18”EA 5 4,168.84$ 20,844.20$ 36h 20” EA 5 5,440.82$ 27,204.10$ 36i 24"EA 5 5,715.17$ 28,575.85$ 36j 30"EA 5 8,167.66$ 40,838.30$ 36k 36"EA 5 8,579.19$ 42,895.95$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4") EA 20 9,820.19$ 196,403.80$ 37b Fire Hydrant Assembly Without Valve (5-1/4") EA 10 7,852.10$ 78,521.00$ Service Saddles (Water and RCW Only) 38a 4” EA 100 189.00$ 18,900.00$ 38b 6” EA 150 199.50$ 29,925.00$ 38c 8” EA 200 241.50$ 48,300.00$ 38d 10” EA 50 273.00$ 13,650.00$ 38e 12” EA 25 283.50$ 7,087.50$ 38f 14” EA 5 315.00$ 1,575.00$ 38g 18” EA 5 430.50$ 2,152.50$ 38h 20” EA 5 483.00$ 2,415.00$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 70.75$ 70,750.00$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 96.00$ 96,000.00$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 118.00$ 118,000.00$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 135.00$ 67,500.00$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 191.00$ 191,000.00$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 287.00$ 287,000.00$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 370.00$ 370,000.00$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 500.00$ 500,000.00$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 550.00$ 550,000.00$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 781.00$ 781,000.00$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 49.21$ 49,210.00$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 71.87$ 71,870.00$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 113.25$ 113,250.00$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 165.07$ 82,535.00$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 235.08$ 235,080.00$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 521.51$ 521,510.00$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 863.13$ 863,130.00$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 1,201.81$ 1,201,810.00$ 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 270.38$ 54,076.00$ Original = $54,075.00 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 273.00$ 27,300.00$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 278.25$ 139,125.00$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 283.50$ 141,750.00$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 294.00$ 73,500.00$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 328.13$ 82,032.50$ Original = $82,031.25 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 354.38$ 88,595.00$ Original = $88,593.75 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 399.00$ 99,750.00$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 57,544,063.57$ Original = $63,463,450.58 Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 3 Furnish and replace existing service lateral from sewer main 3a Up to 5' deep LF 800 660.00$ 528,000.00$ 3b More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 3c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 3d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 1,998,250.00$ TOTAL SECTION C = D. Sanitary Cleanouts and Laterals General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4 000 for non emergency mobilization TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESROWLAND, KENNETH DEANDo not alter this document in any form.ROWLAND INCLICENSE NUMBER: CUC052617EXPIRATION DATE: AUGUST 31, 2022This is your license. It is unlawful for anyone other than the licensee to use this document.6855 102ND AVE NPINELLAS PARK FL 33782Always verify licenses online at MyFloridaLicense.com Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print)Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print)Title Signature Date 656954 Rowland, Inc. Lydia M Connolly Electronically Signed 03/28/2013 USCIS Verification Division Electronically Signed 03/28/2013 Page 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 656954 Rowland, Inc. 6855 102nd Ave. North Pinellas Park, FL 33782 6855 102nd Ave. North Pinellas Park, FL 33782 PINELLAS 590978899 221 20 to 99 1 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 18 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 19 SECTION V – Contract Documents SECTION V Page 1 of 19 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Engineered Spray Solutions, LLC. 1306 Banana Rd. Lakeland, FL 33810 (863) 577-4821 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section E – Manhole Surfacing Polyurethane PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________ , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1.Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 19 Updated: 5/4/2020 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 19 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellateproceedings, that Owner sustains because of a default by Contractor under the contract; and4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to,reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and5.Performs the guarantee of all work and materials furnished under the contract for the time specifiedin the contract, then this bond is void; otherwise it remains in full force.6.Any action instituted by a claimant under this bond for payment must be in accordance with thenotice and time limitation provisions in Section 255.05(2), Florida Statutes.7.Any changes in or under the contract documents and compliance or noncompliance with anyformalities connected with the contract or the changes does not affect Surety’s obligation underthis bond, and Surety does hereby waive notice of any such change, extension of time, alteration oraddition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Engineered Spray Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) NOT APPLICABLE (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 19 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Engineered Spray Solutions, LLC, of the City of Lakeland County of Polk and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise, and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section E) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $2,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 19 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 19 Updated: 5/4/2020 CONTRACT (3) 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, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 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 SECTION V – Contract Documents SECTION V Page 8 of 19 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Engineered Spray Solutions, LLC Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: NOT APPLICABLE ,SURETY, on bond of Engineered Spray Solutions, LLC 1306 Banana Rd.. Lakeland, FL 33810 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ NOT APPLICABLE (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 9 of 19 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ NOT APPLICABLE Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 19 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V – Contract Documents SECTION V Page 15 of 19 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) CONTRACTOR: ENGINEERED SPRAY SOLUTIONS, LLC. BIDDER'S TOTAL Section A: $________________ (Numbers) BIDDER'S TOTAL Section A: __________________ (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: __________________ (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S TOTAL Section E: Two million dollars and zero cents (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section E: Two million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. DBE NO Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ 10 Rear easement access EA 30 400.00$ 12,000.00$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 6,020,900.00$ All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 General E Manhole Surfacing – Polyurethane Coating Product: Spraywall 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION E = SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 16 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 17 SECTION V – Contract Documents SECTION V Page 1 of 17 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 941-408-5091 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section F – Smoke and Dye Testing PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 17 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 17 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). USSI, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 17 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", USSI, LLC, of the City of Venice County of Sarasota and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section F) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $1,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 17 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 17 Updated: 5/4/2020 CONTRACT (3) 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, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 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 SECTION V – Contract Documents SECTION V Page 8 of 17 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: USSI, LLC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 17 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 17 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) CONTRACTOR: USSI, LLC. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C$ (Numbers) BIDDER'S TOTAL Section C (Words) BIDDER'S TOTAL Section D: $ (Numbers) BIDDER'S TOTAL Section D: (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section F: One million dollars and zero cents (Words) BIDDER'S GRAND TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section F: One million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N General Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 0.01$ 0.10$ 2 Smoke Testing of Sewer LF 25,000 0.48$ 12,000.00$ 3 Dye Tracing of Sewer EA 20 0.01$ 0.20$ 3 Dye Flooding of Sewer EA 5 0.01$ 0.05$ 4 Replace 4" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 5 Replace 6" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed) 0.10 1,200.14$ 13,201.49$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes TOTAL SECTION F = USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9788-24 2nd rdg Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 14.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9788-24 on second reading, amending Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Changes, Article XXIV, Public Works Fees, Rates and Charges, Section (3) (c) Solid Waste Collection Rates, Section (3)(d) Recycling Rates, and Section (5) Other Miscellaneous Charges; Increase specific collection fees for Solid Waste and Recycling annually by 3.75% effective October 1, 2024, October 1, 2025, October 1, 2026, October 1, 2027, and October 1, 2028. SUMMARY: Earlier this year Stantec Consulting Services Inc. of Tampa, FL performed a rate sufficiency analysis (RSA) on the City’s Solid Waste and Recycling Utility Enterprise Fund. Stantec conducted similar studies during 2019 and 2021. The objectives for this study included evaluation of the utility’s current rates and identifying a new multi-year plan of increases that provides sufficient revenues to fund operations and maintenance costs, capital improvement costs, adjustments to scenarios evaluated in prior studies related to timing and costs, and to ensure adequate operating reserves over the entire five year planning period (Fiscal Year 2025 - Fiscal Year 2029) and ten year projection period (Fiscal Year 2030 - Fiscal Year 2034). Staff provided historical and budgeted financial information for the utility, assumptions regarding growth, interest earning rates, and policies affecting the utility to Stantec for the study. Based on Stantec’s study and analysis of rate increase scenarios discussed with staff, it is recommended that fees for Solid Waste and Recycling be increased by 3.75% for the fiscal years 2025 through 2029. Residential solid waste and recycling rates will increase as follows: Monthly Current 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Solid Waste $34.62 $35.92 $37.27 $38.67 $40.12 $41.62 Recycling $ 3.51 $ 3.64 $ 3.78 $ 3.92 $ 4.07 $ 4.22 Total $38.13 $39.56 $41.05 $42.59 $44.19 $45.84 Appendix A of the Code of Ordinances currently contains a listing of various residential, commercial and roll-off collection fees for Solid Waste and Recycling. Therefore, staff is recommending that the Appendix A of the Code of Ordinances be amended to increase rates in accordance with the rate study prepared by Stantec. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under the following objectives: 1.1 (evidence-based measurement tools) and 1.3 (adopt responsive levels of service for public facilities and amenities) within High Performing Government, and 4.2 (waste reduction practices) within Environmental Stewardship. Page 1 City of Clearwater Printed on 9/10/2024 ORDINANCE NO. 9788-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING CODE OF ORDINANCES, APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV, PUBLIC WORKS – FEES, RATES AND CHARGES; SECTION (3)(C) SOLID WASTE COLLECTION RATES; SECTION (3)(D) RECYCLING; SECTION (5) OTHER MISCELLANEOUS CHARGES; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Appendix A, Article XXIV sets forth the schedule of fees, rates, and charges to be paid by customers of the City’s solid waste and recycling collection systems; WHEREAS, in August 2024, Stantec Consulting Services, Inc. completed a Revenue Sufficiency Analysis (“Study”), which evaluated the sufficiency of the revenues provided by existing solid waste and recycling collection rates; WHEREAS, the Study recommends an increase to solid waste and recycling collection rates. The increases are necessary to provide support for needed infrastructure investments, compliance with regulatory requirements, and maintaining current levels of service over the next five fiscal years; WHEREAS, the Study recommends a 3.75% increase per year to be effective on October 1, 2024, October 1, 2025, October 1, 2026, October 1, 2027, and October 1, 2028; WHEREAS, the City Council determines that the adoption of this Ordinance to be in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA, THAT: Section 1: Appendix A, Article XXIV, Section (3)(c), Code of Ordinances, is amended as follows: APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES ***** XXIV. PUBLIC WORKS — FEES, RATES AND CHARGES ***** (3) Rates: Ordinance No. 9788-24 2 ***** (c) Solid waste collection rates. 1. Effective January 11, 2016, solid waste collection in prescribed containers will be once weekly. a. Single-family, multiple-family dwellings, and commercial buildings unable to have commercial container service: (i) Curbside pickup: One residential refuse container will be provided for automated service for each living unit. Where routes are automated, automated service shall be the only collection option. Additional containers may be approved by the director of solid waste/general services at the rates specified below. Single-family dwelling residents may request additional containers, at the discounted rate detailed below, after undergoing an initial recycling assessment. The recycling assessment is offered, without charge, to residents that generate a large amount of refuse. If additional containers are provided, the director of solid waste/general services may conduct periodic recycling assessments without notice to the resident. Based on data derived from subsequent recycling assessments, the city may elect to remove any additional containers provided to the resident, at the director of solid waste/general service's sole discretion. ` Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Each living unit, minimum $35.92 $37.27 $38.66 $40.11 $41.62 Each additional container (multiple- family, commercial, or refusal of assessment) $35.92 $37.27 $38.66 $40.11 $41.62 Each additional container (single- family with assessment) $10.78 $11.18 $11.60 $12.04 $12.49 Ordinance No. 9788-24 3 Effective 10/1/2019 10/1/2020 10/1/221 10/1/2022 10/1/2023 Each living unit, minimum $29.88 $31.00 $32.16 $33.37 $34.62 Each additional container (multiple-family, commercial, or refusal of assessment) 29.88 31.00 32.16 33.37 34.62 Each additional container (single-family with assessment) 8.96 9.30 9.65 10.01 10.39 (ii) Side or rear yard premium service: Manual pickup has a limit of two containers per living unit, each having a capacity no larger than 32 gallons and 50 pounds. For each additional 32-gallon or smaller container for rear yard pickup, the fee specified below will be charged for side or rear building collection of each 32-gallon container. Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Each living unit $71.84 $74.53 $77.33 $80.22 $83.23 Each additional container $25.14 $26.08 $27.06 $28.07 $29.13 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 Each living unit $59.76 $62.00 $64.32 $66.74 $69.24 Each additional container 20.92 21.70 22.51 23.36 24.23 Ordinance No. 9788-24 4 (iii) Base charge: The base charge will be included in the monthly charge for active accounts as specified below. Dormant accounts will be assessed the base charge for each account. Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Each account, minimum $11.97 $12.42 $12.89 $13.37 $13.87 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 Each account, minimum $9.96 $10.33 $10.72 $11.12 $11.54 (iv) Service outside of the municipal limits: Accounts outside the city limits shall be assessed 125 percent of the city's monthly charges for curbside service for once weekly collection for each unit. b. Motels, apartment motels, or apartments renting by day or week and serviced with residential refuse containers: all containers serving the premises shall be centrally located at one collection point. (i) Curbside pickup: First living unit, minimum Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $35.92 $37.27 $38.66 $40.11 $41.62 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 Ordinance No. 9788-24 5 All additional living units, per unit Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $17.96 $18.63 $19.33 $20.06 $20.81 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $14.94 $15.50 $16.08 $16.69 $17.31 (ii) Side or rear yard premium service: First living unit, minimum Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $71.84 $74.53 $77.33 $80.22 $83.23 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $59.76 $62.00 $64.32 $66.74 $69.24 All additional living units, per unit Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $35.92 $37.27 $38.66 $40.11 $41.62 $29.88 $31.00 $32.16 $33.37 $34.62 Ordinance No. 9788-24 6 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $29.88 $31.00 $32.16 $33.37 $34.62 c. Motels, apartment motels, or apartments renting by day or week and serviced with commercial containers, will be charged in accordance with the schedule in subsection (3)(c)2.c of this section. d. Commercial buildings of all types (such as professional offices, stores, hotels, factories, filling stations, service establishments, etc.) where commercial container service is determined to not be feasible pursuant to section 32.273(2): (i) Residential refuse container service: Curbside pickup, per container Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $35.92 $37.27 $38.66 $40.11 $41.62 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $29.88 $31.00 $32.16 $33.37 $34.62 (ii) Residential refuse container service: Side or rear yard premium service, per container Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $71.84 $74.53 $77.33 $80.22 $83.23 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 Ordinance No. 9788-24 7 $59.76 $62.00 $64.32 $66.74 $69.24 2. Monthly charges for daily commercial (except Saturday, Sunday and holidays) collection for solid waste in prescribed containers (no larger than 32 gallons with maximum weight of 50 pounds). a. Curbside pickup: (i) Per container: Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $94.00 $97.52 $101.18 $104.97 $108.91 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $78.20 $81.13 $84.17 $87.33 $90.60 (ii) Each additional container, each day: Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $4.35 $4.51 $4.68 $4.85 $5.04 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $3.61 $3.75 $3.89 $4.04 $4.19 b. Side or rear yard premium service: (i) Per container: Ordinance No. 9788-24 8 Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $188.00 $195.04 $202.36 $209.95 $217.82 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $156.40 $162.26 $168.34 $174.66 $181.20 (ii) Each additional container, each day: Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $8.69 $9.02 $9.36 $9.71 $10.07 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $7.22 $7.50 $7.78 $8.08 $8.38 c. Commercial containers: (i) Uncompacted commercial: Fiscal Year 2025 Effective Date 10/1/2024 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $92.21 $167.27 $240.05 $331.54 $438.27 $636.30 $728.59 2 167.37 305.71 444.06 611.43 813.94 1,197.31 1,364.64 3 216.48 395.54 574.61 791.20 1,053.22 1,549.30 1,765.75 4 260.04 479.73 699.47 965.34 1,286.90 1,895.72 2,155.75 Ordinance No. 9788-24 9 5 260.47 520.85 781.25 1,096.26 1,477.43 2,198.96 2,459.38 6 351.65 652.74 953.85 1,318.11 1,917.13 2,593.10 2,944.76 8 443.99 826.55 1,209.19 1,672.01 2,231.97 2,684.54 3,112.84 Fiscal Year 2026 Effective Date 10/1/2025 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $95.67 $173.54 $249.05 $343.97 $454.71 $660.16 $755.91 2 173.65 317.17 460.71 634.36 844.46 1,242.21 1,415.81 3 224.60 410.37 596.16 820.87 1,092.72 1,607.40 1,831.97 4 269.79 497.72 725.70 1,001.54 1,335.16 1,966.81 2,236.59 5 270.24 540.38 810.55 1,137.37 1,532.83 2,281.42 2,551.61 6 364.84 677.22 989.62 1,367.54 1,989.02 2,690.34 3,055.19 8 460.64 857.55 1,254.53 1,734.71 2,315.67 2,785.21 3,229.57 Fiscal Year 2027 Effective Date 10/1/2026 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $99.26 $180.05 $258.39 $356.87 $471.76 $684.92 $784.26 2 180.16 329.06 477.99 658.15 876.13 1,288.79 1,468.90 3 233.02 425.76 618.52 851.65 1,133.70 1,667.68 1,900.67 4 279.91 516.38 752.91 1,039.10 1,385.23 2,040.57 2,320.46 5 280.37 560.64 840.95 1,180.02 1,590.31 2,366.97 2,647.30 6 378.52 702.62 1,026.73 1,418.82 2,063.61 2,791.23 3,169.76 8 477.91 889.71 1,301.57 1,799.76 2,402.51 2,889.66 3,350.68 Ordinance No. 9788-24 10 Fiscal Year 2028 Effective Date 10/1/2027 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $102.98 $186.80 $268.08 $370.25 $489.45 $710.60 $813.67 2 186.92 341.40 495.91 682.83 908.98 1,337.12 1,523.98 3 241.76 441.73 641.71 883.59 1,176.21 1,730.22 1,971.95 4 290.41 535.74 781.14 1,078.07 1,437.18 2,117.09 2,407.48 5 290.88 581.66 872.49 1,224.27 1,649.95 2,455.73 2,746.57 6 392.71 728.97 1,065.23 1,472.03 2,141.00 2,895.90 3,288.63 8 495.83 923.07 1,350.38 1,867.25 2,492.60 2,998.02 3,476.33 Fiscal Year 2029 Effective Date 10/1/2028 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $106.84 $193.81 $278.13 $384.13 $507.80 $737.25 $844.18 2 193.93 354.20 514.51 708.44 943.07 1,387.26 1,581.13 3 250.83 458.29 665.77 916.72 1,220.32 1,795.10 2,045.90 4 301.30 555.83 810.43 1,118.50 1,491.07 2,196.48 2,497.76 5 301.79 603.47 905.21 1,270.18 1,711.82 2,547.82 2,849.57 6 407.44 756.31 1,105.18 1,527.23 2,221.29 3,004.50 3,411.95 8 514.42 957.69 1,401.02 1,937.27 2,586.07 3,110.45 3,606.69 Fiscal Year 2020 Effective Date 10/1/2019 Ordinance No. 9788-24 11 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $76.71 $139.14 $199.69 $275.81 $364.59 $529.32 $606.10 2 139.23 254.31 369.41 508.64 677.10 996.02 1,135.22 3 180.09 329.04 478.00 658.18 876.14 1,288.84 1,468.89 4 216.32 399.07 581.87 803.05 1,070.55 1,577.00 1,793.32 5 216.68 433.27 649.90 911.96 1,229.04 1,829.26 2,045.91 6 292.54 543.00 793.48 1,096.51 1,594.81 2,157.14 2,449.68 8 369.34 687.59 1,005.89 1,390.91 1,856.72 2,233.21 2,589.49 Fiscal Year 2021 Effective Date 10/1/2020 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $79.59 $144.36 $207.18 $286.15 $378.26 $549.17 $628.83 2 144.45 263.85 383.26 527.71 702.49 1,033.37 1,177.79 3 186.84 341.38 495.93 682.86 909.00 1,337.17 1,523.97 4 224.43 414.04 603.69 833.16 1,110.70 1,636.14 1,860.57 5 224.81 449.52 674.27 946.16 1,275.13 1,897.86 2,122.63 6 303.51 563.36 823.24 1,137.63 1,654.62 2,238.03 2,541.54 8 383.19 713.37 1,043.61 1,443.07 1,926.35 2,316.96 2,686.60 Fiscal Year 2022 Effective Date 10/1/2021 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $82.57 $149.77 $214.95 $296.88 $392.44 $569.76 $652.41 2 149.87 273.74 397.63 547.50 728.83 1,072.12 1,221.96 3 193.85 354.18 514.53 708.47 943.09 1,387.31 1,581.12 4 232.85 429.57 626.33 864.40 1,152.35 1,697.50 1,930.34 5 233.24 466.38 699.56 981.64 1,322.95 1,969.03 2,202.23 6 314.89 584.49 854.11 1,180.29 1,716.67 2,321.96 2,636.85 8 397.56 740.12 1,082.75 1,497.19 1,998.59 2,403.85 2,787.35 Fiscal Year 2023 Effective Date 10/1/2022 Ordinance No. 9788-24 12 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $85.67 $155.39 $223.01 $308.01 $407.16 $591.13 $676.88 2 155.49 284.01 412.54 568.03 756.16 1,112.32 1,267.78 3 201.12 367.46 533.82 735.04 978.46 1,439.33 1,640.41 4 241.58 445.68 649.82 896.82 1,195.56 1,761.16 2.002.73 5 241.99 483.87 725.79 1.018.45 1,372.56 2,042.87 2,284.81 6 326.70 606.41 886.14 1,224.55 1,781.05 2,409.03 2,735.73 8 412.47 767.87 1,123.35 1,553.33 2,073.54 2,493.99 2,891.88 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $88.88 $161.22 $231.37 $319.56 $422.43 $613.30 $702.26 2 161.32 294.66 428.01 589.33 784.52 1,154.03 1,315.32 3 208.66 381.24 553.84 762.60 1,015.15 1,493.30 1,701.93 4 250.64 462.39 674.19 930.45 1,240.39 1,827.20 2.077.83 5 251.06 502.02 753.01 1.056.64 1,424.03 2,119.48 2,370.49 6 338.94 629.15 919.37 1,270.47 1,847.84 2,499.37 2,838.32 8 427.94 796.67 1,165.48 1,611.58 2,151.30 2,587.51 3,000.33 (ii) No new one-yard commercial containers shall be provided after January 3, 1991. EXTRA DUMP CHARGES (Collection charge for picking up an uncompacted container over the stated times per week, per collection.) Fiscal Year 2025 2026 2027 2028 2029 Effective Date 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Size (cubic yard) 1 $21.27 $22.07 $22.90 $23.76 $24.65 2 38.62 40.07 41.57 43.13 44.75 3 49.98 51.85 53.79 55.81 57.90 4 60.00 62.25 64.58 67.00 69.51 Ordinance No. 9788-24 13 5 60.12 62.37 64.71 67.14 69.66 6 81.17 84.21 87.37 90.65 94.05 8 102.47 106.31 110.30 114.44 118.73 Fiscal Year 2020 2021 2022 2023 2024 Effective Date 10/01/2019 10/01/2020 10/01/2021 10/01/2022 10/01/2023 Size (Cubic Yard) 1 $17.70 $18.36 $19.05 $19.76 $20.50 2 32.12 33.32 34.57 35.87 37.22 3 41.57 43.13 44.75 46.43 48.17 4 49.92 51.79 53.73 55.74 57.83 5 50.01 51.89 53.84 55.86 57.95 6 67.52 70.05 72.68 75.41 78.24 8 85.24 88.44 91.76 95.20 98.77 (iii) Compacted commercial: Fiscal Year 2025 Effective Date 10/1/2024 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $195.86 $391.70 $587.49 $824.43 $1,111.08 $1,653.65 $3,070.26 2 334.80 669.64 1,004.41 1,409.47 1,899.49 2,827.14 3,354.76 3 473.84 947.56 1,421.30 1,994.46 2,687.89 4,000.60 4,746.81 4 612.87 1,225.70 1,838.53 2,579.94 3,476.95 5,175.03 6,140.93 6 890.67 1,781.35 2,671.99 3,749.46 5,053.11 7,520.91 8,924.73 8 1,168.58 2,337.19 3,505.73 4,919.54 6,629.93 7,974.23 10,644.65 Fiscal Year 2026 Effective Date 10/1/2025 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 Ordinance No. 9788-24 14 1 $203.20 $406.39 $609.52 $855.35 $1,152.75 $1,715.66 $3,185.39 2 347.36 694.75 1,042.08 1,462.33 1,970.72 2,933.16 3,480.56 3 491.61 983.09 1,474.60 2,069.25 2,788.69 4,150.62 4,924.82 4 635.85 1,271.66 1,907.47 2,676.69 3,607.34 5,369.09 6,371.21 6 924.07 1,848.15 2,772.19 3,890.06 5,242.60 7,802.94 9,259.41 8 1,212.40 2,424.83 3,637.19 5,104.02 6,878.55 8,273.26 11,043.82 Fiscal Year 2027 Effective Date 10/1/2026 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $210.82 $421.63 $632.38 $887.43 $1,195.98 $1,780.00 $3,304.84 2 360.39 720.80 1,081.16 1,517.17 2,044.62 3,043.15 3,611.08 3 510.05 1,019.96 1,529.90 2,146.85 2,893.27 4,306.27 5,109.50 4 659.69 1,319.35 1,979.00 2,777.07 3,742.62 5,570.43 6,610.13 6 958.72 1,917.46 2,876.15 4,035.94 5,439.20 8,095.55 9,606.64 8 1,257.87 2,515.76 3,773.58 5,295.42 7,136.50 8,583.51 11,457.96 Fiscal Year 2028 Effective Date 10/1/2027 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $218.73 $437.44 $656.09 $920.71 $1,240.83 $1,846.75 $3,428.77 2 373.90 747.83 1,121.70 1,574.06 2,121.29 3,157.27 3,746.50 3 529.18 1,058.21 1,587.27 2,227.36 3,001.77 4,467.76 5,301.11 4 684.43 1,368.83 2,053.21 2,881.21 3,882.97 5,779.32 6,858.01 6 994.67 1,989.36 2,984.01 4,187.29 5,643.17 8,399.13 9,966.89 8 1,305.04 2,610.10 3,915.09 5,494.00 7,404.12 8,905.39 11,887.63 Ordinance No. 9788-24 15 Fiscal Year 2029 Effective Date 10/1/2028 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $226.93 $453.84 $680.69 $955.24 $1,287.36 $1,916.00 $3,557.35 2 387.92 775.87 1,163.76 1,633.09 2,200.84 3,275.67 3,886.99 3 549.02 1,097.89 1,646.79 2,310.89 3,114.34 4,635.30 5,499.90 4 710.10 1,420.16 2,130.21 2,989.26 4,028.58 5,996.04 7,115.19 6 1,031.97 2,063.96 3,095.91 4,344.31 5,854.79 8,714.10 10,340.65 8 1,353.98 2,707.98 4,061.91 5,700.03 7,681.77 9,239.34 12,333.42 Fiscal Year 2020 Effective Date 10/1/2019 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $162.93 $325.84 $488.72 $685.83 $924.28 $1,375.63 $2,554.08 2 278.52 557.06 835.55 1,172.51 1,580.14 2,351.84 2,790.75 3 394.17 788.25 1,182.34 1,659.15 2,236.00 3,328.01 3,948.77 4 509.83 1,019.63 1,529.44 2,146.20 2,892.40 4,304.99 5,108.50 6 740.93 1,481.86 2,222.77 3,119.10 4,203.57 6,256.48 7,424.29 8 972.12 1,944.26 2,916.35 4,092.46 5,515.29 6,633.57 8,855.04 Fiscal Year 2021 Effective Date 10/1/2020 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $169.04 $338.06 $507.05 $711.55 $958.94 $1,427.22 $2,649.86 2 288.96 577.95 866.88 1,216.48 1,639.40 2,440.03 2,895.40 3 408.95 817.81 1,226.68 1,721.37 2,319.85 3,452.81 4,096.85 4 528.95 1,057.87 1,586.79 2,226.68 3,000.87 4,466.43 5,300.07 6 768.71 1,537.43 2,306.12 3,236.07 4,361.20 6,491.10 7,702.70 8 1,008.57 2,017.17 3,025.71 4,245.93 5,722.11 6,882.33 9,187.10 Ordinance No. 9788-24 16 Fiscal Year 2022 Effective Date 10/1/2021 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $175.38 $350.74 $526.06 $738.23 $994.90 $1,480.74 $2,749.23 2 299.80 599.62 899.39 1,262.10 1,700.88 2,531.53 3,003.98 3 424.29 848.48 1,272.68 1,785.92 2,406.84 3,582.29 4,250.48 4 548.79 1,097.54 1,646.29 2,310.18 3,113.40 4,633.92 5,498.82 6 797.54 1,595.08 2,392.60 3,357.42 4,524.75 6,734.52 7,991.55 8 1,046.39 2,092.81 3,139.17 4,405.15 5,936.69 7,140.42 9,531.62 Fiscal Year 2023 Effective Date 10/1/2022 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $181.96 $363.89 $545.79 $765.91 $1,032.21 $1,536.27 $2,852.33 2 $311.04 $622.11 $933.12 $1,309.43 $1,764.66 $2,626.46 $3,116.63 3 $440.20 $880.30 $1,320.41 $1,852.89 $2,497.10 $3,716.63 $4,409.87 4 $569.37 $1,138.70 $1,708.03 $2,396.81 $3,230.15 $4,807.69 $5,705.03 6 $827.45 $1,654.90 $2,482.32 $3,483.32 $4,694.43 $6,987.06 $8,291.23 8 $1,085.63 $2,171.29 $3,256.89 $4,570.34 $6,159.32 $7,408.19 $9,889.06 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 6 7 1 $188.78 $377.54 $566.26 $794.63 $1,070.92 $1,593.88 $2,959.29 2 $322.70 $645.44 $968.11 $1,358.53 $1,830.83 $2,724.95 $3,233.50 3 $456.71 $913.31 $1,369.93 $1,922.37 $2,590.74 $3,856.00 $4,575.24 4 $590.72 $1,181.40 $1,772.08 $2,486.69 $3,351.28 $4,987.98 $5,918.97 6 $858.48 $1,716.96 $2,575.41 $3,613.94 $4,870.47 $7,249.07 $8,602.15 8 $1,126.34 $2,252.71 $3,379.02 $4,741.73 $6,390.29 $7,686.00 $10,259.90 EXTRA DUMP CHARGES (Collection charge for picking up an uncompacted container over the stated times per week, per collection.) Ordinance No. 9788-24 17 Fiscal Year 2025 2026 2027 2028 2029 Effective Date 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Size (cubic yard) 1 $45.19 $46.88 $48.64 $50.46 $52.35 2 77.28 80.18 83.19 86.31 89.55 3 109.33 113.43 117.68 122.09 126.67 4 143.16 148.53 154.10 159.88 165.88 6 206.05 213.78 221.80 230.12 238.75 8 269.69 279.80 290.29 301.18 312.47 Fiscal Year 2020 2021 2022 2023 2024 Effective Date 10/01/2019 10/01/2020 10/01/2021 10/01/2022 10/01/2023 Size (Cubic Yard) 1 $37.60 $39.01 $40.47 $41.99 $43.56 2 64.29 66.70 69.20 71.80 74.49 3 90.95 94.36 97.90 101.57 105.38 4 119.09 123.56 128.19 133.00 137.99 6 171.40 177.83 184.50 191.42 198.60 8 224.34 232.75 241.48 250.54 259.94 3. The charge for the collection and disposal of loose trash or garbage shall be as specified below: a. Disposal fees will be charged to the customer at the current market rate (i.e., the same rate at which the city is charged). b. Time charges: Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 For time on the site, up to 15 minutes $82.41 $85.50 $88.71 $92.04 $95.49 Each additional minute, after 15 minutes 5.47 5.68 5.89 6.11 6.34 Ordinance No. 9788-24 18 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 For time on the site, up to 15 minutes $68.55 $71.12 $73.79 $76.56 $79.43 Each additional minute, after 15 minutes $4.55 $4.72 $4.90 $5.08 $5.27 4. Each single-family or multi-family dwelling customer will be allowed up to 40 cubic yards of complimentary yard/bulk waste collection per 12-month period beginning January 1st of each calendar year. 5. Only city-owned waste receptacles, utilized by commercial or industrial customers, shall be eligible for two complimentary cleanings per calendar year. Any subsequent cleaning shall incur a $100.00 per waste receptacle charge. Section 2: Appendix A, Article XXIV, Section (3)(d), Code of Ordinances, is amended as follows: XXIV. PUBLIC WORKS — FEES, RATES AND CHARGES ***** (3) Rates: ***** (d) Recycling. 1. Recovered materials dealer annual application fee (effective 10/1/2007) .....$57.50 2. Curbside recycling. a. Monthly charges for curbside service for once-weekly collection for each living unit: Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Ordinance No. 9788-24 19 $3.64 $3.78 $3.92 $4.07 $4.22 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $3.03 $3.14 $3.26 $3.38 $3.51 b. Charge for replacement of recycling containers damaged due to negligence shall be the same cost that the city pays to purchase the recycling container. c. Special collection of recyclables where city staff wheels the recycling container curbside for collection, on behalf of the customer, shall be twice the curbside recycling charge. d. Service outside of the municipal limits. Accounts outside the city limits shall be 125 percent of the city's monthly charges for curbside service for once weekly collection for each unit 3. Multi-family recycling. Monthly charges for once-weekly collection of recyclables at each multi-family complex, per living unit: Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $2.71 $2.81 $2.92 $3.03 $3.14 Effective 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $2.26 $2.34 $2.43 $2.52 $2.61 4. Commercial recycling. a. Service with commercial container (uncompacted). i. Cardboard recycling: Fiscal Year 2025 Ordinance No. 9788-24 20 Effective 10/1/2024 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $41.09 $75.05 $110.87 $150.11 $199.81 3 53.14 97.08 141.04 193.95 258.55 4 63.84 117.77 171.74 236.99 315.97 6 86.32 160.25 234.17 323.59 431.80 8 109.00 202.92 296.84 410.46 547.95 Fiscal Year 2026 Effective 10/1/2025 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $42.63 $77.86 $115.03 $155.74 $207.30 3 55.13 100.72 146.33 201.22 268.25 4 66.23 122.19 178.18 245.88 327.82 6 89.56 166.26 242.95 335.72 447.99 8 113.09 210.53 307.97 425.85 568.50 Fiscal Year 2027 Effective 10/1/2026 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $44.23 $80.78 $119.34 $161.58 $215.07 3 57.20 104.50 151.82 208.77 278.31 4 68.71 126.77 184.86 255.10 340.11 6 92.92 172.49 252.06 348.31 464.79 8 117.33 218.42 319.52 441.82 589.82 Fiscal Year 2028 Effective 10/1/2027 Size Times per Week Pickup Ordinance No. 9788-24 21 (cubic yard) 1 2 3 4 5 2 $45.89 $83.81 $123.82 $167.64 $223.14 3 59.35 108.42 157.51 216.60 288.75 4 71.29 131.52 191.79 264.67 352.86 6 96.40 178.96 261.51 361.37 482.22 8 121.73 226.61 331.50 458.39 611.94 Fiscal Year 2029 Effective 10/1/2028 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $47.61 $86.95 $128.46 $173.93 $231.51 3 61.58 112.49 163.42 224.72 299.58 4 73.96 136.45 198.98 274.60 366.09 6 100.02 185.67 271.32 374.92 500.30 8 126.29 235.11 343.93 475.58 634.89 Fiscal Year 2020 Effective Date 10/1/2019 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $34.18 $62.44 $92.23 $124.87 $166.22 3 44.21 80.76 117.33 161.34 215.07 4 53.11 97.98 142.86 197.14 262.84 6 71.81 133.31 194.80 269.19 359.20 8 90.67 168.81 246.93 341.46 355.83 Fiscal Year 2021 Effective Date 10/1/2020 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $5.46 $64.78 $95.69 $129.55 $172.45 Ordinance No. 9788-24 22 3 45.87 83.79 121.73 167.39 223.14 4 55.10 101.65 148.22 204.53 272.70 6 74.50 138.31 202.11 279.28 372.67 8 94.07 175.14 256.19 354.26 472.92 Fiscal Year 2022 Effective Date 10/1/2021 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $36.79 $67.21 $99.28 $134.41 $178.92 3 47.59 86.93 126.29 173.67 231.51 4 57.17 105.46 153.78 212.20 282.93 6 77.29 143.50 209.69 289.75 386.65 8 97.60 181.71 265.80 367.54 490.65 Fiscal Year 2023 Effective Date 10/1/2022 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $38.17 $69.73 $103.00 $139.45 $185.63 3 49.37 90.19 131.03 180.18 240.19 4 59.31 109.41 159.55 220.16 293.54 6 80.19 148.88 217.55 300.62 401.15 8 101.26 188.52 275.77 381.32 509.05 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $39.60 $72.34 $106.86 $144.68 $192.59 3 51.22 93.57 135.94 186.94 249.20 4 61.53 113.51 165.53 228.42 304.55 6 83.20 154.46 225.71 311.89 416.19 8 105.06 195.59 286.11 395.62 528.14 Ordinance No. 9788-24 23 ii. Mixed recycling (single stream): Fiscal Year 2025 Effective 10/1/2024 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $57.50 $105.06 $155.22 $210.16 $279.73 3 74.41 135.94 197.46 271.54 361.96 4 89.38 164.91 240.42 331.76 442.33 6 120.85 224.35 327.85 453.01 604.53 8 152.60 284.09 415.56 574.65 767.13 Fiscal Year 2026 Effective 10/1/2025 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $59.66 $109.00 $161.04 $218.04 $290.22 3 77.20 141.04 204.86 281.72 375.53 4 92.73 171.09 249.44 344.20 458.92 6 125.38 232.76 340.14 470.00 627.20 8 158.32 294.74 431.14 596.20 795.90 Fiscal Year 2027 Effective 10/1/2026 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $61.90 $113.09 $167.08 $226.22 $301.10 3 80.10 146.33 212.54 292.28 389.61 4 96.21 177.51 258.79 357.11 476.13 6 130.08 241.49 352.90 487.63 650.72 8 164.26 305.79 447.31 618.56 825.75 Ordinance No. 9788-24 24 Fiscal Year 2028 Effective 10/1/2027 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $64.22 $117.33 $173.35 $234.70 $312.39 3 83.10 151.82 220.51 303.24 404.22 4 99.82 184.17 268.49 370.50 493.98 6 134.96 250.55 366.13 505.92 675.12 8 170.42 317.26 464.08 641.76 856.72 Fiscal Year 2029 Effective 10/1/2028 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $66.63 $121.73 $179.85 $243.50 $324.10 3 86.22 157.51 228.78 314.61 419.38 4 103.56 191.08 278.56 384.39 512.50 6 140.02 259.95 379.86 524.89 700.44 8 176.81 329.16 481.48 665.83 888.85 Fiscal Year 2020 Effective Date 10/1/2019 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $47.84 $87.39 $129.13 $174.82 $232.70 3 61.90 113.09 164.26 225.89 301.11 4 74.36 137.18 200.00 275.98 367.96 6 100.53 186.63 272.73 376.86 502.89 8 126.94 236.33 345.70 478.03 638.15 Fiscal Year 2021 Effective Date 10/1/2020 Size Times per Week Pickup Ordinance No. 9788-24 25 (cubic yard) 1 2 3 4 5 2 $49.63 $90.67 $133.97 $181.38 $241.43 3 64.22 117.33 170.42 234.36 312.40 4 77.15 142.32 207.50 286.33 381.76 6 104.30 193.63 282.96 390.99 521.75 8 131.70 245.19 358.66 495.96 562.08 Fiscal Year 2022 Effective Date 10/1/2021 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $51.49 $94.07 $138.99 $188.18 $250.48 3 66.63 121.73 176.81 243.15 324.12 4 80.04 147.66 215.28 297.07 396.08 6 108.21 200.89 293.57 405.65 541.32 8 136.64 254.38 372.11 514.56 686.91 Fiscal Year 2023 Effective Date 10/1/2022 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 2 $53.42 $97.60 $144.20 $195.24 $259.87 3 69.13 126.29 183.44 252.27 336.27 4 83.04 153.20 223.35 308.21 410.93 6 112.27 208.42 304.58 420.86 561.62 8 141.76 263.92 386.06 533.86 712.67 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard) 1 2 3 4 5 Ordinance No. 9788-24 26 2 $55.42 $101.26 $149.61 $202.56 $269.62 3 71.72 131.03 190.32 261.73 348.88 4 86.15 158.95 231.73 319.77 426.34 6 116.48 216.24 316.00 436.64 582.68 8 147.08 273.82 400.54 553.88 739.40 b. Service with semi-automated carts. i. Cluster of 1, 2, 3 or 4 carts with once-weekly collection: Fiscal Year Beginning 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $46.66 $48.41 $50.23 $52.11 $54.06 Fiscal Year Beginning 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $38.80 $40.26 $41.77 $43.34 $44.97 ii. Each additional cluster: Fiscal Year Beginning 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $46.66 $48.41 $50.23 $52.11 $54.06 Fiscal Year Beginning 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 $38.80 $40.26 $41.77 $43.34 $44.97 ***** Section 3: Appendix A, Article XXIV, Section 5, Code of Ordinances, is amended as follows: XXIV. PUBLIC WORKS — FEES, RATES AND CHARGES ***** (5) Other miscellaneous charges: Ordinance No. 9788-24 27 ***** (b) Solid waste roll-off container or waste receptacle service: (i) Private service fees: 1. Permit fee to place or service containers or waste receptacles (§ 32.292(3)), (effective 10/1/2007) .....$56.50 2. Monthly fee of 15 percent of the gross revenue billed by permittee for the installation, pull, disposal or any servicing of roll-off containers or waste receptacles within the city for the preceding month installed permanently or temporarily. For the purposes of this section gross revenues shall include but not be limited to fuel surcharge, overweight or any other charges excluding penalty and/or late charges. (§ 32.293(4)(b)). (ii) Public service fees: 1. Monthly fee of 15 percent of the gross revenue billed by the city for the installation, pull, disposal or any servicing of roll-off containers or waste receptacles within the city for the preceding month installed permanently or temporarily. For the purposes of this section, gross revenues shall include but not be limited to fuel surcharge, overweight or any other charges excluding penalty and/or late charges. 2. Pull charges. A pull being the hauling, dumping and returning of a roll-off container or compactor for one round trip: In the City of Clearwater Roll-Off or Compactor Size Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10 or 20 yard, per pull $170.13 $176.51 $183.13 $190.00 $197.13 30 yard, per pull 178.21 184.89 191.82 199.01 206.47 40 yard, per pull 186.35 193.34 200.59 208.11 215.91 Ordinance No. 9788-24 28 Roll-Off or Compactor Size Effective 10/1/2019 Effective 10/1/2020 Effective 10/1/2021 Effective 10/1/2022 Effective 10/1/2023 10 or 20 yard, per pull $141.52 $146.83 $152.34 $158.05 $163.98 30 yard, per pull $148.25 $153.81 $159.58 $165.56 $171.77 40 yard, per pull $155.02 $160.83 $166.86 $173.12 $179.61 Outside the City Limits of Clearwater and within Pinellas County Roll-Off or Compactor Size Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10 or 20 yard, per pull $199.04 $206.50 $214.24 $222.27 $230.61 30 yard, per pull 208.50 216.32 224.43 232.85 241.58 40 yard, per pull 218.02 226.20 234.68 243.48 252.61 Roll-Off or Compactor Size Effective 10/1/2019 Effective 10/1/2020 Effective 10/1/2021 Effective 10/1/2022 Effective 10/1/2023 10 or 20 yard, per pull $165.59 $171.80 $178.24 $184.82 $191.85 30 yard, per pull $173.45 $179.95 $186.70 $193.70 $200.96 40 yard, per pull $181.36 $188.16 $195.22 $202.54 $210.14 3. Deposits. a. Roll-off container/and or waste receptacle. A $400.00 deposit may be charged for each roll-off and/or waste receptacle. Service charges will be assessed against the deposit until it is insufficient to cover the next pull and disposal bill. At that time the customer will be required to make Ordinance No. 9788-24 29 a payment on account or replenish the deposit in order to cover the next service billing. b. The initial deposit may be set at less than the normal $400.00 upon providing satisfactory credit worthiness and approval by the director of solid waste/general services or designee. 4. Billing. Roll-off containers and/or waste receptacle service will be billed for a combination of the pull charge, disposal fee and any other services rendered. 5. Other service charges. a. Rental: per day rental charge will be assessed for containers not pulled and dumped a minimum of once each month. Daily rental charge Effective Effective Effective Effective Effective 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 $6.95 $7.21 $7.48 $7.76 $8.05 Daily rental charge Effective 10/1/2019 Effective 10/1/2020 Effective 10/1/2021 Effective 10/1/2022 Effective 10/1/2023 $5.78 $6.00 $6.22 $6.46 $6.70 b. Overload charge for any container loaded above the rim (effective 10/1/2007) .....$56.50 c. Damage. Damage to container will be assessed at actual cost of repair. d. Enforcement. Any charges assessed against a city roll-off vehicle for overweight or overloading will be paid by the customer to whom the container service is provided. e. Malfunction. Containers that are damaged and/or not maintained properly and cannot be dumped will be returned to the owner for repair and a pull charge assessed for the trip. Ordinance No. 9788-24 30 After repair, a second pull charge will be assessed for the pull along disposal fee and other appropriate charges. f. Premium service. Any roll-off container or waste receptacle service required after duty hours or on weekends or holidays where overtime must be paid will be billed to the customer at time and one-half or 150 percent of the established charge. g. Placement or retrieval. A charge equal to its respective pull fee will be assessed for the placement or retrieval of a container requested and not used. h. Lease and service rates. Lease and service rates for compactors will be based upon the size, type and installation requirements of the compactor as determined by the director of solid waste/general services. ***** Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. Section 4: Should any of the clauses, sentences, paragraphs, sections, or parts of this Ordinance be deemed invalid, unconstitutional, or unenforceable by a court of law or administrative agency with jurisdiction over the matter, such action shall not be construed to affect any other valid portion of this Ordinance. Section 5: This Ordinance shall become effective immediately upon adoption by City Council. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED Ordinance No. 9788-24 31 ___________________________ Bruce Rector Mayor Approved as to form: Attest: __________________________ ____________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk City of Clearwater, FL FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis – Final Report August 20, 2024 August 20, 2024 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 Re: FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis – Final Report Dear Mr. Ravins, Stantec Consulting Services Inc. is pleased to present this Final Report of the FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis that we have completed for the City of Clearwater, Florida (City) and its Solid Waste/Recycling Department. We appreciate the excellent assistance provided by you and all the members of City staff who participated in this Study. If you or others at the City have any questions, please do not hesitate to call me at (813) 269-6010 or reach me by email at leticia.doohaluk@stantec.com. We appreciate the opportunity to be of service to the City and look forward to working with you again in the near future. Sincerely, Leticia Doohaluk Senior Manager 777 S Harbour Island Boulevard, Suite 600 Tampa, FL 33602 Leticia.Doohaluk@stantec.com Enclosure City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 1 TABLE OF CONTENTS Introduction ........................................................................................................... 2 Background ................................................................................................................................. 2 Objectives ................................................................................................................................... 2 Revenue Sufficiency Analysis ............................................................................. 3 Source Data & Assumptions ....................................................................................................... 3 2.1.1 Beginning Fund Balances .................................................................................................... 3 2.1.2 Revenues ............................................................................................................................. 3 2.1.3 Interest Earnings .................................................................................................................. 4 2.1.4 Operating Expenditures ....................................................................................................... 4 2.1.5 Cost Escalation .................................................................................................................... 4 2.1.6 Payment in Lieu of Taxes (PILOT) ...................................................................................... 4 2.1.7 Pinellas County Dumping Fee ............................................................................................. 4 2.1.8 Transfer Station Upgrade .................................................................................................... 5 2.1.9 Capital Improvement Program ............................................................................................. 5 2.1.10 Customer Growth ............................................................................................................... 5 2.1.11 Minimum Reserve Policy ................................................................................................... 6 Conclusion & Recommendations ................................................................................................ 6 Residential Solid Waste & Recycling Fee Survey ............................................ 10 Appendix: Supporting Financial Schedules ............................................................. 12 1. Introduction City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 2 INTRODUCTION Stantec Consulting Services Inc. (Stantec) has conducted the FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis (RSA) for the City of Clearwater’s Solid Waste and Recycling Enterprise Fund (Utility or Fund). This report describes the objectives, data, and assumptions, as well as the conclusions and recommendations of the RSA. BACKGROUND The City regularly retains Stantec to evaluate the sufficiency of the revenues provided by the City’s current solid waste and recycling charges to meet the projected cost requirements of the Utility. In 2019, Stantec completed a Revenue Sufficiency Analysis update to the FY 2017 RSA. The FY 2019 RSA recommended annual rate adjustments of 3.75%, which were approved by City Council as a 5-year plan of annual rate increases through FY 2024. In the spring of 2021, Stantec completed the FY 2021 RSA, which confirmed the adequacy of the 3.75% increase thru FY 2024. In the spring of 2024, after the last 3.75% rate increase was implemented, the City again engaged Stantec to perform a new revenue sufficiency analysis and identify a new level of multi-year rate adjustments that will meet projected cost requirements of the Solid Waste & Recycling Utility. OBJECTIVES The principal objectives of this FY 2024 RSA Study were as follows: Conduct a Revenue Sufficiency Analysis – To evaluate the sufficiency of current solid waste and recycling service revenues to generate the level of revenues necessary to satisfy the Utility’s projected requirements through FY 2034, including 1) operating expenses, 2) capital improvement program (CIP) costs and 3) adequate operating reserves; and develop a level plan of future rate revenue adjustments that will satisfy these projected requirements during each year of the 5-year planning period and the 10-year forecast. Conduct a Residential Solid Waste and Recycling Fee Survey – That compares the City’s residential monthly solid waste and recycling fees to other solid waste and recycling services in the City’s surrounding geographic area. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 3 REVENUE SUFFICIENCY ANALYSIS This section presents the financial management plan developed and described herein, which includes the source data and assumptions, as well as conclusions and recommendations of the RSA. The Appendix includes detailed supporting schedules regarding the financial management plan presented in this report. SOURCE DATA & ASSUMPTIONS The following key assumptions were relied upon for the purposes of this analysis: 2.1.1 Beginning Fund Balances The FY 2023 Comprehensive Annual Financial Report Statement of Net Position and supporting trial balance schedules provided by City staff were used to establish the beginning FY 2024 fund balances of the Fund as of October 1, 2023. It is important to note that funds reserved or encumbered for specific capital projects were included in the beginning fund balances and the associated capital project costs were also included in the capital improvement program. 2.1.2 Revenues Fund revenues consist of solid waste and recycling service revenues, miscellaneous operating revenues, other non-operating revenues, and interest earnings. FY 2024 projected solid waste and recycling revenues reflect the average of FY 2022 and FY 2023 receipts, adjusted for a 3.75% rate increase effective at the beginning of FY 2024 (10/1/2023) and an assumed change in accounts. However, FY 2024 projected recycling revenues reflect only 6 months of revenues (April 2024 thru September 2024), because recycling fees were waived for October 2023 thru March 2024, per direction of City Council. As such, recycling revenues for FY 2025 reflect a one-time adjustment to include a full 12 months of revenues. Each year thereafter, both solid waste and recycling fee revenues are adjusted per assumed annual rate increases as presented on Schedules 3 and 7 of the Appendix and projected change in accounts presented on Schedules 1 and 3 of the Appendix. The FY 2024 Budget serves as the basis for most other operating and non-operating revenue projections with a few exceptions. Contractor collect fee revenues are directly correlated with roll-off revenues per discussion with staff. As such, the projection of contractor collect fees are adjusted annually based on assumed annual changes in roll-off accounts as presented on Schedule 1 of the Appendix. Moreover, the commercial sale of recyclables includes revenues from cardboards and metals, both of which experience large variability in pricing. As such, revenues reflect guidance provided by City staff. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 4 2.1.3 Interest Earnings Annual interest earnings in each year of the projection were calculated based upon projected average annual fund balances and assumed annual interest rates. Projected annual fund balances include funds dedicated to capital improvements. Interest rate assumptions were provided by City staff and reflect a rate of 2.25% in FY 2024 thru the remainder of the projection period. Annual projected interest earnings are presented in Schedule 3 of the Appendix 2.1.4 Operating Expenditures The Fund’s operating expenditures include all operating and maintenance (O&M) expenses, debt service on the lease purchase program, interim financing costs, and inter-fund transfers, including payment in lieu of taxes (PILOT). The RSA based the operating expenditure projections on the individual expense categories and amounts contained in the FY 2024 Budget. Starting in FY 2025, each expense line item is adjusted annually based upon assumed future cost escalation factors discussed in Section 2.1.5 of this report. A complete list of all projected operating expenditures is presented in Schedule 4 of the Appendix. 2.1.5 Cost Escalation Annual cost escalation factors for the various types of operating expenses were developed in collaboration with City staff. In general, all of the operating expenses, with the exception of pension plan expenditures, are projected to track with overall inflation patterns, and most other expenditure line items are projected to increase at annual rates of 3.00% to 8.00%. The employee pension plan expenditures are calculated as a percentage of salaries and wages in each year. The specific escalation factors assumed for the various categories of expenses are presented on Schedule 5 of the Appendix. 2.1.6 Payment in Lieu of Taxes (PILOT) The FY 2024 payment in lieu of taxes reflects the FY 2024 Budget as provided by City staff. Per City policy, the annual calculation of PILOT is based upon 5.5% of the prior year’s audited total operating revenues. Given a delay in audited results, these transfers are calculated based on a two fiscal year lag. Thus, FY 2025 reflects 5.5% of actual FY 2023 operating revenues, FY 2026 reflects 5.5% of FY 2024 projected operating revenue, FY 2027 reflects 5.5% of FY 2025 projected operating revenues, so on and so forth through the projection period. The total annual payments allocated by the department are presented in Schedule 4 of the Appendix. 2.1.7 Pinellas County Dumping Fee The waste collected by the City and throughout the City is dumped, or tipped, at the Pinellas County Solid Waste Facility (PCSW) and the County charges the City a dump/tip fee per ton to receive that waste. In FY 2021, the County adopted a 6.00% annual increase to its tipping fee, effective through FY 2023. Per discussion with staff, latest guidance provided by the County to City staff, and current market dynamics 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 5 around the costs of operating waste disposal sites, as well as increased global concern with waste disposal and its impacts on the environment, the analysis assumes that annual adjustment will increase be 7.8% in FY 2025 and 2026 and 8.00% in FY 2027, continuing at that level throughout the remainder of the projection period. Notably, these charges represent approximately 20% of the Utility’s O&M expenses in FY 2024. 2.1.8 Transfer Station Upgrade The City’s solid waste transfer station upgrade was completed in FY2020. The City received interim financing for the transfer station upgrade that requires an annual interim financing repayment of $396,810 for ten years, which began in FY 2019. These payments are reflected in the financial management plan ending after FY 2028 and can be found in Schedule 4 of the Appendix. 2.1.9 Capital Improvement Program The Capital Improvement Program (CIP) was provided by City staff through FY 2030. The CIP includes a Solid Waste Admin Complex Rebuild project, as well as other ongoing renewal and replacement projects. Starting in FY 2031 this analysis assumes a recurring level of ongoing renewal and replacement needs based on input from City staff. In total, the assumed CIP spending for FY 2024 through FY 2034 is approximately $28.2 million (in current day dollars). It is important to note that starting in FY 2025, the RSA includes an annual cost inflation factor of 3.0% applied to the CIP project costs to account for the inflation in the future cost of construction. A full list of the cash funded capital projects is presented on Schedule 6 of the Appendix. 2.1.10 Customer Growth Customer growth projections (future expectations) were based upon a review of historical data and input from City staff. For purposes of this analysis, the City believes that the service area is built out and the potential for new solid waste and recycling accounts is rather limited. As such, an assumption of 0.10% growth in accounts each year was applied to solid waste and recycling services thru FY 2028. In addition to solid waste and recycling, the City’s fee revenues include roll-off service revenues. In the last three to five years, the Fund experienced a high demand for roll-off services as large development projects throughout the City were still underway and revenue receipts from these past few years reflect historical highs. As portions of this large development have been completed, City staff expects a reduction to roll-off revenues. As such, the analysis reflects roll-off revenue reductions of 5.0% per year starting in FY 2024 per discussion with City staff. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 6 2.1.11 Minimum Reserve Policy Reserve balances for enterprise funds are funds set aside for a specific cash flow requirement, financial need, project(s), task, or legal covenant. The level of reserves maintained by an enterprise fund is an important component and consideration of developing a multi-year financial management plan. Many enterprise funds place significant emphasis on having sufficient reserves available for potentially adverse conditions. The rationale related to the maintenance of adequate reserves is twofold. First, it helps to assure an enterprise fund that it will have adequate funds available to meet its financial obligations during unusual periods (i.e. when revenues are unusually low and/or expenditures are unusually high). Second, it provides funds that can be used for emergency repairs or replacements, including those stemming from major storm events or from red tide events, which require additional cleanup efforts at the beaches of Clearwater. Based upon Stantec’s industry experience, efficient enterprise funds often target a minimum operating reserve in the range of 3 – 12 months of annual O&M expenses, depending on other reserve funds and practices, local economic conditions and other financial management policies and procedures. For the City of Clearwater, the RSA reflects a minimum operating reserve target equal to six months of O&M expenses. This objective is generally not established as a strict minimum, as many factors could create circumstances under which a utility may elect to allow fund balances below that target for a defined period of time. Given the projections discussed herein, existing operating reserves will be maintained in excess of the six months target throughout the 5-year planning period (FY 2024 thru FY 2029) but are projected to fall below that target by FY 2034, as shown by the Operating Fund chart below. This is because projected expenses (Cash Out) starting in FY 2030 outpace projected revenues (Cash In) forcing the Fund to use reserves, as shown by the Revenues vs. Expenses chart below. Although this projected use of reserves is an item of note as part of this RSA, it is something to be monitored as part of future RSA updates. CONCLUSION & RECOMMENDATIONS As previously stated, the FY 2021 RSA (Prior RSA or FY 21 RSA) performed by Stantec for the City confirmed the adequacy of the 3.75% revenue adjustment for FY 2022, FY 2023 and FY 2024, all of which have been implemented by the City. Since the completion of the FY 2021 RSA, the cost of goods and services have risen sharply both locally (in the Clearwater region) and broadly throughout the state of 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 7 Florida and the United States. The same inflationary pressures are now expected to drive operating expenses of the Solid Waste & Recycling Fund to levels higher than those projected by the Prior RSA, as presented by the Operating Expenses Comparison chart below. The Operating Expenses Comparison chart shows that although FY 2024 operating expenses start out at almost the same level as they did in the Prior RSA for FY 2024, in every year thereafter, the costs are projected to grow faster than those projected by the Prior Study (the black surface area has a steeper slope). The 10-year weighted average operating expenses inflationary increase for the Prior RSA was 4.4% versus the current projection of 5.4%. In addition to the pressures projected to operating expenses, the Solid Waste and Recycling 10-Year Capital Improvement Program (Capital Costs) is higher by approximately $7.6M (in present day dollars), as compared to the Prior RSA. The 10-Year Capital Costs Comparison chart below, presents this information. 0 51015 20 253035 40 45 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031MillionsOperating Expenses Comparison FY 24 RSA FY 21 RSA 0 5 10 15 20 25 30 Millions10-Year Capital Costs Comparison FY 24 RSA FY 21 RSA 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 8 Despite the increases to both projected operating expenses and the 10-year capital costs of the Fund, and based upon the assumptions and data presented herein, Stantec has concluded that the extension of the 3.75% annual rate adjustments thru FY 2029 is sufficient to meet projected revenue requirements of the Solid Waste & Recycling Fund thru FY 2029. Beyond, FY 2029, however, projected expenses are expected to outpace revenues, as discussed in Section 2.1.11 of this report. Therefore, rate revenue adjustments beyond FY 2029 may need to be higher than the 3.75% recommended thru FY 2029. Although this projected use of reserves is an item of note as part of this RSA, it is something to be monitored as part of future RSA updates. The results of the Solid Waste & Recycling revenue sufficiency analysis are summarized in Figure 1 below and the recommended new 5-year plan of rate adjustments is presented in Table 2.1. Figure 1 FY 2024 RSA Solid Waste & Recycling Results Table 2.1 – Proposed 5-Year Rate Adjustments & Customer Impacts Fiscal Year 2025 2026 2027 2028 2029 Rate Adjustment 3.75% 3.75% 3.75% 3.75% 3.75% Monthly Solid Waste & Recycling Bill $39.56 $41.05 $42.59 $44.19 $45.84 $ Change $1.43 $1.49 $1.54 $1.60 $1.65 Lastly, Stantec recommends that the City continue to perform annual or biennial updates to the revenue sufficiency analysis to re-evaluate the adequacy of its solid waste & recycling fee adjustment plan. Doing so will allow for the incorporation of updated revenue and expense information, as well as changes in 2. Revenue Sufficiency Analysis City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 9 economic conditions, customer accounts and usage levels, regulatory requirements, and other factors that can materially affect the financial management plan. This will also ensure that the City’s Solid Waste & Recycling Fund will be able to meet its financial and operating requirements in the future and minimize rate impacts to customers from future events occurring differently than currently projected. It is important to note that the projections of future conditions underlying this analysis are not intended to be predictions. Applicable to many funds, there are multiple factors beyond the City’s control, such as weather, regulatory changes, national, regional, and local economic conditions, the rate of growth in new customers, customer reaction to rate adjustments, operating and capital cost inflation, and changes in the timing and composition of the fund’s capital improvement program, that will have material impacts on the future financial condition of the City’s fund operations. Further, the projections in this Study rely upon data and guidance provided during the course of the Study, and while the information utilized in this Study is believed to be reliable, detailed independent reviews or auditing of the data were not conducted. As a result, there will usually be differences between forecast and actual results, because events and circumstances frequently do not occur as expected, and these differences may be material. While we have no responsibility to update this report for events and circumstances occurring after the date of this report, future management actions must be informed by and adjusted to reflect future results as they occur. These comments are provided to emphasize the importance of active management informed by the actual future results of fund operations by the City. While the planning effort supported by this Study will serve to guide and inform the City in balancing future revenue and spending decisions, it is only through observation of future results that the City will be able to determine the actions required to ensure its financial and operational objectives are met. The Appendix includes detailed schedules presenting all components of the financial management plan developed for the Solid Waste & Recycling Fund. 3. Residential Solid Waste & Recycling Fee Survey City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 10 RESIDENTIAL SOLID WASTE & RECYCLING FEE SURVEY As part of the RSA, Stantec also performed a comparative survey of residential solid waste and recycling fees within the City’s surrounding geographic area. The survey reflects the monthly solid waste & recycling bill in effect for each community as of October 1, 2023 (FY 2024), based on information available to Stantec as of June 28, 2024. It is important to note that the bill comparisons presented in Figure 3.1 do not consider the frequency of trash and recycling pick up service or any additional sanitation services/charges implemented by each community. In other words, the level of service provided varies by community. Figure 3.1 – FY 2024 Monthly Residential Solid Waste & Recycling Fee Survey The survey demonstrates that the City’s solid waste and recycling fees are comparable to surrounding communities. Stantec expects most of the communities included in this survey to adjust rates in an upward trend in order to keep up with increasing costs of providing services and maintain appropriate levels of reserves. Although Stantec doesn’t have guidance for each entity in this survey, the average increase in fees, for FY 2025 based on publicly available data is 8.3%, which is well above the 3.75% recommended for the City of Clearwater. Disclaimer City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 11 Disclaimer This document was produced by Stantec Consulting Services Inc. (“Stantec”) for the City of Clearwater, FL and is based on a specific scope agreed upon by both parties. Stantec’s scope of work and services do not include serving as a “municipal advisor” for purposes of the registration requirements of the Dodd- Frank Wall Street Reform and Consumer Protection Act (2010) or the municipal advisor registration rules issued by the Securities and Exchange Commission. Stantec is not advising the City of Clearwater, FL, or any municipal entity or other person or entity, regarding municipal financial products or the issuance of municipal securities, including advice with respect to the structure, terms, or other similar matters concerning such products or issuances. In preparing this report, Stantec utilized information and data obtained from the City of Clearwater, FL or public and/or industry sources. Stantec has relied on the information and data without independent verification, except only to the extent such verification is expressly described in this document. Any projections of future conditions presented in the document are not intended as predictions, as there may be differences between forecasted and actual results, and those differences may be material. Additionally, the purpose of this document is to summarize Stantec’s analysis and findings related to this project, and it is not intended to address all aspects that may surround the subject area. Therefore, this document may have limitations, assumptions, or reliances on data that are not readily apparent on the face of it. Moreover, the reader should understand that Stantec was called on to provide judgments on a variety of critical factors that are incapable of precise measurement. As such, the use of this document and its findings by the City of Clearwater, FL should only occur after consultation with Stantec, and any use of this document and findings by any other person is done so entirely at their own risk. Appendix: Supporting Financial Schedules City of Clearwater | FY 2024 Solid Waste & Recycling Revenue Sufficiency Analysis Stantec | 12 APPENDIX: SUPPORTING FINANCIAL SCHEDULES Schedule 1 Assumptions Schedule 2 FY 2024 Beginning Balances Schedule 3 Projection of Cash Inflows Schedule 4 Projection of Cash Outflows Schedule 5 Cost Escalation Factors Schedule 6 Capital Improvement Program Schedule 7 FAMS - Control Panel Schedule 8 Pro Forma Schedule 9 Capital Project Funding Summary Schedule 10 Detailed Funding by Fund Appendix: Supporting Financial Schedules Assumptions Schedule 1 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Rate Increase Adoption Date 10/1/2023 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10/1/2029 10/1/2030 10/1/2031 10/1/2032 10/1/2033 Annual Growth Solid Waste Ending # of Accounts 30,836 30,867 30,898 30,928 30,959 30,959 30,959 30,959 30,959 30,959 30,959 Account Growth 31 31 31 31 31 - - - - - - % Change in Accounts 0.10%0.10%0.10%0.10%0.10%0.00%0.00%0.00%0.00%0.00%0.00% Roll-Off Ending # of Accounts 1,570 1,492 1,417 1,346 1,279 1,215 1,154 1,097 1,042 990 940 Account Growth (83) (79) (75) (71) (67) (64) (61) (58) (55) (52) (49) % Change in Accounts -5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00% Recycling Ending # of Accounts 29,247 29,276 29,306 29,335 29,364 29,364 29,364 29,364 29,364 29,364 29,364 Account Growth 29 29 29 29 29 - - - - - - % Change in Accounts 0.10%0.10%0.10%0.10%0.10%0.00%0.00%0.00%0.00%0.00%0.00% Capital SpendingAnnual Capital Budget (Future Year Dollars)567,495$ 1,500,354$ 628,318$ 19,837,093$ 5,854,334$ 626,877$ 614,937$ 633,385$ 652,387$ 671,958$ 692,117$ Annual Percent Executed 100%100%100%100%100%100%100%100%100%100%100% Average Annual Interest Earnings RateOn Fund Balances 2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25% Operating Budget ReserveTarget (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution PercentagePersonal Services 100%100%100%100%100%100%100%100%100%100%100%Operations and Maintenance 100%100%100%100%100%100%100%100%100%100%100%Debt Service on Lease Purchase Program 1 100%100%100%100%100%100%100%100%100%100%100% 1 Includes principal and interest for leased equipment and transfer station. City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules FY 2024 Beginning Balances Schedule 2 Revenue Fund SRTS180001 SW Transfer Station Upgrade & Retrofit C2005 Underground Refuse Program 324-M2301 SW Facility R&R 324-C2302 Rebuild SW Admin Complex Current Unrestricted AssetsCash and Cash Equivalents 48,651,944$ -$ -$ -$ -$ Accrued Interest Receivable 138,386 - - - - Accounts and Contracts Receivable (net of Allowance for Uncoll.)2,718,302 - - - - Due from Other Governments - - - - - Customer deposits - current restricted 1,368,082 - - - - 52,876,714$ -$ -$ -$ -$ Accounts and Contracts Payable (668,914)$ -$ -$ -$ -$ Accrued Payroll (165,441) - - - - Due to Other Funds (539,493) - - - - Accrued Interest Payable (42,518) - - - - Accrued Compensated Absences (246,622) - - - - Customer deposits - current restricted (1,368,082) - - - - 49,845,644$ -$ -$ -$ -$ Plus/(Less): SRTS180001 SW Transfer Station Upgrade & Retrofit (576,642)$ 576,642$ -$ -$ -$ Plus/(Less): C2005 Underground Refuse Program (444,194) - 444,194 - - Plus/(Less): 324-M2301 SW Facility R&R (185,175) - - 185,175 - Plus/(Less): 324-C2302 Rebuild SW Admin Complex (8,594,027) - - - 8,594,027 Plus/(Less): 324-C24XX New Truck Wash at Admin Complex - - - - - Available Fund Balance 40,045,605$ 576,642$ 444,194$ 185,175$ 8,594,027$ Fund SummaryRevenue Fund 40,045,605$ Restricted Reserves -$ SRTS180001 SW Transfer Station Upgrade & Retrofit 576,642$ C2005 Underground Refuse Program 444,194$ 324-M2301 SW Facility R&R 185,175$ 324-C2302 Rebuild SW Admin Complex 8,594,027$ 324-C24XX New Truck Wash at Admin Complex -$ Available Fund Balance 49,845,644$ CAPITAL PROJECT SUB FUNDS City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Schedule 3 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Fee Revenue Growth Assumptions Solid Waste 1 % Change in Revenue from Growth 0.10%0.10%0.10%0.10%0.10%0.00%0.00%0.00%0.00%0.00%0.00% Roll-Off 2 % Change in Revenue from Growth -5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00%-5.00% Recycling 3 % Change in Revenue from Growth 0.10%0.10%0.10%0.10%0.10%0.00%0.00%0.00%0.00%0.00%0.00% Assumed Annual Fee Increases4Solid Waste 3.75%3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00%5 Roll-Off 3.75%3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00%6 Recycling 3.75%3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00% Fee Revenue 1 7 Solid Waste Fee Revenue 25,194,698$ 26,165,639 27,173,997 28,221,215 29,308,790 30,407,870 31,624,185 32,889,152 34,204,718 35,572,907 36,995,823 8 Roll-Off Fee Revenue 3,027,096 2,983,581 2,940,692 2,898,420 2,856,755 2,815,689 2,781,901 2,748,518 2,715,536 2,682,950 2,650,754 9 Recycling Fee Revenue 2 1,363,539 2,725,661 2,830,702 2,939,790 3,053,082 3,167,572 3,294,275 3,426,046 3,563,088 3,705,612 3,853,836 10 Total Fee Revenue 29,585,333$ 31,874,882 32,945,391 34,059,425 35,218,627 36,391,132 37,700,361 39,063,717 40,483,343 41,961,468 43,500,414 Other Operating Revenue11Franchise Fee Pinellas 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 10,000$ 12 Contractor Collect Fee 3 617,500 586,625 557,294 529,429 502,958 477,810 453,919 431,223 409,662 389,179 369,720 13 Late Payment Fee 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 14 Compactor Rentals 320,000 320,000 320,000 320,000 320,000 320,000 320,000 320,000 320,000 320,000 320,000 15 Gen Revenue Non-Tax 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 16 Other Licenses & Permits 350 350 350 350 350 350 350 350 350 350 350 17 Late Payment Fee 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 18 Sale Of Recyclables Multi-Fam 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 19 Sale Of Recyclables Commercial 4 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 20 Total Other Operating Revenue 1,178,850$ 1,147,975 1,118,644 1,090,779 1,064,308 1,039,160 1,015,269 992,573 971,012 950,529 931,070 Non-Operating Revenue21Other Licenses & Permits 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 1,000$ 22 Workers Comp Reimburse 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 23 Total Non-Operating Revenue 5,000$ 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 Interest Income24Unrestricted 1,137,680$ 1,187,211$ 1,232,732$ 1,057,418$ 803,747$ 751,708$ 746,262$ 723,938$ 682,537$ 620,011$ 534,183$ 25 Total Interest Income 1,137,680$ 1,187,211 1,232,732 1,057,418 803,747 751,708 746,262 723,938 682,537 620,011 534,183 26 Total Cash Inflows 31,906,863$ 34,215,068$ 35,301,767$ 36,212,622$ 37,091,682$ 38,186,999$ 39,466,893$ 40,785,228$ 42,141,892$ 43,537,008$ 44,970,667$ 4 Sale of Recyclables reflects revenues from the sale of cardboards and metals, both of which experience large variability in pricing. As such, revenues reflect guidance provided by City staff. 3 Contractor Collect Fee revenue is directly correlated to roll-off fee revenue, per input from City staff. As such, roll-off growth assumptions as shown in the "Fee Revenue Growth Assumptions" section above also apply to this revenue projection. Projection of Cash Inflows 1 FY 2024 fee revenue reflects two year average of actual FY 2022 and FY 2023 receipts, adjusted for projected account growth (as shown on Schedule 1 of this report and in the "Fee Revenue Growth Assumptions" section above) and the approved 3.75% rate increase effective 10/1/2023. Each year thereafter fee revenue is adjusted by assumed change in accounts as shown in the "Fee Revenue Growth Assumptions" section above and assumed annual rate adjustments as shown in the "Assumed Annual Fee Increases" section above.2 City Council approved a temporary (6-months) halt of recycling fee collection for the periods of October 2023 and April 2024, which is half of Fiscal Year 2024. As such FY 2024 revenues reflect a half year and FY 2025 has been adjusted to reflect a full fiscal year as fees are projected to be collected for all 12 months of the fiscal year. City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Solid Waste 2082 S-W Collection-Residential Personal Services1510100 Full Time Salaries & Wages 2,474,531$ 2,684,866$ 2,819,109$ 2,960,065$ 3,108,068$ 3,263,472$ 3,426,645$ 3,597,977$ 3,777,876$ 3,966,770$ 4,165,109$ 2 510500 Overtime 104,000 112,840 118,482 124,406 130,626 137,158 144,016 151,216 158,777 166,716 175,052 3 520100 Life Ins $2500 Empl & Pens 18 19 20 21 23 24 26 27 29 30 32 4 520300 Samp Life Insurance 507 537 570 604 640 678 719 762 808 857 908 5 520400 Major Medical Ins-Emp 643,010 681,591 722,486 765,835 811,785 860,492 912,122 966,849 1,024,860 1,086,352 1,151,533 6 520600 Social Security-Employee 36,137 39,209 41,169 43,228 45,389 47,658 50,041 52,543 55,171 57,929 60,825 7 520700 Emp Pension Plan 181,084 209,828 220,319 231,335 242,902 255,047 267,800 281,190 295,249 310,011 325,512 8 520900 Workers Compensation 60,768 65,933 69,230 72,691 76,326 80,142 84,149 88,357 92,775 97,413 102,284 9 522000 CWA Life 8,554 9,067 9,611 10,188 10,799 11,447 12,134 12,862 13,634 14,452 15,319 10 Other Operating11542900 Interfd Admin Service Chg 367,490 380,352 392,714 404,495 416,630 429,129 442,003 455,263 468,921 482,988 497,478 12 543400 Printing & Binding 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,769 13 543500 Dump Fee 1,998,863 2,154,774 2,322,847 2,508,674 2,709,368 2,926,118 3,160,207 3,413,024 3,686,066 3,980,951 4,299,427 14 545100 Insurance 209,896 217,242 224,303 231,032 237,963 245,102 252,455 260,028 267,829 275,864 284,140 15 547100 Uniforms-Employee 25,000 25,875 26,716 27,517 28,343 29,193 30,069 30,971 31,900 32,857 33,843 16 547200 Travel Expense-Emp 5,100 5,279 5,450 5,614 5,782 5,955 6,134 6,318 6,508 6,703 6,904 17 550100 Office Supplies 3,000 3,105 3,206 3,302 3,401 3,503 3,608 3,717 3,828 3,943 4,061 18 Resident Refuse/Recycle Carts 125,400 129,789 134,007 138,027 142,168 146,433 150,826 155,351 160,012 164,812 169,756 19 550400 Operating Supplies & Matls 30,000 31,050 32,059 33,021 34,012 35,032 36,083 37,165 38,280 39,429 40,612 20 557100 Memberships/Subs/Lic Emp 2,300 2,381 2,458 2,532 2,608 2,686 2,766 2,849 2,935 3,023 3,114 21 557300 Training & Ref Employee 33,600 34,776 35,906 36,983 38,093 39,236 40,413 41,625 42,874 44,160 45,485 22 540100 Garage Services 3,493,070 3,667,724 3,851,110 4,043,665 4,245,848 4,458,141 4,681,048 4,915,100 5,160,855 5,418,898 5,689,843 23 540300 Telephone Service Variable 3,498 3,673 3,857 4,049 4,252 4,464 4,688 4,922 5,168 5,427 5,698 24 540500 Radio Svc-Fixed 21,960 23,058 24,211 25,421 26,693 28,027 29,429 30,900 32,445 34,067 35,771 25 540700 Postal Service 4,000 4,200 4,410 4,631 4,862 5,105 5,360 5,628 5,910 6,205 6,516 26 540900 Risk Mgmt Service 12,025 12,626 13,258 13,920 14,616 15,347 16,115 16,920 17,766 18,655 19,587 27 541000 Info Technology Charge 118,320 124,236 130,448 136,970 143,819 151,010 158,560 166,488 174,813 183,553 192,731 28 541800 Administrative Charge 276,210 290,021 304,522 319,748 335,735 352,522 370,148 388,655 408,088 428,492 449,917 29 542000 Employee Benefits-Fixed 13,057 13,710 14,395 15,115 15,871 16,664 17,498 18,373 19,291 20,256 21,268 30 Total Solid Waste 2082 S-W Collection-Residential 10,256,398$ 10,932,935$ 11,532,215$ 12,168,595$ 12,842,291$ 13,555,625$ 14,311,074$ 15,111,277$ 15,959,047$ 16,857,385$ 17,809,493$ Solid Waste 2083 S-W Collection-Commercial Personal Services31510100 Full Time Salaries & Wages 1,336,117$ 1,449,687$ 1,522,171$ 1,598,280$ 1,678,194$ 1,762,104$ 1,850,209$ 1,942,719$ 2,039,855$ 2,141,848$ 2,248,940$ 32 510200 Part Time Salaries & Wages 36,651 39,766 41,755 43,842 46,035 48,336 50,753 53,291 55,955 58,753 61,691 33 510500 Overtime 71,000 77,035 80,887 84,931 89,178 93,637 98,318 103,234 108,396 113,816 119,507 34 510900 Special Acting Pay 3,520 3,819 4,010 4,211 4,421 4,642 4,874 5,118 5,374 5,643 5,925 35 520100 Life Ins $2500 Empl & Pens 18 19 20 21 23 24 26 27 29 30 32 36 520300 Samp Life Insurance 521 552 585 621 658 697 739 783 830 880 933 37 520400 Major Medical Ins-Emp 341,517 362,008 383,729 406,752 431,157 457,027 484,448 513,515 544,326 576,986 611,605 38 520600 Social Security-Employee 21,723 23,569 24,748 25,985 27,285 28,649 30,081 31,585 33,165 34,823 36,564 39 520700 Emp Pension Plan 98,953 117,487 123,361 129,529 136,005 142,806 149,946 157,443 165,315 173,581 182,260 40 520900 Workers Compensation 23,377 25,364 26,632 27,964 29,362 30,830 32,372 33,990 35,690 37,474 39,348 41 522000 CWA Life 4,368 4,630 4,908 5,202 5,514 5,845 6,196 6,568 6,962 7,380 7,822 - - - - - - - - - - - Other Operating - - - - - - - - - - - 42 530300 Other Contractual Serv 10,400 10,764 11,114 11,447 11,791 12,144 12,509 12,884 13,270 13,669 14,079 43 542200 Elec-Util Charges 6,000 6,210 6,412 6,604 6,802 7,006 7,217 7,433 7,656 7,886 8,122 44 542900 Interfd Admin Service Chg 192,100 198,824 205,285 211,444 217,787 224,321 231,050 237,982 245,121 252,475 260,049 45 543200 Other Promotion Activity 60 62 64 66 68 70 72 74 77 79 81 46 543400 Printing & Binding 500 518 534 550 567 584 601 619 638 657 677 47 543500 Dump Fee 1,873,244 2,019,357 2,176,867 2,351,016 2,539,098 2,742,225 2,961,603 3,198,532 3,454,414 3,730,767 4,029,229 48 543600 Taxes 12,000 12,420 12,824 13,208 13,605 14,013 14,433 14,866 15,312 15,771 16,245 49 545100 Insurance 62,074 64,247 66,335 68,325 70,374 72,486 74,660 76,900 79,207 81,583 84,031 50 547100 Uniforms-Employee 12,000 12,420 12,824 13,208 13,605 14,013 14,433 14,866 15,312 15,771 16,245 51 547200 Travel Expense-Emp 3,350 3,467 3,580 3,687 3,798 3,912 4,029 4,150 4,275 4,403 4,535 52 550100 Office Supplies 750 776 801 826 850 876 902 929 957 986 1,015 53 550400 Operating Supplies & Matls 40,000 41,400 42,746 44,028 45,349 46,709 48,110 49,554 51,040 52,572 54,149 54 Comm Refuse FEL Container 168,245 174,134 179,793 185,187 190,742 196,465 202,359 208,429 214,682 221,123 227,756 City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 55 557100 Memberships/Subs/Lic Emp 1,400 1,449 1,496 1,541 1,587 1,635 1,684 1,734 1,786 1,840 1,895 56 557300 Training & Ref Employee 17,400 18,009 18,594 19,152 19,727 20,318 20,928 21,556 22,203 22,869 23,555 57 Commercial Refuse Compactors 240,000 248,400 256,473 264,167 272,092 280,255 288,663 297,322 306,242 315,429 324,892 58 540100 Garage Services 961,130 1,009,187 1,059,646 1,112,628 1,168,260 1,226,672 1,288,006 1,352,406 1,420,027 1,491,028 1,565,579 59 540300 Telephone Service Variable 1,166 1,224 1,286 1,350 1,417 1,488 1,563 1,641 1,723 1,809 1,899 60 540500 Radio Svc-Fixed 7,060 7,413 7,784 8,173 8,581 9,011 9,461 9,934 10,431 10,952 11,500 61 540900 Risk Mgmt Service 6,577 6,906 7,251 7,614 7,994 8,394 8,814 9,254 9,717 10,203 10,713 62 541000 Info Technology Charge 20,270 21,284 22,348 23,465 24,638 25,870 27,164 28,522 29,948 31,445 33,018 63 542000 Employee Benefits-Fixed 7,141 7,498 7,873 8,267 8,680 9,114 9,570 10,048 10,551 11,078 11,632 - - - - - - - - - - - Capital Items - - - - - - - - - - - 64 571300 Principal-Leased Equipment 103,770 - - - - - - - - - - 65 572300 Interest-Leased Equipt 3,150 - - - - - - - - - - - - - - - - - - - - - 64 Total Solid Waste 2083 S-W Collection-Commercial 5,879,482$ 6,171,431$ 6,526,337$ 6,905,475$ 7,308,536$ 7,737,134$ 8,192,998$ 8,677,977$ 9,194,055$ 9,743,356$ 10,328,157$ Solid Waste 2084 Solid Waste Transfer Personal Services66510100 Full Time Salaries & Wages 631,779$ 685,480$ 719,754$ 755,742$ 793,529$ 833,205$ 874,866$ 918,609$ 964,540$ 1,012,766$ 1,063,405$ 67 510400 Special Pay 7,177 7,787 8,176 8,585 9,014 9,465 9,938 10,435 10,957 11,505 12,08068510500 Overtime 50,000 54,250 56,963 59,811 62,801 65,941 69,238 72,700 76,335 80,152 84,16069520400 Major Medical Ins-Emp 114,594 121,470 128,758 136,483 144,672 153,353 162,554 172,307 182,645 193,604 205,22070520600 Social Security-Employee 9,639 10,458 10,981 11,530 12,107 12,712 13,348 14,015 14,716 15,452 16,22471520700 Emp Pension Plan 48,391 56,064 58,867 61,810 64,901 68,146 71,553 75,131 78,887 82,832 86,97372520900 Workers Compensation 4,857 5,270 5,533 5,810 6,101 6,406 6,726 7,062 7,415 7,786 8,17573522000 CWA Life 2,002 2,122 2,249 2,384 2,527 2,679 2,840 3,010 3,191 3,382 3,585 Other Operating74530300 Other Contractual Serv 172,920 178,972 184,789 190,332 196,042 201,924 207,981 214,221 220,647 227,267 234,08575542200 Elec-Util Charges 45,000 46,575 48,089 49,531 51,017 52,548 54,124 55,748 57,420 59,143 60,91776542300 Gas,Water & Sanitation Utl 40,000 41,400 42,746 44,028 45,349 46,709 48,110 49,554 51,040 52,572 54,14977542900 Interfd Admin Service Chg 91,870 95,085 98,176 101,121 104,155 107,279 110,498 113,813 117,227 120,744 124,36678545100 Insurance 46,815 48,454 50,028 51,529 53,075 54,667 56,307 57,996 59,736 61,528 63,37479546200 Other Equip Svc & Repair 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,76980547100 Uniforms-Employee 4,000 4,140 4,275 4,403 4,535 4,671 4,811 4,955 5,104 5,257 5,41581547200 Travel Expense-Emp 2,300 2,381 2,458 2,532 2,608 2,686 2,766 2,849 2,935 3,023 3,11482550100 Office Supplies 250 259 267 275 283 292 301 310 319 329 33883550400 Operating Supplies & Matls 16,000 16,560 17,098 17,611 18,139 18,684 19,244 19,821 20,416 21,029 21,65984557100 Memberships/Subs/Lic Emp 1,300 1,346 1,389 1,431 1,474 1,518 1,564 1,610 1,659 1,709 1,76085557300 Training & Ref Employee 2,100 2,174 2,244 2,311 2,381 2,452 2,526 2,602 2,680 2,760 2,843 Internal Services86540100 Garage Services 621,810 652,901 685,546 719,823 755,814 793,605 833,285 874,949 918,697 964,631 1,012,86387540300 Telephone Service Variable 583 612 643 675 709 744 781 820 861 904 95088540500 Radio Svc-Fixed 6,000 6,300 6,615 6,946 7,293 7,658 8,041 8,443 8,865 9,308 9,77389540900 Risk Mgmt Service 2,699 2,834 2,976 3,124 3,281 3,445 3,617 3,798 3,988 4,187 4,39690541000 Info Technology Charge 40,250 42,263 44,376 46,594 48,924 51,370 53,939 56,636 59,468 62,441 65,56391541100 Bldg & Maint Dept Svc Fx 73,740 77,427 81,298 85,363 89,631 94,113 98,819 103,760 108,948 114,395 120,11592541200 Custodial Service 14,550 15,278 16,041 16,843 17,686 18,570 19,498 20,473 21,497 22,572 23,70093542000 Employee Benefits-Fixed 2,931 3,078 3,231 3,393 3,563 3,741 3,928 4,124 4,330 4,547 4,774 Debt Service 94 571500 Principal-Interfund Loans 353,300 353,300 353,300 353,300 353,300 0 0 0 0 0 095572500 Interest-Interfund Loans 43,510 43,510 43,510 43,510 43,510 0 0 0 0 0 0 96 Total Solid Waste 2084 Solid Waste Transfer 2,455,367$ 2,582,922$ 2,685,719$ 2,792,336$ 2,904,089$ 2,624,421$ 2,747,217$ 2,875,947$ 3,010,904$ 3,152,396$ 3,300,747$ Solid Waste 2087 S-W Container Maintenance Personal Services97510100 Full Time Salaries & Wages 456,375$ 495,167$ 519,925$ 545,921$ 573,218$ 601,878$ 631,972$ 663,571$ 696,750$ 731,587$ 768,166$ 98 510500 Overtime 30,000 32,550 34,178 35,886 37,681 39,565 41,543 43,620 45,801 48,091 50,496 99 520400 Major Medical Ins-Emp 98,989 104,928 111,224 117,897 124,971 132,470 140,418 148,843 157,773 167,240 177,274 City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 100 520600 Social Security-Employee 6,946 7,536 7,913 8,309 8,724 9,161 9,619 10,100 10,604 11,135 11,691 101 520700 Emp Pension Plan 34,923 39,579 41,558 43,636 45,817 48,108 50,514 53,039 55,691 58,476 61,400 102 520900 Workers Compensation 4,073 4,419 4,640 4,872 5,116 5,372 5,640 5,922 6,218 6,529 6,856 103 521000 Disability Insurance 241 255 271 287 304 323 342 362 384 407 432 104 522000 CWA Life 1,456 1,543 1,636 1,734 1,838 1,948 2,065 2,189 2,321 2,460 2,607 Other Operating105530300 Other Contractual Serv 3,240 3,353 3,462 3,566 3,673 3,783 3,897 4,014 4,134 4,258 4,386 106 542300 Gas,Water & Sanitation Utl 30,000 31,050 32,059 33,021 34,012 35,032 36,083 37,165 38,280 39,429 40,612 107 542900 Interfd Admin Service Chg 66,820 69,159 71,406 73,549 75,755 78,028 80,368 82,780 85,263 87,821 90,455 108 545100 Insurance 4,160 4,306 4,446 4,579 4,716 4,858 5,003 5,154 5,308 5,467 5,631 109 547100 Uniforms-Employee 4,500 4,658 4,809 4,953 5,102 5,255 5,412 5,575 5,742 5,914 6,092 110 547200 Travel Expense-Emp 300 311 321 330 340 350 361 372 383 394 406 111 550400 Operating Supplies & Matls 50,000 51,750 53,432 55,035 56,686 58,386 60,138 61,942 63,800 65,714 67,686 112 557100 Memberships/Subs/Lic Emp 600 621 641 660 680 701 722 743 766 789 812 113 557300 Training & Ref Employee 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 114 540100 Garage Services 65,410 68,681 72,115 75,720 79,506 83,482 87,656 92,038 96,640 101,472 106,546 115 540300 Telephone Service Variable 583 612 643 675 709 744 781 820 861 904 950 116 540500 Radio Svc-Fixed 3,150 3,308 3,473 3,647 3,829 4,020 4,221 4,432 4,654 4,887 5,131 117 540900 Risk Mgmt Service 1,963 2,061 2,164 2,272 2,386 2,505 2,631 2,762 2,900 3,045 3,198 118 541000 Info Technology Charge 14,110 14,816 15,556 16,334 17,151 18,008 18,909 19,854 20,847 21,889 22,984 119 542000 Employee Benefits-Fixed 2,132 2,239 2,351 2,468 2,591 2,721 2,857 3,000 3,150 3,307 3,473 120 Total Solid Waste 2087 S-W Container Maintenance 880,971$ 943,936$ 989,290$ 1,036,453$ 1,085,939$ 1,137,865$ 1,192,355$ 1,249,537$ 1,309,548$ 1,372,531$ 1,438,637$ Solid Waste 2088 Solid Waste Administration Personal Services121510100 Full Time Salaries & Wages 614,326$ 666,544$ 699,871$ 734,864$ 771,608$ 810,188$ 850,697$ 893,232$ 937,894$ 984,789$ 1,034,028$ 122 510500 Overtime 3,000 3,255 3,418 3,589 3,768 3,956 4,154 4,362 4,580 4,809 5,050 123 Special Acting Pay 2,016 2,187 2,297 2,412 2,532 2,659 2,792 2,931 3,078 3,232 3,393 124 520100 Life Ins $2500 Empl & Pens 54 57 61 64 68 72 77 81 86 91 97 125 520300 Samp Life Insurance 1,682 1,783 1,890 2,003 2,123 2,251 2,386 2,529 2,681 2,842 3,012 126 520400 Major Medical Ins-Emp 59,560 63,134 66,922 70,937 75,193 79,705 84,487 89,556 94,930 100,625 106,663 127 520600 Social Security-Employee 26,176 28,401 29,821 31,312 32,878 34,522 36,248 38,060 39,963 41,961 44,059 128 520700 Emp Pension Plan 23,543 50,235 52,747 55,384 58,153 61,061 64,114 67,320 70,686 74,220 77,931 129 520900 Workers Compensation 2,746 2,979 3,128 3,285 3,449 3,621 3,803 3,993 4,192 4,402 4,622 130 521000 Disability Insurance 604 640 679 719 763 808 857 908 963 1,020 1,082 131 522000 CWA Life 364 386 409 434 460 487 516 547 580 615 652 Other Operating132530100 Professional Services 187,440 198,686 210,608 223,244 236,639 250,837 265,887 281,840 298,751 316,676 335,676 133 530300 Other Contractual Serv 10,600 10,971 11,328 11,667 12,017 12,378 12,749 13,132 13,526 13,931 14,349 134 542200 Elec-Util Charges 15,400 15,939 16,457 16,951 17,459 17,983 18,523 19,078 19,651 20,240 20,847 135 542300 Gas,Water & Sanitation Utl 30,000 31,050 32,059 33,021 34,012 35,032 36,083 37,165 38,280 39,429 40,612 136 542500 Postage 100 104 107 110 113 117 120 124 128 131 135 137 542700 Interfd Svc Chg-Other Fund 5,090 5,268 5,439 5,603 5,771 5,944 6,122 6,306 6,495 6,690 6,890 138 542800 Interfd Other Serv Chgs 81,820 84,684 87,436 90,059 92,761 95,544 98,410 101,362 104,403 107,535 110,761 139 542900 Interfd Admin Service Chg 50,110 51,864 53,549 55,156 56,811 58,515 60,270 62,078 63,941 65,859 67,835 140 543200 Other Promotion Activity 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 141 543400 Printing & Binding 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 142 544100 Equipt Rental 2,000 2,070 2,137 2,201 2,267 2,335 2,406 2,478 2,552 2,629 2,707 143 545100 Insurance 10,987 11,372 11,741 12,093 12,456 12,830 13,215 13,611 14,020 14,440 14,873 144 547100 Uniforms-Employee 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,769 145 547200 Travel Expense-Emp 14,350 14,852 15,335 15,795 16,269 16,757 17,260 17,777 18,311 18,860 19,426 146 547300 Mileage Reimbursement 400 414 427 440 453 467 481 496 510 526 541 147 550100 Office Supplies 1,500 1,553 1,603 1,651 1,701 1,752 1,804 1,858 1,914 1,971 2,031 148 550400 Operating Supplies & Matls 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,769 149 557100 Memberships/Subs/Lic Emp 9,690 10,029 10,355 10,666 10,986 11,315 11,655 12,004 12,365 12,735 13,118 150 557200 Officl Recognition-Emp 6,600 6,831 7,053 7,265 7,483 7,707 7,938 8,176 8,422 8,674 8,935 151 557300 Training & Ref Employee 16,750 17,336 17,900 18,437 18,990 19,559 20,146 20,751 21,373 22,014 22,675 Internal Services152540100 Garage Services 2,470 2,594 2,723 2,859 3,002 3,152 3,310 3,476 3,649 3,832 4,023 City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 153 540300 Telephone Service Variable 3,498 3,673 3,857 4,049 4,252 4,464 4,688 4,922 5,168 5,427 5,698 154 540400 Messenger Service 1,485 1,559 1,637 1,719 1,805 1,895 1,990 2,090 2,194 2,304 2,419 155 540500 Radio Svc-Fixed 3,830 4,022 4,223 4,434 4,655 4,888 5,133 5,389 5,659 5,942 6,239 156 540900 Risk Mgmt Service 1,644 1,726 1,813 1,903 1,998 2,098 2,203 2,313 2,429 2,550 2,678 157 541000 Info Technology Charge 50,230 52,742 55,379 58,148 61,055 64,108 67,313 70,679 74,213 77,923 81,819 158 541100 Bldg & Maint Dept Svc Fx 88,700 93,135 97,792 102,681 107,815 113,206 118,866 124,810 131,050 137,603 144,483 159 541200 Custodial Service 3,580 3,759 3,947 4,144 4,352 4,569 4,798 5,037 5,289 5,554 5,831 160 541600 Bldg & Maint-Variable 5,000 5,250 5,513 5,788 6,078 6,381 6,700 7,036 7,387 7,757 8,144 161 542000 Employee Benefits-Fixed 1,785 1,874 1,968 2,066 2,170 2,278 2,392 2,512 2,637 2,769 2,908 162 Total Solid Waste 2088 Solid Waste Administration 1,351,130$ 1,465,377$ 1,536,449$ 1,610,362$ 1,687,968$ 1,769,456$ 1,855,025$ 1,944,886$ 2,039,260$ 2,138,379$ 2,242,488$ Solid Waste 2089 SW Roll-Off Collection Personal Services163510100 Full Time Salaries & Wages 472,892$ 513,088$ 538,742$ 565,679$ 593,963$ 623,661$ 654,845$ 687,587$ 721,966$ 758,064$ 795,968$ 164 510500 Overtime 20,200 21,917 23,013 24,163 25,372 26,640 27,972 29,371 30,839 32,381 34,000 165 520400 Major Medical Ins-Emp 116,874 123,886 131,320 139,199 147,551 156,404 165,788 175,735 186,279 197,456 209,304 166 520600 Social Security-Employee 6,966 7,558 7,936 8,333 8,749 9,187 9,646 10,129 10,635 11,167 11,725 167 520700 Emp Pension Plan 35,066 40,125 42,132 44,238 46,450 48,773 51,211 53,772 56,460 59,283 62,248 168 520900 Workers Compensation 3,994 4,333 4,550 4,778 5,017 5,267 5,531 5,807 6,098 6,403 6,723 169 522000 CWA Life 1,638 1,736 1,840 1,951 2,068 2,192 2,324 2,463 2,611 2,767 2,933 Other Operating170542900 Interfd Admin Service Chg 66,820 69,159 71,406 73,549 75,755 78,028 80,368 82,780 85,263 87,821 90,455 171 543100 Advertising 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 172 543400 Printing & Binding 100 104 107 110 113 117 120 124 128 131 135 173 543500 Dump Fee 1,227,893 1,323,669 1,426,915 1,541,068 1,664,353 1,797,502 1,941,302 2,096,606 2,264,334 2,445,481 2,641,120 174 544100 Equipt Rental 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,769 175 545100 Insurance 30,508 31,576 32,602 33,580 34,587 35,625 36,694 37,795 38,928 40,096 41,299 176 546200 Other Equip Svc & Repair 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 177 546500 Garage Eq Repair Svcs 500 518 534 550 567 584 601 619 638 657 677 178 547100 Uniforms-Employee 3,000 3,105 3,206 3,302 3,401 3,503 3,608 3,717 3,828 3,943 4,061 179 547200 Travel Expense-Emp 850 880 908 936 964 993 1,022 1,053 1,085 1,117 1,151 180 550400 Operating Supplies & Matls 12,000 12,420 12,824 13,208 13,605 14,013 14,433 14,866 15,312 15,771 16,245 181 Roll-off Refuse Containers 140,000 144,900 149,609 154,098 158,720 163,482 168,387 173,438 178,641 184,001 189,521 182 557100 Memberships/Subs/Lic Emp 490 507 524 539 556 572 589 607 625 644 663 183 557300 Training & Ref Employee 8,500 8,798 9,083 9,356 9,637 9,926 10,223 10,530 10,846 11,171 11,507 184 540100 Garage Services 421,200 442,260 464,373 487,592 511,971 537,570 564,448 592,671 622,304 653,419 686,090 185 540300 Telephone Service Variable 583 612 643 675 709 744 781 820 861 904 950 186 540500 Radio Svc-Fixed 5,020 5,271 5,535 5,811 6,102 6,407 6,727 7,064 7,417 7,788 8,177 187 540900 Risk Mgmt Service 2,209 2,319 2,435 2,557 2,685 2,819 2,960 3,108 3,264 3,427 3,598 188 541000 Info Technology Charge 8,880 9,324 9,790 10,280 10,794 11,333 11,900 12,495 13,120 13,776 14,465 189 541500 Garage Variable 5,000 5,250 5,513 5,788 6,078 6,381 6,700 7,036 7,387 7,757 8,144 190 542000 Employee Benefits-Fixed 2,398 2,518 2,644 2,776 2,915 3,061 3,214 3,374 3,543 3,720 3,906 191 Total Solid Waste 2089 SW Roll-Off Collection 2,600,581$ 2,783,078$ 2,955,664$ 3,141,821$ 3,340,617$ 3,552,957$ 3,779,816$ 4,022,238$ 4,281,346$ 4,558,347$ 4,854,540$ 2041 Recycling - Residential192Personal Services193510100 Full Time Salaries & Wages 467,449$ 507,182$ 532,541$ 559,168$ 587,127$ 616,483$ 647,307$ 679,673$ 713,656$ 749,339$ 786,806$ 194 510400 Special Pay 3,627 3,935 4,132 4,339 4,556 4,783 5,023 5,274 5,537 5,814 6,105 195 510500 Overtime 30,000 32,550 34,178 35,886 37,681 39,565 41,543 43,620 45,801 48,091 50,496 196 520400 Major Medical Ins-Emp 118,694 125,816 133,365 141,366 149,848 158,839 168,370 178,472 189,180 200,531 212,563 197 520600 Social Security-Employee 7,000 7,595 7,975 8,373 8,792 9,232 9,693 10,178 10,687 11,221 11,782 198 520700 Emp Pension Plan 34,955 40,775 42,814 44,955 47,202 49,562 52,040 54,642 57,375 60,243 63,256 199 520900 Workers Compensation 4,104 4,453 4,675 4,909 5,155 5,412 5,683 5,967 6,266 6,579 6,908 200 522000 CWA Life 1,638 1,736 1,840 1,951 2,068 2,192 2,324 2,463 2,611 2,767 2,933 - - - - - - - - - - - Other Operating - - - - - - - - - - - 201 530300 Other Contractual Serv 7,200 7,452 7,694 7,925 8,163 8,408 8,660 8,920 9,187 9,463 9,747 202 542900 Interfd Admin Service Chg 51,630 53,437 55,174 56,829 58,534 60,290 62,099 63,962 65,880 67,857 69,892 203 543100 Advertising 10,000 10,350 10,686 11,007 11,337 11,677 12,028 12,388 12,760 13,143 13,537 204 543200 Other Promotion Activity 84,400 87,354 90,193 92,899 95,686 98,556 101,513 104,558 107,695 110,926 114,254 City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 205 543400 Printing & Binding 10,000 10,350 10,686 11,007 11,337 11,677 12,028 12,388 12,760 13,143 13,537 206 544100 Equipt Rental 1,500 1,553 1,603 1,651 1,701 1,752 1,804 1,858 1,914 1,971 2,031 207 545100 Insurance 27,157 28,107 29,021 29,892 30,788 31,712 32,663 33,643 34,653 35,692 36,763 208 547100 Uniforms-Employee 1,500 1,553 1,603 1,651 1,701 1,752 1,804 1,858 1,914 1,971 2,031 209 547200 Travel Expense-Emp 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 210 547300 Mileage Reimbursement 50 52 53 55 57 58 60 62 64 66 68 211 550100 Office Supplies 500 518 534 550 567 584 601 619 638 657 677 212 550400 Operating Supplies & Matls 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,769 213 Resident Refuse/Recycle Carts 40,000 41,400 42,746 44,028 45,349 46,709 48,110 49,554 51,040 52,572 54,149 214 557100 Memberships/Subs/Lic Emp 600 621 641 660 680 701 722 743 766 789 812 215 557300 Training & Ref Employee 1,200 1,242 1,282 1,321 1,360 1,401 1,443 1,487 1,531 1,577 1,624 216 540100 Garage Services 336,700 353,535 371,212 389,772 409,261 429,724 451,210 473,771 497,459 522,332 548,449 217 540300 Telephone Service Variable 1,166 1,224 1,286 1,350 1,417 1,488 1,563 1,641 1,723 1,809 1,899 218 540500 Radio Svc-Fixed 2,340 2,457 2,580 2,709 2,844 2,986 3,136 3,293 3,457 3,630 3,812 219 540700 Postal Service 5,000 5,250 5,513 5,788 6,078 6,381 6,700 7,036 7,387 7,757 8,144 220 540900 Risk Mgmt Service 2,209 2,319 2,435 2,557 2,685 2,819 2,960 3,108 3,264 3,427 3,598 221 541000 Info Technology Charge 16,070 16,874 17,717 18,603 19,533 20,510 21,535 22,612 23,743 24,930 26,176 222 541800 Administrative Charge 99,590 104,570 109,798 115,288 121,052 127,105 133,460 140,133 147,140 154,497 162,222 223 542000 Employee Benefits-Fixed 2,398 2,518 2,644 2,776 2,915 3,061 3,214 3,374 3,543 3,720 3,906 224 Total 2041 Recycling - Residential 1,374,677$ 1,462,987$ 1,533,033$ 1,605,870$ 1,682,275$ 1,762,427$ 1,846,513$ 1,934,731$ 2,027,287$ 2,124,400$ 2,226,299$ 2042 Recycling - Multifamily Personal Services225510100 Full Time Salaries & Wages 150,338$ 163,117$ 171,273$ 179,836$ 188,828$ 198,269$ 208,183$ 218,592$ 229,522$ 240,998$ 253,048$ 226 510500 Overtime 6,600 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 227 520400 Major Medical Ins-Emp 39,429 41,795 44,302 46,961 49,778 52,765 55,931 59,287 62,844 66,614 70,611 228 520600 Social Security-Employee 2,162 2,346 2,463 2,586 2,716 2,851 2,994 3,144 3,301 3,466 3,639 229 520700 Emp Pension Plan 11,116 12,771 13,409 14,080 14,784 15,523 16,299 17,114 17,970 18,868 19,812 230 520900 Workers Compensation 1,230 1,335 1,401 1,471 1,545 1,622 1,703 1,788 1,878 1,972 2,070 231 522000 CWA Life 546 579 613 650 689 731 775 821 870 922 978 232 Other Operating233542900 Interfd Admin Service Chg 19,680 20,369 21,031 21,662 22,312 22,981 23,670 24,380 25,112 25,865 26,641 234 543100 Advertising 5,000 5,175 5,343 5,503 5,669 5,839 6,014 6,194 6,380 6,571 6,769 235 543400 Printing & Binding 500 518 534 550 567 584 601 619 638 657 677 236 545100 Insurance 9,186 9,508 9,817 10,111 10,414 10,727 11,049 11,380 11,721 12,073 12,435 237 547100 Uniforms-Employee 1,000 1,035 1,069 1,101 1,134 1,168 1,203 1,239 1,276 1,314 1,354 238 547200 Travel Expense-Emp 300 311 321 330 340 350 361 372 383 394 406 239 550400 Operating Supplies & Matls 500 518 534 550 567 584 601 619 638 657 677 240 Resident Refuse/Recycle Carts 10,000 10,350 10,686 11,007 11,337 11,677 12,028 12,388 12,760 13,143 13,537 241 557300 Training & Ref Employee 500 518 534 550 567 584 601 619 638 657 677 242 540100 Garage Services 56,630 59,462 62,435 65,556 68,834 72,276 75,890 79,684 83,668 87,852 92,244 243 540500 Radio Svc-Fixed 2,850 2,993 3,142 3,299 3,464 3,637 3,819 4,010 4,211 4,421 4,642 244 540700 Postal Service 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 245 540900 Risk Mgmt Service 736 773 811 852 895 939 986 1,036 1,087 1,142 1,199 246 541000 Info Technology Charge 6,120 6,426 6,747 7,085 7,439 7,811 8,201 8,611 9,042 9,494 9,969 247 541800 Administrative Charge 56,170 58,979 61,927 65,024 68,275 71,689 75,273 79,037 82,989 87,138 91,495 248 542000 Employee Benefits-Fixed 799 839 881 925 971 1,020 1,071 1,124 1,180 1,240 1,301 249 Total 2042 Recycling - Multifamily 382,392$ 407,922$ 427,897$ 448,743$ 470,629$ 493,607$ 517,733$ 543,064$ 569,662$ 597,591$ 626,919$ 2043 Recycling - Commercial Personal Services250510100 Full Time Salaries & Wages 389,803$ 422,936$ 444,083$ 466,287$ 489,602$ 514,082$ 539,786$ 566,775$ 595,114$ 624,869$ 656,113$ 251 510500 Overtime 30,000 32,550 34,178 35,886 37,681 39,565 41,543 43,620 45,801 48,091 50,496 252 520100 Life Ins $2500 Empl & Pens 9 10 10 11 11 12 13 14 14 15 16 253 520300 Samp Life Insurance 197 209 221 235 249 264 279 296 314 333 353 254 520400 Major Medical Ins-Emp 83,384 88,387 93,690 99,312 105,270 111,587 118,282 125,379 132,901 140,876 149,328 255 520600 Social Security-Employee 5,888 6,388 6,708 7,043 7,395 7,765 8,153 8,561 8,989 9,439 9,911 256 520700 Emp Pension Plan 29,611 34,161 35,870 37,663 39,546 41,523 43,600 45,780 48,069 50,472 52,996 257 520900 Workers Compensation 6,482 7,033 7,385 7,754 8,142 8,549 8,976 9,425 9,896 10,391 10,910 258 522000 CWA Life 1,274 1,350 1,431 1,517 1,608 1,705 1,807 1,916 2,031 2,152 2,282 City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Other Operating259530300 Other Contractual Serv 1,020,500 1,056,218 1,090,545 1,123,261 1,156,959 1,191,667 1,227,418 1,264,240 1,302,167 1,341,232 1,381,469 260 542200 Elec-Util Charges 6,000 6,210 6,412 6,604 6,802 7,006 7,217 7,433 7,656 7,886 8,122 261 542900 Interfd Admin Service Chg 51,630 53,437 55,174 56,829 58,534 60,290 62,099 63,962 65,880 67,857 69,892 262 543200 Other Promotion Activity 6,000 6,210 6,412 6,604 6,802 7,006 7,217 7,433 7,656 7,886 8,122 263 543400 Printing & Binding 500 518 534 550 567 584 601 619 638 657 677 264 545100 Insurance 23,257 24,071 24,853 25,599 26,367 27,158 27,973 28,812 29,676 30,566 31,483 265 546200 Other Equip Svc & Repair 5,500 5,693 5,878 6,054 6,235 6,423 6,615 6,814 7,018 7,229 7,445 266 547100 Uniforms-Employee 2,500 2,588 2,672 2,752 2,834 2,919 3,007 3,097 3,190 3,286 3,384 267 547200 Travel Expense-Emp 4,400 4,554 4,702 4,843 4,988 5,138 5,292 5,451 5,614 5,783 5,956 268 547300 Mileage Reimbursement 250 259 267 275 283 292 301 310 319 329 338 269 550100 Office Supplies 250 259 267 275 283 292 301 310 319 329 338 270 550400 Operating Supplies & Matls 10,500 10,868 11,221 11,557 11,904 12,261 12,629 13,008 13,398 13,800 14,214 271 Comm Refuse FEL Container 50,085 51,838 53,523 55,128 56,782 58,486 60,240 62,047 63,909 65,826 67,801 272 557100 Memberships/Subs/Lic Emp 4,250 4,399 4,542 4,678 4,818 4,963 5,112 5,265 5,423 5,586 5,753 273 557300 Training & Ref Employee 3,500 3,623 3,740 3,852 3,968 4,087 4,210 4,336 4,466 4,600 4,738 274 540100 Garage Services 473,120 496,776 521,615 547,696 575,080 603,834 634,026 665,727 699,014 733,964 770,663 275 540500 Radio Svc-Fixed 3,750 3,938 4,134 4,341 4,558 4,786 5,025 5,277 5,540 5,817 6,108 276 540900 Risk Mgmt Service 2,209 2,319 2,435 2,557 2,685 2,819 2,960 3,108 3,264 3,427 3,598 277 541000 Info Technology Charge 19,650 20,633 21,664 22,747 23,885 25,079 26,333 27,650 29,032 30,484 32,008 278 541500 Garage Variable 5,000 5,250 5,513 5,788 6,078 6,381 6,700 7,036 7,387 7,757 8,144 279 541800 Administrative Charge 99,590 104,570 109,798 115,288 121,052 127,105 133,460 140,133 147,140 154,497 162,222 280 542000 Employee Benefits-Fixed 2,398 2,518 2,644 2,776 2,915 3,061 3,214 3,374 3,543 3,720 3,906 281 Debt Service 282 571500 Principal-Lease Purchase 82,430 - - - - - - - - - - 283 572500 Interest-Lease Purchase 1,680 - - - - - - - - - - 284 Total 2043 Recycling - Commercial 2,425,597$ 2,459,769$ 2,562,119$ 2,665,764$ 2,773,886$ 2,886,689$ 3,004,387$ 3,127,206$ 3,255,379$ 3,389,154$ 3,528,789$ 285 Total Operating Expenses 27,606,595$ 29,210,355$ 30,748,723$ 32,375,419$ 34,096,230$ 35,520,182$ 37,447,118$ 39,486,861$ 41,646,487$ 43,933,539$ 46,356,068$ Total Expenses by Category286Personal Services 9,765,053$ 10,615,122$ 11,163,281$ 11,739,891$ 12,346,439$ 12,984,488$ 13,655,683$ 14,361,755$ 15,104,529$ 15,885,922$ 16,707,955$ 287 Operations & Maintenance 17,253,702 18,198,423 19,188,632 20,238,718 21,352,980 22,535,694 23,791,435 25,125,106 26,541,958 28,047,618 29,648,114 288 Debt Service on Lease Purchase Program 1 587,840 396,810 396,810 396,810 396,810 - - - - - - 289 Total Expenses 27,606,595$ 29,210,355$ 30,748,723$ 32,375,419$ 34,096,230$ 35,520,182$ 37,447,118$ 39,486,861$ 41,646,487$ 43,933,539$ 46,356,068$ Expense Execution Factors290Personal Services 100%100%100%100%100%100%100%100%100%100%100%291 Operations & Maintenance 100%100%100%100%100%100%100%100%100%100%100% 292 Debt Service on Lease Purchase Program 1 100%100%100%100%100%100%100%100%100%100%100% Total Expenses at Execution293Personal Services 9,765,053$ 10,615,122$ 11,163,281$ 11,739,891$ 12,346,439$ 12,984,488$ 13,655,683$ 14,361,755$ 15,104,529$ 15,885,922$ 16,707,955$ 294 Operations & Maintenance 17,253,702 18,198,423 19,188,632 20,238,718 21,352,980 22,535,694 23,791,435 25,125,106 26,541,958 28,047,618 29,648,114 295 Debt Service on Lease Purchase Program 1 587,840 396,810 396,810 396,810 396,810 - - - - - - 296 Total Expenses at Execution 27,606,595$ 29,210,355$ 30,748,723$ 32,375,419$ 34,096,230$ 35,520,182$ 37,447,118$ 39,486,861$ 41,646,487$ 43,933,539$ 46,356,068$ Transfers Out297Interfund Transfers (PILOT)298 590200 Interfund Transfer 368,120$ 361,783$ 362,066$ 388,649$ 400,903$ 413,686$ 427,017$ 440,520$ 455,648$ 471,426$ 487,880$ 299 590200 Interfund Transfer 754,730 741,737 742,319 796,819 821,942 848,150 875,483 903,167 934,182 966,531 1,000,265 300 590200 Interfund Transfer 417,410 410,224 410,546 440,688 454,582 469,077 484,193 499,505 516,657 534,548 553,205 301 590200 Interfund Transfer 113,260 111,310 111,397 119,576 123,346 127,279 131,381 135,536 140,190 145,044 150,107 302 590200 Interfund Transfer 15,480 15,214 15,225 16,343 16,859 17,396 17,957 18,525 19,161 19,824 20,516 303 590200 Interfund Transfer 51,320 50,437 50,476 54,182 55,890 57,672 59,531 61,413 63,522 65,722 68,016 304 Transfers Out for Capital Projects305Underground Refuse Program 252,754$ 47,052$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 306 SW Facility R&R 205,906 207,613 206,955 215,689 207,964 254,851 261,494 - - - - 307 Rebuild SW Admin Complex 6,750,443 2,041,669 3,046,364 6,196,404 796,370 97,026 - - - - - City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 308 New Truck Wash at Admin Complex 584,069 19,793 - - - - - - - - - 309 Total Transfers Out 9,513,491$ 4,006,831$ 4,945,348$ 8,228,350$ 2,877,856$ 2,285,139$ 2,257,055$ 2,058,666$ 2,129,360$ 2,203,096$ 2,279,990$ 310 Total Cash Outflows 37,120,086$ 33,217,186 35,694,071 40,603,769 36,974,086 37,805,320 39,704,173 41,545,527 43,775,847 46,136,635 48,636,058 1 Includes principal and interest for leased equipment and transfer station expenses as provided by City staff. City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 510100 Full Time Salaries & Wages Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510200 Part Time Salaries & Wages Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510400 Special Pay Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510500 Overtime Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510600 Vacation Leave Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510700 Sick Leave Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510800 Other Paid Leave Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%510900 Special Acting Pay Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%512200 Injury Time Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%512300 Funeral Time Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%512500 Jury Holiday Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%512600 Union Leave Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%512700 Holiday Time Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%520100 Life Ins $2500 Empl & Pens Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%520200 1% Life Insurance-Employee Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%520300 Samp Life Insurance Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%520400 Major Medical Ins-Emp Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%520600 Social Security-Employee Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%520700 Emp Pension Plan Pension Contribution 7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%520900 Workers Compensation Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%521000 Disability Insurance Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%522000 CWA Life Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%530100 Professional Services Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%530300 Other Contractual Serv Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542200 Elec-Util Charges Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542300 Gas,Water & Sanitation Utl Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542500 Postage Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542700 Interfd Svc Chg-Other Fund Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542800 Interfd Other Serv Chgs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542900 Interfd Admin Service Chg Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%543100 Advertising Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%543200 Other Promotion Activity Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%543400 Printing & Binding Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%543500 Dump Fee Dump Fee 8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%544100 Equipt Rental Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%545100 Insurance Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%546200 Other Equip Svc & Repair Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%546500 Garage Eq Repair Svcs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%547100 Uniforms-Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%547200 Travel Expense-Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%547300 Mileage Reimbursement Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%547400 Meals-Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%548100 Bad Debt Expense Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%549000 PCard Suspense Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%549500 PCard Disputes Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%550100 Office Supplies Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%550400 Operating Supplies & Matls Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%552500 $1000-$4999 Mach & Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%557100 Memberships/Subs/Lic Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%557200 Officl Recognition-Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%557300 Training & Ref Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%540100 Garage Services Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540300 Telephone Service Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540400 Messenger Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540500 Radio Svc-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540600 Telephone Svc Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540700 Postal Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540900 Risk Mgmt Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541000 Info Technology Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541100 Bldg & Maint Dept Svc Fx Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541200 Custodial Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541500 Garage Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 541600 Bldg & Maint-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541800 Administrative Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%542000 Employee Benefits-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%530400 Lot Mowing Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%531100 Inventory Purch for Resale Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542100 Utilities-Telephone Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%543800 Fines and Penalties Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%548000 Other Charges Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%540200 Printing Services (Proj/Prog)Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541300 Printing Services (Proj/Prog)Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541400 Purchasing Svc Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541700 Radio Service Chgs-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%541200 Custodial Service Chgs-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%551800 Computer Parts (9860)Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%562600 Buildgs-Matl Purchase Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%565400 Other Strc-Misc Costs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%521500 Medical Examinations Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%543900 Other Refunds Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%546100 Repairs & Svc-Office Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%547900 Strategies for Success Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%550800 Construction Materials Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%562200 St Walk Drn-Const City Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%510200 Salaries & Wages-Part Time Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%520200 Life Ins 1% Employee Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%531100 Inv Purchase-Resale Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542700 Interfund Svc Chgs-Enterprise Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%542800 Interfund Svc Chgs-Gen Fd Ops Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%549500 P-Card Disputes Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%541600 Bldg & Maint Chgs-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%511500 Commissions Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%542300 Utilities-Gas Water Sanitation Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%540400 Messenger Service Chgs-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%540600 Telephone Service Chgs-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Weighted Average Annual Operating Costs Adjustments 5.36%5.38%5.40%5.42%5.45%5.47%5.49%5.51% Default Inflation Factor 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY2022 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Total SW Transfer Station Upgrade & Retrofit 1 C2005 Underground Refuse Program 91,791 280,000 - - - - - - - - - 371,791 2 324-M2301 SW Facility R&R 196,871 125,000 75,000 125,000 50,000 25,000 50,000 - - - - 646,871 3 324-C2302 Rebuild SW Admin Complex 14,757 684,228 500,000 17,500,000 5,000,000 500,000 - - - - - 24,198,985 4 324-C24XX New Truck Wash at Admin Complex 247,547 325,000 - - - - - - - - - 572,547 5 Unspecified Future Spending - - - - - - 450,000 500,000 500,000 500,000 500,000 2,450,000 - - 6 Total CIP Budget (in current dollars) $550,966 $1,414,228 $575,000 $17,625,000 $5,050,000 $525,000 $500,000 $500,000 $500,000 $500,000 $500,000 $ 28,240,194 7 Cumulative Projected Cost Escalation1 3.0%6.1%9.3%12.6%15.9%19.4%23.0%26.7%30.5%34.4%38.4%8 Resulting CIP Funding Level $567,495 $1,500,354 $628,318 $19,837,093 $5,854,334 $626,877 $614,937 $633,385 $652,387 $671,958 $692,117 $ 32,279,255 1 Escalation factors applied are consistent with average annual change in Engineering News Record Construction Cost Index. City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules FAMS - Control Panel Schedule 7 CITY OF CLEARWATER, FL FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2023 FY 2028 Solid Waste Rate Plan 3.75%3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00%20.22%46.24% Roll-Off Rate Plan 3.75%3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00%20.21%46.25% Recycling Rate Plan 3.75%3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00%PILOT 5.50% $38.13 $39.56 $41.05 $42.59 $44.19 $45.84 $47.67 $49.58 $51.56 $53.62 $55.77 Debt No$1.43 $1.49 $1.54 $1.60 $1.65 $1.83 $1.91 $1.98 $2.06 $2.15 Single Family Solid Waste & Recycling Monthly Bill CALC SAVE CTRL LAST OVR Operating Fund CIP Spending Revenues vs. Expenses CIP Funding Expenses by Type $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 24 25 26 27 28 29 30 31 32 33 34 Debt Operating Fund Capital Projects Funds $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 23 24 25 26 27 28 29 30 31 32 33 34 Current Plan Target $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 24 25 26 27 28 29 30 31 32 33 34 Current Plan $0.0M$10.0M$20.0M$30.0M$40.0M$50.0M$60.0M 24 25 26 27 28 29 30 31 32 33 34 Cash In Cash Out $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 24 25 26 27 28 29 30 31 32 33 34 O&M PS CO TO $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 23 24 25 26 27 28 29 30 31 32 33 34 Current Plan Capital Project Funds City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Pro Forma Schedule 8 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Operating Revenue1Solid Waste, Roll-Off And Recycling Fee Revenue 1 29,585,333$ 29,585,333$ 31,874,882$ 32,945,391$ 34,059,425$ 35,218,627$ 36,391,132$ 37,700,361$ 39,063,717$ 40,483,343$ 41,961,468$ 2 Change in Revenue From Growth - (124,797) (120,288) (117,030) (113,760) (142,838) (140,784) (139,095) (137,426) (135,777) (134,147) 3 Other Revenue Adjustments - 1,262,241 - - - - - - - - - 4 Subtotal 29,585,333$ 30,722,778$ 31,754,594$ 32,828,361$ 33,945,665$ 35,075,790$ 36,250,347$ 37,561,266$ 38,926,291$ 40,347,566$ 41,827,321$ 5 Weighted Average Rate Increase 3.75%1 3.75%3.75%3.75%3.75%3.75%4.00%4.00%4.00%4.00%4.00%6 Additional Rate Revenue From Fee Increase -$ 1,152,104$ 1,190,797$ 1,231,064$ 1,272,962$ 1,315,342$ 1,450,014$ 1,502,451$ 1,557,052$ 1,613,903$ 1,673,093$ 7 Price Elasticity Adjustment - - - - - - - - - - - 8 Total Fee Revenues 1 29,585,333$ 31,874,882$ 32,945,391$ 34,059,425$ 35,218,627$ 36,391,132$ 37,700,361$ 39,063,717$ 40,483,343$ 41,961,468$ 43,500,414$ 9 Plus: Other Operating Revenue 1,178,850 1,147,975 1,118,644 1,090,779 1,064,308 1,039,160 1,015,269 992,573 971,012 950,529 931,070 10 Equals: Total Operating Revenue 30,764,183$ 33,022,857$ 34,064,035$ 35,150,204$ 36,282,935$ 37,430,292$ 38,715,630$ 40,056,290$ 41,454,355$ 42,911,997$ 44,431,484$ Less: Operating Expenses11Personal Services (9,765,053)$ (10,615,122)$ (11,163,281)$ (11,739,891)$ (12,346,439)$ (12,984,488)$ (13,655,683)$ (14,361,755)$ (15,104,529)$ (15,885,922)$ (16,707,955)$ 12 Operations & Maintenance Costs (17,253,702) (18,198,423) (19,188,632) (20,238,718) (21,352,980) (22,535,694) (23,791,435) (25,125,106) (26,541,958) (28,047,618) (29,648,114) 13 Equals: Net Operating Income 3,745,428$ 4,209,312$ 3,712,122$ 3,171,595$ 2,583,515$ 1,910,110$ 1,268,513$ 569,429$ (192,132)$ (1,021,542)$ (1,924,585)$ Plus: Non-Operating Income/(Expense)14 Non-Operating Revenue 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 15 Interest Income 1,137,680 1,187,211 1,232,732 1,057,418 803,747 751,708 746,262 723,938 682,537 620,011 534,183 16 Equals: Net Income 4,888,108$ 5,401,523$ 4,949,854$ 4,234,013$ 3,392,263$ 2,666,818$ 2,019,775$ 1,298,367$ 495,405$ (396,531)$ (1,385,401)$ Senior Lien Debt Service Coverage Test17Net Income Available for Senior-Lien Debt Service 4,888,108$ 5,401,523$ 4,949,854$ 4,234,013$ 3,392,263$ 2,666,818$ 2,019,775$ 1,298,367$ 495,405$ (396,531)$ (1,385,401)$ 18 Existing Senior-Lien Debt - - - - - - - - - - - 19 Cumulative New Senior Lien Debt Service (calculated)- - - - - - - - - - - 20 Total Annual Senior-Lien Debt Service Req.-$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 21 Calculated Senior-Lien Debt Service Coverage 1.50 n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a Subordinate Debt Service Coverage Test22Net Income Available for Subordinate Debt Service 4,888,108$ 5,401,523$ 4,949,854$ 4,234,013$ 3,392,263$ 2,666,818$ 2,019,775$ 1,298,367$ 495,405$ (396,531)$ (1,385,401)$ 23 Existing Subordinate Debt - - - - - - - - - - - 24 Cumulative New Subordinate Debt Service (calculated)- - - - - - - - - - - 25 Total Annual Subordinate Debt Service Req.-$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 26 Calculated Subordinate Debt Service Coverage 1.50 n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a Total All-In Debt Service Coverage Test27Net Income Available for Subordinate Debt Service 4,888,108$ 5,401,523$ 4,949,854$ 4,234,013$ 3,392,263$ 2,666,818$ 2,019,775$ 1,298,367$ 495,405$ (396,531)$ (1,385,401)$ 28 Total Senior-Lien Debt Service - - - - - - - - - - - 29 Total Subordinate Debt Service - - - - - - - - - - - 30 Total Annual Debt Service -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 31 Calculated All-In Debt Service Coverage n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a Cash Flow Test32Net Income 4,888,108$ 5,401,523$ 4,949,854$ 4,234,013$ 3,392,263$ 2,666,818$ 2,019,775$ 1,298,367$ 495,405$ (396,531)$ (1,385,401)$ 33 Less: Non-Operating Expenditures34Interfund Transfers (1,720,320) (1,690,705) (1,692,030) (1,816,257) (1,873,522) (1,933,261) (1,995,561) (2,058,666) (2,129,360) (2,203,096) (2,279,990) 35 Transfer to Capital Projects (7,793,171) (2,316,126) (3,253,318) (6,412,093) (1,004,334) (351,877) (261,494) - - - - 36 Capital Outlay (587,840) (396,810) (396,810) (396,810) (396,810) - - - - - - 37 Net Cash Flow (5,213,223)$ 997,882$ (392,304)$ (4,391,147)$ 117,597$ 381,679$ (237,280)$ (760,300)$ (1,633,954)$ (2,599,627)$ (3,665,391)$ Unrestricted Reserve Fund Test38Balance At Beginning Of Fiscal Year 40,045,605$ 34,832,382$ 35,830,264$ 35,437,960$ 31,046,813$ 31,164,410$ 31,546,089$ 30,755,366$ 29,361,681$ 27,075,340$ 23,803,755$ 39 Cash Flow Surplus/(Deficit)- 997,882 - - 117,597 381,679 - - - - (3,039,671) 40 Reserve Fund Balance Used For Cash Flow Deficit (5,213,223) - (392,304) (4,391,147) - - (237,280) (760,300) (1,633,954) (2,599,627) (625,720) Projects Designated To Be Paid With Cash - - - - - - (553,443) (633,385) (652,387) (671,958) (692,117) 41 Projects Paid With Non Specified Funds - - - - - - - - - - - 42 Balance At End Of Fiscal Year 34,832,382$ 35,830,264$ 35,437,960$ 31,046,813$ 31,164,410$ 31,546,089$ 30,755,366$ 29,361,681$ 27,075,340$ 23,803,755$ 19,446,247$ 43 Minimum Working Capital Reserve Target 13,509,378 14,406,772 15,175,957 15,989,305 16,849,710 17,760,091 18,723,559 19,743,431 20,823,243 21,966,770 23,178,034 44 Excess/(Deficiency) Of Working Capital To Target 21,323,005$ 21,423,492$ 20,262,003$ 15,057,509$ 14,314,700$ 13,785,998$ 12,031,807$ 9,618,250$ 6,252,097$ 1,836,985$ (3,731,787)$ 1 A 3.75% rate increase became effective at the beginning of FY 2024 (October 1, 2023). As such, projected revenues for FY 2024 already reflect this rate increase. City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Capital Project Funding Summary Schedule 9 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 C2005 Underground Refuse Program 94,544$ 297,052$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 324-M2301 Sw Facility R&R 202,777 132,613 81,955 140,689 57,964 29,851 61,494 - - - - 324-C2302 Rebuild Sw Admin Complex 15,200 725,897 546,364 19,696,404 5,796,370 597,026 - - - - - 324-C24Xx New Truck Wash At Admin Complex 254,973 344,793 - - - - - - - - - Senior Lien Debt Proceeds - - - - - - - - - - - Revenue Fund - - - - - - - - - - - Projects Designated To Be Paid With Cash - - - - - - 553,443 633,385 652,387 671,958 692,117 Total Projects Paid 567,495$ 1,500,354$ 628,318$ 19,837,093$ 5,854,334$ 626,877$ 614,937$ 633,385$ 652,387$ 671,958$ 692,117$ City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Detailed Funding by Fund Schedule 10 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Srts180001 Sw Transfer Station Upgrade & RetrofitBalance At Beginning Of Fiscal Year 576,642$ (0)$ (0)$ (0)$ (0)$ (0)$ -$ -$ -$ -$ -$ Annual Revenues - - - - - - - - - - - Less: Annual Expenses1 (576,642) - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ Amount Paid For Projects - - - - - - - - - - - Subtotal (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ (0)$ Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings - - - - - - - - - - - Less: Interest Allocated To Cash Flow - - - - - - - - - - - Balance At End Of Fiscal Year (0)$ (0)$ (0)$ (0)$ (0)$ -$ -$ -$ -$ -$ -$ C2005 Underground Refuse ProgramBalance At Beginning Of Fiscal Year 444,194$ 602,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ Annual Revenues 252,754 47,052 - - - - - - - - - Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 696,948$ 649,456$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 696,948$ 649,456$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ Amount Paid For Projects (94,544) (297,052) - - - - - - - - - Subtotal 602,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 11,774 10,742 7,929 7,929 7,929 7,929 7,929 7,929 7,929 7,929 7,929 Less: Interest Allocated To Cash Flow (11,774) (10,742) (7,929) (7,929) (7,929) (7,929) (7,929) (7,929) (7,929) (7,929) (7,929) Balance At End Of Fiscal Year 602,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 352,404$ 324-M2301 Sw Facility R&RBalance At Beginning Of Fiscal Year 185,175$ 188,304$ 263,304$ 388,304$ 463,304$ 613,304$ 838,304$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ Annual Revenues 205,906 207,613 206,955 215,689 207,964 254,851 261,494 - - - - Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 391,081$ 395,917$ 470,259$ 603,993$ 671,268$ 868,155$ 1,099,798$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 391,081$ 395,917$ 470,259$ 603,993$ 671,268$ 868,155$ 1,099,798$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ Amount Paid For Projects (202,777) (132,613) (81,955) (140,689) (57,964) (29,851) (61,494) - - - - Subtotal 188,304$ 263,304$ 388,304$ 463,304$ 613,304$ 838,304$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 4,202 5,081 7,331 9,581 12,112 16,331 21,112 23,362 23,362 23,362 23,362 Less: Interest Allocated To Cash Flow (4,202) (5,081) (7,331) (9,581) (12,112) (16,331) (21,112) (23,362) (23,362) (23,362) (23,362) Balance At End Of Fiscal Year 188,304$ 263,304$ 388,304$ 463,304$ 613,304$ 838,304$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ 1,038,304$ 324-C2302 Rebuild Sw Admin ComplexBalance At Beginning Of Fiscal Year 8,594,027$ 15,329,270$ 16,645,042$ 19,145,042$ 5,645,042$ 645,042$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ Annual Revenues 6,750,443 2,041,669 3,046,364 6,196,404 796,370 97,026 - - - - - Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Appendix: Supporting Financial Schedules Detailed Funding by Fund Schedule 10 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 Subtotal 15,344,470$ 17,370,939$ 19,691,405$ 25,341,446$ 6,441,412$ 742,068$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 15,344,470$ 17,370,939$ 19,691,405$ 25,341,446$ 6,441,412$ 742,068$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ Amount Paid For Projects (15,200) (725,897) (546,364) (19,696,404) (5,796,370) (597,026) - - - - - Subtotal 15,329,270$ 16,645,042$ 19,145,042$ 5,645,042$ 645,042$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 269,137 359,711 402,638 278,888 70,763 8,888 3,263 3,263 3,263 3,263 3,263 Less: Interest Allocated To Cash Flow (269,137) (359,711) (402,638) (278,888) (70,763) (8,888) (3,263) (3,263) (3,263) (3,263) (3,263) Balance At End Of Fiscal Year 15,329,270$ 16,645,042$ 19,145,042$ 5,645,042$ 645,042$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ 145,042$ 324-C24Xx New Truck Wash At Admin ComplexBalance At Beginning Of Fiscal Year -$ 905,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ Annual Revenues1 1,160,711 19,793 - - - - - - - - - Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 1,160,711$ 925,530$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 1,160,711$ 925,530$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ Amount Paid For Projects (254,973) (344,793) - - - - - - - - - Subtotal 905,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 10,190 16,723 13,067 13,067 13,067 13,067 13,067 13,067 13,067 13,067 13,067 Less: Interest Allocated To Cash Flow (10,190) (16,723) (13,067) (13,067) (13,067) (13,067) (13,067) (13,067) (13,067) (13,067) (13,067) Balance At End Of Fiscal Year 905,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ 580,737$ Revenue FundBalance At Beginning Of Fiscal Year 40,045,605$ 34,832,382$ 35,830,264$ 35,437,960$ 31,046,813$ 31,164,410$ 31,546,089$ 30,755,366$ 29,361,681$ 27,075,340$ 23,803,755$ Net Cash Flow (5,213,223) 997,882 (392,304) (4,391,147) 117,597 381,679 (237,280) (760,300) (1,633,954) (2,599,627) (3,665,391) Less: Cash-Funded Capital Projects - - - - - - (553,443) (633,385) (652,387) (671,958) (692,117) Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 34,832,382$ 35,830,264$ 35,437,960$ 31,046,813$ 31,164,410$ 31,546,089$ 30,755,366$ 29,361,681$ 27,075,340$ 23,803,755$ 19,446,247$ Less: Restricted Funds (13,509,378) (14,406,772) (15,175,957) (15,989,305) (16,849,710) (17,760,091) (18,723,559) (19,743,431) (20,823,243) (21,966,770) (19,446,247) Total Amount Available For Projects 21,323,005$ 21,423,492$ 20,262,003$ 15,057,509$ 14,314,700$ 13,785,998$ 12,031,807$ 9,618,250$ 6,252,097$ 1,836,985$ -$ Amount Paid For Projects - - - - - - - - - - - Subtotal 21,323,005$ 21,423,492$ 20,262,003$ 15,057,509$ 14,314,700$ 13,785,998$ 12,031,807$ 9,618,250$ 6,252,097$ 1,836,985$ -$ Add Back: Restricted Funds 13,509,378 14,406,772 15,175,957 15,989,305 16,849,710 17,760,091 18,723,559 19,743,431 20,823,243 21,966,770 19,446,247 Plus: Interest Earnings 842,377 794,955 801,768 747,954 699,876 705,493 700,891 676,317 634,916 572,390 486,563 Less: Interest Allocated To Cash Flow (842,377) (794,955) (801,768) (747,954) (699,876) (705,493) (700,891) (676,317) (634,916) (572,390) (486,563) Balance At End Of Fiscal Year 34,832,382$ 35,830,264$ 35,437,960$ 31,046,813$ 31,164,410$ 31,546,089$ 30,755,366$ 29,361,681$ 27,075,340$ 23,803,755$ 19,446,247$ 1 Surplus funds from the Transfer Station Upgrade & Retrofit fund were transferred into Truck Wash at Admin Complex fund per direction from City staff on 4/16/2024. City of Clearwater | FY 2024 Solid Waste Recycling Revenue Sufficiency Analysis Stantec | Business Impact Es�mate This Business Impact Es�mate is provided in accordance with sec�on 166.041(4), Florida Statutes. If one or more boxes are checked below, this means the city of Clearwater is of the view that a business impact es�mate is not required by state law for the proposed ordinance. This Business Impact Es�mate may be revised following its ini�al pos�ng. ☐ The proposed ordinance is required for compliance with Federal or State law or regula�on; ☐ The proposed ordinance relates to the issuance or refinancing of debt; ☐ The proposed ordinance relates to the adop�on of budgets or budget amendments, including revenue sources necessary to fund the budget; ☐ The proposed ordinance is required to implement a contract or an agreement, including, but not limited to, any Federal, State, local, or private grant or other financial assistance accepted by the municipal government; ☐ The proposed ordinance is an emergency ordinance; ☐ The ordinance relates to procurement; or ☐ The proposed ordinance is enacted to implement the following: a. Development orders and development permits, as those terms are defined in s. 163.3164, and development agreements, as authorized by the Florida Local Government Development Agreement Act under ss. 163.3220-163.3243; b. Comprehensive plan amendments and land development regulation amendments initiated by an application by a private party other than the municipality; c. Sections 190.005 and 190.046; d. Section 553.73, relating to the Florida Building Code; or e. Section 633.202, relating to the Florida Fire Prevention Code. Proposed ordinance’s �tle: Amend Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Charges, Ar�cle XXIV, Public Works Fees, Rates and Charges, Sec�on (3)(c) Solid Waste Collec�on Rates, Sec�on (3)(d) Recycling Rates, and Sec�on (5) Other Miscellaneous Charges; Increase specific collec�on fees for Solid Waste and Recycling annually by 3.75% effec�ve October 1, 2024, October 1, 2025, October 1, 2026, October 1, 2027, and October 1, 2028. In accordance with the provisions of controlling law, even notwithstanding the fact that an exemp�on noted above may apply, the city of Clearwater hereby publishes the following informa�on: 1. Summary of the proposed ordinance (must include a statement of the public purpose, such as serving the public health, safety, morals and welfare): Adop�ng a five-year schedule of solid waste and recycling u�lity rates pursuant to a Revenue Sufficiency Analysis completed by Stantec. The rate increases are required to fund projected opera�ng and capital needs of the Solid Waste and Recycling U�lity, necessary for the public purposes of public health and welfare. 2. An es�mate of the direct economic impact of the proposed ordinance on private, for-profit businesses in the city of Clearwater, if any: Businesses will be subject to an annual 3.75% increase in solid waste and recycling u�lity fees on October 1 of the years 2024 thru 2028. Total es�mated impact on all city private business combined ranges from $625 thousand in year 1 to $724 thousand in year 5 for the five annual rate increases. 3. Good faith es�mate of the number of businesses likely to be impacted by the proposed ordinance: 3,121 for solid waste fees and 1,767 for recycling fees. 4. Addi�onal informa�on the governing body deems useful (if any): n/a 1 Solid Waste & Recycling FY 24 RSA Update City of Clearwater CITY OF CLEARWATER FY 24 SOLID WASTE RSA UPDATE2 FY 20 FY 21 FY 223 FY 233 FY 243 FY 25 FY 26 FY 27 FY 28 FY 29 Solid Waste2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% Monthly Impact $1.43 $1.49 $1.54 $1.60 $1.65 Adjustments previously approved by Council and in effect 1 For current consideration Previously Approved 5-Yr Rate Plan 1 FY 2019 RSA identified the current five-year rate plan. 2 Applicable to solid waste, recycling and roll-off rates. 3 FY 2021 RSA confirmed the need to maintain the 3.75% annual rate plan already approved. Higher Operating & Capital Costs FY 2021 study’s assumptions shown in blue for comparison purposes. Operating costs projected to increase faster due to higher inflationary pressures Cost Escalation Factors Update Tipping / Dump fee 8.0% (6.0%) Internal Service Charges 5.0% (3.0%) Pay (5.0%) (4.5%)KEY CHANGES IN FY 24 SOLID WASTE RSA UPDATE3 $10.0 $15.0 $20.0 $25.0 $30.0 $35.0 $40.0 $45.0 FY2024 FY2025 FY2026 FY2027 FY2028 FY2029 FY2030 FY2031MillionsOperating Costs Comparison FY 24 Study FY 21 Study $28.24 $20.65 $0.0 $5.0 $10.0 $15.0 $20.0 $25.0 $30.0 Millions10-Year Capital Costs Comparison FY 24 Study FY 21 Study Capital needs are $7M + larger CITY OF CLEARWATER FY 24 SOLID WASTE RSA UPDATE4 FY 20 FY 21 FY 223 FY 233 FY 243 FY 25 FY 26 FY 27 FY 28 FY 29 Solid Waste2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% Monthly Impact $1.43 $1.49 $1.54 $1.60 $1.65 Adjustments previously approved by Council and in effect 1 For current consideration Proposed 5-Yr Rate Plan 1 FY 2019 RSA identified the current five-year rate plan. 2 Applicable to solid waste, recycling and roll-off rates. 3 FY 2021 RSA confirmed the need to maintain the 3.75% annual rate plan already approved. Residential Monthly Bill Comparison 5 *Reflects public information as available for FY 25 rate adjustments and assumes no rate adjustments for entities for which guidance is not yet available. Average increase in monthly bill for surrounding area is 8% and $2.50 $18.05 $20.00 $22.76 $23.30 $29.11 $32.36 $32.69 $34.91 $36.46 $38.13 $55.57 Pinellas Park Oldsmar Dunedin Largo Pasco County St. Petersburg Gulfport Tampa Hillsborough County Clearwater Belleair FY 24 $18.05 $20.00 $23.67 $27.96 $29.11 $34.22 $34.65 $38.23 $39.56 $39.81 $55.57 Pinellas Park Oldsmar Dunedin Largo Pasco County St. Petersburg Gulfport Tampa Clearwater Hillsborough County Belleair FY 25 Recommendations Adopt the proposed 5-year rate plan in support of needed infrastructure investments, compliance with regulatory requirements and maintaining current levels of service. Continue to perform regular RSA updates for long term sustainability, in the past city has adjusted previously approve rate increases when data and assumptions materially change. Monthly Impact By Fiscal Year Current FY 25 FY 26 FY 27 FY 28 FY 29 Solid Waste & Recycling $38.13 $39.56 $41.05 $42.59 $44.19 $45.84 $ Change $1.43 $1.49 $1.54 $1.60 $1.65 % Change 3.75%3.75%3.75%3.75%3.75% Questions? Leticia Doohaluk Senior Manager Leticia.Doohaluk@stantec.com 8 Solid Waste & Recycling FY 24 RSA Update City of Clearwater Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9790-24 2nd rdg Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 14.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9790-24 on second reading, amending Section 3-1508, relating to the regulation of noise. SUMMARY: Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1181 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 17.1 SUBJECT/RECOMMENDATION: Extension of pause for public comments on items not on the agenda - Vice Mayor Allbritton SUMMARY: Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1130 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 17.2 SUBJECT/RECOMMENDATION: Tampa Bay Regional Planning Council Update - Councilmember Teixeira SUMMARY: Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1106 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 17.3 SUBJECT/RECOMMENDATION: Parking Rates - Councilmember Cotton Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1177 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 17.4 SUBJECT/RECOMMENDATION: Discuss City Attorney 2025 Goals. SUMMARY: Per City Council Rule 16, the City Attorney is required to suggest no more than three goals to accomplish for the upcoming year. The City Council will adopt or modify the suggested goals in October. Page 1 City of Clearwater Printed on 9/10/2024 City Attorney performance goals for FY24-25 Preliminary comment: City Council resolution requires the City Manager and City Attorney to each suggest one to three goals for Council’s consideration. Two broad goals are offered below, but the first goal includes seven sub-components, each case representing an independent objective. The second goal includes two or three independent sub-components. Goal #1: conclude several litigation matters of particular interest. Specific: although litigation is a normal and expected component of government practice, this year’s goal focuses on resolving seven particular cases. Measurable: the success of this goal will be measured by the number of these matters that produce satisfactory outcomes for the City, or at least appear on track to do so. Achievable: litigators do not control opposing counsel or the judiciary. This goal is therefore qualified to the extent that we seek to influence those matters that we control, or at least those we can influence. Relevant: ensuring the City is properly represented in litigation is a core function of the City Attorney’s Office, per the City Charter. Prioritizing certain cases within the litigation realm is a subset of that function. Time-bound: the City Attorney aims to accomplish this goal by the end of the next fiscal year. Goal #2: successfully conclude multiple transactional matters1 in which the City Attorney’s Office plays an integral part. Specific: this goal relates specifically to the DeNunzio / Harborview real estate purchase, as well as the City’s active collective bargaining. Measurable: the success of the Harborview portion will be measured by closing successfully on that important real estate transaction; the success of our collective bargaining will be measured by ratification of a new, multi-year agreement. Achievable: like any seller of real estate, the City does not control the buyer. However, the City can ensure that most conditions precedent to sale have been satisfied. Likewise, labor unions operate independent of City leadership, but the City can draft and negotiate terms agreeable to the City Council. Relevant: preparing and approving contracts is a core function of the City Attorney’s Office. In addition, providing assistance in real estate transactions, negotiating various contractual terms between parties, and creating legal documents of a complex or unique nature are listed as essential job functions in the City Attorney’s job description. Time-bound: the City Attorney aims to accomplish this goal by the end of the next fiscal year. 1 The City does not anticipate issuing any bonds in fiscal year 2024-2025. However, bond issuance is expected in 2025-2026, with the potential for multiple issuances. To the extent that preliminary work is required of the City Attorney’s Office in FY24-25, it will be incorporated into this goal. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1176 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 17.5 SUBJECT/RECOMMENDATION: Discuss City Manager 2025 Goals. SUMMARY: Per City Council Rule 16, the City Manager is required to suggest no more than three goals to accomplish for the upcoming year. The City Council will adopt or modify the suggested goals in October. Page 1 City of Clearwater Printed on 9/10/2024 Clearwater City Manager 2025 Goals Clearwater City Manager Jennifer Poirrier Period covering: 10-24 thru 9-25 Goal #1 Work with stakeholders to create and implement economic opportunities for Clearwater. Specific: Collaborate with the County to create a comprehensive plan regarding their vacated properties that supports job creation, private investment, broadened tax base, and economic opportunities in Clearwater. Create alignment between economic development/housing’s work plan, policies/practices with organizational objectives. Develop and engage relationships within the region to foster and implement opportunities across the city. Measurable: Will collaborate with the County’s task force and consultants, guiding the City’s task force to support outcomes aligned with our strategic plan and objectives, and will keep stakeholders updated and engaged. Will fill key positions to create a cohesive team that will meet organizational objectives timely. Will lead, engage, coordinate with staff and key stakeholders to attract, evaluate and implement viable economic opportunities. Achievable: By the end of the FY, a conceptual plan for the Pinellas County properties will be initiated and communicated. Key positions in City Manager’s office and economic development will be filled and or repurposed to align with organizational strategies and goals. All economic development opportunities will be fully leveraged, by maximizing resources and partnerships to ensure sustainable growth and long-term success for the city. Relevant: One of our top priorities listed in our strategic plan goal is to foster a prosperous and enduring economy that promotes opportunities for all, under that goal the objectives are outlined that will be adhered to in this project. With the number and significance of current economic opportunities and the filling of key positions, this goal will touch every major objective in our strategic plan. Timely: This project while extend over several years, but there will be strategic milestones achieved during this review period. Goal #2 Implementation of Strategic Plan Specific: We will implement the strategic priorities into the budget, ensuring appropriately resourced and complete those goals (see work plan from FY 23/24 and will attach new plan in Jan 2025.) Measurable Proposed budget will be developed from the strategic planning session that align with Council strategic priorities and direction. Projects brought forward to Council will have strategic objectives identified, as per the work plan from 23/24 and new plan that will be developed in Jan 2025. Achievable: Strategic planning sessions to include a new work plan will begin in January. Budget will be presented in July with the strategic priorities listed and funded. Priorities will be moved forward towards completion. Relevant: Council and staff dedicated significant time and resources to developing the Strategic plan, it was unanimously adopted and annually will be updated with a priority list that will be implemented via the budget process. Timely: The work plan has timelines built in, that can be reviewed for timeliness at conclusion of evaluation period. Goal #3 Provide direction and leadership focused on transparency, accountability, and efficiency with a focus on communications and becoming a premier employer and community. Specific: We will create, implement and train on meaningful policies/best practices that speak to accountability and efficiency. We will continue to develop and implement dashboards throughout the organization and establish key benchmarking opportunities to measure our progress and report on such. We will maintain the pay and class plan with demonstrated impacts on recruitment/retention and be able to report on those impacts. We will continue development training for succession planning. City Administration and senior executive team will be assessable and visible to the community. Measurable: Additional dashboards will be developed and launched on our website, pay and class plan will be maintained via budget and police and fire contract completion, executive leadership academy will be in place with the inaugural class reporting back, and community/employee engagement will have occurred with reportable updates distributed. Achievable: All items listed speak to the strategic plan and will be brought forward to Council, and or are resourced for implementation. Relevant: Council and staff dedicated significant time and resources to developing the Strategic plan, it was unanimously adopted along with a priority list that can now be implemented. This goal specifically speaks to multiple priorities with High Performing Government, Community Well- Being, and Superior Public Service. Timely: All items will be developed/presented by October. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0850 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 21.1 SUBJECT/RECOMMENDATION: September Service Awards SUMMARY: 5 Years of Service: Christopher Clarke Solid Waste Fred Coker Parks & Recreation Ryan Poppler Gas Star White Fire Nicholas Milillo Police Carissa Costello Police 10 Years of Service: Tabitha Green Library 15 Years of Service: Timothy Jones Solid Waste Jacqueline Lewis Gas 20 Years of Service: Theodore Mellis Public Works 25 Years of Service: Edith Jones Public Utilities Eric Kleinman Parks & Recreation Joseph Farrar Solid Waste Chad Reed Police STRATEGIC PRIORITY: The city of Clearwater celebrates its employees and the Superior Public Service they provide to our citizens. The city strives to attract and retain top-quality personnel through the maintenance of a competitive compensation program. The service awards are a testament to the city and our high performing government. Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1010 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 21.2 SUBJECT/RECOMMENDATION: Constitution Week 2024 Proclamation - Sharon Jank, Clearwater Chapter Regent of DAR Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1104 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 21.3 SUBJECT/RECOMMENDATION: National Suicide Prevention Month Proclamation, Sept 2024 - Barbara Daire (outgoing CEO, Suncoast Center) and Jean Pierre (incoming CEO, Suncoast Center) at Zero Suicide Partners of Pinellas. Page 1 City of Clearwater Printed on 9/10/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1143 Agenda Date: 9/16/2024 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 21.4 SUBJECT/RECOMMENDATION: National Hispanic Heritage Month Proclamation - Amanda Markiewicz, CEO, HOC and Andrea Vendetti, Director of Community Engagement, HOC Page 1 City of Clearwater Printed on 9/10/2024