Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
11/07/2024
Thursday, November 7, 2024 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda November 7, 2024City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 Citizens Academy 2024 Graduation 4.2 Suncoast Jazz Festival Proclamation - Joan Dragon, Executive Director of the Suncoast Jazz Festival 4.3 State of the City - Jennifer Poirrier, City Manager 5. Approval of Minutes 5.1 Approve the minutes of the October 3, 2024 city council meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 11/5/2024 November 7, 2024City Council Meeting Agenda 6. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 6.1 Approve an Encroachment Agreement between the City of Clearwater and Florida Gas Transmission Company, LLC for a Clearwater Gas Department gas distribution pipeline to cross over Florida Gas Transmission Company pipeline facilities and authorize the appropriate officials to execute same. (consent) 6.2 Approve an increase and proposal from Construction Manager at Risk (CMAR) Kokolakis Contracting, Inc., of Tarpon Springs, FL., for repairs to the Clearwater Beach Marina main dock in the amount of $115,603.00 bringing the total to $210,603.00, pursuant to Request for Qualifications (RFQ) 51-24, and authorize the appropriate officials to execute same. (consent) 6.3 Authorize an increase to purchase orders with Doodie Calls, LLC and United Site Services of Florida, LLC for the rental of portable toilets, hand washing stations, and other related items and associated services in the cumulative amount of $75,000.00 bringing the contract amount to $175,000.00 for term October 1, 2024, through September 30, 2025, with two optional one-year renewals at an annual amount of $175,000.00 pursuant to RFP 37-23 and authorize the appropriate officials to execute same. (consent) 6.4 Authorize a work order and purchase order to Geosyntec, Inc. to complete the Closure Plan Implementation of the Harbor Drive Fill Area in an amount not to exceed $954,100.00 pursuant to Request for Qualifications (RFQ) 34-23, Engineer of Record Consulting Services (EOR), and authorize the appropriate officials to execute same. (consent) 6.5 Approve the final plat for Coachman Park, with physical address at 100 N Osceola Avenue, 112 S. Osceola Avenue, and 300 Cleveland Street, located between Drew Street and Pierce Street, west of Osceola Avenue and east of Clearwater Harbor. (consent) Page 3 City of Clearwater Printed on 11/5/2024 November 7, 2024City Council Meeting Agenda 6.6 Approve a one-year Lease with Christofi and Gimbel, Holdings, LLC., (Lessor) and the City of Clearwater (Lessee) for office space located at 1255 Cleveland Street located in Clearwater, FL in the not to exceed amount of $205,000.00 and authorize the appropriate officials to execute same. (consent) 6.7 Approve a purchase order to Econolite Control, Inc (Econolite) for traffic signal cabinets and controller components in the amount of $168,399.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.8 Approve purchase order to Communications International of Vero Beach, FL for the maintenance and repair of the citywide two-way radio communication system and equipment in the amount of $210,912.00 for term October 1, 2024 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent). 6.9 Authorize purchase orders to multiple vendors for the purchase of computer parts, product maintenance, servers, and network equipment in the cumulative not-to-exceed amount of $2,400,000.00, for term December 1, 2024 through either the expiration of the respective contract or September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. (consent) 6.10 Approve an increase to the existing purchase order with RDK Assets, Inc of Tampa, FL for solid waste and recycling truck rentals in the amount of $160,000.00, bringing the total not to exceed amount to $460,500.00, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.11 Ratify and confirm a purchase order with CrowderGulf Joint Venture, Inc. of Mobile, AL for Hurricane Helene debris removal in an amount of $4,146,250.00, pursuant to RFP 08-24. (consent) 6.12 Approve the 2025 city council meeting schedule. (consent) 6.13 Approve a license agreement between the City of Clearwater and PLDD Harborview, LLC (PLDD) to allow PLDD to use the Clearwater Main Library Parking Lot located at 100 N. Osceola Ave, Clearwater, FL 33755 for access, ingress, and egress privileges and authorize the appropriate officials to execute the same. (consent) 6.14 Approve updated legal services agreement between the City and Bush Graziano Rice and Hearing, P.A. for the legal representation in the matter of Nathaniel Brooks v. City of Clearwater and Joseph Roseto, Civil Action No. 8:21-CV-02967-SDM-TGW, and authorize the appropriate officials to execute same. (consent) Page 4 City of Clearwater Printed on 11/5/2024 November 7, 2024City Council Meeting Agenda Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 7.1 Confirm the Declarations of a State of Emergency due to conditions surrounding Hurricane Helene and adopt Resolution 24-17. 7.2 Confirm the Declarations of a State of Emergency due to conditions surrounding Hurricane Milton and adopt Resolution 24-18. 7.3 Approve amendments to the Clearwater Code of Ordinances Chapter 22, Article II, Section 22.24, to correct the name of McKay Playfield to McKay Park; change the operating hours of McKay Park from closed between sunset to sunrise to closed between 9:00 p.m. and 7:00 a.m.; add five parks to be closed between sunset to sunrise (Bayshore Trail, North Betty Lane Neighborhood Park, Lake Chautauqua Equestrian Park and Nature Preserve, McLennan Circle Park and Rainbow Drive Park); remove one park (Holt Avenue); and pass Ordinance 9770-24 on first reading. 7.4 Approve amendments to the Community Development Code clarifying definitions for artwork and murals (applicable citywide) and modifying window signage standards in Downtown and pass Ordinance 9791-24 on first reading. 7.5 Continue to 12/19/2024: Approve amendment to the Community Development Code to establish standards for artificial turf, require landscaped areas in front yards for residentially zoned properties, clarify the use of nonliving landscape materials, and make other associated updates, and pass Ordinance 9775-24 on first reading. (TA2024-07002) 8. Second Readings - Public Hearing Page 5 City of Clearwater Printed on 11/5/2024 November 7, 2024City Council Meeting Agenda 8.1 Adopt Ordinance 9742-24 on second reading, to approve the Vacation request from the City of Clearwater as the platted owner of an unnamed 10-foot wide alleyway portion that abuts the west Lot line of Lot 7 in Block F of the corrected plat of Clearwater Improvement Co., Plaza Park addition according to the map or plat thereof as recorded in Plat Book 5, Page 53 of the Public Records of Hillsborough county, Florida, of which Pinellas county was formerly a part. 9. City Manager Verbal Reports 9.1 North Beach Update 10. City Attorney Reports 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor 13. Adjourn Page 6 City of Clearwater Printed on 11/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0856 Agenda Date: 11/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Citizens Academy 2024 Graduation Page 1 City of Clearwater Printed on 11/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1225 Agenda Date: 11/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Suncoast Jazz Festival Proclamation - Joan Dragon, Executive Director of the Suncoast Jazz Festival Page 1 City of Clearwater Printed on 11/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1320 Agenda Date: 11/7/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.3 SUBJECT/RECOMMENDATION: State of the City - Jennifer Poirrier, City Manager SUMMARY: Page 1 City of Clearwater Printed on 11/5/2024 City Manager Jennifer Poirrier Nov. 7, 2024 STATE OF THE CITY2024 What We Will Cover •Financial Health •Accomplishments •Next StepsWhat We Will Cover Financial Health •Balanced Budget •$210.3 Million in Revenues •$210.3 Million in Expenses Our Accomplishments High-Performing Government Public Transparency Dashboards Hurricanes Response and Recovery Efforts Hurricanes Response and Recovery Efforts Hurricanes Response and Recovery Efforts Hurricanes Response and Recovery Efforts Clearwater Beach Marina Construction Fire Station #46 Replacement North Beach Stormwater Improvements Wastewater Collections Improvements Clearwater Gas System 100-Year Milestone Sale of Propane Operation Water Safety Lessons Economic & Housing Opportunity Coachman Park & Music Venue Success Economic Opportunity for Our City Clearwater Gardens Affordable Housing ‘Take Stock In Children’ Program Community Well-Being North Greenwood CRA Support New Art and Murals Clearwater 2045 Water & Wastewater Plant Tours Environmental Stewardship Recycling Successes Solar Energy Progress Vulnerability Assessment Completion Community Rating System Score Improvement Superior Public Service Investment in Our Employees Police Training & Recruitment Police Training & Recruitment Diversity, Equity and Inclusion Efforts Wellness Program Successes Our Next Steps Next Steps•Restoring Our Community •Reprioritizing Our Work Plan •CRA Business Engagement •County Property Surplus Plan •Airpark Improvements Our Next Steps Our Next Steps •Beach Marina Upgrade •Wastewater Plant Consolidation Plan •Economic Opportunities •Citywide Mobility Assessment •South Osceola Parking Garage Development City Manager Jennifer Poirrier Nov. 7, 2024 STATE OF THE CITY2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0809 Agenda Date: 11/7/2024 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the October 3, 2024 city council meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 11/5/2024 City Council Meeting Minutes October 3, 2024 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, October 3, 2024 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes October 3, 2024 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Bruce Rector, Vice Mayor David Allbritton, Councilmember Ryan Cotton, Councilmember Michael Mannino and Councilmember Lina Teixeira Also Present: Jennifer Poirrier – City Manager, Daniel Slaughter – Assistant City Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Draft 1. Call to Order – Mayor Rector The meeting was called to order at 6:00 p.m. 2. Invocation - Rev. Dr. Paul Means from Northwood Presbyterian Church 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 October Service Awards – None. 4.2 Domestic Violence Awareness Month Proclamation, October 2024 - Nick DiCeglie, President and CEO, Hope Villages of America 4.3 2024 Fire Prevention Week Proclamation, October 6-12, 2024 - Chief Ehlers 4.4 Climate Week Proclamation, October 6-13, 2024 - Cassie Cordova, Sustainability Manager 4.5 Public Natural Gas Week Proclamation October 6 - 12, 2024 - Brian Langille, Clearwater Gas System, Executive Director 4.6 2024 Pinellas County School Referendum Presentation - Beth Rawlins (requested by Councilmember Teixeira) Ms. Rawlins provided a PowerPoint presentation. Councilmember Cotton departed Chambers at 6:21 p.m. and returned at Draft City Council Meeting Minutes October 3, 2024 Page 3 City of Clearwater 6:26 p.m. Mayor Rector thanked Public Communications for producing a video exhibiting staff's efforts in response to rebuilding the community after Hurricane Helene. Council thanked staff who have worked tirelessly in response to the storm. The City Attorney said Monday's work session was cancelled due to the storm. Since council rules contemplate a work session prior to the council meeting, he requested a motion to temporarily suspend that portion of City Council Rule 7 requiring agenda items be scheduled at work session if Council wishes to hold any votes tonight. Councilmember Cotton moved to temporarily suspend portion of City Council Rule 7, requiring any council item be agendaed for discussion at a work session prior to the item being placed on a council meeting agenda. The motion was duly seconded and carried unanimously. 5. Approval of Minutes 5.1 Approve the minutes of the September 17, 2024 city council meeting as submitted in written summation by the City Clerk. Vice Mayor Allbritton moved to approve the minutes of the September 17, 2024 city council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 6. Administrative Public Hearings 6.1 Approve the Agreement for Services between the City of Clearwater and Tampa Bay Psychology Associates, LLC for psychological and educational services for Clearwater Fire and Rescue first responders, in a not to exceed amount of $180,000.00 for term October 1, 2024 through September 30, 2026, with three, one-year renewal options in the annual amount of $90,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional services not subject to CCNA, and authorize the appropriate officials to execute same. The mental health of firefighters/EMS responders has become an increasing Draft City Council Meeting Minutes October 3, 2024 Page 4 City of Clearwater concern. Clearwater Fire & Rescue (CFR) offers several resources for mental health requests. However, Tampa Bay Psychology Associates was recommended by the Clearwater Firefighters Association, IAFF 1158, and Clearwater Police Department (CPD) for their influential, professional, psychology services. Tampa Bay Psychology Associates, LLC, specializes in the mental health treatment of public safety employees, unlike the short-term general services provided by Cigna’s EAP services. Tampa Bay Psychology Associates is utilized by fire departments and law enforcement agencies within the Tampa Bay region. This agreement provides for the maintenance of a 24/7 resource telephone number for continual employee access, if needed for mental health concerns, individual counseling services, mental health check-ins, fitness for duty evaluations, pre-employment evaluations, employee wellness and safety training, additional tailored training modules, and post-academy training. CFR has been using these services since September 1, 2022, and have found them to be very beneficial. Approval to continue with these services is requested for an additional two-year term from October 1, 2024 through September 30, 2026, in the total amount of $180,000.00 ($90,000.00 per fiscal year) with three, one-year renewal options in the annual amount of $90,000.00. The City currently has a separate contract with Tampa Bay Psychology Associates in the annual amount of $125,000.00, valid through September 30, 2025, involving services for CPD. With this purchase, the City will be at $215,000.00 annually for like or similar services. APPROPRIATION CODE AND AMOUNT: Funds are budgeted in the Fire Department operating cost code 0101220-530100, professional services, to fund the first year of this agreement. Future year funding will be requested as part of the annual budget process. The Fire Department is funded by General Fund revenues. STRATEGIC PRIORITY: Foster safe and healthy communities through first-class public safety and emergency response services. Enhance employee health and productivity with health and safety resources. Councilmember Mannino moved to approve the Agreement for Services between the City of Clearwater and Tampa Bay Psychology Associates, LLC for psychological and educational services for Clearwater Fire and Rescue first responders, in a not to exceed amount of $180,000.00 for term October 1, 2024 through September 30, 2026, with three, one-year renewal options in the annual amount of $90,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional services not subject to Draft City Council Meeting Minutes October 3, 2024 Page 5 City of Clearwater CCNA, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.2 Confirm the Declaration of a State of Emergency due to conditions surrounding Hurricane Helene and adopt Resolution 24-16. The entire City of Clearwater was threatened by the wind and rain and disruption of services and coastal areas were threatened by storm surge attendant to the arrival of Hurricane Helene. Mayor Bruce Rector issued a Proclamation of a State of Emergency on September 24, 2024. Section 15.07(2) of the Code of Ordinances requires the City Council to confirm a Declaration of a State of Emergency at the next regularly scheduled meeting. One individual spoke in support and thanked staff for their storm preparation efforts. Resolution 24-16 was presented and read by title only. Councilmember Cotton moved to confirm the Declaration of a State of Emergency due to conditions surrounding Hurricane Helene and adopt Resolution 24-16. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 6.3 Approve amendments to the Interlocal Agreement for Creation of the Metropolitan Planning Organization (MPO) revising the composition and membership of the governing board and authorize the appropriate officials to execute same. In 2014, the City of Clearwater signed an Interlocal Agreement for Creation of the MPO, which established the Forward Pinellas Board as the regional policy-making body for the Metropolitan Planning Organization (MPO). Forward Pinellas serves two roles in support of 25 local governments in Pinellas County, the Pinellas Planning Council (PPC) and Pinellas County Metropolitan Planning Organization. The voting membership of the Forward Pinellas Board is determined by population distribution and member apportionment must be reviewed after each Decennial Census. Based on a study of the 2020 Census data, the Forward Pinellas Board approved revisions to the membership of the Board to more Draft City Council Meeting Minutes October 3, 2024 Page 6 City of Clearwater closely reflect countywide population growth and redistribution. The Board sent their recommendation to the Governor for approval in September 2023. A letter approving the reapportionment was received from the Governor in August 2024. The current membership consists of 13 voting members with the City of Clearwater represented by one member, or 7.7% of the total. The amended membership will consist of 19 members of which the city will have two members, or 10.5%. Clearwater members will continue to serve a term of four years. To finalize the reapportionment, the City of Clearwater is requested to sign an amended Interlocal Agreement revising the voting membership of the Forward Pinellas Board. STRATEGIC PRIORITY: Amending the voting membership of the Forward Pinellas Board to increase the City of Clearwater representation from one to two members supports Strategic Plan Objectives 1.2, 1.3, 2.4, and 4.4. Increased representation on the Board will give the city the opportunity to provide more comprehensive input on regional efforts in mobility, housing, and public facility needs that may impact the City of Clearwater. Councilmember Teixeira moved to approve amendments to the Interlocal Agreement for Creation of the Metropolitan Planning Organization (MPO) revising the composition and membership of the governing board and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.4 Approve funding in the form of a deferred loan in an amount not to exceed $845,000 to be provided by the City of Clearwater to Tampa Bay Neighborhood Housing Services, LLC. for real property located at 1552 S Myrtle Ave. contingent upon staff’s satisfactory review and acceptance of applicable mortgage documentation, title commitment, and a new Land Use Restriction Agreement with a term of no less than 15 years and authorize the appropriate officials to execute documents required to affect closing of the loan. 1552 S Myrtle Ave is an income restricted 14-unit apartment complex that is currently owned and operated by Hope Villages of America. The land use restriction agreement (LURA) on the property expires October 1, 2024. Hope Villages has decided to sell the property prior to the expiration of the LURA. Tampa Bay Neighborhood Housing Services (TBNHS) has secured a purchase contract and intends to retain the property as affordable housing and prevent the current tenants from being displaced. TBNHS has requested a loan in the amount of $845,000 which will be partially repaid with a monthly payment equal to 50% of cashflow. Draft City Council Meeting Minutes October 3, 2024 Page 7 City of Clearwater After acquisition, TBNHS plans to apply for Pinellas Penny funds to rehabilitate the existing units and demo the clubhouse that exists on the property and develop three additional units. At this time, no additional funding is expected to be requested of the City. Housing staff has reviewed the application and has determined that the request is in line with city objective 2.4 and can be fulfilled utilizing HOME funds. The Housing staff has established the following terms for the acquisition loan: • The homes are to be leased to individuals or families earning at or below 80% of the area median income. • The loan will be repaid at 50% of cash flow following the completion of rehabilitation to units and the completion of the additional unit or within two years from the date of closing, whichever comes first. • The final approval of the loan(s) will be contingent upon the approval of all funding sources. • A Land Use Restriction Agreement will be placed on the property for the term of 15 years. • Final approval will be contingent upon the satisfactory review of applicable mortgage documentation, title commitment, a new land use restriction agreement and any additional documentation required by the housing staff to affect closing of the loan. Staff recommends the approval of a loan for acquisition of the subject property, not to exceed $845,000. APPROPRIATION CODE AND AMOUNT: Funding is to be provided by HOME loan funds. STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. In response to a question, Interim Housing Manager Dyan Mayeux said the 14 units will be restricted to 80% AMI or below, due to HOME funding restrictions. Vice Mayor Allbritton moved to approve funding in the form of a deferred loan in an amount not to exceed $845,000 to be provided by the City of Clearwater to Tampa Bay Neighborhood Housing Services, LLC. for real property located at 1552 S Myrtle Ave. contingent upon staff’s satisfactory review and acceptance of applicable mortgage documentation, title commitment, and a new Land Use Restriction Agreement with a term of no less than 15 years and authorize the appropriate officials to execute documents Draft City Council Meeting Minutes October 3, 2024 Page 8 City of Clearwater required to affect closing of the loan. The motion was duly seconded and carried unanimously. 6.5 Authorize a purchase order to Pennoni Associates, Inc. of Clearwater, Florida, for professional services to complete design work for renovations of Edgewater Drive Park in the amount not to exceed $116,100.00 and authorize the appropriate officials to execute same. Edgewater Drive Park is a passive park on the west side of Edgewater Drive between the bridge at Stevenson’s Creek to Union Street on the north; along the main entry way into Clearwater. The park consists of a 6-car parking lot, 6-foot recreation trail, and limited park amenities. Even with limited parking it is a well-used park especially for exercise and viewing the beautiful intercoastal water way and spectacular sunsets. Where the trail ends at the Clearwater city limits, the City of Dunedin continues the trail north to downtown Dunedin. Residents and visitors of both cities use the trail daily for exercise or walking their dogs. The park needs renovations that will enhance the look and functionality of the park. The proposed plans for the park will include a new dock, reconfigured and expanded parking lot, improved stormwater management, new sidewalks, new bike racks, trash receptacles, benches, environmental educational signage, and drinking fountain. All elements of the renovations will be ADA compliant. To achieve renewed functionality of this park for residents and visitors, professional design services are necessary. On July 20, 2023, Council approved the use of 47 firms to serve to provide professional engineering services as Engineer of Record under a continued services agreement RFQ 34-23 and Pennoni Associates, Inc. was selected as one of the approved firms. Pennoni Associates, Inc. was chosen from the Engineer of Record list for this project due to their staff’s reliability, professionalism, and vast disciplines, as well as their prior experience with pier/dock development projects governed by state and federal environmental agencies. Additionally, their ability to deliver construction plan documents with attention to detail, construction administration, accurate scope of work and schedule of values, navigating grants and permitting with state and federal agencies, and their detailed communication skills makes them the EOR to be considered for this project. Professional design services would include structural plans, geotechnical and Draft City Council Meeting Minutes October 3, 2024 Page 9 City of Clearwater civil engineering plans, landscape plans, environmental assessments and permitting, and upland and aquatic surveying. Current project budget including design, construction and FF&E is estimated at $1,050,000. The project funding includes $850,000 of General Fund revenue (funded in fiscal years 2023/24 and 2024/25), and $200,000 in reimbursement grant revenue awarded from Florida Recreation Development Assistant Program (FRDAP). APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project C2404, Edgewater Drive Park Improvements to fund this purchase order. This project is funded with revenues from the General Fund and grant funds awarded from FRDAP. STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: • 1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. • 1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. • 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. • 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. • 4.3: Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. Councilmember Mannino moved to authorize a purchase order to Pennoni Associates, Inc. of Clearwater, Florida, for professional services to complete design work for renovations of Edgewater Drive Park in the amount not to exceed $116,100.00 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.6 Authorize a Guaranteed Maximum Price proposal to Sport Surfaces, LLC of West Palm Beach, Florida, for cleaning and refurbishment of tennis and pickleball courts at four Parks and Recreation facilities, including McMullen Tennis Complex, Forest Run Park, Wood Valley Park, and Woodgate Park, in the cumulative amount of $167,562.00, pursuant to Clearwater Code of Ordinances Sections 2.563 (1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchase, and authorize the appropriate officials to execute same. Draft City Council Meeting Minutes October 3, 2024 Page 10 City of Clearwater This proposal is for the cleaning and refurbishment of 13 existing tennis/pickleball courts within the noted City parks, and includes pressure washing, resurfacing, court restriping, installation of fiberglass membranes, new post and net installations, and the removal of tree roots causing damage to the playing surface. The cleaning and refurbishment of these courts will provide additional years of service for these facilities, while repairing well-used facilities which have deteriorated from age and use. The proposed pricing for Sport Surfaces, LLC is established under a contract with Martin County, pursuant to RFB No. 2023-3466. Sport Surfaces, LLC. was approved by the Martin County Board of County Commissioners as the most responsive bidder for Recreational Court Resurfacing on February 21, 2023, for an initial contract term expiring February 21, 2026. Sport Surfaces, LLC was selected after reviewing numerous active municipal contracts based on competitive pricing, craftmanship, past reliability and professionalism. Their ability to deliver quality services, expedite designated timelines, and communicate clearly with the client makes them the resurfacing contractor to be considered for this project. Of the $167,562.00 requested, $132,002.00 will be acquired through the piggyback contract with Marion County. The remaining $35,560.00 is deemed impractical, with breakdowns as follows: $30,550.00 for nets and posts, $1,410.00 for root removal and asphalt repair, $1,650.00 for electricity, and $1,950.00 for water. This contract is for a period of 180 days, to begin upon issuance of a notice to proceed. This item is consistent with the Community Development Code as well as the Comprehensive and Strategic Plans. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2207, Athletic Field R&R, to fund these work orders. This project is funded by General Fund revenues. STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: • 1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. • 1.3: Adopt responsive levels of service for public facilities and amenities, Draft City Council Meeting Minutes October 3, 2024 Page 11 City of Clearwater and identify resources required to sustain that level of service. • 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. • 3.1: Support neighborhood identity through services and programs that empower community pride and belonging. • 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Councilmember Cotton moved to authorize a Guaranteed Maximum Price proposal to Sport Surfaces, LLC of West Palm Beach, Florida, for cleaning and refurbishment of tennis and pickleball courts at four Parks and Recreation facilities, including McMullen Tennis Complex, Forest Run Park, Wood Valley Park, and Woodgate Park, in the cumulative amount of $167,562.00, pursuant to Clearwater Code of Ordinances Sections 2.563 (1)(c), Piggyback, and 2.563(1) (d), Non-competitive purchase, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.7 Ratify and confirm an increase to purchase order with Khors Construction, Inc. for emergency repairs to the ADA floating dock at the Clearwater Community Sailing Center in an amount of $27,424.87 for a new project total of $165,751.25. On March 7, 2024, the Council approved a proposal from Construction Manager at Risk, Khors Construction, Inc. of Thonotosassa, FL, in the amount of $138,326.38 for repairs and mitigation of dock ramp, docks and pilings damaged by Hurricane Idalia at the Clearwater Community Sailing Center. Khors Construction Company was on site making repairs to the docks and pilings damaged by Hurricane Idalia when Tropical Cyclone Debby came through and caused additional damage to the ADA floating dock requiring the removal and replacement of a broken piling. The marine contractor that was hired to do the original work was still on site, and could make the additional repairs before they had to move the barge to another job site on November 6, 2024. On August 26, 2024, the City Manager approved the additional work and the increase of $27,424.87 to the purchase order with Khors to avoid not only delaying repairs to the ADA floating dock by three to four months but also repairing the dock before additional damage could occur, ultimately saving the city increased costs. Draft City Council Meeting Minutes October 3, 2024 Page 12 City of Clearwater APPROPRIATION CODE AND AMOUNT: This purchase order will be expensed in Parks and Recreation cost code 0101802-530100-D2401, Professional Services. Parks and Recreation is funded by General Fund revenues; however, reimbursement from FEMA is anticipated. STRATEGIC PRIORITY: Approval of the contract supports several Strategic Plan Objectives, including: • 1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. • 1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. • 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. • 3.1: Support neighborhood identity through services and programs that empower community pride and belonging. • 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Councilmember Teixeira moved to ratify and confirm an increase to purchase order with Khors Construction, Inc. for emergency repairs to the ADA floating dock at the Clearwater Community Sailing Center in an amount of $27,424.87 for a new project total of $165,751.25. The motion was duly seconded and carried unanimously. 6.8 Approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the purchase of various amenities for multiple park locations in the total amount of $336,556.85, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. The Parks and Recreation Department maintains over 100 parks with approximately 1,700 acres of parkland. Many parks have site furnishings which include trash receptacles to reduce litter, picnic tables for residents to enjoy friends, family and outdoor spaces, and park benches, giving residents an opportunity to rest and enjoy the outdoors. This contract will provide for the purchase of park benches, picnic tables (both traditional and ADA accessible), trash receptacles and high-top tables for BayCare Ballpark. The amenities purchased are mostly comprised of cement and recycled plastic. The materials used in these amenities are attractive, easy Draft City Council Meeting Minutes October 3, 2024 Page 13 City of Clearwater to maintain, sustainable, have a life cycle of 20 years and provide savings to the City with reduced maintenance costs and longer product lifespans. Existing older park amenities made of metal and wood are rated on a poor, fair and good standard scale. The new items will replace those existing amenities that are rated poor to fair throughout the park system. The new amenities will require minimal maintenance and will be pressure washed annually. The proposed pricing for Bliss Products, Inc. is established under a contract with Clay County, pursuant to RFP No. 24/25-074. Bliss Products, Inc. was approved by the Clay County Board of County Commissioners as the most responsive bidder for replacement of park and playground amenities on July 09, 2024, for an initial contract term expiring July 9, 2027, with two one-year renewal options. Pursuant to 2.563(1)(c) piggyback, the amount off piggyback will be $262,753.85 (concrete & recycled plastic amenities). Pursuant to 2.563(1)(d), non-competitive purchase under Quote #72984, a total of $73,803.00 will be considered impractical ($28,478.00 for freight, $23,650.00 for Sandblast Brown Pigment Finish, $20,950.00 for Sealer and $725.00 for ADA Custom Form Modification). The sandblast with brown pigment finish was selected to ensure uniformity with prior purchase of benches, picnic tables (ADA and classic) and litter receptacles. The manufacturer suggests two coats of sealer applied to the concrete portion to enhance the beauty of the stone, resist salt, chloride, and makes graffiti cleanup easier. The concrete finish and sealer reduce the frequency of amenity cleaning and the related labor costs. Appropriation code and Amount: Funds are available in the following capital improvement projects: $70,810.10 in M2204, Carpenter and BayCare Ballpark R & R; and $265,746.75 in M2206, Parks and Beautification R & R. These projects are funded with General Fund revenues. Strategic Priorities Approval of the purchase order supports several Strategic Plan Objectives, including: • 1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. • 1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. • 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. • 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Draft City Council Meeting Minutes October 3, 2024 Page 14 City of Clearwater • 3.1: Support neighborhood identity through services and programs that empower community pride and belonging. • 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Vice Mayor Allbritton moved to approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the purchase of various amenities for multiple park locations in the total amount of $336,556.85, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.9 Authorize a purchase order to Musco Sports Lighting, LLC. of Oskaloosa, Iowa for the purchase and installation of pickleball court lighting at McKay Park located at 605 Mandalay Avenue in the amount of $151,300.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and authorize the appropriate officials to execute same. McKay Park is a neighborhood park (1.68 acres) that has served the recreational needs of the Clearwater Beach residential community for over 40 years, first as an open grass playfield area for youth activities and later with a playground, parking lot, outdoor exercise equipment, picnic grills, and two boccie ball courts. Just recently half of the park was used as a temporary location for Fire Station 46 while it was being reconstructed at the southwest corner of Mandalay Avenue and Bay Esplanade. Staff has worked closely with the Clearwater Beach Civic Association and citizens advocating for new pickleball courts as well as other improvements proposed for McKay Park. These improvements, currently underway include the construction of six new pickleball courts, and the installation of new playground equipment, exercise equipment, a bocce ball court, shade structures, sidewalks, a retention pond and other miscellaneous park amenities. Lighting is also an important component of the approved improvements for the park. The total approved project budget for these improvements, funded from the General Fund, Penny for Pinellas sales tax, and donations, totals $1,950,930. Total project expenditures and encumbrances to-date, inclusive of this item, total $1,884,372. This contract will provide for the purchase and installation of six steel poles with pre-cast concrete bases, remote lighting components, factory aimed LED luminaires and all electrical wiring from the newly installed electrical panel to each light fixture. The materials used in these amenities are attractive, easy to Draft City Council Meeting Minutes October 3, 2024 Page 15 City of Clearwater maintain, sustainable and have a 25-year warranty on materials and labor. In addition, since technology is ever evolving, as our older lighting systems have either become outdated or are in need of replacement, we have installed Musco Lighting. Our athletic facilities are equipped with Musco Lighting fixtures that include control and monitoring capabilities, such as remote turn-on and turn-off functions. Additionally, the system can monitor for broken or malfunctioning lights and send repair notifications. Traditional sports lighting fixtures were typically comprised of high-pressure sodium or metal halide lights, which require a tremendous amount of power and a lessened lifespan. The new LED light fixtures are economical vis-a-vis power usage and have a far longer lifespan. Additionally, the selected LED light fixtures are able to be focused directly on the playing court reducing light spillover as compared to older traditional lights. In fact, the proposed LED light fixtures provide 85 percent less glare than older open-faced LED light fixtures. Authorization is requested to piggyback off Sourcewell Contract 041123, Sports Lighting with Related Products and Services valid through June 16, 2027. APPROPRIATION CODE AND AMOUNT: Funds for this purchase order are available in capital improvement project C2403, McKay Park Playfield Improvements, funded by General Fund revenues. STRATEGIC PRIORITIES: Funding the purchase of the lighting for the pickleball courts and other park improvements aligns with the following City of Clearwater Strategic Plan Objectives: • 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; and • 2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. • 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. • 4.1: Support proactive climate resiliency strategies based in science to protect natural and built environments from impacts associated with sea level rise. In response to questions, Parks and Recreation Director Art Kader said the court lighting will automatically shut off. The item before Council includes the wiring, the poles, the lights, and wiring back to the panel. The outdoor exercise equipment is old and will be replaced. Councilmember Mannino moved to authorize a purchase order to Musco Sports Lighting, LLC. of Oskaloosa, Iowa for the purchase Draft City Council Meeting Minutes October 3, 2024 Page 16 City of Clearwater and installation of pickleball court lighting at McKay Park located at 605 Mandalay Avenue in the amount of $151,300.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.10 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. 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 Draft City Council Meeting Minutes October 3, 2024 Page 17 City of Clearwater • 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. However, the authority to approve new work orders under that contract will expire on the earlier of Sept. 30, 2028, or sooner if said authorization ends per the procurement manual. The City may award work to the firms for projects with an estimated cost not to exceed $4 million in construction value. 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. 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. In response to a concern, City Engineer Tara Kivett said the item before Council included nine new vendors. Councilmember Cotton moved to 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. The motion was duly seconded and carried unanimously. 6.11 Approve Guaranteed Maximum Price (GMP) 2, Amendment 2 to the Agreement with Ajax Building Company, LLC, of Midway, FL, for construction of the New City Hall project (22-0019-EN), in the amount of $22,531,075.00, including Alternate 1, increasing the purchase order from $7,676,799.00 to $30,207,874.00, pursuant to Request for Qualifications 59-23 and authorize the appropriate officials to execute same. Ajax was selected via RFQ 59-23. December 19, 2023, Council approved an agreement and $369,965.00 pre-construction phase proposal to Ajax with $269,360.00 funded by the City Hall project and the remainder funded by the Draft City Council Meeting Minutes October 3, 2024 Page 18 City of Clearwater MSB project. February 15, 2024, Council approved GMP 1 for $7,407,439.00 for City Hall that included funds for early procurement of equipment, and site and foundation work. Early equipment purchases included air handler and chiller units, elevators, generator, electrical panels and switch gear, a significant cost savings strategy, locking in pricing prior to expected cost increases as well as mitigating schedule impacts due to long lead time items. Site and foundation work will commence in October. GMP 2 includes the remainder of the work to construct a new City Hall. The project team, including the Owner’s Rep, Broaddus, Wannemacher Jensen Architects (WJA), the CMAR, Ajax, and city staff and stakeholders, have diligently worked through design plans to ensure the project meets City operational and customer service needs while remaining in budget. Broaddus and Ajax provided detailed cost estimates at numerous stages of design with WJA and Broaddus reviewing Ajax’s estimates. Changes were made to bring the design in budget before design progressed. These design changes were made to improve constructability and reduce cost while maintaining quality. Key efforts included material selections and designs of the wave façade, reduction in space burden, finish selections that are aesthetically appealing while still cost effective, careful use both storefront and curtainwall on the exterior of the building, selection of fire rated glazing versus drywall partitions, updated designs for the north and south facades to include additional exterior framing, relocation of rooftop mechanical equipment to reduce quantity of structural steel and reduce the sound transmittance into the council chambers, roof assembly modifications, plug in option for additional generator service life-safety emergency generator, and reduction of soil exports from the site. These collaborative efforts resulted in savings in excess of $4 million, keeping this project on budget. This GMP includes the $333,056.00 Alternate for all costs to support a roof top solar photovoltaic (PV) installation. The GMP was reviewed by WJA, Broaddus and staff, negotiating lower general conditions, more appropriate allowances and fees. Construction will start in October 2024 and be complete in late August/early September 2026. APPROPRIATION CODE AND AMOUNT: ENGF220001-CONS-CNSTRC $22,531,075.00 Funding is available in Capital Improvement Project ENGF220001, New City Hall to fund this GMP. This is funded by General Fund, Penny for Pinellas and ARPA Revenues. STRATEGIC PRIORITY: The city hall project supports the five strategic priorities below. The new City Hall facility, a 2-story 40,303 square foot building on a 1.68-acre site, creates a streamlined government service center, adjacent to Clearwater Police headquarters, Municipal Services Building (MSB) and city parking garage, to provide improved customer service and efficient use of existing facility space with the pending MSB renovations. The City Hall project is expected to achieve Draft City Council Meeting Minutes October 3, 2024 Page 19 City of Clearwater LEED Silver certification with the US Green Building Council, the first built by the City of Clearwater. Relocating City Hall to this site sparked development of the bluff waterfront with proposed apartments, commercial space and hotel expected to break ground in 2025. The project includes enhanced indoor air quality strategies, energy reduction and metering, daylighting, photovoltaics, EV charging stations, rainwater gardens, reduced heat island effect, outdoor water use reductions, Florida native plants, walkability, and access to public transit. In response to questions, City Engineer Tara Kivett said 60 points are needed to obtain the LEED Gold designation; the project currently has 52 points. Staff continues to look at how the scoring can be improved. Ms. Kivett said the recently approved solar panels will add more points. Staff is seeking to get the project LEED certified. Public Works Director Marcus Williamson said the cost to design a LEED certified project and construction was approximately $300,000. The official designation is not given unless one goes through the process. He said the LEED consultant portion was $200,000. AJAX CEO Bill Barnes said some of the money spent on the design ($200,000) is necessary to determine what are the best solutions to obtain the LEED Silver designation or to build a facility in the spirit of LEED. There is a cost for the construction components to do higher efficiency air conditioning units, but the return on investment would be paying less in electricity. He said, in order to meet code, most design teams can obtain a certified LEED building level; there is an additional cost to obtain the LEED Silver designation because of the additional effort required to determine what components are needed. Mr. Barnes said each project is different as points are given for certain elements. Mr. Williamson said staff added the solar panels as an option but the intent is to wait until the project is further along before issuing the award to ensure the project remains within budget. Councilmember Teixeira moved to approve Guaranteed Maximum Price (GMP) 2, Amendment 2 to the Agreement with Ajax Building Company, LLC, of Midway, FL, for construction of the New City Hall project (22-0019-EN), in the amount of $22,531,075.00, including Alternate 1, increasing the purchase order from $7,676,799.00 to $30,207,874.00, pursuant to Request for Qualifications 59-23 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.12 Approve an Early Release Guaranteed Maximum Price (GMP) 1, Amendment 3 to the Agreement with Ajax Building Company, LLC, of Midway, FL, for construction of Municipal Service Building (MSB) Renovations (23-0035-EN), in the amount of Draft City Council Meeting Minutes October 3, 2024 Page 20 City of Clearwater $5,712,055.00, increasing the purchase order from $110,605.00 to $5,812,660.00, pursuant to Request for Qualifications 59-23 and authorize the appropriate officials to execute same. Ajax was selected via RFQ 59-23. December 19, 2023, City Council approved an agreement and $369,965.00 pre-construction phase proposal to Ajax with $110,605.00 funded by the MSB Renovations project and the remainder funded by the City Hall project. MSB renovations will improve space efficiencies of the existing 66,063 square foot facility allowing for right-sizing of the proposed City Hall project, creating a productive workspace that meets specific needs of the remaining City departments while providing a comfortable and aesthetically pleasing atmosphere for employees and visitors alike. September 17, 2024, City Council approved a $362,616.00 purchase order for early procurement of an air handling unit for the MSB and a $1,140,302.00 design work order with Wannemacher Jensen Architects (WJA). Combined efforts by City, Owners Representative Broaddus, Ajax and WJA, resulted in over $2.5M in cost avoidance. Efforts include significant design work to reuse existing walls to reduce demo and new construction costs including the in-wall utilities, early release of air handling unit, vacating the entire facility versus one floor at a time, discounts from purchasing furniture concurrent with City Hall, relocation and temporary rental furniture reduction, and executing project concurrently with City Hall. This MSB GMP covers early equipment purchases, selective interior demolition, millwork, doors, frames and hardware, glass, and glazing, framing and drywall, ceilings, painting, fire protection, HVAC, partial electrical and audio-visual costs. Work is anticipated to begin by the end of 2024 with staff move-in in July 2025. A second MSB GMP is anticipated later this year as design is finalized and permitted. The GMP is within the project $10 million overall budget. APPROPRIATION CODE AND AMOUNT: ENGF230001-CONS-CNSTRC $5,712,055.00 Funding is available in Capital Improvement Project ENGF230001, MSB Renovations, to fund this GMP. This is funded by General Fund Revenues. STRATEGIC PRIORITY: The MSB Renovation project supports the four strategic priorities below. The renovations will improve indoor air quality and energy efficiencies while providing safe and streamlined public interface. Vice Mayor Allbritton moved to approve an Early Release Guaranteed Maximum Price (GMP) 1, Amendment 3 to the Agreement with Ajax Building Company, LLC, of Midway, FL, for construction of Municipal Service Building (MSB) Renovations (23-0035-EN), in the amount of $5,712,055.00, increasing the purchase order from $110,605.00 to $5,812,660.00, pursuant to Request for Qualifications 59-23 and authorize the appropriate Draft City Council Meeting Minutes October 3, 2024 Page 21 City of Clearwater officials to execute same. The motion was duly seconded and carried unanimously. 6.13 Approve the Vacation request from the City of Clearwater as the platted owner of an unnamed 10-foot-wide alleyway portion that abuts the west Lot line of Lot 7 in Block F of the corrected plat of Clearwater Improvement Co., Plaza Park addition according to the map or plat thereof as recorded in Plat Book 5, Page 53 of the Public Records of Hillsborough county, Florida, of which Pinellas county was formerly a part and pass Ordinance 9742-24 on first Reading. As the platted owner of an unimproved ten-foot wide alley, the City of Clearwater requests to vacate the alleyway to the adjacent landowners. This vacation enlarges the adjacent landowner's parcels for additional permitted use. This vacation eliminates all future city maintenance costs and reflects proper Land use Management. The City shall retain a Utility easement. The are no other utilities within the vacated area. City staff have reviewed and approved this vacation. One individual spoke in support. Ordinance 9742-24 was presented and read by title only. Councilmember Mannino moved to approve the Vacation request from the City of Clearwater as the platted owner of an unnamed 10-foot-wide alleyway portion that abuts the west Lot line of Lot 7 in Block F of the corrected plat of Clearwater Improvement Co., Plaza Park addition according to the map or plat thereof as recorded in Plat Book 5, Page 53 of the Public Records of Hillsborough county, Florida, of which Pinellas county was formerly a part and pass Ordinance 9742-24 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 6.14 Approve a purchase order to Arthur J. Gallagher Risk Management Services, Inc., of Draft City Council Meeting Minutes October 3, 2024 Page 22 City of Clearwater Orlando, FL, for a Builder’s Risk policy for the Beach Marina Replacement project (21-0008-MA) for a not to exceed amount of $2,000,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance; approve an increase of a not to exceed loan by $1,550,000.00, increasing the $18,000,000.00 fund to $19,550,000.00 from the Capital Improvement Fund to the Marina Fund; and authorize the appropriate officials to execute same. The City of Clearwater has operated a marina at Clearwater Beach since the 1940’s. Over the past 50 years the marina has been repaired but never refurbished or fully replaced. In 2005, the City considered a replacement of only the docks at an estimated cost of $8 million dollars. That project was not initiated. On July 15, 2024, City Council approved a Guarantee Maximum Price (GMP) with J. Kokolakis Contracting of Tarpon Springs, a Construction Manager at Risk (CMAR), in the amount of $43,469,475.00 to replace the Clearwater Beach Marina. The negotiated GMP requires the City to separately obtain Builder’s Risk insurance. Builder’s Risk insurance temporarily protects the City and CMAR’s buildings, materials, and supplies while under construction. Construction is currently scheduled to conclude in the Spring of 2026. Builder’s Risk insurance is different from General Liability coverage or performance bonds, both of which are provided by J. Kokolakis and paid by the City through the GMP. The City anticipated purchasing Builder’s Risk insurance as part of the budgeted non-GMP portion of the project. However, it was estimated at a lower amount -- approximately 1% of GMP, or ~$450,000.00. This estimate was predicated on staff’s historical experience, e.g. the Imagine Clearwater project. Arthur J. Gallagher, the City’s insurance broker, is assisting the City in identifying a Builder’s Risk provider for this project. The exact premium is still being negotiated, and may fluctuate depending on deductibles, but Gallagher estimates a not-to-exceed premium in the amount of $1,924,611. This agenda item is being presented to Council now, even though the final price may fluctuate slightly, because the CMAR will not commence work until the City obtains a Builder’s Risk policy, as required by the approved GMP. The total cost of the Builder’s Risk policy will not exceed $2,000,000.00. APPROPRIATION CODE AND AMOUNT: 3327332-561300-C1905 $2,000,000 A first quarter budget amendment will include an increase of $1,550,000.00 in capital project C1905, Beach Marina Upgrade, which will provide the remaining funding needed for the Builder’s Risk Insurance. STRATEGIC PRIORITY: High Performing Government 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through Draft City Council Meeting Minutes October 3, 2024 Page 23 City of Clearwater 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. In response to a concern, Risk Manager Todd Morrone said since the City switched to an owner-controlled program where the City obtains a quote for the builder's risk policy, rather than the contractor, and goes to market for a quote after the GMP, the projected costs have not been accurate. Staff is working with procurement and engineering to adjust the bid process and require the contractor to seek quotes and submit the budget as part of the bid application process. He said the City will reserve the right to seek quotes. The process change will ensure staff has the quotes before the GMP is presented for council approval. Councilmember Cotton moved to approve a purchase order to Arthur J. Gallagher Risk Management Services, Inc., of Orlando, FL, for a Builder’s Risk policy for the Beach Marina Replacement project (21-0008-MA) for a not to exceed amount of $2,000,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance; approve an increase of a not to exceed loan by $1,550,000.00, increasing the $18,000,000.00 fund to $19,550,000.00 from the Capital Improvement Fund to the Marina Fund; and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.15 Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $2,100,000.00 for term October 1, 2024 through September 30, 2025, pursuant to Clearwater Code of Ordinances Sections 2.563 (1)(c), Piggyback, 2.563(1)(a), Single source, and 2.563 (1) (b), Micro purchases, and authorize the appropriate officials to execute same. The Fleet Division is requesting authorization to purchase vehicle parts from various vendors for heavy and light duty city vehicles and equipment. Vendors and the procurement methods are as follows: Agility Fuel Solutions; EFE Inc dba Everglades Farm Equipment Group; Environmental Products Group Inc; Fleet Pride Inc; Florida Kenworth LLC; Grainger; Maher Chevrolet Inc; McNeilus Truck & Manufacturing Inc; RDK Assets LLC; Ring Power Corporation; Rush Truck Centers of Florida Inc; Draft City Council Meeting Minutes October 3, 2024 Page 24 City of Clearwater Tampa Crane & Body Acquisition LLC; TPH Holdings Florida LLC dba The Parts House; Walker Ford: • Piggyback City of St. Petersburg RFP No. 7522, Automotive Parts valid through September 30, 2025. Fleet Acquisitions LLC dba Fleet Products; Sunstate International Trucks LLC; Tampa Spring Company: • Piggyback Hillsborough County Public Schools 20204-DST-KJ valid through March 9, 2025. Amazon: • Piggyback Omnia Partners with Prince William County Public Schools, VA, Contract No. R-TC-17006 valid through January 18, 2026. Authorization is requested to add additional piggyback contracts as needed throughout the year which will be vetted through the Procurement Division. Atmax Equipment Co; Bobcat of Tampa; Broyhill Equipment; Dobbs Equipment LLC; Environmental Products Group; H Barber & Sons; Ring Power Corporation; Rush Truck Center; Ten-8 Fire Equipment; Vermeer Southeast Sales & Service Inc; Wesco Turf: • Single Source. Single source is being requested because the parts for the heavy and light duty city vehicles and equipment can only be obtained directly from that manufacturer or authorized representative. For example, MowerMax parts are available solely from the manufacturer Atmax. Advanced Auto Parts; American CNG; Autoway Parts Center; Bill Currie Ford; EJ Ward Inc; Embankscape Equipment LLC; Flash Equipment; Gas Fuel Systems Inc; GET Partners; HD Industries; Illinois Tool Works; Mynatt Truck & Equipment; Tennant Sales and Service; TMS Equipment; Xylem Dewatering Solutions and Zimmerman Industries: • Micro Purchases not exceeding $10,000.00 during the contract term. In addition, the Fleet Division is requesting approval to engage additional vendors as needed in accordance with Section 2.561(5), Small Dollar Purchases with the Procurement Division providing oversite. Competitive quotes will be obtained and no single vendor will exceed $50,000.00 in a fiscal year. Due to rising costs of parts caused by supply chain challenges, a limited selection of original equipment manufacturer (OEM) parts from vendors, and unexpected additional repairs to city vehicles and equipment, the Fleet Division is requesting $2,100,000.00 which is $150,000.00 more than the Fiscal Year 24 allocation. APPROPRIATION CODE AND AMOUNT: Funds are available in Garage Fund-Fleet Operations cost code Draft City Council Meeting Minutes October 3, 2024 Page 25 City of Clearwater 5666611-550600, vehicle parts, to fund these purchases. The Garage Fund is an internal service fund of the City which supports city-wide vehicle and motorized equipment maintenance. STRATEGIC PRIORITY: These purchases help accomplish strategic objective 1.2. Fleet division operators maintain public infrastructure to deliver effective and efficient services by optimizing City assets and resources. Councilmember Teixeira moved to authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $2,100,000.00 for term October 1, 2024 through September 30, 2025, pursuant to Clearwater Code of Ordinances Sections 2.563 (1) (c), Piggyback, 2.563(1)(a), Single source, and 2.563 (1)(b), Micro purchases, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.16 Approve purchase orders to multiple vendors for the acquisition of library books and materials in the cumulative not-to-exceed amount of $465,000.00 for the term October 1, 2024 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and cooperative purchases, and authorize the appropriate officials to execute same. Clearwater Public Library System is requesting authorization to purchase library books and materials utilizing competitive awarded piggyback and cooperative contracts. Piggyback Contracts #LVA-MAT-22-07: Commonwealth of Virginia through the Library of Virginia on behalf of Mid-Atlantic Alliance (MALiA) valid July 1, 2022, through June 30, 2025. • Baker and Taylor, LLC: $130,000.00 • Ingram Library Services, LLC: $145,000.00 The Clearwater Public Library System is part of the Pinellas Public Library Cooperative (term: 10/01/2023 - 09/30/2028). Pursuant to that Library Interlocal Agreement, the Clearwater Public Library System provides funding to the Pinellas Public Library Cooperative in order for the Cooperative to purchase materials and services. • Pinellas Public Library Cooperative: $190,000.00 APPROPRIATION CODE AND AMOUNT: Draft City Council Meeting Minutes October 3, 2024 Page 26 City of Clearwater Funds are available in Library operating code 0101731-564400, Books & Publications, to fund these contracts in the amount of $465,000.00. The Library department is funded by General Fund revenues. Vice Mayor Allbritton moved to approve purchase orders to multiple vendors for the acquisition of library books and materials in the cumulative not-to-exceed amount of $465,000.00 for the term October 1, 2024 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and cooperative purchases, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.17 Approve a purchase order to DOF Creations, of Tampa, FL for the purchase of hardware, software, and maintenance in the amount of $409,581.17, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. The Information Technology Department currently uses firewalls within its computer network architecture and is expanding deployment of devices to facilitate cyber-security needs and comply with mandatory security designs for both the Public Safety systems and Public Utilities network. DOF Creations is an authorized reseller for Fortinet security products and services. The maintenance for a 3-year period, totaling $409,581.17, will be procured using the Omnia Contract No. NCPA 01-154, IT Security and Data Protections Solutions (Texas Region XIV Education Service Center) valid through November 30, 2025, with two, one-year renewal options. Planned budgeted amounts for firewall maintenance are approximately $190,000.00 annually, or $570,000.00 for three years. The proposed three-year maintenance term will save approximately $160,000.00 in planned operating expense over the maintenance period, and $363,000.00 off manufacturer list pricing. APPROPRIATION CODE AND AMOUNT: Costs for this item are budgeted within the Information Technology department’s Network Architecture cost center (5559863). The Information Technology department is funded by Administrative Services fund revenues, an internal service fund of the City. Draft City Council Meeting Minutes October 3, 2024 Page 27 City of Clearwater STRATEGIC PRIORITY: This purchase will support all the objectives of a High-Performance Government, as well as Superior Public Service. Councilmember Mannino moved to approve a purchase order to DOF Creations, of Tampa, FL for the purchase of hardware, software, and maintenance in the amount of $409,581.17, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.18 Authorize a purchase order to EWT Holdings III dba Evoqua Water Technologies, LLC (Evoqua) of Sarasota, FL for chemical tank and feed rental and bulk odor control chemical delivery in the not-to-exceed amount of $255,000.00, beginning September 19, 2024 through July 19, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. The Public Utilities Department is requesting authorization of a purchase order to utilize Evoqua for chemical tank and feed rental, the delivery of bulk hydrogen peroxide (50%) and Odophos for control of odors and corrosion at the Northeast Water Reclamation Facility and Lift Station 42. The pricing for hydrogen peroxide (50%) and Odophos to manage odors and corrosion was obtained through a competitive bidding process under Manatee County Contract 24-R084063BB for Corrosion and Odor Control Services. This contract pricing, valid until July 19, 2025, includes delivery, application equipment, ongoing maintenance, technical evaluation/support services, and technology licenses. Authorization is requested to piggyback Manatee County Contract No. 24-R084063BB through July 19, 2025. APPROPRIATION CODE AND AMOUNT: Funds are available in Public Utilities operating code 4211355-530300, Other Contractual Service, and 4211355-551700, Bulk Chemicals, to fund this contract. Public Utilities is funded by the Water and Sewer Utility Enterprise Fund revenues. STRATEGIC PRIORITY: The approach has resulted in relatively few odor complaints over the last few years, therefore it is superior public service and a benefit to community well-being. Councilmember Cotton moved to authorize a purchase order to EWT Holdings III dba Evoqua Water Technologies, LLC (Evoqua) of Sarasota, FL for chemical tank and feed rental and bulk odor control Draft City Council Meeting Minutes October 3, 2024 Page 28 City of Clearwater chemical delivery in the not-to-exceed amount of $255,000.00, beginning September 19, 2024 through July 19, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.19 Reappoint Robert Kenne to the Municipal Code Enforcement Board to a term through October 31, 2027. APPOINTMENT WORKSHEET Board: Municipal Code Enforcement Board Term: 3 years Financial DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Members must be registered voters. Members shall be qualified and experienced in the fields of architecture, business, engineering, construction, or real estate (when possible). MEMBERS: 7 CHAIR: Greg Brown MEETING DATES: 4th Wednesday of each month at 1:30 p.m. APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS COMPLETED AN UNEXPIRED TERM AND IS ELIGIBLE FOR REAPPOINTEMENT: 1. Robert Kenne - 1469 Jacaranda Circle South, Clearwater 33755 - President/Owner of Bob Kenne Services, Inc. Appointed - 3/2/2023 for a partial term Zip Codes of current members on board: 1 at 33755 1 at 33759 2 at 33756 1 at 33767 Councilmember Teixeira moved to reappoint Robert Kenne to the Municipal Code Enforcement Board to a term through October 31, 2027. The motion was duly seconded and carried unanimously. 6.20 Appoint Loretta Mitchell to the Library Board with an unexpired term through February 28, Draft City Council Meeting Minutes October 3, 2024 Page 29 City of Clearwater 2025. APPOINTMENT WORKSHEET BOARD: Library Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required STAFF LIAISON: Jennifer Obermaier - Library Director RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 CHAIRPERSON: Donna Dennis MEETING DATES: Quarterly PLACE: Main Library APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS A TERM WHICH IS EXPIRING AND NOW REQUIRES REAPPOINTMENT OR A NEW APPOINTMENT: 1. Andrew Lorenti - 2063 Butternut Circle E, Clearwater 33763 - Inventory Control Original Appointment: 12/05/2019, Resigned 4/8/2024 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE VACANCY: 1. Loretta Mitchell - 1219 Eldridge St, Clearwater 33755 - Business Owner Zip codes of current members on board: 1 at 33755 1 at 33759 1 at 33756 1 at 33765 1 at 33767 Vice Mayor Allbritton moved to appoint Loretta Mitchell to the Library Board with an unexpired term through February 28, 2025. The motion was duly seconded and carried unanimously. 6.21 Reappoint Greg Brown to the Municipal Code Enforcement Board to a term through October 31, 2026. Draft City Council Meeting Minutes October 3, 2024 Page 30 City of Clearwater APPOINTMENT WORKSHEET Board: Municipal Code Enforcement Board Term: 3 years Financial DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Members must be registered voters. Members shall be qualified and experienced in the fields of architecture, business, engineering, construction, or real estate (when possible). MEMBERS: 7 CHAIR: Greg Brown MEETING DATES: 4th Wednesday of each month at 1:30 p.m. APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS COMPLETED AN UNEXPIRED TERM AND IS ELIGIBLE FOR REAPPOINTEMENT: 1. Greg Brown - 1424 Barry Street, Clearwater 33756 - Retired Production Manager Original Appointment - 12/03/20, completed first term (interested in reappointment) Zip Codes of current members on board: 1 at 33755 1 at 33759 2 at 33756 1 at 33767 Councilmember Mannino moved to reappoint Greg Brown to the Municipal Code Enforcement Board to a term through October 31, 2026. The motion was duly seconded and carried unanimously. 6.22 Appoint two individuals to the Municipal Code Enforcement Board: one to fill the remainder of an unexpired term through November 1, 2026 and one to serve a full term through October 31, 2027. APPOINTMENT WORKSHEET Board: Municipal Code Enforcement Board Term: 3 years Financial DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Members must be registered voters. Members shall be qualified and experienced in the fields of architecture, business, engineering, construction, or real estate (when possible). Draft City Council Meeting Minutes October 3, 2024 Page 31 City of Clearwater MEMBERS: 7 CHAIR: Greg Brown MEETING DATES: 4th Wednesday of each month at 1:30 p.m. APPTS. NEEDED: 2 THE FOLLOWING ADVISORY BOARD MEMBER’S TERM HAS EXPIRED AND NOW REQUIRES A NEW APPOINTEMENT: 1. Peter Kohut - 240 Windward Passage, Unit 105, Clearwater 33767 - Civil Engineer Removed due to lack of attendance. 2. Kerry Fuller-Rainey - 2880 Endicott Court, Clearwater 33761 - Real Estate Consultant Resigned 8/27/24, was serving 1st term through 10/31/2024 THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: 1. Raymond Plumb - 1621 Sand Key Estates Court, Clearwater 33767- Retired Construction Manager 2. Pam Ryan-Anderson - 1608 Gentry Street, Clearwater 33755 - Real Estate Broker 3. Howie Spinner - 1408 Sunset Drive, Clearwater 33755 - Business Owner 4. Dean Strickland - 2427 Saber Court, Clearwater 33759 - Retired Attorney Zip Codes of current members on board: 1 at 33755 1 at 33759 2 at 33756 1 at 33767 Vice Mayor Allbritton moved to appoint two individuals to the Municipal Code Enforcement Board: Pam Ryan-Anderson to fill the remainder of an unexpired term through November 1, 2026 and Raymond Plumb to serve a full term through October 31, 2027. The motion was duly seconded and carried unanimously. 6.23 Appoint an individual to the Marine Advisory Board with an unexpired term through March 31, 2025. APPOINTMENT WORKSHEET Draft City Council Meeting Minutes October 3, 2024 Page 32 City of Clearwater BOARD: Marine Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 + 1 Ex Officio MEETING DATES: 2nd Wed., 8 am (Quarterly) PLACE: Main Library APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER RESIGNED, WHICH NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Wade Carlisle - 2734 Meadow Wood Dr, Clearwater 33761 Original Appointment: 03/22/2021 Resigned - 12/1/2023 THE NAME(S) BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1. Don Petrella - 1240 S Missouri Avenue, Clearwater 33756 - Economist 2. Patricia Rodriguez - 406 Leeward Is, Clearwater 33767 - Business Owner 3. Marvin Siple - 1137 Sedeeva Street, Clearwater 33755 - Professional Merchant Mariner 4. Melissa Stamos - 1865 Gilbert Street, Clearwater 33765 - Real Estate Broker Zip codes of current members on board: 1 at 33755 1 at 33756 1 at 33759 3 at 33767 Councilmember Mannino moved to appoint Marvin Siple to the Marine Advisory Board with an unexpired term through March 31, 2025. The motion was duly seconded and carried unanimously. 6.24 Approve an agreement with Johnston and Stewart to provide lobbying services at the state level from October 1, 2024 through September 30, 2028 at a cost of $5,000 per month and authorize the appropriate officials to execute same. Lobbying services assist the City in pursuing funding and favorable legislation at Draft City Council Meeting Minutes October 3, 2024 Page 33 City of Clearwater the state level. Request for Proposal 54-24 (RFP) was released to select a provider of these services. Responses were received from Johnston & Stewart, Greenberg Traurig, Jones Walker Law Firm, and Shumaker Advisors. The evaluation committee, consisting of the City Clerk, City Attorney, and the Assistant City Manager, reviewed written proposals on August 22, 2024 and scheduled presentations by the top three responses on September 5, 2024. Selection criteria were: Demonstrated Experience, Qualifications of Team, Reference Reports and Cost of Services. The committee determined Johnston & Stewart to be the most responsive to criteria established in the RFP. APPROPRIATION CODE AND AMOUNT: Annual costs for this contract will be included in the City Attorney Services operating budget under appropriation code 0109600-530100, professional services. The City Attorney’s Office if funded by General Fund revenues. Councilmember Teixeira moved to approve an agreement with Johnston and Stewart to provide lobbying services at the state level from October 1, 2024 through September 30, 2028 at a cost of $5,000 per month and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.25 Request for authority to pay judgment in the case of Maximus Giannikos v. City of Clearwater, Case No. 22-424-CI for $200,000.00. On May 28, 2019, Maximus Giannikos crossed the intersection of US 19 and Gulf-to-Bay Blvd. when he was struck by a car driven by a private citizen who was not affiliated with the City. Mr. Giaanikos then initiated a lawsuit against the City on January 26, 2022. The case proceeded to a jury trial that occurred between September 9, 2024 and September 13, 2024. The trial was bifurcated with the issue of liability tried first. The jury returned a liability verdict finding the plaintiff 55% at fault for his own harm. Had the accident happened today, the liability verdict would have resulted in a judgment in favor of the City. Since it did not, the case proceeded to a damages trial where the jury returned a verdict in excess of the statutory Draft City Council Meeting Minutes October 3, 2024 Page 34 City of Clearwater cap. Authority is being sought to pay the City’s payment liability under the judgment in the amount of $200,000.00, subject to the disposition of any post-judgment motions. APPROPRIATION CODE AND AMOUNT: This settlement will be paid from Central Insurance Liability Claims cost code 5907590-545900. The Central Insurance Fund is an internal service fund that accounts for city-wide insurance costs and claims. Vice Mayor Allbritton moved to request for authority to pay judgment in the case of Maximus Giannikos v. City of Clearwater, Case No. 22-424-CI for $200,000.00. The motion was duly seconded and carried unanimously. The Council recessed from 8:08 p.m. to 8:16 p.m. 7. Second Readings - Public Hearing 7.1 Adopt Ordinance 9785-24 on second reading, annexing certain real property 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. Ordinance 9785-24 was presented and read by title only. Vice Mayor Allbritton moved to adopt Ordinance 9785-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.2 Adopt Ordinance 9786-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2135 Pleasant Parkway, Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Residential Low (RL). Ordinance 9786-24 was presented and read by title only. Draft City Council Meeting Minutes October 3, 2024 Page 35 City of Clearwater Councilmember Mannino moved to adopt Ordinance 9786-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.3 Adopt Ordinance 9787-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2135 Pleasant Parkway, Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Ordinance 9787-24 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9787-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.4 Adopt Ordinance 9774-24 on second reading, amending the Clearwater Code of Ordinances Appendix A, Schedule of Fees, Rates and Charges, Article XXIV Public Works - Fees, Rates and Charges Section 3E and Section 32.244 Stormwater Management Utility Rates. Ordinance 9774-24 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9774-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.5 Adopt Ordinance 9776-24 on second reading, annexing certain real property 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. Ordinance 9776-24 was presented and read by title only. Vice Mayor Allbritton moved to adopt Ordinance 9776-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Draft City Council Meeting Minutes October 3, 2024 Page 36 City of Clearwater Councilmember Mannino and Councilmember Teixeira 7.6 Adopt Ordinance 9777-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1721 El Trinidad Drive East, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Low (RL). Ordinance 9777-24 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9777-2 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.7 Adopt Ordinance 9778-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property 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). Ordinance 9778-24 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9778-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.8 Adopt Ordinance 9779-24 on second reading, annexing certain real property whose post office address is 1827 Douglas Avenue, Clearwater, Florida 33755, together with certain 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. One individual spoke in opposition. In response to a question, Planning and Development Director Gina Clayton said the applicant intends to build six homes. Ordinance 9779-24 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9779-24 on Draft City Council Meeting Minutes October 3, 2024 Page 37 City of Clearwater second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.9 Adopt Ordinance 9780-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1827 Douglas Avenue, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Urban (RU). Ordinance 9780-24 was presented and read by title only. Vice Mayor Allbritton moved to adopt Ordinance 9780-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.10 Adopt Ordinance 9781-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1827 Douglas Avenue, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Medium Density Residential (MDR). Two individuals spoke in opposition. In response to a question, Planning and Development Director Gina Clayton said city code allows attached dwellings. The applicant intends to go back to the original lot size and construct six single family homes. Ordinance 9781-24 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9781-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.11 Adopt Ordinance 9782-24 on second reading, annexing certain unaddressed real property located on the west side of Sylvan Drive approximately 270 feet south of Vista Way, Clearwater, FL 33755, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. One individual spoke in opposition. Draft City Council Meeting Minutes October 3, 2024 Page 38 City of Clearwater Ordinance 9782-24 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9782-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.12 Adopt Ordinance 9783-24 on second reading, 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, Clearwater, FL 33755, upon annexation into the City of Clearwater, as Residential Urban (RU). Ordinance 9783-24 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9783-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.13 Adopt Ordinance 9784-24 on second reading, amending the Zoning Atlas of the city by zoning certain unaddressed real property located on the west side of Sylvan Drive approximately 270 feet south of Vista Way, Clearwater, FL 33755, upon annexation into the City of Clearwater, as Medium Density Residential (MDR). Ordinance 9784-24 was presented and read by title only. Vice Mayor Allbritton moved to adopt 9784-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.14 Adopt Ordinance 9795-24 on second reading and amend the City’s fiscal year 2023/24 operating budget at third quarter. Ordinance 9795-24 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9795-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Draft City Council Meeting Minutes October 3, 2024 Page 39 City of Clearwater Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.15 Adopt Ordinance 9796-24 on second reading and amend the City’s fiscal year 2023/24 capital improvement budget at third quarter. Ordinance 9796-24 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9796-24 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 8. City Manager Verbal Reports 8.1 North Beach Update Public Works Director Marcus Williamson said once the water overtops the seawall, it is the worst-case scenario for North Beach. There is not a lot the system can do until the recovery phase. He said the problem is then compounded by the storm debris and sand on the road and in the pipes. Four new pumps were installed after the storm because the ones being used were fully inundated. Staff is working on getting the pumps online and ready once the pipes have been cleared out. 9. City Attorney Reports – None. 10. Other Council Action 10.1 Annual evaluation of the performance and salary of the City Manager. Annual evaluation of the performance and salary of the City Manager pursuant to Council Rule 17. STRATEGIC PRIORITY: Superior Public Service - Promote a Diverse and Talented Workforce Through Competitive Opportunity, Employee Wellness, and Rewarding Career Growth AND Draft City Council Meeting Minutes October 3, 2024 Page 40 City of Clearwater 10.2 Annual evaluation of the performance and salary of the City Attorney. Annual evaluation of the performance and salary of the City Attorney pursuant to Council Rule 17. STRATEGIC PRIORITY: Superior Public Service - Promote a Diverse and Talented Workforce Through Competitive Opportunity, Employee Wellness, and Rewarding Career Growth Councilmembers provided their evaluations of the City Attorney and City Manager. One individual expressed concerns with the city manager and the city attorney's performance and opposed increasing the salaries of the city manager or the city attorney. One individual provided positive remarks for the city manager and city attorney's performance and supported increasing their salaries. Discussion ensued with comments made that both positions were historically underpaid and both salaries were increased by 12% last year. Support was expressed to provide a 7.5% increase to both employees. A concern was expressed that the proposed increase would send a poor message to the employees. Councilmember Mannino moved to provide the City Manager and the City Attorney with a 7.5% salary increase. The motion was duly seconded and carried with the following vote: Ayes: 3 - Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira Nays: 2 - Mayor Rector and Vice Mayor Allbritton 11. Closing comments by Councilmembers (limited to 3 minutes) Vice Mayor Allbritton said he is proud how the community has responded during the aftermath of the storm and thanked staff for all of their efforts. Clearwater will be back brighter than ever. Councilmember Mannino said our thoughts and prayers are with the citizens, business owners and staff who have suffered or experienced loss due to the Draft City Council Meeting Minutes October 3, 2024 Page 41 City of Clearwater storm. Councilmember Teixeira encouraged all to visit MyClearwater.com for volunteer opportunities. Councilmember Cotton thanked staff and fellow Councilmembers for their leadership and efforts before and after the storm. 12. Closing Comments by Mayor Mayor Rector said now is the time for the community to come together. He is amazed by the amount of people willing to help their neighbors and local businesses in storm recovery efforts. It has been a rough week, but our brightest days are still ahead. 13. Adjourn The meeting adjourned 10:06 p.m. Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1119 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve an Encroachment Agreement between the City of Clearwater and Florida Gas Transmission Company, LLC for a Clearwater Gas Department gas distribution pipeline to cross over Florida Gas Transmission Company pipeline facilities and authorize the appropriate officials to execute same. (consent) SUMMARY: This is a request to approve an Encroachment Agreement between Florida Gas Transmission Company, LLC and the City of Clearwater, Florida. Clearwater Gas Department seeks to install an eight inch gas distribution pipeline in the area where Florida Gas Transmission Company operates a thirty inch pipeline and a thirty-six inch pipeline. The location is near State Road 52 and North Sunlake Boulevard in Pasco County. Clearwater Gas Department is seeking permissions from Florida Gas Transmission Company to cross their facilities. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Maintain public infrastructure through systematic management efforts. Page 1 City of Clearwater Printed on 11/5/2024 This Instrument Prepared By and Return To: Right-of-Way Department/Amy Powell Florida Gas Transmission Company 2301 Lucien Way, Suite 200 Maitland, Florida 32751 Project No.: 24-133 Tract No.: FL-PASC-074.1, FLMEE-PASC-036 ENCROACHMENT AGREEMENT THIS ENCROACHMENT AGREEMENT (“Agreement”) is made and entered into this ______ day of ____________________, 2024, by and between FLORIDA GAS TRANSMISSION COMPANY, LLC, a Delaware limited liability company (“FGT”), with principal offices at 1300 Main Street, Houston, Texas 77002, and, CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation (“CLEARWATER”), whose address is P.O. Box 4748, Clearwater, Florida 33758. WITNESSETH THAT: WHEREAS, FGT is the owner and holder of an easement under the provisions of that certain Easement Grant dated April 18, 1994, recorded in Book 3290, Page 129, Official Public Records of Pasco County, Florida; and that certain Stipulated Final Judgment dated November 18, 2010, (collectively, “Easement Agreement”), covering lands located in Section 8, Township 25 South, Range 18 East, Pasco County, Florida as described in the Easement Agreement (“Lands”); and WHEREAS, CLEARWATER is the present holder of a permit across that portion of the Lands described in Exhibit “B” attached hereto and made a part hereof for all purposes (“Owned Premises”), with Pipeline Facilities situated thereon; WHEREAS, pursuant to the authority contained in the Easement Agreement, FGT has constructed and currently operates and maintains a thirty inch (30”) natural gas pipeline and a thirty-six inch (36”) natural gas pipeline and related surface and subsurface appurtenances, (collectively, the “Pipeline Facilities”), across and through the Lands; and WHEREAS, CLEARWATER seeks consent to install one (1), eight inch (8”) PE gas distribution main above the pipeline via open trench crossing the FGT easement (“Easement Area”) and the Pipeline Facilities as depicted on Exhibit “C” attached hereto and made a part hereof (“Encroachment”), pursuant to the terms and provisions of this Agreement; and WHEREAS, CLEARWATER has been advised by FGT that FGT is a natural gas transmission company and that FGT operates a high pressure underground natural gas Pipeline Facilities through the Owned Premises; and WHEREAS, CLEARWATER has requested written consent from FGT to install, construct, maintain, use, operate, repair, replace and enjoy the Encroachment upon a portion of the Easement Area and in close proximity to the Pipeline Facilities; and Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 2 WHEREAS, FGT is willing to grant such consent upon the terms and conditions hereafter set forth. NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions set forth in this Encroachment Agreement, FGT and CLEARWATER agree as follows: 1. To the extent that FGT has the right to do so, FGT hereby grants consent to CLEARWATER to install, construct, maintain, use, operate, repair, replace and enjoy the Encroachment on the Owned Premises and the Easement Area, and in close proximity to the Pipeline Facilities, subject to compliance with the following terms and conditions: A. CLEARWATER hereby assumes all risks for damages, injuries, or loss to either property or persons, caused by, or arising out of, or resulting from, or in any way associated with the installation, construction, use, maintenance, repair or replacement of the Encroachment, except to the extent such damages, injuries, or loss are caused solely by the gross negligence or willful misconduct of FGT. B. The consent granted herein is limited exclusively to the proposed Encroachment upon the Owned Premises within the Easement Area. CLEARWATER shall not alter the grade or permit such alteration anywhere on the Easement Area without the prior express written consent of FGT, which consent shall not be unreasonably withheld, conditioned, or delayed. C. CLEARWATER shall at all times conduct all activities on the Easement Area in such a manner as not to unreasonably interfere with or impede the operation and maintenance of the Pipeline Facilities, as conducted in the past, present or future, in any manner whatsoever. D. Except as to the Encroachment, CLEARWATER shall not construct, plant or create additional improvements of any kind, including but not limited to, fences, sheds, irrigation or drainage systems, utilities other than the Encroachment, decking, pole barns, parking lots, roadways, pools, ponds, trees or shrubs within the confines of the Easement Area without the prior express written consent of FGT. E. CLEARWATER understands and agrees that FGT may not have the authority to grant CLEARWATER permission to construct the Encroachment in the Easement Area. This Agreement merely defines the terms by which FGT will not object, and that CLEARWATER will obtain permission for the Encroachment from the underlying fee owner of the Lands or third parties having an interest in the Owned Premises. The consent granted by this instrument shall not constitute or be construed as a subordination, merger, assignment, conveyance or relinquishment of any of the right, title and interest of FGT under the provisions of the Easement Agreement. 2. CLEARWATER agrees that the Encroachment and any additional approved improvements constructed or installed in the Easement Area shall be constructed in accordance with the Engineering and Construction Specifications detailed in Exhibit “A” attached hereto and made a part hereof. Installation, construction, maintenance, repair Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 3 and replacement of the Encroachment shall be the sole responsibility, and performed at the sole cost and expense of CLEARWATER. 3. Subject to the limitations of Section 768.28, Florida Statutes, CLEARWATER agrees to indemnify, protect, and hold harmless FGT, its parent, affiliates, subsidiaries, and their directors, officers, employees, representatives, and agents (hereinafter “FGT Entities”) from and against any and all actions or causes of action, claims, demands, liabilities, loss, damage, injury, suit, proceeding, judgment, cost or expense of whatever kind or nature, including but not limited to reasonable attorneys’ fees, to the extent caused by CLEARWATER or its employees, contractors, representatives or agents, or to the extent arising out of, or resulting from, or associated with CLEARWATER’s installation, construction, use, maintenance, repair or replacement of the Encroachment, except where such loss, cost, liability, or expense was solely caused by the negligence or willful misconduct of FGT or the FGT Entities, its employees, agents, or contractors. In addition, except where such loss, cost, liability, or expense was solely caused by the negligence or willful misconduct of FGT or the FGT Entities, its employees, agents, or contractors, CLEARWATER agrees to indemnify, defend and hold harmless FGT and the FGT Entities from and against any liability, damage, claims, loss, cause of action, suit, proceeding, judgment, cost (including the cost or expense of environmental response, removal or remediation activities), fees or expense, including reasonable attorney’s fees, to the extent arising from: (a) CLEARWATER’s non-compliance with any laws, regulations and orders applicable to the ownership or the operation and maintenance of the Encroachment on the Owned Premises and the Easement Area described herein, and (b) any incidents, acts, releases, negligence, transactions or omissions, or conditions on or affecting the Easement Area to the extent caused by, arising out of, resulting from, or associated with CLEARWATER’s installation, construction, use, maintenance, repair or replacement of the Encroachment to the extent that such installation, construction, use, maintenance, repair or replacement of the Encroachment would (i) contribute to or constitute a violation of any local, state or federal environmental rule, regulation, law or judicial order, (ii) result, in whole or in part, in any requirement to clean up or otherwise remedy or remediate a condition, (iii) give rise to any lien, liability, injunction, order, restriction, claim, expense, damage, fine or penalty, (iv) adversely affect human health or the environment at or near the Easement Area, or (v) constitute a violation of the terms of this Encroachment Agreement. Nothing herein shall be construed as consent by CLEARWATER to be sued by third parties, or as a waiver or modification of the provisions or limits of Section 768.28, Florida Statutes or the Doctrine of Sovereign Immunity. 4. CLEARWATER shall take reasonable steps to protect the Pipeline Facilities at all times during CLEARWATER’s performance of any work associated with the Encroachment including maintaining a minimum of three feet (3’) of cover over the subsurface Pipeline Facilities at all times. 5. FGT agrees that the Encroachment is critical infrastructure to CLEARWATER’s operations. Should FGT need CLEARWATER to temporarily remove or relocate any of Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 4 the Encroachment within the Easement Area in order for FGT to construct, maintain, operate, repair, remove, replace or resize the Pipeline Facilities, CLEARWATER shall pay the cost of removing and replacing or reinstalling the Encroachment. In addition, all repair and maintenance work performed by FGT on its existing or additional Pipeline Facilities located on the Easement Area, shall be performed in a reasonable workmanlike manner and FGT shall restore the surface and grade of Owned Premises where the work is performed, but shall not be liable for loss, damage, or replacement to the Encroachment or any equipment and facilities that exist within the Easement Area, unless such damage is caused solely by FGT or its agents’ or employees’ gross negligence or willful misconduct. 6. INTENTIONALLY OMITTED. 7. This Agreement in no way constitutes a waiver by FGT of its rights to enjoy the Easement Area unencumbered by the construction, operation, maintenance or use of the Encroachment within the Easement Area. 8. It is expressly agreed to by and between FGT and CLEARWATER that if CLEARWATER is in violation of any terms or conditions set forth in this Encroachment Agreement, CLEARWATER shall cure such default within sixty (60) days following receipt of written notice from FGT to CLEARWATER specifying the nature of the default. If, however, the nature of the default or violation is such that it cannot be cured within such sixty (60) day period, CLEARWATER shall have begun and be diligently pursuing the cure of such default within the sixty (60) day cure period. In the event that CLEARWATER fails to cure the default within the ninety (60) day cure period, (or in the event of a default not capable of being cured within such sixty (60) day period, begun and diligently pursue the cure within the sixty (60) day period) following written notice of default from FGT to CLEARWATER, FGT may, following expiration of the sixty (60) day cure period terminate FGT’s consent to the Encroachment upon ten (10) days’ prior written notice to CLEARWATER. CLEARWATER expressly agrees that if FGT terminates its consent to the Encroachment based upon CLEARWATER’s failure to cure a violation of the Encroachment Agreement, CLEARWATER will continue to be bound by the terms of the Encroachment Agreement and CLEARWATER shall immediately remove any and all of the Encroachment which may be situated on the Easement Area. If such violation by CLEARWATER constitutes or results in an emergency or a dangerous condition, FGT shall only be required to provide whatever prior notice is reasonable under the circumstances before exercising its rights cure the violation. The failure of FGT to exercise the option to terminate as to any such violation shall not constitute a waiver of FGT’s future right to exercise such option as to the same or any future violation. The non-prevailing party agrees to pay the prevailing party’s costs, including reasonable attorneys’ fees and costs, arising out of the enforcement of the terms of the Encroachment Agreement. The remedies outlined herein are not exclusive and FGT and CLEARWATER do not waive any legal or equitable remedies. 9. The provisions of the Easement Agreement, and all rights, powers, privileges, and duties, obligations, and liabilities created thereby, shall remain in full force and effect Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 5 and are not affected hereby except to the extent and in the manner specifically and particularly set forth herein. 10. CLEARWATER and FGT stipulate and agree that the statements and information contained in the introductory paragraphs and recitations of this Agreement are true and correct and are incorporated herein by this reference. 11. This instrument and the covenants and agreements herein contained shall extend to and be binding upon CLEARWATER and the heirs, executors, personal representatives, successors and assigns of CLEARWATER and upon FGT and the successors and assigns of FGT and the benefits of this Agreement shall run with the land. This Encroachment Agreement may be executed in counterparts, each of which when conformed shall be an original and all of which together shall constitute a single document. IN WITNESS WHEREOF, the parties have executed this instrument the day and year first above written. WITNESSES: _____________________________ Name: Kristin Duke_______________________ Address:2301 Lucien Way, Ste 200 Maitland, FL ______________________________ Name: Amy Powell__________________ Address:2301 Lucien Way, Ste 200 Maitland, FL “FGT” FLORIDA GAS TRANSMISSION COMPANY, LLC By ____________________________ DAVID SHELLHOUSE VICE PRESIDENT ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF ORANGE The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this _____ day of _______________, 2024, by DAVID SHELLHOUSE, VICE PRESIDENT OF FLORIDA GAS TRANSMISSION COMPANY, LLC, a Delaware limited liability company, on behalf of the company. He is personally known to me or has produced ____________________________ (type of identification) as identification. (S E A L) Notary Public Name (Printed):___________________ Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 6 Countersigned: CITY OF CLEARWATER, FLORIDA By: Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: Michael Fuino Rosemarie Call Assistant City Attorney City Clerk Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 7 EXHIBIT “A” Attached to and made a part of that certain ENCROACHMENT AGREEMENT Dated __________________, 2024 By and between FLORIDA GAS TRANSMISSION COMPANY, LLC and CITY OF CLEARWATER, FLORIDA ENGINEERING AND CONSTRUCTION SPECIFICATIONS 1. No work can be done in FGT’s easement property unless FGT has reviewed and approved the plans and an agreement in writing has been entered into between FGT and CLEARWATER. Any encroachment consented to by FGT shall not interfere with the operation, maintenance, and access of FGT’s pipeline facilities, including but not limited to, close interval surveys; leak detection surveys; pipeline patrol, pipeline marking and similar activities. 2. CLEARWATER shall provide a minimum of forty-eight (48) hours’ notice to FGT prior to any installation, construction, excavation, or demolition work on the easement area. To ensure further safety, CLEARWATER must call appropriate ONE CALL for a locate by calling 811. An FGT representative must be present when any work is done on the easement area. The onsite FGT representative will have the authority to shutdown work by CLEARWATER if CLEARWATER’s activities are judged to be unsafe by the FGT representative. The FGT representative will be invited to participate in CLEARWATER’s safety meetings. This provision applies each time FGT’s pipeline facilities are crossed. 3. Existing ground elevation is to be maintained. 4. For vehicles and/or construction equipment requesting approval to cross FGT’s facilities, each crossing location will be reviewed on a case-by-case, site-specific basis and will require the surveyed elevation of the pipeline and/or facility verified by an FGT field representative to be performed by the party requesting the crossing encroachment and submitted to FGT. The execution of a wheel load calculation must be completed and approved by FGT prior to crossing FGT’s facilities for every vehicle and/or construction equipment requesting to cross. FGT may require matting or other suitable material be installed to achieve the necessary support for such crossing. This too will be site specific and case-by-case only. 5. Where consent for roadway crossings has been granted, a minimum of forty-eight inches (48") of cover, including thirty-six (36”) of undisturbed or compacted soil, shall be maintained within the easement area. All roads must cross the easement at a ninety degree (90°) angle. 6. Upon completion of paragraph 1, sidewalks, trails and bike paths may cross FGT’s pipelines at a ninety degree (90°) angle provided the width does not exceed forty-eight inches (48”). 7. When crossing an FGT pipeline (via drill or open lay) CLEARWATER must visually verify the elevation of the pipeline both vertically and horizontally, by an FGT approved method such as vacuum excavation with an FGT field representative on-site at all times during this operation. When using directional drill method, a minimum vertical clearance of ten feet (10’) from the pipeline is required across the entire easement. 8. Where the encroachment includes utilities, all such utilities crossing the easement area must have a minimum separation of twenty-four inches (24") between the utility and the FGT pipeline(s) at the point Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 8 of crossing and must cross at a ninety degree (90°) angle. No utilities shall be constructed between the surface of the easement area and the top of the subsurface pipeline facilities unless agreed to in writing by FGT. No parallel utilities, structures, and/or appurtenances are permitted within the easement area. All proposed aerial crossings will be reviewed on a case-by-case basis. 9. Where consent for fiber optic, telephone and/or cable television lines has been granted, lines must be placed in a rigid non-metallic conduit across the entire easement width with bags of concrete-mix placed directly above and below the conduit across the confines of the easement. Orange warning burial tape must be placed a minimum of 18” directly above the cable across the width of the easement. Crossings must be clearly and permanently marked on each side of the easement with permanent identification. 10. Where consent for utility lines has been granted, electric lines must be encased in pvc or steel throughout the entire easement area. Cables energized to 600 volts or more must cross a minimum of three feet (3’) below the subsurface pipeline facilities, and also be encased in concrete, color coded red, across the entire easement width, and have external, spiral wound, neutrals grounded on each side of the easement. The cable crossing should be clearly and permanently marked on each side of the easement where permissible. 11. Where consent for fencing has been granted, CLEARWATER must install and maintain a vehicle access gate at least twelve feet (12’) in width at each point in the fence line(s) crossing the easement area. Posthole excavations for fencing placed on the easement area shall not be greater than eighteen inches (18”) below the ground surface elevation. No fence posts shall be placed over the pipeline facilities or closer than six feet (6’) on either side of the pipeline facilities. Any exceptions will be determined by FGT management. Any such fence shall be constructed and maintained by CLEARWATER in such a manner that does not prevent FGT personnel from viewing the easement area from the ground level through the fence(s) (i.e. no solid fences allowed). No fencing parallel to the FGT pipeline facilities will be allowed within the easement area. FGT’s access to its pipeline facilities shall be maintained by CLEARWATER. If the gate is locked with CLEARWATER’s lock, CLEARWATER shall provide FGT with keys or allow a FGT lock to enable access. 12. No retention ponds, ditches or swales shall be allowed within the easement area. 13. No roto-mixing or vibrating machinery is allowed within the easement area. 14. When conducting pile driving operations, CLEARWATER shall adhere to a minimum separation of twenty-five feet (25’) from the outside edge of the FGT pipeline. 15. Excavations that expose the FGT pipeline must follow OSHA standards. Time will be allowed for a FGT representative to inspect and make coating repairs as the subsurface pipeline facilities are exposed. 16. Twelve inches (12”) of backfill around the subsurface pipeline facilities shall be sand or clean fill; free of rocks and debris. 17. With prior approval, no more than twenty feet (20’) of pipe shall be exposed at any given time; if more than twenty feet (20’) of pipe is to be exposed, all Standard Operating Procedures (SOP) must be adhered to, pressure reductions must be scheduled at least one (1) year in advance and engineering stress calculations must be performed by FGT Engineering and approved by FGT management prior to allowing any more than the twenty feet (20’) of exposed pipe. 18. With prior approval and an FGT representative on site at all times, excavation equipment equipped with toothless buckets may be allowed to dig or excavate within three (3) feet of the pipeline facilities. All other construction/excavation equipment will not be allowed to perform any excavation within three feet Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 9 (3’) of the pipeline facilities. All mechanical excavation performed within three feet (3’) of the pipeline will be performed parallel to the pipeline (i.e. track-hoe may not reach over the pipeline to dig on the opposite side of the pipeline). 19. All excavation within twenty-four (24”) from the top or thirty-six inches (36”) from the side or bottom of the pipeline shall be by manual means. After top exposure, excavation up to twenty four inches (24”) from the side or bottom of the exposed pipeline may proceed by mechanical means if the FGT representative is satisfied it may be done safely with the equipment and operator available. 20. Barriers adequate to prevent vehicular damage to any exposed pipeline facilities shall be installed and maintained at all times. 21. All FGT pipeline facilities, cathodic protection equipment, and test lead wires shall be protected from damage by construction activity at all times. 22. No installation, construction, excavation, or demolition work shall be performed within the easement area on weekends or holidays. 23. CLEARWATER shall provide and install temporary construction fence along the easement boundaries for the entire length of the proposed work area to preserve and protect the pipeline(s). The fence must be maintained for the duration of the development or construction activity. 24. Where consent for landscaping has been granted, CLEARWATER shall not plant shrubs on the easement area which are classified as “deep rooted” or are projected to exceed an eventual growth height of four (4) feet. Shrubs shall be planted so that no part, at its ultimate growth, shall be closer than ten feet (10’) to the pipeline facilities. No trees shall be planted on the easement. 25. These Engineering and Construction Specifications may address activities on the easement area for which FGT has not granted consent to CLEARWATER to include as part of the encroachment. Notwithstanding anything to the contrary contained in these Engineering and Construction Specifications, FGT’s consent is and shall be limited to the encroachment as described and limited by the Encroachment Agreement to which this Exhibit is attached. Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 10 EXHIBIT “B” Attached to and made a part of that certain ENCROACHMENT AGREEMENT Dated __________________, 2024 By and between FLORIDA GAS TRANSMISSION COMPANY, LLC and CITY OF CLEARWATER, FLORIDA DESCRIPTION OF THE OWNED PREMISES N Sunlake Blvd and State Road 52 Section 8, Township 25 South, Range 18 East Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 11 EXHIBIT “C” Attached to and made a part of that certain ENCROACHMENT AGREEMENT Dated __________________, 2024 By and between FLORIDA GAS TRANSMISSION COMPANY, LLC and CITY OF CLEARWATER, FLORIDA DESCRIPTION AND DRAWINGS OF THE ENCROACHMENT Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 12 Project No. 24-133 Tract No. FL-PASC-074.1, FLMEE-PASC-036 13 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1420 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve an increase and proposal from Construction Manager at Risk (CMAR) Kokolakis Contracting, Inc., of Tarpon Springs, FL., for repairs to the Clearwater Beach Marina main dock in the amount of $115,603.00 bringing the total to $210,603.00, pursuant to Request for Qualifications (RFQ) 51-24, and authorize the appropriate officials to execute same. (consent) SUMMARY: Hurricanes Helene and Milton caused structural damage to the two docks in the Clearwater Beach Marina, the main dock and the fuel dock. These docks are critical infrastructure for the commercial operations at the Clearwater Beach Marina during the renovation project; and the commercial operations are a necessary revenue stream to cover the expenses of the Clearwater Beach Marina. In order to keep the Clearwater Beach Marina renovation project on schedule and on budget to avoid negative impact on market influences on the availability and cost of labor and to maintain the revenue stream for the City, both the main dock and the fuel dock will need to be repaired so the commercial tenants can be relocated and remain operational during construction. The commercial fleet generates approximately $46,500 each month in rent revenue. On October 28, 2024, the City Manager approved a work order to Kokolakis Contracting, Inc. in the amount of $95,000 so structure repairs could begin on the main dock. Pursuant to the purchasing authority, the City Manager can approve an expense up to $100,000. Council action is needed to approve the additional amount of $115,603 for a new not to exceed total amount for the structural repairs of $210,603. This does not include the costs necessary to repair the fuel dock. The fuel dock is more substantially damaged. The design and cost to repair the fuel dock is currently being determined and would be presented to Council at a future meeting. Staff has consulted with Tetra Tech, the City of Clearwater’s monitoring consultant for Federal Emergency Management Agency (FEMA) reimbursement. Tetra Tech has advised there is high confidence FEMA will reimburse the City for the costs to return the docks to pre-storm condition. Kokolakis Contracting, Inc. was selected as the CMAR due to the fact they are already mobilized as part of the Clearwater Beach Marina renovation project and familiar with the entirety of the project and needs of the City and commercial tenants. APPROPRIATION CODE AND AMOUNT: This purchase will be charged to the Beach Marina Capital Fund, cost code 3327332-530300-D2402, contractual services - Hurricane Helene. Reimbursement from FEMA is anticipated. STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Page 1 City of Clearwater Printed on 11/5/2024 File Number: ID#24-1420 2.1 Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. Page 2 City of Clearwater Printed on 11/5/2024 integrity@jkokolakis.com jkokolakis.com CORPORATE HEADQUARTERS NORTHEAST REGIONAL OFFICE NEW YORK CITY OFFICE 202 E. Center Street Tarpon Springs, FL 34689 1500 D Ocean Avenue Bohemia, NY 11716 264 West 40th Street, Suite 802 New York, NY 10018 T (727) 942-2211 T (631) 744-6147 T (212) 563-0453 10/27/24 City of Clearwater Michael MacDonald Director of Marine and Aviation 25 Causeway Blvd. Clearwater, FL 33757 Clearwater Beach Marina Hurricane Helene Dock Repairs Scope of work: Structural repair work to damaged main dock. Work to be performed on a daily crew rate of $21,000/day excluding materials. If any materials are needed, they can either be purchased, and costs will be applied to the work order, or supplied by the City. Work will be performed up to the below Not to Exceed value. Total $95,000.00 Thank you for giving us this opportunity. Please let us know if you need additional information. Sincerely, Roderick Voigt Executive Vice President J. Kokolakis Contracting, Inc. integrity@jkokolakis.com jkokolakis.com CORPORATE HEADQUARTERS NORTHEAST REGIONAL OFFICE NEW YORK CITY OFFICE 202 E. Center Street Tarpon Springs, FL 34689 1500 D Ocean Avenue Bohemia, NY 11716 264 West 40th Street, Suite 802 New York, NY 10018 T (727) 942-2211 T (631) 744-6147 T (212) 563-0453 Date 10/28/24 TO: City of Clearwater Michael MacDonald Director of Marine and Aviation 25 Causeway Blvd. Clearwater, FL RE: CLEARWATER BEACH MARINA HURRICANE HELENE DOCK As requested, enclosed is the proposal for repairs to the damaged Main Dock caused by hurricane Helene, for a Not to Exceed Price of $115,603. Scope of Work: Additional structural repair work to damaged main dock. Work to be performed at a daily crew rate indicated below. Work will be performed up to the below Not to Exceed value. Cost Detail: Description Amount Dock Repair Crew Labor & Equipment $16,000/day $80,000 Material Allowance $ 3,924 Subtotal $83,924 General Conditions (or General Conditions/Supervision/Insurance) $24,705 Construction Management Fee $ 6,974 Contingency ___0__% $ 0 Not to Exceed Price $115,603 Project Duration shall be approximately 14 calendar days from the date of the Notice to Proceed. Existing Contract: This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on 10/03/2024 based on RFQ #51-24. If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the contractor shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as the Power of Attorney. (If GMP is less than $150,000 a bond is not required.) Code: 3327332-546700-D2402 Page | 2 For work performed, invoices shall be submitted to the City of Clearwater, Public Works Department/Engineering, Attention: Aaron Braley, P.O. Box 4748, Clearwater, Florida, 33758-4748. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. J. KOKOLAKIS CONTRACTING, INC. By: _________________________________ Roderick C. Voigt EVP _____________________________________ Date CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: ____________________________ By: _______________________________ Jerrod Simpson Rosemarie Call Assistant City Attorney City Clerk Countersigned: ____________________________ ___________________________________ Bruce Rector Jennifer Poirrier Mayor City Manager ____________________________ ___________________________________ Date Date 10/28/24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1239 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Authorize an increase to purchase orders with Doodie Calls, LLC and United Site Services of Florida, LLC for the rental of portable toilets, hand washing stations, and other related items and associated services in the cumulative amount of $75,000.00 bringing the contract amount to $175,000.00 for term October 1, 2024, through September 30, 2025, with two optional one-year renewals at an annual amount of $175,000.00 pursuant to RFP 37-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: On April 14, 2023, the City issued RFP 37-23 to seek proposals from qualified vendors for the rental of portable toilets, handwashing stations, and related services. A team of city staff representing Marine and Aviation and Parks & Recreation departments carefully reviewed each of the submittals received from three companies. Each submittal was scored according to the RFP evaluation criteria and overall responsiveness to the RFP. The evaluation committee shortlisted the top two companies for further consideration. The City conducted presentations on June 6, 2023, and it was determined, to ensure that there was not a shortage for our events and to gain the best pricing based on the type of rental, to make a primary award to Doodie Calls LLC and a secondary award to United Site Services for a one-year term with three optional one-year renewals. The providers were selected based on past reliability, professionalism, and performance. The initial term was approved by the City Manager. Due to the increase in the scale, scope and number of athletic and special events, projects, and the temporary closure of restrooms for maintenance, staff is recommending an increase in the annual contract amount from $100,000.00 to $175,000.00 for the remaining three years. APPROPRIATION CODE AND AMOUNT: Funds are available in various department operating codes. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITIES Approval of the purchase order supports several Strategic Plan Objectives, including: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 11/5/2024 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 07.2021 REQUEST FOR PROPOSALS #37-23 Portable Restrooms, Hand Sanitizing Units and Related Services April 14, 2023 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, May 16, 2023 to provide portable restrooms, hand sanitizing units and related services. Brief Description: The City of Clearwater (City) is seeking proposals from qualified Vendor(s) to establish a term contract(s) for rental of portable toilets, hand washing stations, and other related items and associated services. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement Manager. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com INSTRUCTIONS Portalet Restrooms and Hand Washing Stations 2 RFP #37-23 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: May 16, 2023 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. i.5 PROPOSAL FIRM TIME: 120 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes $ 0.00 No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes $ 0.00 No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if INSTRUCTIONS Portalet Restrooms and Hand Washing Stations 3 RFP #37-23 any, will be returned to Contractor upon the expiration or termination of the contract. i.7 SUBMIT PROPOSALS TO: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Proposers may mail or hand-deliver proposals to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Proposals will be received at this address. Proposers may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than (seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. INSTRUCTIONS Portalet Restrooms and Hand Washing Stations 4 RFP #37-23 i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does 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. INSTRUCTIONS Portalet Restrooms and Hand Washing Stations 5 RFP #37-23 i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Portalet Restrooms and Hand Washing Stations 6 RFP #37-23 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (pages 23-24) Points Demonstrated Experience of Firm and Personnel (Tab 2) 30 Methodology and Approach (Tab 3) 30 References (Tab 4) 25 Pricing (Tab 5) 15 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not INSTRUCTIONS – EVALUATION Portalet Restrooms and Hand Washing Stations 7 RFP #37-23 expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: 04/14/2023 Advertise Tampa Bay Times: 04/19/2023 Responses due: 05/16/2023 Review proposals: 05/16/23-05/22/23 Presentations (if requested): Week of May 29, 2023 Award recommendation: Week of May 29, 2023 Council authorization: June 2023 Contract begins: June 2023 STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 8 RFP #37-23 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 9 RFP #37-23 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 10 RFP #37-23 S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-562-4092 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 11 RFP #37-23 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 12 RFP #37-23 assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 13 RFP #37-23 a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 14 RFP #37-23 S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or STANDARD TERMS AND CONDITIONS Portalet Restrooms and Hand Washing Stations 15 RFP #37-23 registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Portalet Restrooms and Hand Washing Stations 16 RFP #37-23 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of Florida and the third largest city in the Tampa Bay region with an estimated 119,208 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. In June 2023, the city will unveil Coachman Park’s renovations which include 19 acres of park space, a gateway plaza and bluff walk that connects the park to downtown, public art spaces, a pedestrian promenade overlooking the Intracoastal Waterway, a marina amenity building, a 320- foot scenic lake overlook with solar-powered rentable pavilions and a pirate-themed playground area with a splash pad. The crown jewel of the park's redevelopment is the construction of a new 9,000-capacity covered outdoor performing arts venue. 2. BACKGROUND. The City of Clearwater (City) sponsors a variety of single and multi-day special events throughout the year at various locations throughout the City. Portable toilets and hand washing stations are necessary during these events. There may be occasions when the City has additional needs/requirements for these services (i.e. building construction, temporary office services, and emergency operations, etc.) that the City would require the awarded contractor to provide services for. 3. HISTORICAL USAGE. The number of units required for each event will be determined by the City, dependent on the event size, duration of the event, and number of anticipated attendees. The City is not obligated to purchase any specific number of items. Minimum quantity proposals will not be accepted. Historical Quantities: a. Clearwater Celebrates America: 1-day event, 48 portable toilets, four (4) ADA portables, four (4) handwashing stations. b. Clearwater Invitational (Collegiate Softball): 4-day event, eight (8) portable toilets, one (1) ADA portable, two (2) deluxe trailers, one (1) handwashing station. c. NFCA Softball Tournament: 3-day event, eight (8) portable toilets, one (1) ADA portable, one (1) deluxe trailer, one (1) handwashing station. 4. SCOPE OF SERVICES. The City of Clearwater (City) is seeking proposals from qualified Vendor(s) to establish a term contract(s) for rental of portable toilets and other related items and associated services (i.e. to sanitizing and hand washing units, paper items, soaps, etc.) on an “as needed” basis. The Vendor(s) shall supply and deliver portable toilets, handicap accessible portable toilets, toilet trailers, wash stations, etc. complete with set-up, maintenance and removal in accordance with the requirements specified in this solicitation. VENDOR RESPONSIBILITIES The Vendor(s) shall be responsible for the provision, installation and performance of all equipment, materials, services, etc. offered in their proposal. Vendor(s) is in no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, and of the paid attendants. DETAILED SPECIFICATIONS Portalet Restrooms and Hand Washing Stations 17 RFP #37-23 DELIVERY/INSPECTION a) All units to be provided to the City shall be delivered undamaged, fully stocked, and in clean and sanitary condition with all equipment fully functional; this includes door latches (exterior and interior when applicable). b) All deliveries shall be coordinated through the City’s Project Manager, or designee. The City’s Project Manager will assign a designee to be present and provide specific delivery instructions no less than 48 hours before the event, if needed, prior to the delivery and the removal of units. c) All travel-related cost associated with the delivery and pick up of these items must be included in the unit cost. Delivery locations within the City will be provided when ordering rental units. d) Upon delivery of portable toilets and other units on contract, the Vendor and Project Manager or designee may fully inspect each unit for proper flushing, chemical levels, lighting, physical structure and cleanliness. e) Any unit not meeting the quality assurance standards, shall be refused by the City and the Vendor will be required to replace and re-deliver acceptable unit(s) within four (4) hours at no additional cost to the City. EMPLOYEES OF THE VENDOR a) Vendor shall be responsible for the appearance and conduct of all working and/or subcontracted employees assigned to the City’s account. All employees and subcontracted employees shall be in proper uniform with company logo and be able to provide proper identification upon request. b) Vendor shall provide protective clothing and equipment as required by applicable laws, regulations, ordinance, manufacturers’ recommendations, and/or in accordance with best practices of the industry. c) Vendor shall be required to have a supervisor available who can be reached by mobile phone, in the event problems arise with portable toilet rental equipment. Any problems concerning the operational functionality of any unit shall be rectified as expeditiously as possible, up to and including Vendor providing a replacement unit at no additional cost to the City. TIMELINES a) Portable rental units shall be delivered to a location by date/time requested by the City’s Project Manager or designee. b) Portable rental units shall be removed from location by date/time requested by the City’s Project Manager or designee. The City shall not incur any additional rental charges due to Vendor’s inability to schedule timely pick-up of portable units as requested by a City Project Manager or designee. c) Weekly rental shall constitute a seven (7) day period and daily rentals shall constitute a twenty-four (24) hour period. d) In the event that the City has daily rental in place and requires the unit for a longer period of time, the City reserves the right to adjust pricing to most favorable rate (such as pricing for daily rental to be adjusted to weekly rental cost (most favorable), if applicable. REMOVAL/REPLACEMENT OF UNITS a) In the event a rented unit has issues that cannot be rectified by Vendor on site during the rental period, Vendor is required to offer an immediate replacement at no additional cost to the City and within a suitable timeframe that will not impact any scheduled event. b) The Vendor shall be responsible for securely placing all units in order to minimize chances of units being blown over. On a case–by-case basis, the City may request that certain units be tied down due to their location and the likelihood that they will blow over. The vendor will provide tie-down service at the City’s request at no additional charge. Toilets tipped due to high winds or vandalism that have not been secured in some form will be the responsibility of the Vendor and cleaned and serviced at no charge to the City. The vendor shall not engage in any digging, or below the surface anchoring without first coordinating DETAILED SPECIFICATIONS Portalet Restrooms and Hand Washing Stations 18 RFP #37-23 such anchoring with the Project Manager or designee. PUMP-OUT MAINTENANCE ROUTINE SERVICES a) Service Schedule: • For Daily Rental – once per day. • For Weekly Rentals – three (3) days per week. Additional pump-out services outside the three (3) days may be at an additional cost to the City (reference d) below). • All maintenance service days and times are to be coordinated between the city and the awarded Vendor. b) Routine pump out/maintenance services shall be performed by the Vendor in a sanitary and professional manner approximately every forty-eight (48) hours in accordance with industry standards while units are on site. The City reserves the right to assign specific days for routine pump-outs and basic maintenance. c) Charges for routine pump-out/maintenance services for all weekdays or weekends/holidays (as applicable) shall be included in the unit price in Exhibit A_ Pricing Sheet. All maintenance/pump-out services including restocking of toilet paper, hand soap, etc. shall be included in the unit price. d) In the event the city desires the Vendor to perform additional maintenance/pump-out service, the city will pay an additional pump out charge. Authorization by Project Manager or designee (preferably in writing, email is acceptable) must be obtained by Vendor prior to proceeding with any additional maintenance/pump-out services. CLEANING/ SET UP SERVICE a) Removing the waste from the toilet tank and refilling with clean solution b) Clean and sanitize all interior surfaces of each portable toilet c) Refill toilet paper with a minimum of two (2) full rolls d) Refill hand sanitizer solution in units (where applicable) e) Clean any spillage of portable toilet from City property f) Check that each unit is well lit with natural light and properly ventilated g) Refill paper products in wash stations h) Refill wash station with hand soap and water (as needed) The City will only pay for cleanings that are performed. If for any reason the Vendor cannot provide the scheduled service maintenance on a particular unit(s) as specified herein, the City shall only pay for services performed, and the invoice should reflect this reduced level of service. CITY RESPONSIBILITIES a) The City is responsible for providing electrical hookup and access to water as needed. In the event that electrical and/or water hookups are not available the Vendor shall supply an additional on-site pump and/or water tank for an additional charge. b) Orders will be placed at least seven (7) days in advance of upcoming events. However, in cases of unforeseen or emergency circumstances, the City may need to place orders within forty-eight (48) hours in advance prior to the required delivery date. PORTABLE RENTAL EQUIPMENT Product Specification Data/Product Literature and/or Descriptive Catalogs shall be submitted with the proposal. Vendor(s) must show what is being offered including any deviations from the description of the below stated specification requirements. Product offered by the respondent shall be equal or of greater quality and performance than that which is specified. PRODUCT SPECIFICATIONS a) Portable Toilet Standard Unit • Constructed of polyethylene durable plastic, aluminum/steel construction or latest industry equivalent DETAILED SPECIFICATIONS Portalet Restrooms and Hand Washing Stations 19 RFP #37-23 • Approximate standard dimensions: 45” (inch) wide x 45” (inch) deep X 88” (inch) high • Interior Door Lock • Vacant/Occupied Signal • Anti-slip floor surface • Ventilation • Translucent roof or electric lighting provided • Antiseptic hand cleanser dispenser • Wall mounted toilet tissue dispenser with minimum of two (2) full toilet tissue rolls included • Sanitary Seat deck design • Lifting hooks for hoisting via crane (if required) • Freestanding unit b) Portable Wheelchair Accessible Toilet Unit, must be ADA Compliant • Constructed of polyethylene durable plastic, aluminum/steel construction or latest industry equivalent • Approximate standard dimensions: 77” (inch) wide x 77” (inch) deep x 91” (inch) high • Seat height: 18” (inch) above floor (minimum) • Interior Door Lock • Vacant/Occupied Signal • Grab Bars • Anti-slip floor surface • Ventilation • Translucent roof or electric lighting provided • Antiseptic hand cleanser dispenser • Wall mounted toilet tissue dispenser with minimum of two (2) full toilet tissue rolls included • Sanitary seat deck design • Lifting hooks for hoisting via crane (if required) • Freestanding unit c) Restroom Trailer Unit • Restroom trailer unit shall be freestanding and provided on trailer frame system to allow for ease in transporting and set-up at event sites • Size options to include: 10-15' (feet) or greater floor length; 15.1-20' (feet) or greater floor length; and 20.1-25' (feet) or greater floor length • Restroom unit shall be air-conditioned and have interior lighting with lightbulbs included (electrical control panels to be compliant with the National Electrical Code (NEC) standards) • Restroom trailer unit shall have split facilities for men and women • Restroom trailers units shall include at minimum two (2) stalls for women stalls and two (2) stalls for men • Lockable exterior doors with keys (hasp type lock) • Wall mounted hand soap dispenser at sink(s) with soap included • Wall mounted paper towel dispensers near sink(s) with paper towels included • Wall mounted toilet tissue dispensers in each stall with toilet tissue included • Minimum two (2) trash receptacles men’s side and women’s side for a total of four (4) trash receptacles (preferred) • Anti-slip floor surface and entrance steps/staircase with handrail (standard type) • Restroom Trailers that are ADA Compliant (if available) should be listed on Exhibit A_Pricing Sheet d) Hand Washing Station DETAILED SPECIFICATIONS Portalet Restrooms and Hand Washing Stations 20 RFP #37-23 • Liquid hand soap • Hands-free foot pumps • Paper towels • Hand sanitizer (if applicable) e) Additional Service / Items. All requests for Additional Services shall be confirmed, in writing, between the awarded Contractor and Project Manager or designee. Additional services may include but are not limited to: • Additional Maintenance/Pump-Out Services for Individual standard or ADA toilet unit • Additional Maintenance/Pump-Out Service for Restroom Trailers (all sizes) • Additional Maintenance/Pump-Out Service for 300 Gallon capacity holding tank • Additional Maintenance/Pump-Out service for wash station • Water Tank or Holding Tank (minimum 250 Gallons or greater) • On-site pump to be used for standard or handicap units • On-site pump to be used for Portable Restroom Trailers • Attendants (including travel) 5. MINIMUM QUALIFICATIONS. Vendor must include a minimum of three (3) references, preferably from other public entities within the state of Florida, for whom you have provided similar services. 6. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and DETAILED SPECIFICATIONS Portalet Restrooms and Hand Washing Stations 21 RFP #37-23 $2,000,000 (two million dollars) general aggregate. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #37-23 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Portalet Restrooms and Hand Washing Stations 22 RFP #37-23 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. June 2023-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 herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. three (3), one (1) years renewal is possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for each renewal term. d. No fuel surcharges will be accepted. RESPONSE ELEMENTS Portalet Restrooms and Hand Washing Stations 23 RFP #37-23 1. PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. NOTE: If submitting proposals electronically, copies are not required. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non- responsive to this RFP. Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: A. The proposer’s understanding of the work to be performed. B. A positive commitment to perform the service within the time period specified. C. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2 – Demonstrated Experience of Firm and Personnel. The following information should be included: A statement of qualifications, abilities, experience and expertise in providing the requested services as described under DETAILED SPECIFICATIONS, 4. Scope of Services. A. Highlight the experience and qualifications that distinguish your company from competitors. B. Key staff proposed for the duration of this project, long term account management and customer services. Include relevant details on key staff experience and qualifications. TAB 3 – Methodology and Approach. This section shall include but not be limited to: A. Customer service and technical support personnel availability and available contact methods. B. How services and systems uniquely meet or exceed the requirements described under DETAILED SPECIFICATIONS, 4. Scope of Services. C. Ability and experience in fulfilling last minute orders, coordination with special events, and placement of portable restrooms in accessible areas. i. Include the quantity of portable restrooms and handwashing stations available to fulfill the requirements of this RFP. ii. Include product specification data/product literature and/or descriptive catalogs. iii. Include sample copies of invoicing for different types of events TAB 4 – Reference. A minimum of three (3) references, preferably from other public entities within the State of Florida or high-profile special events, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. TAB 5 - Pricing (Exhibit A). The cost portion of the proposal should include the following elements: A. Exhibit A_Pricing Sheet B. A listing of any and all additional charges not specifically identified on Exhibit A_Pricing Sheet. TAB 6 - Other Forms. The following forms should be completed and signed: A. Exceptions/Additional Materials/Addenda form B. Vendor Information form C. Vendor Certification of Proposal form RESPONSE ELEMENTS Portalet Restrooms and Hand Washing Stations 24 RFP #37-23 D. Scrutinized Companies form(s) as required E. E-Verify Eligibility form F. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Portalet Restrooms and Hand Washing Stations 25 RFP #37-23 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Portalet Restrooms and Hand Washing Stations 26 RFP #37-23 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. VENDOR CERTIFICATION OF PROPOSAL Portalet Restrooms and Hand Washing Stations 27 RFP #37-23 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Portalet Restrooms and Hand Washing Stations 28 RFP #37-23 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Portalet Restrooms and Hand Washing Stations 29 RFP #37-23 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Portalet Restrooms and Hand Washing Stations 30 RFP #37-23 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Portalet Restrooms and Hand Washing Stations 31 RFP #37-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #37-23, Portable Restrooms, Hand Washing Stations and Related Services Due Date: May 16, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #37-23, Portable Restrooms, Hand Washing Stations and Related Services Due Date: May 16, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ June 8, 2023 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division recommend award of RFP No. 37-23, Portable Restrooms, Hand Sanitizing Units and Related Services to the following companies, for a period of one (1) year with three (3), one (1) year renewal terms at City’s option. • Doodie Calls: Primary Award • United Site Services of Florida: Secondary Award A recommendation for award will be taken to the City Manager or 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 Manager 1) Doodie Calls, Inc 2) United Rentals (North America), Inc 1505 Tamiami Trail S, Ste 404 dba Reliable Onsite Service Venice, FL 34285 5601 Hartford St. 813.800.7667 Tampa, FL 33619 877.874-4468 3) United Site Services of Florida, LLC 1881 Massaro Blvd Tampa, FL 33619 508.594.2692 ADVERTISED: TAMPA BAY TIMES 4/19/2023 POSTED:myclearwater.com 04/14/23-05/16/23 Due/Opening: May 16, 2023; 10:00 a.m. REQUEST FOR PROPOSAL No. 37-23 Portable Restrooms, Hand Sanitizing Units and Related Services Solicitation Response Listing FOR THE CITY OF CLEARWATER Table of Contents United Site Services of Florida, LLC 1881 Massaro Blvd, Tampa FL 33619 • Tab 1 – Letter of Transmittal – Page 25 • Tab 2 – Demonstrated Experience of Firm and Personnel – Page 26 • Tab 3 – Methodology and Approach – Page 27-29 • Tab 4 – References – Page 30 • Tab 5 – Pricing (Exhibit A) – Page 31-32 • Tab 6 – Other Forms – Page 33-39 Tab 1 – Letter of Transmittal United Site Services of Florida, LLC 1881 Massaro Blvd, Tampa FL 33619 A. United Site Services of Florida, LLC understands the work that is going to be performed under this contract with City of Clearwater. B. United Site Services is the nation’s leader in the portable toilet and temporary fence rental services. With 100+ locations coast to coast and the largest fleet of portable sanitation equipment, it is no wonder why United Site Services is trusted by more top industry professionals than any other temporary site service provider. Our wide selection of solutions, products, and our fast, courteous customer service provides peace of mind during all phases of your project or event. C. The key person that would be managing City of Clearwater’s account is Matthew Movens at 407-717-6014 or email matthew.movens@unitedsiteservices.com. Breana Smith at 508-594-2692 or email Breana.smith@unitedsiteservices.com will be managing the contract for City of Clearwater. Tab 2 – Demonstrated Experience of Firm and Personnel United Site Services of Florida, LLC 1881 Massaro Blvd, Tampa FL 33619 A. Our expert account managers are trained to help you design the best service solution for your project or event. In addition to our Account Managers and Customer Care teams, you can also rely on the experience of our Operations team to get the job done, when and where you need it most. Our extensive experience includes almost all types of events and projects imaginable including skyscrapers, commercial construction, industrial maintenance, entire residential developments, home renovations, weddings, marathons, inaugurations, backyard barbecues, little league seasons, refineries, harvests, natural disasters and everything in between. We have the experience and resources to make your next event or project a success! Here at United Site Services, we truly strive to always be there in tough situations for our customers. Becoming the best portable toilet rental company means we provide the same level of reliability and professionalism with every customer situation. Whether that is routine portable toilet servicing on a construction site, saving an event from last minute changes, or aiding with disaster relief you can count on United Site Services to have your back. B. The key person that would be managing City of Clearwater’s account is Matthew Movens at 407-717-6014 or email matthew.movens@unitedsiteservices.com that has been with the company for over 3 years and has a lot of knowledge. Breana Smith at 508-594-2692 or email Breana.smith@unitedsiteservices.com will be managing the contract for City of Clearwater, has been with the company for 2 years and works closely with all of our account managers. We also have our Operations team, from the operations Coordinators, to the service technicians, to the Operations Manager that will be assisting this contract to make sure everything runs smoothly. Tab 3 – Methodology and Approach United Site Services of Florida, LLC 1881 Massaro Blvd, Tampa FL 33619 A. United Site Services offers the best portable toilet rental in the market. We are second to none when it comes to premium porta potty service, the quality of our equipment, and the expertise of our event planning specialists. United Site Services differentiates itself from the competition in the following key areas: • Our award-winning customer service team is highly knowledgeable, professional, friendly, and always deliver on their promises. • Our 10 Point Service Plan guarantees the best portable toilet rental available will arrive clean and ready for use. (see attached document) • Same day and next day delivery available (conditions apply) • The largest selection and inventory of premium porta potty solutions in the United States. B. United Site Services has the best portable toilet rental business in the country for a good reason. For starters, we have the most extensive inventory, staff, and number of locations of any provider. Our fleet includes: Our award-winning customer service team is highly knowledgeable, professional, friendly, and always deliver on their promises. • 200,000+ premium porta potty rentals, American Disabilities Act (ADA) compliant, and handicap restrooms across our 85+ locations nationwide • 11,000+ temporary hand wash stations • 2,100+ service, pick-up, and delivery vehicles • 800+ portable restroom trailers and shower trailers ranging from basic to elegant in many different sizes C. United Site Services event planning specialists are highly trained and provide a 5 star level of service at every exchange. Our staff are highly knowledgeable when it comes to planning events and projects of all shapes and sizes. Here are a few examples where our team at United Site Services has gone above and beyond: • During a very important charity fundraiser walk, we helped move restrooms throughout the night when their events original route had to be changed last minute. • An unexpected turn in the weather cause a local event to move from an area that was flooded to a local parking lot and they called us to get them premium porta potty rentals in under 2 hours to save the event, and we made it happen. • A Motor Speedway relied on us there preferred vendor who required hundreds of onsite premium porta potty rentals and pumping 100,000 gallons of septic before each event. Everyone from the regional VP to the local servicing techs rolled up their sleeves to make sure each event went off without a hitch. Sanitation Service – The USS Way All USS Service Techs provide a quality 10 Point Service on each unit serviced. 10 Point Service Plan 1. Restroom to be placed in a safe, level, convenient and accessible location. 2. Pump all waste and remove debris from holding tank. 3. Spray interior walls, toilet seat, urinal, holding tank exterior, and the floor with disinfectant and clean. 4. Dry toilet seat and top of tank with clean rag 5. Refill holding Tank with water and deodorizer 6. Refill Hand Sanitizer and Hand Wash Station w/ Soap if applicable. 7. Stock restroom with 2 full rolls of TP 8. Service Tech will inspect each restroom for minor damage or repairs. 9. Technician will scan the barcode with their mobile phone in the FSL App updating USS system that service is complete. 10. Disinfect the Toilet o Apply Hydrogen Peroxide / Suprox D disinfectant / to all surfaces routinely touched by customers – toilet seats, hand sanitizer dispenser, toilet paper dispensers, and interior and exterior door handles. Tab 4 – Reference United Site Services of Florida, LLC References: 1. Company Name: Broward County Florida – Parks and recreation Division a. Location (City & State): Coconut Creek, FL 33073 b. Client Contact Name: Brian Rulka c. Contact Phone: 954-357-8874 d. Contact Email: brulka@broward.org e. Service Dates (Start/End): On-going Last 12 months > $35K f. Provide Portable Toilet Rental and Services 2. Company Name: Brasfield & Gorrie General Contractors a. Location (City & State): Winter Park, FL 32789 b. Client Contact Name: Dennis Fuller c. Contact Phone: 407-562-0522 d. Contact Email: denfuller@brasfieldgorrie.com e. Service Dates (Start/End): On-going Last 12 months $125K f. Provide Portable Toilet Rental and Services 3. Company Name: Lennar Homes a. Location (City & State): Tampa, FL 33607 b. Client Contact Name: Al Kaufman c. Contact Phone: 813-574-5700 d. Contact Email: al.kaufman@lennar.com e. Service Dates (Start/End): On-going Last 12 months >$240K f. Provide Toilet Rental and Services 37-23, Portable Restrooms, Hand Sanitizing Units and Related Services Exhibit A_Pricing Sheet Item No Description Per 1 Day Per 2 Days Per 7 Days (Weekly) Per 28 days (Calendar Month) 1 Standard size portalet toilet 80.00$ 80.00$ 80.00$ 80.00$ 2 ADA Compliant handicap toilet 110.00$ 110.00$ 110.00$ 110.00$ 3 Hand sanitizing unit 100.00$ 100.00$ 100.00$ 100.00$ 4 Hand washing unit 150.00$ 150.00$ 150.00$ 150.00$ 5 Deluxe trailer unit(s)1,500.00$ 1,500.00$ 1,500.00$ 3,200.00$ 6 Cleaning Service Charge 15.00$ Per Unit 7 Long-term rental service visit 15.00$ Per Unit 8 Maintenance/Pump-Out Service Charge 150.00$ Per Unit 9 Personnel rate for on-site service/maintenance (to include travel)60.00$ Hourly (up to 8hrs) 10 Personnel rate for on-site service/maintenance (to include travel)60.00$ Daily (8hrs (+)) 11 12 13 14 Portable Restrooms and Hand Sanitizing Rentals Additional Services NOTE: All maintenance/pump-out services including restocking of toilet paper, hand soap, etc. shall be included in the unit price. Additional services not listed above can be added in lines 11-14 Vendor: ________________________________________ 37-23, Portable Restrooms, Hand Sanitizing Units and Related Services Exhibit A_Pricing Sheet Item No Size of Trailer Per 1 Day Per 2 Days Per 7 Days (Weekly) Per 28 days (Calendar Month) 15 2 Stall 1,500.00$ 1,500.00$ 1,500.00$ 3,200.00$ 16 4 Stall 1,700.00$ 1,700.00$ 1,700.00$ 3,500.00$ 17 5 Stall 1,850.00$ 1,850.00$ 1,850.00$ 3,650.00$ 18 8 Stall 2,150.00$ 2,150.00$ 2,150.00$ 3,750.00$ 19 10 Stall 2,450.00$ 2,450.00$ 2,450.00$ 4,200.00$ NOTE: Vendor will be required to list the size of trailers available along with pricing. Deluxe Trailers Vendor: ________________________________________ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1165 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize a work order and purchase order to Geosyntec, Inc. to complete the Closure Plan Implementation of the Harbor Drive Fill Area in an amount not to exceed $954,100.00 pursuant to Request for Qualifications (RFQ) 34-23, Engineer of Record Consulting Services (EOR), and authorize the appropriate officials to execute same. (consent) SUMMARY: In the 1940s and 1950s, the City used incinerator ash and various other debris to fill and reclaim areas along Stevenson Creek. An incinerator was located at the current Marshall Street plant and the areas reclaimed later became known as the Harbor Drive Fill Area (site). In the late 1950s, the Phillip Jones Field was built at a portion of the site and has operated as a sports field since. In 2004, staff began site assessment that included soil and groundwater testing and characterization and analyses of the ash material. The ash material contained "clinkers" (melted metal pieces and broken glass) which are common components of incinerator ash. By about 2009 it was being reported that clinkers were making their way to the surface resulting in a dangerous playing surface for tackle football. The field was closed due to safety. Because of their experience with similar projects in Jacksonville, Geosyntec was contracted to complete assessment and cleanup of the site. The portion of the site that contained Phillip Jones Field was put on a fast track so that it could be quickly returned to use by the community. FDEP agreed to this if the remaining areas of the Harbor Drive Fill Area were assessed and remediated later. Cleanup of the Phillip Jones Field was completed in 2013. Ash delineation and site assessment continued until 2020, and a closure design plan was approved in 2021. The work planned in this proposal will complete the final closure of the site by constructing the approved plan. The scope includes excavating ash/debris and/or soil in the area, installing a final 12-inch soil cover and geotextile barrier, and installation of new fences and gates. The Work Order also includes engineering services during construction including fieldwork preparation, groundwater sampling, technical reporting, project management and the inspection services of construction work for the purpose of determining in general if the work is proceeding in compliance with the drawings and specifications as approved by the FDEP. Duration is seven months with actual construction expected to take two months for substantial completion. Engineering staff, Geosyntec, and FDEP have all contributed to this plan and FDEP has approved the design. APPROPRIATION CODE AND AMOUNT: ENGF180007-CONS-CNSTRC $954,100.00 A first quarter budget amendment will provide a transfer of $854,000.00 from Solid Waste and Recycling Fund revenues to capital improvement project ENGF180007, Phillip Jones Park Renovation, to provide the remaining funds needed for this contract. There are sufficient revenues budgeted to provide for this increase to budgeted expenditures (transfer to capital projects). The Solid Waste and Recycling Fund is a utility enterprise fund of the City. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 3.2 Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. 4.3 Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon Page 1 City of Clearwater Printed on 11/5/2024 File Number: ID#24-1165 footprint. Page 2 City of Clearwater Printed on 11/5/2024 Copyright:© 2013 National Geographic Society, i-cubed Site Location Map Harbor Drive Fill Area Harbor Drive and Russell Street Clearwater, Florida Figure 1 Path: (Titusville-01\Data\)T:\0GIS\FL2075_CityofClearwater_PhillipJonesField\MXDs\Harbor_Drive_Fill_Area\JAN2015\Topo.mxd 09 January 2015 JRBNotes: 1. Site located within Section 10, Township 29 South, Range 15 East, on the United States Geological Survey's(USGS's) Clearwater 7.5-Minute quadrangle map. 2. Source of USA Topo Maps - ESRI, Copyright:© 2013 National Geographic Society, i-cubed. Legend Clearwater, FL January 2015 2,000 0 2,0001,000 Feet ³ ^_^_Approximate Subject Site Location ^_ Geosyntec Consultants City of Clearwater Consultant Work Order Page 1 of 15 Revised: 11/28/2022 CONSULTANT WORK ORDER Date: 28 August 2024 1. PROJECT INFORMATION: Project Title: Harbor Drive Fill Area – Closure Plan Implementation City Project Number: 12-0016-PR City Plan Set Number: NA Consultant Project Number: FR2298D 2. SCOPE OF SERVICES: Geosyntec Consultants, Inc. (Geosyntec) is pleased to provide this scope of work and cost proposal to support the City of Clearwater (City) with implementing the Closure Design Plan for the Harbor Drive Fill Area (Site) located in Clearwater, Pinellas County, Florida. The Harbor Drive Fill Area – Closure Design Plan (Plan) dated 29 January 2021 was approved by the Florida Department of Environmental Protection (FDEP) on 16 December 2021 and is attached as Exhibit “A”. The objective for implementing this Plan is to obtain closure of the Harbor Drive Fill Area that is protective of human health and the environment and in accordance with applicable regulations in Chapter 62-780, Florida Administrative Code and FDEP’s “Guidance for Disturbance and Use of Old Closed Landfills or Waste Disposal Areas in Florida, Version 2.3 Final” dated April 2, 2019. The scope of work presented herein, includes implementing the FDEP-approved Plan. In accordance with the FDEP-approved Plan, this scope of work generally includes the following: • Excavating ash, debris, and/or soil from select areas within City parcels and rights-of-way, • Installing a Final Cover consisting of 12 inches of protective soil underlain with a woven geotextile barrier in the excavated areas, and • Installing chain-link fences and gates within City parcels to restrict pedestrian and employee access. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 2 of 15 Revised: 11/28/2022 Geosyntec’s scopes of services are summarized below and detailed in the Construction Drawings and Technical Specifications. I. CONSTRUCTION PHASE: Task 1: Fieldwork Preparation Activities and Project Management This task includes the fieldwork preparation activities including procuring the selected construction subcontractor (Action Environmental [Action]), coordinating with the City, reviewing Action’s submittals, and the day-to-day project management activities such as invoicing; file maintenance; interaction between project team members, communications with the City, other team members, and the FDEP; and other activities essential to ensure that the project objectives are met and project scope is completed within the allocated budget. A summary of the items in Task 1 is provided below. • Action will furnish the necessary labor, materials, and equipment to complete planning and administrative activities, prepare health and safety documents, attend a pre-construction meeting, and mobilize to the Site. • Geosyntec will coordinate construction activities with City and Action personnel. Specifically, the City, Geosyntec, and Action should discuss procedures if the general public approaches the Site and requests information on the excavation activities. Geosyntec assumes that the City will provide a contact name and phone number for a City representative, at a minimum, or have a City representative on standby that can be on-Site within 30 minutes. Geosyntec understands that the City will provide a contact name and phone number for an Engineering representative and a representative from the Cultural Affairs group. • Geosyntec will prepare for and have a planning call with Action to finalize the schedule and project approach. • Geosyntec will prepare for and attend an in-person pre-construction meeting with Action. The City will also be invited to attend. Geosyntec anticipates walking the Site and discussing excavation, staging and laydown areas, and construction logistics. Geosyntec will also prepare and distribute meeting notes to the attendees. • Action will confirm permit requirements and obtain the necessary permits. Action’s work shall be performed in accordance with all local, state, and federal permits. Geosyntec will support Action during the permitting process and provide any additional information required in the permit, if necessary. In addition, Geosyntec will review the final permit applications prior to submittal. For all permits, it is assumed that permit issuance will not take longer than 30 calendar days following permit submission. Anticipated permits include but are not limited to right-of-way permits, Application for Fence/Wall, Application for Land Clearing and Grubbing, Application for Tree Removal, and Building. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 3 of 15 Revised: 11/28/2022 • Action will prepare and Geosyntec will review and approve the following submittals (at a minimum) prior to construction activities: (i) Services Agreement and Subcontractor Work Order between Geosyntec and Action, (ii) Action’s Certificates of Insurance, (iii) construction schedule, (iv) work plan for soil excavation activities, (v) Action’s Health and Safety Plan (HASP), (vi) list of subcontractors, (vii) name and address of proposed landfill for soil disposal, (viii) name and address of the proposed borrow source with laboratory analytical results, (ix) sources of sod, fertilizer, trees, and/or other materials for Site restoration, (x) manufacturer’s product data and specifications for proposed erosion control, geotextile, fencing, and other products used by Action, (xi) list of equipment to perform work, (xii) waste profiles, (xiii) Notice of Intent, (xiv) Maintenance of Traffic (MOT) Plan, and (xv) copy of Sunshine 811 utility locate ticket in accordance with Contract Documents. • Geosyntec will provide support during the planning and administrative activities, including acquiring field equipment prior to construction activities and scheduling a Sunshine 811 utility locate prior to construction activities. • Geosyntec will collect groundwater samples for analysis of aluminum at MW-20 and iron at MW-25 per the approved FDEP-Plan and waste characterization soil samples. Geosyntec assumes that the waste characterization samples will be analyzed for the 8 Resource Conservation and Recovery Act metals (including toxicity characterization leaching procedure), volatile organic compounds, semi- volatile organic compounds, and polynuclear aromatic hydrocarbons. • Geosyntec will oversee the abandonment of groundwater monitoring wells MW- 14 through MW-19 (located within the ash/debris footprint) and MW-24 by a driller licensed in the State of Florida. • Geosyntec will prepare a Site-specific HASP in accordance with 29 Code of Federal Regulations (CFR), Part 1910.120. Additional details related to the HASP are provided below. Geosyntec will prepare a Site-specific HASP in accordance with 29 CFR, Part 1910.120. The HASP will describe the measures that will be taken to ensure the protection of Geosyntec employees during the construction activities at the Site. The purpose of the HASP is to define the requirements and designate the protocols for personnel that will be performing the work by controlling the potential risk to health and safety during Site activities. Geosyntec employees who may come into contact with any waste material shall have completed 40- hour Hazardous Waste Operations and Emergency Response Standard (HAZWOPER) training in accordance with 29 CFR, Part 1910.120 and shall have current certificates on Site at all times. Action shall also maintain a safe working environment and ensure its employees, and those of its lower tier subcontractors, comply with applicable health, safety and security laws and regulations, including, without limitation, federal, state CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 4 of 15 Revised: 11/28/2022 and local laws and regulations, and any Geosyntec HASPs. At a minimum, Action employees and those of their lower tier subcontractors who may come into contact with any waste material shall have completed 40-hour HAZWOPER training in accordance with 29 CFR, Part 1910.120 and shall have current certificates on Site at all times. Compliance with such requirements shall represent the minimum standard. Task 2: Construction and Oversight Geosyntec will provide daily construction oversight and document construction activities to verify that the construction is completed in general accordance with the Construction Drawings and Technical Specifications and FDEP-approved Plan. The assumptions, general project approach, and project management are discussed below. Construction Activities Geosyntec anticipates that construction activities will be completed over a period of 44 business days (~6 calendar weeks). Action will furnish the necessary labor, materials, and equipment to complete construction activities in accordance with the Bid Documents. Geosyntec will provide daily oversight of the construction activities and document excavation-related activities (including dust monitoring) throughout the project. Geosyntec’s On-Site Construction Manager will observe construction activities for 44 business days. Time has also been included to prepare for the field activities and complete a daily summary report upon completion of field activities each day. Geosyntec and Action will complete Site setup activities. Site setup will include (i) taking pre-construction photographs of Site, (ii) implementing the MOT Plan; (iii) completing a private utility locate; (iv) installing temporary construction fencing/barricades; (v) installing project benchmarks; (vi) performing pre-construction Site survey and staking excavation boundaries; (vii) installing temporary erosion control measures; (viii) constructing decontamination areas and installing temporary construction support facilities; (ix) setting up laydown and equipment staging areas; (x) removing trees and vegetation; and (xi) protecting existing structures. Upon completion of Site setup, Action will excavate to 1 foot below land surface (ft BLS) in the staked excavation area using a combination of soft-digging techniques and conventional excavation methods while protecting existing surface structures including parking areas, sidewalks, light poles, signs, and stormwater wing inlets. Ash/debris, soil, and/or root balls will be directly loaded into haul trucks when possible or temporarily staged in a designated lined and covered stockpile area for transportation and disposal off-Site. Geosyntec’s Project Manager will make weekly visits to the Site during the excavation and regularly communicate with City personnel. Geosyntec’s Project Director will make three Site visits during construction activities. Following excavation, the excavated surface will be regraded, as necessary, and a woven geotextile fabric will be placed on the regraded ash/debris and soil surface at 1 ft BLS within the limits of disturbance. Cover soil from an off-Site borrow source that meets CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 5 of 15 Revised: 11/28/2022 FDEP analytical standards per the Technical Specifications will be used as backfill material and compacted. Final grading will be performed for the construction of the Final Cover. Throughout implementation of the Plan, excavation areas will be backfilled and exposed soil will be stabilized to prevent erosion. Final Site restoration will include (i) planting trees; (ii) placing backfill soil and sod; and (iii) installing chain-link fencing and gates to restrict and limit pedestrian access. Following construction activities, Action will (i) perform an as-built survey of the final excavation and backfilled area; (ii) perform dry decontamination and remove any loose debris from the Site equipment, trailers, and other appurtenances which may have been brought to the Site; (iii) remove or dispose of unused materials from the Site; (iv) perform Site cleanup and debris removal activities; and (v) maintain temporary erosion control measures until Final Cover vegetation has achieved final stabilization. Upon substantial completion of construction activities, Geosyntec will complete a pre- final inspection with the City and an Action representative. Upon completion of the pre- final inspection, Geosyntec will submit a brief summary of construction activities including a photo documentation log to City and identify any outstanding items requiring correction. Geosyntec will also submit the weight tickets, manifests, and a disposal and backfill summary table documenting final tonnage to the City. Project Management Geosyntec’s Project Manager will maintain contact with staff throughout construction activities. At a minimum, Geosyntec’s Project Manager will complete the following activities during construction. • Provide technical support to Geosyntec field staff daily and receive progress updates at the end of each day. • Provide the Engineer of Record and Project Director Progress Updates at the end of each day including daily field notes, Site photographs, and contractor submittals. • Perform weekly Site visits (1 day per week) during construction activities. • Provide the Engineer of Record , Project Director, and City with technical updates via email (1 update per week at a minimum). • Review and approve the following Action submittals as required in the Bid Documents. o Copies of weight tickets from the landfill for each truck load of soil or other material transported off-Site. o Backfill tickets from the borrow source for each truck load of soil transported to the Site. o A daily written summary (submitted via email) that includes the date, time, and total tonnage per truck at the disposal facility of soil excavated from the CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 6 of 15 Revised: 11/28/2022 Site and yards of backfill delivered to the Site, as well as information on the total tonnage/yardage of excavated material and backfill to date. Geosyntec’s Project Director will complete the following activities during construction activities. • Provide technical support to the Project Manager daily and receive progress updates at the end of each day. • Review and/or participate in technical updates with the Project Manager and Engineer of Record. • Perform three Site visits during construction activities. The Engineer of Record will perform the following activities throughout construction activities. • Provide ongoing technical oversight to the Project Manager and Project Director to ensure work is being completed in accordance with the Project Documents, and discuss and approve relevant modifications to work, as necessary. • Review and/or participate in technical updates with the Project Manager and Project Director. • Review and approve the following Action submittals as required in the Bid Documents. o Pre-excavation survey. o Copy of the private utility locate/ground penetrating radar report including a Site map illustrating utilities observed during the private locate. o Final as-built survey after excavation and backfilling. The following assumptions for the implementation of the Plan were made in developing this proposal for the construction. • The subsurface conditions are similar to those reported in historical soil sampling logs completed on-Site. Obstructions (e.g., significant historical and/or archaeological artifacts/remains, waste, contaminated materials, underground storage tanks, etc.) will not be encountered during earthwork. • The City, Geosyntec, and Action will discuss procedures if the general public approaches the Site and requests information on the excavation activities. Geosyntec assumes that the City will provide a contact name and phone number for a City representative, at a minimum, or have a City representative on standby that can be on-Site within 30 minutes. Geosyntec understands that the City will provide a contact name and phone number for an Engineering representative and a representative from the Cultural Affairs group. • Field activities will commence in 2024, and Geosyntec assume that on-Site construction will take 44 business days to complete. If construction takes longer CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 7 of 15 Revised: 11/28/2022 than 44 business days to complete, Geosyntec will request a change order on a lump-sum, unit-rate of $3,370 per day. • Up to $1,000 has been included for permit fees. • Per the FDEP-approved Plan, confirmatory samples will not be collected following excavation activities. • No shoring or dewatering will be required during construction activities. Groundwater is assumed to be greater than 1 ft BLS. If groundwater is encountered, additional costs for transportation, disposal, management, and/or waste manifesting will apply accordingly. • Excavated soil will be classified and manifested as non-hazardous waste. If hazardous waste is encountered, additional transportation and disposal costs may be incurred. • Concrete rubble and other material encountered in the excavation will be disposed of at the same facility as the ash/debris, soil, and root balls. Costs assume transportation and disposal at a permitted, Subtitle D waste disposal facility. • City personnel will sign the waste manifests. In the event the City is not able to sign waste manifests, Geosyntec will sign the waste manifests on behalf (“as an agent for”) the City. The City will need to provide Geosyntec with written authorization to sign manifests on their behalf. • Geosyntec is not responsible for any damage to existing utilities that are not identified by Sunshine 811. • This proposal does not include relocation, shoring, and removal/replacement of existing utilities. • This proposal includes the construction and disposal of one gravel construction entrance for haul trucks and other equipment. This proposal includes transportation and disposal costs for up to 60 tons for stone/gravel used for the construction entrance that will be disposed of as non-hazardous waste at the same facility as the ash/debris, soil, and root balls. • The proposal includes planting a total of 18, 30-gallon standard Muskogee Crape Myrtle trees and 5, 30-gallon Quercus virginiana trees as included in the City- provided tree planting plan (Exhibit “A”) and does not include any warranty on installed trees following inspection and acceptance of the trees at the tree nursery or on-Site by City personnel. The City also takes responsibility for watering and maintenance of the tree immediately following installation. Communication with the City agreeing to this arrangement prior to this proposal and the tree planting plan was conducted through email correspondence in November 2022 and December 2023. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 8 of 15 Revised: 11/28/2022 • Sodded areas shall be subject to a warranty period of not less than 90 days from the completion of the pre-final inspection. The proposal assumes 100% vegetative cover after 90 days following sod installation. Following 90 days after sod installation, the City takes full responsibility for maintaining and watering the installed sod. • Air monitoring with laboratory analysis will not be implemented during construction activities. Dust monitoring will be implemented within the limits of disturbance throughout construction activities to assess fugitive dust emissions. • The wooden bollards on the southern side of Russell Street will be protected in place or removed and replaced during excavation activities. • Large native trees that are located outside the limits of work, but whose branches overhang the limits of work shall be trimmed by the City. All other vegetation located within the limits of work shall be removed by Action per the Technical Specifications. • If requested, the City will provide root pruning. Action shall be responsible for coordinating with the City and preparing the area so the equipment can easily access the area. Action shall account for the City efforts in Action’s Schedule. • The estimated maximum quantity of materials are as follows: • Excavated ash, debris, soil, vegetative material, and/or construction entrance – 1,140 tons, • Transported and disposed ash, debris, soil, vegetative material, and/or construction entrance – 1,140 tons, • Final Cover soil – 1,080 tons, • Sod – 21,000 square feet, and • Chain-link fencing – 500 linear feet. • If additional materials are needed beyond the maximum quantities listed above, the materials will be provided on a lump-sum, unit-rate based in a change order as follows: • Excavated ash, debris, soil, and/or vegetative material at $82.23 per ton, • Transported and disposed ash, debris, soil, and/or vegetative material at $51.75 per ton, • Final Cover soil at $46.00 per ton, • Sod at $1.44 per square feet, and • Chain-link fencing at $69.00 per linear feet. • The Final Cover soil shall be a blended material – sand with organic fill mixed on Site. The lump-sum cost is based on two sources (Razorback and FL Organics) CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 9 of 15 Revised: 11/28/2022 passing FDEP-required laboratory testing. If the material does not meet FDEP requirements, an alternate source will be required and additional costing will be warranted for the additional material, trucking, and re-testing costs. Additional subcontractor costs will be requested via a change order for an additional lump- sum cost of $24,219. • If needed, changes to the proposed scope of work, budget, or schedule will be agreed upon in writing in advance of the work being performed. • Access to the limit of work, free of equipment and materials, will be provided by the City and is unrestricted to Geosyntec and its subcontractors. Subcontractor stand-by time due to access limitations is not included in this proposal. Subcontractor standby time will be requested via a change order on a lump-sum, unit-rate of $5,175 per day. • Site access will be available Monday through Friday during daylight hours for construction activities. Night and weekend work will not be allowed without written approval from the City. • All work will be performed in Level D personal protective equipment. • If field conditions, adverse weather, etc. cause delays beyond the control of Geosyntec, requests for further budget authorization from the City may be warranted. • If a stop work order is issued for reasons outside of Geosyntec’s control, the budgeted cost and schedule shall be subject to revision due to changed circumstances. • Communication between the City and Geosyntec’s subcontractors will be through Geosyntec. • On-Site inquires of activities made by the public or press will be directed to Joe DeCiccio with the City. • It is assumed that the project will not include public meetings or the development of public educational information that is prepared by Geosyntec. Task 3: Pre-Final and Final Inspections This task includes the costs for Geosyntec and Action personnel to meet with the City and complete pre-final and final inspections. The goal of the pre-final inspection will be to assure that work was completed to the satisfaction of the City. If any unsatisfactory items are identified, a punch list will be prepared, and the identified issues will be corrected. The goal of the final inspection will be to assure that sod has taken and that activities associated with maintaining sod are complete. A summary of activities is provided below. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 10 of 15 Revised: 11/28/2022 • Action will mobilize to the Site for the pre-final and final inspections. Upon approval of final inspection, Action will remove the erosion controls and any remaining materials and/or equipment. • Geosyntec will prepare for and be on-Site for the pre-final inspection and completion of punch list items. • Geosyntec will submit a brief summary of construction activities including a photo documentation log to City and identify any outstanding items requiring correction from the pre-final inspection. • After 90 calendar days following the sod installation, Geosyntec will be on-Site for the final inspection. • Geosyntec will prepare a photo documentation log of the final Site inspection. Task 4: Construction Completion Report Following completion of the construction activities, Geosyntec will prepare a Construction Completion Report to document the construction activities in accordance with the FDEP-approved Plan. The Construction Completion Report will include supporting appendices, tables, figures, and photographic documentation that summarize the construction activities. The waste manifests will also be included in the report. The Construction Completion Report will be signed and sealed by the Engineer of Record in responsible charge of the project. The following assumptions were made to prepare the cost estimate for the Construction Completion Report: • Geosyntec will provide draft and final copies of the Construction Completion Report in an electronic format only. • The City (i.e., all members of the City’s team, including internal and outside counsel and other parties) will provide Geosyntec with one set of consolidated comments on the draft document within 15 business days of receipt (several sets of comments often necessitate extensive communication to harmonize them and resolve conflicts, which incurs additional costs). • The cost and schedule for the Construction Completion Report assumes one round of revision of each for the draft and final documents. 3. PROJECT GOALS: Under Task 1, Geosyntec will provide day-to-day project management activities throughout the project to support the successful implementation of Tasks 2, 3, and 4. Geosyntec will also ensure the completion of the pre-construction activities in Task 1. Under Task 2, Geosyntec will implement excavation and construction at the Harbor Drive Fill Area in accordance with the FDEP-approved Plan, Construction Drawings, and Technical Specifications. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 11 of 15 Revised: 11/28/2022 Under Task 3, Geosyntec will conduct pre-final and final inspections to determine if any unsatisfactory items need to be correct (pre-final inspection) and determine if the sod has taken (final inspection). Under Task 4, Geosyntec will prepare a Construction Completion Report for the City and submit the final deliverable to the FDEP on behalf of the City. 4. FEES: See Attachment “A”. This price includes all labor and expenses anticipated to be incurred by Geosyntec Consultants 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 Nine Hundred Fifty Four Thousand One Hundred Dollars (954,100). 5. SCHEDULE: The project is to be completed in 210 calendar days* from issuance of notice-to- proceed (NTP). The project deliverables are to be phased as follows: Task 1: Fieldwork Preparation Activities and PM: ~60 calendar days Task 2: Construction and Oversight ~60 calendar days Task 3: Pre-Final and Final Inspections ~90 calendar days Task 4: Construction Completion Report: ~60 calendar days CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 12 of 15 Revised: 11/28/2022 Task Deliverable Deliverable Due Date Approximate Invoice Date Task 1: Field Preparation Activities and PM One email submittal to City with documenting completion of pre- construction activities including pre-construction meeting notes, construction schedule, and Geosyntec approval of Action’s pre-construction submittals, mobilization, and permits. Day 60 from NTP Day 81 from NTP Task 2A: Construction and Oversight One email submittal to City with construction documentation for 67% of construction activities including preliminary weight tickets and manifests and a disposal and backfill summary table documenting tonnage. Day 100 from NTP Day 121 from NTP Task 2B: Construction and Oversight One email submittal to City with construction documentation for 33% of construction activities including the final weight tickets and manifests for Task 2A and 2B and a final disposal and backfill. summary table documenting final tonnage, and an as-built survey Day 120 from NTP Day 141 from NTP Task 3A: Pre-Final Inspection One email submittal to City with a photo log following the pre-final inspection. Day 120 from NTP Day 141 from NTP Task 3B: Final Inspection One email submittal to City with a photo log following the final inspection. Day 210 from NTP Day 231 from NTP Task 4: Construction Completion Report Construction Completion Report email submittal to FDEP. Day 180 from NTP Day 201 from NTP The schedule above assumes a NTP from the City is issued in 2024. * Please note, Task 4 will be completed prior to completion of Task 3. The total number of days (i.e., 210 calendar days) is the summation of Tasks 1 to 3. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 13 of 15 Revised: 11/28/2022 6. STAFF ASSIGNMENT: It is anticipated that the following Geosyntec Staff will be utilized in performing the scope of services: Olivia Cain, P.E. –Engineer of Record; Eric Sager, P.G. – Project Director and Senior Peer Review; James Mills, P.E. –Project Manager; Rik Mathias, Ken Starling, or Mandi Mohr – On- Site Construction Manager; Eric Davis – CADD Designer; Mandi Mohr – Senior Staff Professional; Paula Strasser - Clerical. 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Olivia Cain, P.E. (Engineer of Record) – 727-330-9961; OCain@Geosyntec.com Eric Sager, P.G. (Project Director) – 727-330-9952; ESager@Geosyntec.com James Mills, P.E. (Project Manager) – 813-379-4389; JMills@Geosyntec.com All City project correspondence shall be directed to: Joe DeCicco (Senior Environmental Specialist) – 727-562-4745; Joseph.DeCicco@MyClearwater.com with copies to others as may be appropriate. 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: ENGF180007-CONS-CNSTRC For work performed, invoices shall be submitted monthly to: ATTENTION: JAMIE GAUBATZ, ACCOUNTANT II 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). CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 14 of 15 Revised: 11/28/2022 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 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”. CONSULTANT WORK ORDER Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order Page 15 of 15 Revised: 11/28/2022 b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: None. 13. SIGNATURES: PREPARED BY: APPROVED BY: Eric Sager Tara Kivett, P.E. Sr. Principal City Engineer Geosyntec Consultants, Inc. City of Clearwater Date Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 1.0 Fieldwork Preparation Activities and Project Management 1.1 Fieldwork Preparation Activities & PM $47,200 $34,000 $81,200 Task 1 Subtotal: $81,200 2.0 Construction and Oversight 2.1 Construction (67% complete) $282,900 $109,100 $392,000 2.2 Construction (33% complete) $139,400 $53,800 $193,200 Task 2 Subtotal: $585,200 3.0 Pre-Final and Final Inspections 3.1 Pre-Final Inspection $38,900 $6,800 $45,700 3.2 Final Inspection $58,300 $4,100 $62,400 Task 3 Subtotal: $108,100 4.0 Construction Completion Report 4.1 Report Preparation Activities $0 $20,600 $20,600 Task 4 Subtotal: $20,600 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $795,100 CONTINGENCY/TASK ALLOWANCE (20%): $159,000 GRAND TOTAL: $954,100 ATTACHMENT “B” CONSULTANT WORK ORDER – CITY DELIVERABLES Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR 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 is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Exhibit “A” CONSULTANT WORK ORDER – CITY DELIVERABLES Harbor Drive Fill Area – Closure Plan Implementation Geosyntec Consultants 12-0016-PR City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022 CLOSURE DESIGN PLAN TREE PLANTING PLAN Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1224 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve the final plat for Coachman Park, with physical address at 100 N Osceola Avenue, 112 S. Osceola Avenue, and 300 Cleveland Street, located between Drew Street and Pierce Street, west of Osceola Avenue and east of Clearwater Harbor. (consent) SUMMARY: This plat relates to the sale of real property by the City to The DeNunzio Group. In August 2022, the City Council approved the sale of a newly created parcel located immediately east of Coachman Park, and south of the Clearwater Main Library. The sale was later approved by strong margins of Clearwater voters in the November 2022 referendum. The development agreement between the City and The DeNunzio Group requires the City to replat a large area that includes but is not limited to the parcel being sold. This plat creates four separate lots from an existing 26.54 acre +/- area. Two lots will consist of the recently developed Coachman Park and the Clearwater Main Library, with the remaining two lots included in the future development of the Bluff. This plat will also formally dedicate a small portion of the existing right-of-way for Osceola Avenue and Pierce Street. The replat also assists in clarifying the chain of title to this overall piece of land, which the City has been assembling through various instruments for over hundred years. The parcels created by this plat conform to the requirements of City Charter Section 2.01(5)-(8). This item was reviewed and approved by the Community Development Board on August 8, 2024. STRATEGIC PRIORITY: 1.2 - Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 1.5 - Embrace a culture of innovation that drives continuous improvement and successfully 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. Page 1 City of Clearwater Printed on 11/5/2024 NOTICE: THIS PLAT, AS RECORDED IN ITS GRAPHIC FORM, IS THE OFFICIAL DEPICTION OF THE SUBDIVIDED LANDS DESCRIBED HEREIN AND WILL IN NO CIRCUMSTANCES BE SUPPLANTED IN AUTHORITY BY ANY OTHER GRAPHIC OR DIGITAL FORM OF THE PLAT. THERE MAY BE ADDITIONAL RESTRICTIONS THAT ARE NOT RECORDED ON THIS PLAT THAT MAY BE FOUND IN THE PUBLIC RECORDS OF THIS COUNTY. ALL PLATTED UTILITY EASEMENTS SHALL PROVIDE THAT SUCH EASEMENTS SHALL ALSO BE EASEMENTS FOR THE CONSTRUCTION, INSTALLATION, MAINTENANCE AND OPERATION OF CABLE TELEVISION SERVICES; PROVIDED, HOWEVER, NO SUCH CONSTRUCTION, INSTALLATION, MAINTENANCE AND OPERATION OF CABLE TELEVISION SERVICES SHALL INTERFERE WITH THE FACILITIES AND SERVICES OF AN ELECTRIC, TELEPHONE, GAS, OR OTHER PUBLIC UTILITY. IN THE EVENT A CABLE TELEVISION COMPANY DAMAGES THE FACILITIES OF A PUBLIC UTILITY, IT SHALL BE SOLELY RESPONSIBLE FOR THE DAMAGES. THIS SECTION SHALL NOT APPLY TO THOSE PRIVATE EASEMENTS GRANTED TO OR OBTAINED BY A PARTICULAR ELECTRIC, TELEPHONE, GAS, OR OTHER PUBLIC UTILITY. SUCH CONSTRUCTION, INSTALLATION, MAINTENANCE, AND OPERATION SHALL COMPLY WITH THE NATIONAL ELECTRICAL SAFETY CODE AS ADOPTED BY THE FLORIDA PUBLIC SERVICE COMMISSION. ALL ROADS, STREETS AND UTILITIES , INCLUDING STORMWATER FACILITIES DESIGNATED AS PRIVATE HEREON, ARE SPECIFICALLY SET ASIDE FOR THE USE BY THE PROPERTY OWNERS AND IN NO WAY CONSTITUTE A DEDICATION TO THE GENERAL PUBLIC OR THE CITY, IT BEING SPECIFICALLY UNDERSTOOD THAT NO OBLIGATION IS IMPOSED UPON THE CITY, FOR MAINTENANCE OR IMPROVEMENT OF SUCH STREETS AND UTILITIES. MAINTENANCE OF THE DETENTION POND IS THE RESPONSIBILITY OF THE HOMEOWNER ASSOCIATION. AN INGRESS AND EGRESS EASEMENT IS HEREBY GRANTED TO THE CITY OF CLEARWATER FOR FIRE AND EMERGENCY VEHICLE ACCESS AND FOR SANITATION SERVICES AND IS GRANTED TO THE CITY OF CLEARWATER AND PUBLIC UTILITY COMPANIES FOR UTILITY COMPANIES FOR UTILITY MAINTENANCE. NO PERMANENT PRIVATE STRUCTURES, OTHER THAN PARKING LOTS, INCLUDING MASONRY OR CONCRETE BLOCK FENCES ARE TO BE LOCATED WITHIN UTILITY EASEMENTS. BEARINGS SHOWN HEREON ARE BASED ON THE NORTHERN BOUNDARY LINE OF SECTION 16, TOWNSHIP 29 SOUTH, RANGE 15 EAST, BEING N89°30'04"W. PINELLAS COUNTY CERTIFICATE OF APPROVAL OF COUNTY CLERK STATE OF FLORIDA COUNTY OF PINELLAS I, KEN BURKE, CLERK OF THE CIRCUIT COURT OF PINELLAS COUNTY, FLORIDA, HEREBY CERTIFY THAT THIS PLAT HAS BEEN EXAMINED AND THAT IT COMPLIES IN FORM WITH ALL THE REQUIREMENTS OF THE STATUTES OF FLORIDA PERTAINING TO MAPS AND PLATS, AND THAT THIS PLAT HAS BEEN FILED FOR RECORD IN PLAT BOOK__________, PAGE(S)_________, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, THIS________ DAY OF_______, 20_______. KEN BURKE, CLERK BY:_______________________________ PINELLAS COUNTY, FLORIDA DEPUTY CLERK CERTIFICATE OF CONFORMITY: REVIEWED FOR CONFORMITY TO CHAPTER 177, PART 1, FLORIDA STATUTES, I HAVE REVIEWED THIS PLAT AND FIND THAT IT CONFORM TO CHAPTER 177, PART 1, OF THE FLORIDA STATUTES. THE GEOMETRIC DATA HAS NOT BEEN VERIFIED FOR MATHEMATICAL CLOSURE. ___________________________________________ _____________ THOMAS L. MAHONY, PSM Date PROFESSIONAL SURVEYOR AND MAPPER LICENSE NUMBER LS 6289 - STATE OF FLORIDA CITY OF CLEARWATER, ENGINEERING DEPARTMENT SURVEYOR'S CERTIFICATE: I, ____________________________, OF GEORGE F. YOUNG, INC., THE SURVEYOR MAKING THIS PLAT, DO HEREBY CERTIFY THAT THIS PLAT WAS PREPARED UNDER MY DIRECTION AND SUPERVISION AND THAT THIS PLAT COMPLIES WITH ALL THE SURVEY REQUIREMENTS OF PART I, CHAPTER 177, FLORIDA STATUTES. PLAT BOUNDARY SURVEYED ON THE_________ DAY OF ____________, A.D., 20________. LOT CORNERS SURVEYED ON THE _________ DAY OF __________, A.D., 20_________. GEORGE F. YOUNG, INC., LB 021 ___________________________________________ 299 DR. MARTIN LUTHER KING JR. STREET NORTH ST. PETERSBURG, FL 33701 TREVOR HATCH PSM 7443 FLORIDA PROFESSIONAL SURVEYOR & MAPPER (727) 822-4317 ACKNOWLEDGMENT: STATE OF FLORIDA COUNTY OF PINELLAS THE FOREGOING INSTRUMENT WAS ACKNOWLEDGED BEFORE ME THIS DAY OF , A.D., 202____, BY_______________________________, MAYOR OF THE CITY OF CLEARWATER, FLORIDA, A MUNICIPAL CORPORATION. THEY ARE PERSONALLY KNOWN TO ME OR HAVE PRODUCED AS IDENTIFICATION. MY COMMISSION EXPIRES:__________________ __________________________________________ NOTARY PUBLIC, STATE OF FLORIDA AT LARGE COMMISSION NUMBER:_________________________ _________________________________________ (PRINT NAME) DEDICATION: THE UNDERSIGNED CERTIFIES IT IS THE OWNER OF THE ABOVE-DESCRIBED TRACT OF LAND HEREBY PLATTED AS "COACHMAN PARK"; THAT THE CITY OF CLEARWATER, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, RESERVES THE RIGHT TO USE ALL UTILITY AND DRAINAGE EASEMENTS AS SHOWN ON THIS PLAT AND WILL ASSUME THE RESPONSIBILITY FOR MAINTENANCE OF FLOW ONLY IN DRAINAGE EASEMENTS. ANY MAINTENANCE, REPAIR OR REPLACEMENT RESPONSIBILITY RELATING TO PIPES, STRUCTURES, AESTHETIC AND VEGETATION CONSIDERATIONS, IN AND UPON DRAINAGE EASEMENTS OVER PRIVATE PARCELS NOT OWNED BY THE CITY OF CLEARWATER ARE A PRIVATE FUNCTION NEITHER ASSIGNED NOR ACCEPTED BY THE CITY OF CLEARWATER. THE CITY FURTHER DEDICATES TO THE PUBLIC ALL RIGHTS OF WAY SHOWN HEREIN FOR ROAD AND STREET PURPOSES, AND FOR THE INSTALLATION AND MAINTENANCE OF DRAINAGE STRUCTURES, SEWERS, UTILITIES, AND PURPOSES INCIDENTAL THERETO. OWNER:THE CITY OF CLEARWATER, FLORIDA A MUNICIPAL CORPORATION OF THE STATE OF FLORIDA ____________________________ BRUCE RECTOR MAYOR SIGNED AND DELIVERED IN THE PRESENCE OF: _______________________________ ________________________________ WITNESS WITNESS ________________________________ ________________________________ (PRINT NAME) (PRINT NAME) CERTIFICATE OF APPROVAL OF CITY COUNCIL: STATE OF FLORIDA COUNTY OF PINELLAS IT IS HEREBY CERTIFIED THAT THIS PLAT HAS BEEN OFFICIALLY APPROVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA, THIS _____ DAY OF ____________________, 2024 _____________________________ JENNIFER POIRRIER CITY MANAGER DESCRIPTION PARCELS OF LAND LYING IN SECTION 16, TOWNSHIP 29 SOUTH, RANGE 15 EAST BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BLOCK 1 COMMENCE AT THE NORTHEAST CORNER OF SAID SECTION 16; THENCE NORTH 89°30'04" WEST ALONG THE NORTH LINE OF SAID SECTION 16, A DISTANCE OF 1718.58 FEET TO A POINT ON THE WESTERN RIGHT OF WAY LINE OF OSCEOLA AVENUE BEING THE POINT OF BEGINNING; THENCE SOUTH 01°16'35" WEST ALONG SAID RIGHT OF WAY A DISTANCE OF 233.32 FEET; THENCE DEPARTING SAID RIGHT OF WAY SOUTH 89°30'04" EAST A DISTANCE OF 20.00 FEET; THENCE SOUTH 00°06'32" WEST A DISTANCE OF 34.16 FEET; THENCE NORTH 89°30'04" WEST A DISTANCE OF 20.00 FEET TO THE NORTHEAST CORNER OF JEFFORD'S AND SMOYER'S FIRST ADDITION TO CLEARWATER FLA AS RECORDED IN PLAT BOOK 4 PAGE 10 OF PUBLIC RECORDS OF PINELLAS COUNTY; THENCE SOUTH 00°06'32" WEST ALONG THE EAST LINE OF SAID LANDS A DISTANCE OF 200.00 FEET TO THE SOUTHEAST CORNER OF SAID LANDS; THENCE NORTH 89°30'04" WEST A DISTANCE OF 15.00 FEET TO THE NORTHEAST CORNER OF ROMPON'S AND BASKIN'S CORRECTED MAP OF CAUSEWAY BUSINESS DISTRICT AS RECORDED IN PLAT BOOK 5 PAGE 1; THENCE SOUTH 00°06'32" WEST ALONG THE EASTERN LINE OF SAID LANDS A DISTANCE OF 311.19 FEET TO A POINT ON THE NORTHERN LINE OF EDWARD MILLS SUBDIVISION AS RECORDED IN PLAT BOOK 9 PAGE 36; THENCE ALONG SAID LINE SOUTH 88°27'29" EAST A DISTANCE OF 15.00 FEET TO THE NORTHEAST CORNER OF SAID LANDS; THENCE SOUTH 00°06'32" WEST A DISTANCE OF 112.28 FEET TO THE SOUTHEAST CORNER OF SAID LANDS; THENCE NORTH 88°29'57" WEST ALONG THE SOUTH LINE OF THE ABOVE DESCRIBED ROMPON'S AND BASKIN'S CORRECTED MAP OF CAUSEWAY BUSINESS DISTRICT A DISTANCE OF 619.64 FEET TO A POINT ON THE SOUTH LINE OF SAID ROMPON'S AND BASKIN'S CORRECTED MAP OF CAUSEWAY BUSINESS DISTRICT; THENCE ALONG A CURVE TO THE RIGHT HAVING A RADIUS OF 679.20 FEET, AN ARC LENGTH OF 137.15 FEET WITH A CHORD BEARING NORTH 79°24'36" WEST AND A CHORD DISTANCE OF 136.69 FEET; THENCE NORTH 17°12'15" EAST A DISTANCE OF 12.84 FEET; THENCE NORTH 86°26'43" WEST A DISTANCE OF 26.05 FEET; THENCE NORTH 01°52'28" WEST A DISTANCE OF 122.11 FEET; THENCE NORTH 86°38'40" WEST A DISTANCE OF 34.58 FEET; THENCE NORTH 79°14'22" WEST A DISTANCE OF 87.47 FEET; THENCE NORTH 01°51'41" EAST A DISTANCE OF 35.93 FEET; THENCE NORTH 89°30'04" WEST A DISTANCE OF 88.94 FEET; THENCE NORTH 07°29'40" EAST A DISTANCE OF 201.50 FEET; THENCE SOUTH 89°30'04" EAST A DISTANCE OF 55.60 FEET; THENCE NORTH 06°30'52" EAST A DISTANCE OF 85.47 FEET; THENCE SOUTH 89°30'04" EAST A DISTANCE OF 32.42 FEET; THENCE NORTH 19°01'26" EAST A DISTANCE OF 31.64 FEET; THENCE NORTH 89°30'04" WEST A DISTANCE OF 34.02 FEET; THENCE NORTH 16°54'16" EAST A DISTANCE OF 88.61 FEET; THENCE NORTH 01°03'38" WEST A DISTANCE OF 34.17 FEET; THENCE NORTH 89°30'04" WEST A DISTANCE OF 148.00 FEET; THENCE NORTH 07°24'52" EAST A DISTANCE OF 14.94 FEET; THENCE NORTH 29°54'52" EAST A DISTANCE OF 193.40 FEET; THENCE NORTH 89°30'04" WEST A DISTANCE OF 13.51 FEET; THENCE NORTH 29°54'52" EAST A DISTANCE OF 57.40 FEET; THENCE SOUTH 89°30'04" EAST A DISTANCE OF 100.30 FEET; THENCE NORTH 27°52'34" EAST A DISTANCE OF 28.15 FEET TO A POINT IN THE SOUTH LINE OF LANDS DESCRIBED IN OFFICIAL RECORDS BOOK 5286 PAGE 151; THENCE ALONG SAID LINE SOUTH 89°30'04" EAST A DISTANCE OF 791.01 FEET TO A POINT IN THE WESTERN RIGHT OF WAY LINE OF OSCEOLA AVENUE; THENCE ALONG SAID RIGHT OF WAY SOUTH 01°05'22" WEST A DISTANCE OF 25.00 FEET TO THE POINT OF BEGINNING. TOGETHER WITH BLOCK 2 COMMENCE AT THE NORTHEAST CORNER OF SAID SECTION 16; THENCE NORTH 89°30'04" WEST A DISTANCE OF 1718.58 FEET TO A POINT IN THE WESTERN RIGHT OF WAY OF OSCEOLA AVENUE; THENCE SOUTH 01°16'35" WEST A DISTANCE OF 233.32 FEET; THENCE SOUTH 00°06'32" WEST A DISTANCE OF 735.88 FEET TO A POINT IN THE SOUTH RIGHT OF WAY LINE OF CLEVELAND STREET; THENCE ALONG SAID RIGHT OF WAY NORTH 88°29'57" WEST A DISTANCE OF 369.41 FEET TO A POINT ON THE SOUTHERN RIGHT OF WAY LINE OF CLEVELAND STREET, SAID POINT BEING THE POINT OF BEGINNING; THENCE LEAVING SAID RIGHT OF WAY LINE AND RUNNING SOUTH 01°36'03" WEST A DISTANCE OF 174.39 FEET; THENCE SOUTH 86°50'12" EAST A DISTANCE OF 23.71 FEET; THENCE SOUTH 00°16'33" WEST A DISTANCE OF 55.26 FEET; THENCE SOUTH 88°25'09" EAST A DISTANCE OF 350.43 FEET TO A POINT IN THE WESTERN RIGHT OF WAY OF OSCEOLA AVENUE; THENCE ALONG SAID RIGHT OF WAY SOUTH 00°06'32" WEST A DISTANCE OF 304.45 FEET TO A POINT IN THE NORTHERN RIGHT OF WAY LINE OF PIERCE STREET; THENCE ALONG SAID RIGHT OF WAY SOUTH 89°20'12" WEST A DISTANCE OF 672.15 FEET TO A POINT IN THE EASTERN RIGHT OF WAY OF PIERCE BOULEVARD THE FOLLOWING TWO (2) COURSES: (1) NORTH 15°19'18" WEST A DISTANCE OF 143.51 FEET; (2) THENCE ALONG A CURVE TO THE LEFT HAVING A RADIUS OF 1064.89 FEET, AN ARC LENGTH OF 457.27 FEET, WITH A CHORD BEARING NORTH 27°37'24" WEST AND A CHORD DISTANCE OF 453.77 FEET; THENCE DEPARTING SAID RIGHT OF WAY AND RUNNING NORTH 19°47'25" WEST A DISTANCE OF 4.64 FEET; THENCE NORTH 09°56'33" EAST A DISTANCE OF 22.72 FEET; THENCE SOUTH 88°29'57" EAST A DISTANCE OF 153.21 FEET; THENCE SOUTH 00°45'45" WEST A DISTANCE OF 6.11 FEET TO A POINT; THENCE NORTH 80°30'23" EAST A DISTANCE 32.02 FEET; THENCE SOUTH 88°29'57" EAST A DISTANCE OF 365.28 FEET TO THE POINT OF BEGINNING. ORB 1840/164 (CITY OF CLEARWATER)15' R/W DEDICATED (ORB 1912/101)"EAST EDGE OF CHANNEL OF CLEARWATER BAY"R/W EASEMENTORB 927/915' FOR R/W (ORB 1570/301)ORB 2285/259 (QCD)"COACHMAN PARK" DEDICATED PER RES. 62-70 (ORB 1522/38)15' STRIP OCCUPIED AS R/WLOT 3 (PB 6/65)HISTORICAL SHORELINEHISTORICAL SHORELINEHISTORICAL SHORELINEHISTORICAL SHORELINE15' STRIP OCCUPIED AS R/W15' DEDICATED R/W (PB 57/1)S89°30'04"E 20.00' S00°06'32"W 34.16' N89°30'04"W 20.00'S00°06'32"W 200.00'N89°30'04"W 15.00'S00°06'32"W 311.19'S88°27'29"E 15.00'S00°06'32"W112.28'N88°29'57"W 619.64' N17°12'15"E 12.84'N86°26'43"W 26.05'N01°52'28"W122.11'N86°38'40"W 34.58' N79°14'22 " W 87.47' N01°51'41"E 35.93' N89°30'04"W 88.94'N07°29'40"E201.50'S89°30'04"E 55.60'N06°30'52"E85.47'S89°30'04"E 32.42' N19°01'26"E 31.64' N89°30'04"W 34.02'N16°54'16"E88.61'N01°03'38"W 34.17' N89°30'04"W 148.00' N07°24'52"E 14.94'N29°54'52"E193.40'N89°30'04"W 13.51'N29°54'52"E57.40'S89°30'04"E 100.30' N27°52'34"E 28.15'S89°30'04"E 791.01'S01°05'22"W 25.00' S01°16'35"W 233.32'N00°43'12"E278.93'N89°30'04"W 803.70'S00°06'32"W 112.29'93.84'304.10'N00°06'32"E 234.18'N01°05'22"E 24.82'N01°16'35"E 233.48'604.64'15.00' CHORD BEARING=N79°24'36"W CHORD DISTANCE=136.69 CENTRAL ANGLE=011°34'10" ARC=137.15' RADIUS=679.20' 7.10' 18.50'N00°43'12"E278.93'N76°40' 0 0 " W 2 0 1 . 2 1 ' S89°11'37"E 192.91'S00°06'32"W 112.29'N00°06'32"E 234.18'N01°05'22"E 24.82'N01°16'35"E 233.48'(SECTION LINE TOTAL - SEAWALL NLD TO IRON ROD) MATCH LINE - SEE SHEET 4 OLD SEAWALL (DB 668/409)R/W LINE PIERCE BOULEVARD EXTENSION PER CITY OF CLEARWATER PLANS JOB NO. 7244D-D (OCTOBER 1974)N15°19'18"W143.51'CHORD BEARING=N27°37'24"W CHORD DISTANCE=453.77' CENTRAL ANGLE=024°36'11" ARC=457.27' RADIUS=1064.89' N19°47'25"W 4.64' N09°56'33"E 22.72' S88°29'57"E 153.21' S00°45'45"W 6.11' N80°30'23"E 32.02'S88°29'57"E 365.28'S01°36'03"W174.39'S86°50'12"E 23.71' S00°16'33"W 55.26' S88°25'09"E 350.43' S00°06'32"W 304.45' S89°20'12"W 672.15 271.01'387.07'N00°06'32"E 300.96'S89°20'12"W 658.08'N00°06'37"E 285.80'S88°25'09"E 56.15' 19.41' 331.02'N87°42'36"W 360.92' S87°42'36"E 360.70' N01°09'01"W 53.05'S01°09'01"E48.90'S34°29'29"W 31.33' S00°06'32"W 17.71' S00°06'32"W 10.08' N34°29'29"E 49.16' L1 L2 L3 L4 L5 L6N00°06'32"E 300.96'S89°20'12"W 658.08'N00°06'37"E 285.80'S88°25'09"E 56.15' N87°42'36"W 360.92' S87°42'36"E 360.70' N01°09'01"W 53.05'S01°09'01"E48.90'S34°29'29"W 31.33' S00°06'32"W 17.71' S00°06'32"W 10.08' N34°29'29"E 49.16' L1 L2 L3 L4 L5 L6(SECTION LINE TOTAL - SEAWALL NLD TO IRON ROD) MATCH LINE - SEE SHEET 3 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1242 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Approve a one-year Lease with Christofi and Gimbel, Holdings, LLC., (Lessor) and the City of Clearwater (Lessee) for office space located at 1255 Cleveland Street located in Clearwater, FL in the not to exceed amount of $205,000.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: Considerable efforts have been expended over the last ten months planning for the city staff relocation in support of the Municipal Services Building (MSB) Renovation project (23-0035-EN). This proposed lease supports relocation of 60 city staff (out of 265 total) currently working out of the MSB. It was shared previously with Council that allowing Ajax Builders to have the entire building saves approximately $1 million dollars in construction costs and three months of construction duration in addition to reduced negative impacts to employee health, safety and productivity caused by working in a building partially under construction. Impacts of working in a partially occupied building would include considerable noise, dust and periodic power and equipment outages. The proposed lease was the most economical of those found while meeting operational and customer service needs. The space is full-service at around $21 price per square foot (ppsf), includes furniture, valued at ~ $75,000 and requires no buildout. Over ten other locations were considered and analyzed with costs ranging from $16.50 to $27 ppsf with most requiring a wide range of renovations and upgrades, higher total lease costs, and need for furniture relocation or rental. County space required significant city reimbursement for air condition upgrades or did not provide adequate space due to the County’s current occupation. Lease space was minimized by leveraging city-owned facilities. The Public Communications Department will relocate to available space the City is currently leasing at 600 Cleveland Street. The remaining ~195 MSB occupants, will relocate to existing city-owned space including the Main Library, Main Police Department building, Clearwater Gas Complex, Fire Station 48 training space, Countryside (District 3) Police Substation, the Marshall Street WRF lab space and the old Countryside Library. The project Owner's Representative, working with a move company, was able to procure used office furniture for these city-spaces, saving ~$75,000 versus purchasing and saving more when compared to rental furniture costs. Some of the existing furniture from the MSB will be relocated. The remainder MSB furniture will be auctioned/salvaged per procurement guidelines. Presented lease location: 1255 Cleveland Street rental costs and particulars. This lease represents the entire 3rd floor of the building, totaling 7761 square feet (SF) of pre-staged office space. At no additional charge, this location represents tremendous cost savings from already being pre-staged with the majority of needed office fixtures only to require the City to install its IT facilities. This is a turn-key, full-service Class A office space building. This full-service lease includes all necessary utilities at $20.93 per square foot with extended Building access 7am - 8pm. $13,535.00 - monthly lease rent or $162,420.00 unadjusted annual lease rent. $700.00 - set aside for monthly excess fees or $8,400.00 annually (for additional utilities or parking if applicable). $13,535.00 - one time Security Deposit, refundable at lease competition. Page 1 City of Clearwater Printed on 11/5/2024 File Number: ID#24-1242 $184,355.00 - total not to exceed lease cost. $205,000.00 - requested lease approval amount not to exceed. Upon Council approval, the first month's rent ($13,535.00) plus security deposit ($13,535.00) totaling ($27,070.00 total) will be due to the building owner (lessor). The building owner (lessor) has already pre-scheduled the needed I/T connections for a seamless City staff transition. Lease was reviewed and approved by Public Works and the City Attorney Departments. APPROPRIATION CODE AND AMOUNT: ENGF230001-MISC-LEASE Funds are available in capital improvement project ENGF230001, MSB Renovation, to fund this lease. This project is funded by the General Fund. STRATEGIC PRIORITY: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive, and engaged communities. Page 2 City of Clearwater Printed on 11/5/2024 TERM SHEET Rental Monies Rent: Monthly $13,535.00 / Annual $162,420.00 plus Bldg Services & Sec Dep. Security Deposit: $13,535.00 due upon City approval. Building Services: 7am – 6pm normal hours. After hours $35hr @ 3hrs per day $2,100 month or $25,200 annual. Controllable cost. Total Rental Monies Due Upon Approval: 1st & Security Dep $27,070.00 dollars. Total Proposed Rental Cost: $201,155 dollars. Total Requested Funds: not To Exceed $220,000.00 dollars. Lease Terms Relocation: 56 employees being displaced. Relocated Departments: Parks & Rec, Finance, Risk Mgmt, Procurement, I/T. Rented Space: The entire 3rd Floor 7761sf @ $20.93 ppsf. Term: Twelve (12) months then month-to month upon 30-day Notice until Termination carried forward at the same rent amount. Date of Possession: Date Council approves the Lease and rent payment made. Date of relocation: After I/T & Movers complete installation (2-3 weeks). Termination: After four (4) months upon 30 days written Notice. 1255 Cleveland St., 3rd Floor STANDARD LEASE AGREEMENT THIS LEASE AGREEMENT, made and entered into as of this _____ day of October, 2024 by and between CHRISTOFI & GIMBEL HOLDINGS LLC, a Florida Limited Liability Company whose address is 1255 Cleveland Street, # 400, Clearwater, Florida 33755, (hereinafter referred to as the "Landlord") and the CITY OF CLEARWATER, FLORIDA, a Florida Municipal Corporation, P.O. Box 4748, Clearwater, Florida 33758-4748 (hereinafter referred to as the "Tenant"). 1. PREMISES A. For the rents and upon the terms and conditions hereinafter set forth, Landlord hereby leases to Tenant and Tenant hereby rents from Landlord, that certain office space designated as Floor 3 (Suite 300 Space) comprising approximately 7,761 square feet of rentable area, as defined herein, (hereinafter referred to as the “Premises” or "Demised Premises"), located within the main building located at 1255 Cleveland St. (hereinafter referred to as the "Building"), rentable area shall be the area actually occupied and used exclusively by the Tenant. Tenant shall also have access to all Common Areas (as hereinafter defined) of the Building. Common Areas shall consist of all areas and facilities within the Building that are not designated by the Landlord for the exclusive use of Tenant, any other lessee or other occupant of the Building, including but not limited to; entrances, exits, sidewalks, loading areas, landscaped areas, open areas, service drives, walkways, atriums, courtyards, ramps, hallways, stairs, washrooms that are open to the public generally, lobbies, elevators, common trash areas, vending and mail areas, common pipes, conduits, wires and appurtenant equipment, maintenance and utility rooms and closets, exterior lighting, exterior utility lines, and parking areas located at the Premises. NOTWITHSTANDING THE FORGOING DEFINITION OF PREMISES, THE PREMISES SHALL NOT INCLUDE THE MECHANICAL CLOSET LOCATED ON THE EAST WALL OF THE 3RD FLOOR AND LANDLORD SHALL HAVE ACCESS TO SAID MECHANICAL CLOSET DURING THE LEASE TERM. 2. TERM A. The term of the Lease shall be for a period of one (1) year (“Initial Term”), commencing on the 1st day of November 2024 (“Term Commencement Date”) and expiring at midnight on the 31st day of October 2025 (“Termination Date”) unless the Term shall be sooner terminated as provided for herein. B. Tenant’s Option to Renew Lease with Periodic Tenancy. Landlord hereby covenants with the Tenant, that if Tenant is not in default under the terms of this Lease beyond all applicable notice and cure periods, has paid all sums required pursuant to the Lease and performs all material provisions on the part of the Tenant to be paid, rendered, observed and performed as of the date of Tenant's Notice to exercise its election to renew, the Landlord agrees to grant Tenant a month-to-month, periodic tenancy, which shall renew with the acceptance of monthly rent payments upon the expiration of the Initial Term. Landlord shall provide Tenant with ninety (90) days written notice in order to terminate the Periodic Tenancy. Tenant shall notify Landlord thirty (30) days in advance if exercising the option to renew with a periodic tenancy. Notwithstanding the above, if Tenant elects not to exercise its option to renew, failure to so notify Landlord shall be deemed a non-renewal of this lease, and the option shall become null and void. For purposes of this Lease, “Term” means the Initial Term and all renewal terms exercised. 3. TENANT USE AND MAINTENANCE Tenant covenants that the Premises will be continuously used and occupied during the full term of this Lease for the purpose(s) of general office use and will not use and occupy the Premises for any other purpose without the prior written consent of Landlord, not to be unreasonably withheld, conditioned, or delayed. In the event that the Property is part of a larger building or group of buildings, Tenant and others claiming by or under Tenant shall have the right, in common with Landlord and all others to whom Landlord may from time to time grant rights, to use the common areas of such building (including but not limited to parking areas, driveways, passages, hallways, walkways and sidewalks) for their intended purposes, subject to such uniform and reasonable rules and regulations as Landlord may from time to time impose, including without limitation the designation of specific areas in which cars owned by Tenant, its concessionaires, officers, employees and agents must be parked. Tenant shall upon request furnish to Landlord the license number of cars operated by Tenant and its concessionaires, officers, employees and agents. Tenant agrees that it will abide by, keep and observe all reasonable rules and regulations which Landlord may make from time to time for the management, safety, care, and cleanliness of the buildings and grounds, the parking of vehicles and the preservation of good order therein as well as for the convenience of other occupants and tenants of the buildings, and to use its best efforts to cause its concessionaires, officers, employees, agents and invitees to comply with same. The violation of any of such rules and regulations or failure of Tenant to use its best efforts to cause compliance therewith by its concessionaires, officers, employees, agents and invitees shall be deemed a material breach hereof by Tenant. The initial rules and regulations, subject to modification as Landlord may desire, are attached hereto as Exhibit "A" and made a part hereof. Landlord shall not be liable for the failure of any tenant, its concessionaires, officers, employees, agents or invitees to conform to the rules and regulations, provided that the rules and regulations are not applied or enforced in a discriminatory manner by Landlord. Landlord shall not be liable for damage to or loss of any vehicle stored or parked on the premises, nor for any part or accessory of such vehicle, nor for any property of any kind stored or left in said space or vehicle. Tenant shall keep the interior, non-structural portions of the Premises, the non-structural elements of all doors and entrances, and included furnishings in good clean order, condition and repair, and shall deliver same to Landlord at the termination of this Lease in good order and condition, ordinary wear and tear excepted. Landlord, at Landlord’s expense, shall be responsible for general maintenance of the interior and exterior, trash collection, electric utilities, building insurance, and grounds maintenance, water and sewer services, and janitorial services, as further described herein. 4. RENT 4.1 Rent Payment and Proration. All rental payments due hereunder shall be paid without notice or demand, and without abatement, deduction or setoff for any reason unless specifically provided herein. Rent for any period during the term hereof which is for less than one month shall be a pro rata portion of the monthly rent installment based on the number of days in such period and the number of days in the month in question. Rent shall be payable in lawful money of the United States to Landlord at the address stated herein or to such other persons or at such other places as Landlord may designate in writing. 4.2 Rent will be due on the Term Commencement Date (TCD). Tenant shall pay to Landlord as rent for the Property for the term of the Lease an amount equal to $13,535.00 per month, for the Term of this Lease. If Tenant elects to renew under a periodic tenancy, the amount shall remain the same. 4.3 If Tenant shall fail to pay the Rent when due, or any other payments which may become due as provided for herein, such payments shall be due and payable in accordance with the Florida Local Government Prompt Payment Act, Florida Statute Chapter 218, ss. 218.70 - 218.80 (2017). Interest rates as provided for therein shall constitute the “Default Rate”. 4.4 No Waiver. The acceptance by the Landlord of monies from the Tenant as rent or other sums due shall not be an admission of the accuracy or the sufficiency of the amount of such rent or other sums due nor shall it be deemed a waiver by Landlord of any right or claim to additional or further rent or other sums due. 5. BUILDING SERVICES Landlord shall provide and pay for all charges associated with such provision in the Building: (A) Restroom and drinking facilities on each floor of the Building; (B) Water, sewer, electricity, gas, and other utilities supplied to the Premises. Heating and air-conditioning shall be provided in season, Monday through Friday during the hours of 7:00 a.m. to 6:00 p.m. (exclusive of legal holidays), and at such temperatures and in such amounts as are commercially reasonable and customary for other Class A office buildings in downtown Clearwater, Florida; above standard or after hours services shall be furnished at $35.00 per hour, only if so requested by Tenant and approved by Landlord, and Tenant shall bear the entire cost of such above standard service. Said rate shall be adjusted annually by Landlord, based upon the Duke Energy power rate to the building; (C) Elevator service; (D) Janitorial service after standard business hours five (5) days a week (except legal holidays). Landlord shall use reasonable efforts when selecting vendors to provide janitorial services in an effort to secure vendors with honest and efficient employees. Tenant agrees to report promptly to Landlord any neglect of duty or any incivility on the part of such vendors which in any way interferes with the full enjoyment of the Premises by the Tenant. (E) Electrical current for ordinary purposes connected with the aforesaid use of the Premises. (F) Electrical lighting service for the Premises, as well as all public areas and special service areas of Building in the manner and to the extent commercially reasonable and customary for other Class A office buildings in downtown Clearwater, Florida. (G) At Landlord’s expense, Landlord shall maintain, repair and replace as necessary, all portions of the Premises that are not tenant’s responsibility under paragraph 3, including but not limited to, the roof, foundations, floor slabs, columns, exterior walls, imbedded utility lines, gutters, downspouts and subfloors, HVAC, parking lot, driveways, sidewalks, landscaping, and all other exterior and structural elements, so as to keep the same in good order and repair throughout the Term of the Lease, ordinary wear and tear excepted. (H) Landlord shall, at its own expense, keep the Demised Premises free from infestation by termites, rodents, and other pests and shall repair all damage caused to the Demised Premises by the same during the Term. In the event any utility is disrupted through no fault of Tenant, to such an extent that Tenant cannot, in its reasonable discretion, operate for a period of more than forty-eight (48) hours, the Rent payable under this Lease shall abate during the remaining disruption. However, Tenant agrees that failure by Landlord to any extent to furnish, or any stoppage of, these defined services, resulting from causes beyond the control of Landlord or from any other cause (including without limitation, the unavailability of fuel or energy or any applicable laws, rules or regulations relating thereto), shall not: render Landlord liable in any respect for damages to either person or property; be construed as an eviction of Tenant; cause an abatement of rent; or relieve Tenant from fulfillment of any covenant or agreement hereof. Should any Building equipment or machinery breakdown or, for any cause, cease to function properly, Landlord shall use reasonable diligence to repair the same promptly, but Tenant shall have no claim for rebate of rent or damages on account of interruptions in service occasioned thereby or resulting therefrom other than as provided for above; and Landlord shall incur no liability whatsoever for any loss, damage or interruption of services caused by a strike or labor stoppage (whether such shall involve employees of Landlord or others), interruptions of transportation, unavailability of materials, parts, machinery or supplies, acts of God, or other causes beyond Landlord's control. 6. PEACEFUL ENJOYMENT Tenant shall, and may peacefully, have, hold and enjoy the Premises subject to the other terms hereof, and provided Tenant pays the rentals herein recited and Tenant also hereby covenants and agrees to comply with all the rules and regulations of the Board of Fire Underwriters, Officers or Boards of the City, County and State having jurisdiction over the Premises, and with all ordinances and regulations of governmental authorities wherein the Premises are located, at Tenant's sole cost and expense, but only insofar as any of such rules, ordinances and regulations pertain to the manner in which the Tenant shall use the Premises; the obligation to comply in every other case and also all cases where such rules, regulations and ordinances require repairs, alterations, changes or additions to the Building (including the Premises, but not caused by Tenant's use thereof) or Building equipment, or any part of either, being hereby expressly assumed by Landlord, and Landlord covenants and agrees to comply with all such rules, regulations and ordinances with which Tenant has not herein expressly agreed to comply. 7. PAYMENTS; SURVIVAL Notwithstanding any other provision or term hereunder, all payments due hereunder shall be made in accordance with the Florida Local Government Prompt Payment Act, Florida Statutes, Chapter 218, ss. 218.70 - 218.80 (2017). Tenant will pay all rents and sums provided to be paid Landlord hereunder at the time and in the manner herein provided. Time is of the essence as regards to all rents and other sums provided herein to be paid to Landlord by Tenant. Any and all monetary obligations of Tenant under the terms hereof shall be deemed to be rent, and to the extent accrued shall survive expiration or termination of the term hereof. 8. REPAIRS AND REENTRY Tenant will, at Tenant's own cost and expense, repair or replace any damage or injury done to the Building, the Premises, or any part thereof, caused by Tenant or Tenant's agents, employees, invitees, or visitors. If Tenant fails to make such repairs or replacements promptly, not to exceed thirty (30) days from the date of occurrence, Landlord may, at its option, make such repairs or replacements, and Tenant shall repay the cost thereof to Landlord on demand. Tenant will not commit or allow any waste or damage to be committed on any portion of the Premises or the Building and shall at the termination of the Lease, by lapse of time or otherwise, deliver the Premises to Landlord broom clean and in as good condition as existed at the date of possession of Tenant, ordinary wear and tear excepted, and upon such termination of this Lease, Landlord shall have the right to reenter and resume possession of the Premises. 9. ALTERATIONS AND IMPROVEMENTS Tenant shall not otherwise make or allow to be made any alterations or physical additions in or to the Premises without first obtaining the written consent of Landlord. Any alterations, physical additions or improvements to the Premises made by Tenant shall at once become the property of the Landlord and shall be surrendered to Landlord upon the termination of this Lease. Landlord, at its option, may require Tenant to remove any physical additions that were not approved by Landlord and repair any alterations in order to restore the Premises to the condition existing prior to the time Tenant took possession, all costs of removal and alterations to be borne by Tenant. This clause shall not apply to movable equipment or furniture owned by Tenant which may be removed by Tenant at the end of the term of this Lease if Tenant is not then in default and if such equipment and furniture is not then subject to any other rights, liens and interests of Landlord; however, Tenant shall be responsible for any damage caused to the Premises resulting from the removal of any physical additions. 10. ASSIGNMENT OR SUBLEASE Landlord shall have the right to transfer and assign, in whole or part, its rights and obligations in the Building and property that are the subject of this Lease. Tenant shall not assign this Lease or sublet all or any part of the Premises without the prior written consent of the Landlord, which shall not be unreasonably withheld, conditioned, or delayed. In the event Tenant shall assign or sublet the Property or request the consent of Landlord to any assignment or subletting or if Tenant shall request the consent of Landlord for any act Tenant proposes to do, then Tenant shall pay Landlord's reasonable attorney's fees and costs incurred in connection with each such request. Landlord shall have the option, upon receipt from Tenant of written request for Landlord's consent to subletting or assignment, to cancel this Lease as of the date the requested subletting or assignment is to be effective, and the Tenant shall have no further obligation under this Lease. The option shall be exercised, if at all, within fifteen (15) days following Landlord's receipt of written notice of Tenant’s intent to assign, by delivery to Tenant of written notice of Landlord's intention to allow exercise of the option. In the event of any assignment or subletting, Tenant shall nevertheless at all times, remain fully responsible and liable for the payment of the rent and for compliance with all of its other obligations under the terms, provisions and covenants of this Lease. Upon the occurrence of an "Event Of Default" (as defined below), if all or any part of the Premises are then assigned or sublet, Landlord, in addition to any other remedies provided by this Lease or provided by law, may, at its option, collect directly from the assignee or subtenant all rents becoming due to Tenant by reason of the assignment or sublease, and Landlord shall have a security interest in all properties on the Premises to secure payment of such sums, which shall be applied and offset against any and all amounts due and owing by Tenant. Any collection directly by Landlord from the assignee or subtenant shall not be construed to constitute a novation or a release of Tenant from the further performance of its obligations under this Lease. In the event that Tenant shall sublease the Premises for a rental in excess of the Base Rent due hereunder from Tenant to Landlord, then, notwithstanding any other provision contained in this Lease to the contrary, the Base Rent provided for in Paragraph 4 of this Lease shall automatically be increased during the term of such sublease to a sum equal to the amount of rent payable under such sublease. In the event that Tenant shall receive any valuable consideration for an assignment or sublet of the Tenant's interest in this Lease, then, notwithstanding any other provision contained in this Lease to the contrary, Tenant shall pay to Landlord as additional rent hereunder the amount of consideration thereby received. 11. LEGAL USE AND VIOLATIONS OF INSURANCE COVERAGE Tenant will not occupy or use, or permit any portion of the Premises to be occupied or used, or do or permit to be done anything in or about the Building, for any business or purpose which is unlawful or immoral, in part or in whole, or deemed to be hazardous in any manner, or which will be disreputable or harmful to the character or reputation of the Building or which will be bothersome to other tenants of the Building or visitors to the Building, or which will be a nuisance. Tenant will not do anything or permit anything to be done in or about the Premises or Building which will in any way increase the rate of insurance on the Building and/or its contents; and in the event that, by reason of acts or omission of Tenant there shall be an increase in rate of any insurance on the Building or its contents, then Tenant hereby agrees to pay such increase in full and to remedy such condition upon five (5) days written demand by Landlord. 12. INDEMNITY LIABILITY Except as hereinafter provided in this paragraph 12, and more specifically, subject to the sovereign immunity protections afforded Tenant by law including but not limited to the limitations of Florida Statute 768.28, and subject to the waivers in Paragraph 27, Tenant hereby agrees to indemnify and hold harmless Landlord of and from any and all fines, suits, claims, demands and actions of any kind (including expenses and attorney's fees) by reason of any breach, violation, or nonperformance of any condition hereof, including failure to abide by the Rules of the Building or any act or omission on the part of the Tenant, its agents, invitees, or employees. Tenant is familiar with the Premises and, subject to Landlord performing its construction and maintenance obligations as set forth in this Lease, acknowledges that they are received by Tenant in good state of repair and accepted by Tenant in the condition in which they are now or shall be when ready for occupancy and that Landlord has not made any representations as to the Premises except as set forth herein. Landlord and Tenant agree that nothing contained herein, including the foregoing, shall be construed or interpreted as (i) denying to either party any remedy or defense available to such party under the laws of the State of Florida; (ii) the consent of Tenant or its agents and agencies to be sued; or (iii) a waiver of either Tenant’s sovereign immunity beyond the limited waiver provided in section 768.28, Florida Statutes. 13. RULES OF BUILDING Tenant and Tenant's agents, employees, invitees and visitors shall comply fully with all requirements of the Rules of the Building, which may be made by Landlord as provided below. A copy of such rules shall be furnished to Tenant and such rules may be changed or amended by Landlord from time to time without either prior notification to Tenant or Tenant's consent, however, such Rules shall not unreasonably interfere with Tenant’s peaceful enjoyment or intended use of the Demised Premises. The present version of said rules are printed on a separate schedule, which is attached to this Lease as Exhibit "A" attached hereto and incorporated herein. Rules of the Building may only be substantially changed upon an Event of Default and only to the extent necessary to avoid a recurrence of such default for the remainder of the Lease Term. 14. ENTRY FOR REPAIRS AND INSPECTION Tenant will permit Landlord or its officers, agents or representatives the right to enter into and upon any and all parts of the Premises, upon reasonable advance notice to Tenant, and at all reasonable hours to inspect same or clean or make repairs or alterations or additions as Landlord may deem necessary or desirable, and Tenant shall not be entitled to any abatement or reduction of rent by reason thereof; provided, however, that nothing herein requires Landlord make any such repairs or alterations. Landlord shall be entitled to enter upon the Premises at any time to make emergency repairs. Tenant hereby waives any claims for damages for any injury of or interference with Tenant's business, any loss of occupancy or quiet enjoyment of the Premises, and any other loss occasioned thereby. For each of the aforesaid purposes, Landlord shall at all times have and retain a key with which to unlock all of the doors in, upon and about the Premises, excluding Tenant's vaults and safes, if any, and Landlord shall have the right to use any and all means which Landlord may deem proper to open said doors in an emergency in order to obtain entry to the Premises, and any entry to the Property obtained by Landlord by any of said means shall not under any circumstances be construed or deemed to be a forcible or unlawful entry into, or a detainer of, the Property, or an eviction of Tenant from the Premises or any portion thereof. Landlord’s entry shall not unreasonably interfere with Tenant’s occupancy or use of the Premises. Landlord’s right of entry under this provision does not entitle Landlord to access any of Tenant’s files or records, including all electronic files or records. 15. USE OF BUILDING NAME Tenant shall not, except to designate Tenant's business address (and then only in a conventional manner and without emphasis or display) use the name of the Building or any simulation or abbreviation of such name for any purpose whatsoever. Landlord reserves the right to change the name of the Building at any time. Tenant will discontinue using such name and any simulation or abbreviation thereof for the purpose of designating Tenant's business address within thirty (30) days after Landlord shall notify Tenant that the Building is no longer known by such name. 16. GRAPHICS Landlord shall provide and install, at Tenant’s cost, all initial signs, letters and numerals on entry doors to the Premises. All such signs, letters and numerals shall be in the standard graphics for the Building and reasonably acceptable to Landlord, and no others shall be used or permitted on the Premises without Landlord's prior written consent, which may be withheld in Landlord's sole discretion. Pylon signage shall be at Tenant’s expense and only with the prior written consent of the Landlord. All pylon signage shall be removed by Tenant at lease expiration. 17. SUITE ACCESS Landlord will provide tenants with 24 hour, 7 days a week access to the premises. Landlord agrees to provide Tenant with initial supply of suite keys at no charge. Initial supply shall consist of 2 keys per door lock, however, Tenant shall be permitted to make copies of said keys as necessary to supply to its employees to assure access to the Premises. Any additional keys above the initial supply shall be at the Tenant’s expense. 18. DEFACING PREMISES AND OVERLOADING Tenant shall not place anything or allow anything to be placed on or near any door, partition, wall or window which may be unsightly from outside the Premises, and Tenant shall not place or permit to be placed any article of any kind on any window ledge or on the exterior walls or windows, blinds, shades, awnings or other forms of inside or outside window coverings. No inside or outside window coverings or window ventilators, or similar devices, shall be placed in or about the outside windows in the Premises except to the extent, if any, that the character, shape, color, material and make thereof is first approved by the Landlord, and Tenant shall not do any painting or decorating in the Premises or make, paint, cut or drill into, or in any way deface any part of the Premises or Building without the prior written consent of the Landlord, which may be withheld in Landlord's sole discretion. Tenant shall not overload any floor or part thereof in the Premises, or any facility in the Building or any public corridors or elevators therein, and shall not bring in or remove any large or heavy articles, without Landlord's prior written consent, which may be withheld in Landlord's sole discretion. Landlord may direct and control the locations of safes and all other heavy articles. Furniture and other large or heavy articles, may be brought into the Building, removed therefrom or moved from place to place within the Building only at times and in the manner designated in advance by Landlord. Tenant agrees not to place any load on any portion of the Premises or other portions of the Building or its equipment that would exceed the allowable load limits for the Building, as specified by Landlord. 19. LIABILITY INSURANCE Tenant shall, at its sole cost and expense, obtain and maintain in full force and effect for the mutual benefit of Landlord and Tenant, commercial general liability insurance in the minimum amount of $2,000,000.00, per occurrence, against claims for bodily injury, death or property damage arising out of the use and occupancy of the Premises. A certificate of such insurance or letter of self-insurance shall be furnished to Landlord at the commencement of the Lease term. Tenant shall endeavor to provide at each renewal a certificate of such policy or letter of self-insurance to Landlord at least thirty (30) days prior to the expiration of the policy it renews. Each such policy of insurance shall contain an agreement by the insurer that such policy shall not be canceled without thirty (30) days prior written notice to Landlord. Such insurance may be in the form of general coverage, floater policy, self-insurance or so-called blanket policy issued by insurers of recognized responsibility. Landlord shall, at its sole cost and expense, obtain and maintain in full force and effect for the mutual benefit of Landlord and Tenant, commercial general liability insurance in the minimum amount of $2,000,000.00, per occurrence, against claims for bodily injury, death or property damage arising out of the use and occupancy of the Premises. A certificate of such insurance shall be furnished to Tenant at the commencement of the Lease term. Landlord shall endeavor to provide at each renewal a certificate of such policy to Tenant at least thirty (30) days prior to the expiration of the policy it renews. Each such policy of insurance shall contain an agreement by the insurer that such policy shall not be canceled without thirty (30) days prior written notice to Tenant. Such insurance may be in the form of general coverage, floater policy, self-insurance or so-called blanket policy issued by insurers of recognized responsibility. 20. CASUALTY INSURANCE Landlord shall at all times during the term of this Lease, maintain a policy or policies of insurance with the premiums paid in advance, issued by and binding upon some solvent insurance company, insuring the Building against loss or damage by fire, explosion or other hazards and contingencies for the full insurable value; provided, that Landlord shall not be obligated in any way or manner to insure any personal property (including, but not limited to, any furniture, machinery, goods or supplies) of Tenant or which Tenant may have upon or within the Premises or any fixtures installed by or paid for by Tenant upon or within the Premises. Landlord shall endeavor to provide at each renewal a certificate of such policy to Tenant at least thirty (30) days prior to the expiration of the policy it renews. Each such policy of insurance shall contain an agreement by the insurer that such policy shall not be canceled without thirty (30) days prior written notice to Tenant. Tenant shall, at all times during the term of this Lease, at Tenant's expense, self-insure or maintain a policy or policies of insurance with the premiums paid in advance, insuring Tenant's furniture, machinery, goods or supplies, furnishings, removable floor coverings, trade equipment, signs and all other decorations placed by Tenant in or upon the Premises, for the full insurable value thereof. Any additional improvements which Tenant may construct, or which Landlord may construct for Tenant on the Premises, which shall become a non-removable part of the Premises or other fixture which legally becomes a part of the Premises, not permitted to be removed by the tenant, shall be insured by the Landlord. 21. WORKER’S COMPENSATION INSURANCE Tenant and Landlord shall each maintain and keep in force all employees' workers’ compensation insurance as required under the laws of the State of Florida. 22. CONDEMNATION If the Premises, or any part thereof, or any interest therein, be taken by virtue of (or sold under threat of) eminent domain or for any public or quasi-public use or purpose, this Lease and the estate hereby granted, at the option of the Landlord, shall terminate as of the date of such taking. If any part of the Building other than the Premises be so taken, the Landlord shall have the right to terminate this Lease at the date of such taking or within six (6) months thereafter by giving the Tenant thirty (30) days prior written notice of the date of such termination. Any interest which Tenant may have or claim to have in any award resulting from the condemnation proceeding shall be limited to removal expenses for Tenant's furniture, movable fixtures, and other personal property, which shall not diminish Landlord's award. Tenant specifically waives any other award resulting from the condemnation proceeding. If by any lawful authority through condemnation or under power of eminent domain: (a) the whole of the Premises shall be taken; (b) less than the entire Premises shall be taken, but the remainder of the Premises are not, in reasonable judgment, fit for the Tenant to carry on its business therein; (c) there is substantial impairment of ingress or egress from or to the premises; or (d) all or any portion of the Common Areas, if any, shall be taken resulting in a material interference with the operations of Tenant’s business, then in any such event, Tenant may terminate the Lease, effective as of the date of such taking, and the Rent and other sums paid or payable hereunder shall be prorated as of the date of such termination. 23. LOSS OR DAMAGE If the Premises, the Building or any systems or common areas serving the Premises are damaged by fire or other casualty, the Landlord shall within forty-five (45) days of such casualty notify the Tenant (“Landlord’s Notice”) whether Landlord elects to restore the damages, and if so, whether in the reasonable determination of the Landlord the damage can be repaired within one hundred twenty (120) days of such notice (“Restoration Period”). If Landlord elects not to repair the damage, then this Lease will terminate effective as of the date of the casualty and the rent shall be prorated as of that date. If Landlord elects to repair the damage and (i) the damage substantially interferes with Tenant’s ability, in its reasonable judgment, to conduct its business therefrom, or (ii) if the repairs and restoration cannot be completed within the restoration period as determined by Landlord, then Tenant may, at its option, within thirty (30) days of the receipt of Landlord’s Notice, terminate this Lease effective as of the date of the casualty and the rent shall be prorated as of that date. If Landlord has elected to make repairs and if Tenant has not exercised its right to terminate as set forth above, the landlord shall within thirty (30 days from the date of the Landlord’s Notice, commence repairs and restoration and proceed with all due diligence to restore the damaged areas to substantially the same condition in which they were in immediately prior to the occurrence of casualty. For such time period as tenant cannot, in its reasonable judgment, conduct its business from the Premises as a result of the condition of the Premises, the common Areas or the Building, or caused by the interruption thereof because of reconstruction activities, the Rent shall abate. To the extent and during the time that only a portion of the Premises is tenantable and to the extent that Tenant is able in its reasonable judgment to conduct its business therefrom, the Tenant shall receive a fair diminution of Rent. In the event the Landlord fails to deliver to the Tenant a Landlord’s Notice within the required forty-five (45) day period, the Tenant shall have the right to terminate this lease as of the date of the casualty. Landlord shall have no obligation to restore fixtures, improvements, furniture, equipment or other property of the Tenant. Landlord shall not be liable or responsible for any loss or damage to any property or person occasioned by theft, fire, water, wind, vandalism, rain, snow, leakage of Building or sprinkler system, act of God, public enemy, injunction, riot, strike, insurrection, war, court order, requisition or order of governmental body or authority, unavailability of fuel or energy, or other matter beyond the control of Landlord, or for any damage or inconvenience which may arise through repair or alteration of any part of the Building, or failure to make such repairs, or from any cause whatever, unless caused solely by Landlord's gross negligence; provided, however, that nothing in this paragraph shall diminish or reduce Landlord’s maintenance and repair, restoration, and insurance obligations as specifically set forth in this Lease. 24. ABANDONMENT If the Premises are abandoned by Tenant, Landlord shall have the right, but not the obligation, to relet the Premises for the remainder of the period covered hereby; and if the rent is not received through such reletting at least equal to the rent provided for hereunder, Tenant shall pay and satisfy any deficiencies between the amount of the rent called for and that received through reletting, and all expenses incurred by such other reletting, including, but not limited to the cost of realtor's fees, renovating, and altering and decorating for a new occupant. Nothing herein shall be construed as in any way denying Landlord the right, in case of abandonment of the Premises, or other breach of this Lease by Tenant, to treat the same as an entire breach of this Lease and any and all damages occasioned Landlord thereby, or pursue any other remedy provided by law or this Lease. 25. HOLDING OVER In case of holding over by Tenant after expiration or termination of this Lease without Landlord's prior written consent, Tenant will pay as rent for each month or part thereof, during such holdover period, the higher of (i) the then prevailing market rate as determined by Landlord in its absolute discretion, or (ii) twice the rent provided in Paragraphs 4(A)above. No holding over by Tenant after the term of this Lease without the written consent of Landlord shall operate to extend the Lease. In addition to the foregoing, Landlord, at Landlord's sole option, shall also have the right to serve written notice upon Tenant that such hold over constitutes a renewal of this Lease for one (1) year. Tenant also agrees to pay Landlord all damages sustained by Landlord resulting from retention of possession by Tenant, including the loss of any proposed subsequent lessee for any portion of the Premises. The provisions of this paragraph shall not constitute a waiver by Landlord of any right of reentry as herein set forth, nor shall receipt of any rent or other act in apparent affirmance of the tenancy operate as a waiver of the right to terminate this Lease for a breach of any of the terms, covenants, or obligations herein on Tenant's part to be performed. 26. LOSS BY FIRE OR OTHER CAUSES Tenant shall, in case of fire, or loss or damage to the Premises from other cause, give immediate notice thereof to Landlord. If the Premises shall be damaged by fire or other casualty the damages shall be repaired by and at the expense of Landlord and the rent, until such repairs shall be made, shall be apportioned according to the part of the Premises which is usable by Tenant. Landlord agrees, at its expense, to repair promptly any damage of the Premises except that Tenant agrees to repair and replace its own furniture, furnishings, fixtures, personal property, and equipment, and except that, if such damage is so extensive that the replacement of more than fifty percent (50%) of the Building be required, then and in that event, at the option of Landlord and by giving written notice to Tenant within forty-five (45) days after said occurrence or damage, this Lease will be canceled and of no force and effect from and after the date of such notice. No penalty shall accrue for reasonable delay which may arise by reason of adjustment of insurance on the part of Landlord, and for reasonable delay on account of causes beyond Landlord's control (such as described in Paragraphs 5 and 20 hereof). 27. WAIVER OF SUBROGATION RIGHTS Anything in this Lease to the contrary notwithstanding, Landlord and Tenant each hereby waives any and all rights of recovery, claim, action or cause of action against the other, its agents, officers or employees, for any loss or damage that may occur to the Premises, or any improvements thereto, or the Building of which the Premises are a part, or any improvements thereto, or any personal property of such party therein, by reason of fire, the elements, or any other cause(s) which are insured against under insurance policies referred to in Paragraph 20 hereof, regardless of cause or origin, including negligence of the other party hereto, its agents, officers, or employees. Landlord and Tenant will both exert their best efforts to cause all insurance policies to include an endorsement to affect the provisions of this Paragraph. 28. ATTORNEY'S FEES If suit is instituted between Landlord and Tenant with respect to this Lease or the Premises or any matter arising out of or relating to this Lease, the prevailing party shall be entitled to reimbursement from the non-prevailing party for all reasonable attorney’s fees and costs incurred at the trial level and at all levels of appeal. 29. AMENDMENT OF LEASE This agreement may not be altered, changed, or amended, except by an instrument in writing, signed by all parties hereto. 30. TRANSFER OF LANDLORD'S RIGHTS AND LIMITATION OF LIABILITY Landlord shall have the right to transfer and assign in whole or in part all and every feature of its rights and obligations hereunder and in the Building and property referred to herein. Such transfers or assignments may be made either to a corporation, partnership, trust, individual or group of individuals, and, howsoever made, are to be in all things respected and recognized by Tenant. In the event of any transfer of title to such fee, the Landlord herein shall be automatically freed and relieved from all personal liability with respect to performance of any covenant or obligation on the part of Landlord, provided any Security Deposits or advance rents held by Landlord are turned over to the grantee and said grantee assumes, subject to the limitation of this Lease paragraph, all the terms, covenants and conditions of this Lease to be performed on the part of Landlord, it being intended hereby that the covenants and obligations contained in this Lease on the part of Landlord shall, subject as aforesaid, be binding on Landlord, its successors and assigns, only during their respective successive periods of ownership. Notwithstanding anything to the contrary contained in this Lease, it is agreed and understood that Tenant shall look solely to the estate and property of the Landlord in the land and Buildings comprising the Real Property of which the Premises is a part for the enforcement of any judgment (or other judicial decree) requiring the payment of money by Landlord to Tenant by reason of any default or breach by Landlord in the performance of its obligations under this Lease, it being intended hereby that no other assets of Landlord shall be subject to levy, execution, attachment or other such legal process for the enforcement or satisfaction of the remedies pursued by Tenant in the event of such default or breach. 31. DEFAULT BY TENANT The following shall be deemed to be events of default under this Lease: (A) Tenant shall fail to pay when due any installment of rent or any other payment required pursuant to this Lease. (B) Tenant shall access premises illegally. (C) Tenant shall vacate or abandon any substantial portion of the Premises. (D) Tenant shall fail to comply with any term, provision or covenant of this Lease, other than the payment of rent, or other sum required hereunder and the failure is not cured within thirty (30) days after written notice to Tenant. (E) Tenant shall file a petition or be adjudged bankrupt or insolvent under the Bankruptcy Reform Act of 1978, as amended, or any similar law or statute of the United States or any state; or a receiver or trustee shall be appointed for all or substantially all of the assets of Tenant; or Tenant shall make a transfer in fraud of creditors or shall make an assignment for the benefit of creditors; or the attachment, execution or other judicial seizure of all or a substantial portion of Tenant's assets located at the Premises or of Tenant's interest in this Lease; or the entry of a judgment against Tenant which affects Tenant's ability to conduct its business in the ordinary course; provided, however, to the extent that any provision of this Subparagraph 31(E) is contrary to any applicable law, such provision shall be of no force or effect to such extent only. (F) Tenant shall do or permit to be done any act which results in a lien being filed against the Premises which it does not discharge within thirty (30) days. (G) The discovery by Landlord that any financial statement, warranty, representation or other information given to Landlord by Tenant, any assignee of Tenant, any subtenant of Tenant, any successor in interest of Tenant or any guarantor of Tenant's obligation hereunder, in connection with this Lease, was materially false or misleading when made or furnished. 32. REMEDIES FOR TENANT'S DEFAULT All rights and remedies of the Landlord herein enumerated in the event of default shall be cumulative and nothing herein shall exclude any other right or remedy allowed by law. In the event of any default or breach hereof by Tenant, Landlord may (but shall not be obligated) at any time thereafter, with or without notice or demand and without limiting Landlord in the exercise of any right or remedy which Landlord may have by reason of such default or breach: A. Terminate Tenant's right to possession of the Premises by any lawful means, in which case this Lease shall terminate and Tenant shall immediately surrender possession of the Premises to Landlord. In such event Landlord shall be entitled to recover from Tenant all damages incurred by Landlord by reason of Tenant's default, including accrued rent, the cost of recovering possession of the Premises, expenses of reletting, including necessary renovation and alteration of the Premises, reasonable attorney's fees and any real estate commission actually paid; B. Reenter and take possession of the Premises and relet or attempt to relet same for Tenant's account, holding Tenant liable in damages for all expenses incurred by Landlord in any such reletting and for any difference between the amount of rents received from such reletting and those due and payable under the terms hereof. In the event Landlord relets the Premises, Landlord shall have the right to lease the Premises or portions thereof for such periods of time and such rentals and for such use and upon such covenants and conditions as Landlord, in its sole discretion, may elect, and Landlord may make such repairs and improvements to the Premises as Landlord may deem necessary. Landlord shall be entitled to bring such actions or proceedings for the recovery of any deficits due to Landlord as it may deem advisable, without being obliged to wait until the end of the term, and commencement or maintenance of any one or more actions shall not bar Landlord from bringing other or subsequent actions for further accruals, nor shall anything done by Landlord pursuant to this Subparagraph 32(B) limit or prohibit Landlord's right at any time to pursue other remedies of Landlord hereunder; C. Declare all rents and charges due hereunder immediately due and payable, and thereupon all such rents and fixed charges to the end of the term shall thereupon be accelerated, and Landlord may, at once, take action to collect the same by distress or otherwise. In the event of acceleration of rents and other charges due hereunder which cannot be exactly determined as of the date of acceleration and/or judgment, the amount of said rent and charges shall be calculated in accordance with the provisions of this Lease; D. Perform any of Tenant's obligations on behalf of Tenant in such manner as Landlord shall deem reasonable, including payment of any moneys necessary to perform such obligation or obtain legal advice, and all expenses incurred by Landlord in connection with the foregoing, as well as any other amounts necessary to compensate Landlord for all detriment caused by Tenant's failure to perform which in the ordinary course would be likely to result therefrom, shall be immediately due and payable from Tenant to Landlord, with interest at the Default Rate; such performance by Landlord shall not cure the default of Tenant hereunder and Landlord may proceed to pursue any or all remedies available to Landlord on account of Tenant's default; if necessary Landlord may enter upon the Property after ten (10) days' prior written notice to Tenant (except in the case of emergency, in which case no notice shall be required), perform any of Tenant's obligations of which Tenant is in default; and/or E. Pursue any other remedy now or hereafter available to Landlord under state or federal laws or judicial decisions. F. Unpaid installments of rent and other unpaid monetary obligations of Tenant under the terms hereof shall bear interest from the date due in accordance with the Florida Local Government Prompt Payment Act Florida Statutes, Chapter 218, ss. 218.70 - 218.80 (2017). G. In the event that litigation is necessary to enforce the provisions of this Lease, both Landlord and Tenant hereby waive their respective rights to a jury trial. 33. WAIVER OF DEFAULT OR REMEDY Failure of Landlord to declare an Event of Default immediately upon its occurrence, or delay in taking any action in connection with an Event Of Default, shall not constitute a waiver of the default, but Landlord shall have the right to declare the default at any time and take such action as is lawful or authorized under this Lease. Pursuit of any one or more of the remedies set forth in Paragraph 32 above shall not preclude pursuit of any one or more of the other remedies provided elsewhere in this Lease by reason of the violation of any of the terms, provisions or covenants of this Lease. Failure by Landlord to enforce one or more of the remedies provided upon an Event of Default shall not be deemed or construed to constitute a waiver of the default or of any violation or breach of any of the terms, provisions and covenants contained in this Lease. 34. DEFAULT BY LANDLORD Landlord shall not be in default unless Landlord fails to perform obligations required of Landlord within a reasonable time, but in no event later than thirty (30) days after written notice by Tenant to Landlord and to the holder of any first mortgage or deed of trust covering the Premises whose name and address shall have theretofore been furnished to Tenant in writing, specifying the obligation that Landlord has failed to perform; provided, however, that if the nature of Landlord's obligation is such that more than thirty (30) days are required for performance, then Landlord shall not be in default if Landlord commences performance within such thirty (30) day period and thereafter diligently prosecutes the same to completion. Notwithstanding any other provision hereof, Landlord shall not be in default hereunder for failure to perform any act required of Landlord where such failure is due to inability to perform on account of strike, laws, regulations or requirements of any governmental authority, or any other cause whatsoever beyond Landlord's control, nor shall Tenant's rent be abated by reason of such inability to perform. In the event a default by Landlord results in Tenant, in its reasonable discretion, not being able to operate for a period of more than forty-eight (48) hours, the Rent payable under this Lease shall abate until the default has been resolved to the extent the Tenant can resume operations. 35. RIGHTS OF MORTGAGEE Tenant accepts this Lease subject and subordinate to any recorded mortgage, deed of trust, ground lease or other lien presently existing or which may hereafter exist upon the Premises. Landlord is hereby irrevocably vested with full power and authority to subordinate Tenant's interest under this Lease to any mortgage, deed or trust, ground lease or other lien hereafter placed on the Premises, and Tenant agrees upon demand to execute additional instruments subordinating this Lease as Landlord may require. Tenant's failure to execute such documents within ten (10) days, or as many days reasonably necessary if City Council action is required (with the intent that such request will be placed on the next available City Council meeting agenda in accordance with the Tenant’s process), after written demand shall constitute material default by Tenant hereunder, If the interest of Landlord under this Lease shall be transferred by reason of foreclosure or other proceedings for enforcement of any mortgage on the Premises, Tenant shall be bound to the transferee (sometimes called the "Purchaser") under the terms, covenants and conditions of this Lease for the balance of the term remaining, and any extensions or renewals, with the same force and effect as if the Purchaser were Landlord under this Lease, and Tenant agrees to attorn to the Purchaser, including the mortgagee under any such mortgage if it be the Purchaser, as its Landlord, the attornment to be effective and self-operative without the execution of any further instruments upon the Purchaser succeeding to the interest of Landlord under this Lease. The respective rights and obligations of Tenant and the Purchaser upon the attornment, to the extent of the then remaining balance of the term of this Lease, and any extensions and renewals, shall be and are the same as those set forth in this Lease. 36. ESTOPPEL CERTIFICATES Tenant agrees to furnish at any time, and from time to time, within seven (7) days after request of Landlord or Landlord's mortgagee, a statement certifying, if true, that: Tenant is in possession of the Premises; the Premises are acceptable; the Lease is in full force and effect; the Lease is unmodified; Tenant claims no present charge, lien or claim of offset against rent; the rent is paid for the current month, but is not paid and will not be paid for more than one (1) month in advance; there is no existing default by reason of some act or omission by Landlord; and such other matters as may be reasonably required by Landlord or Landlord's mortgagee. 37. SUCCESSORS This Lease shall be binding upon and inure to the benefit of Landlord and Tenant and their respective heirs, personal representatives, and to the extent permitted hereunder, successors and assigns. It is hereby covenanted and agreed that should Landlord's interest in the Premises cease to exist for any reason during the term of this Lease, then notwithstanding the happening of such event this Lease nevertheless shall remain unimpaired and in full force and effect and Tenant hereunder agrees to attorn to the then owner of the Premises. 38. TAXES Tenant shall pay and be liable for all rental, sales, indigent and use taxes or other similar taxes, if any, levied or imposed by any city, state, county or other governmental body having authority, as may be imposed as a direct consequence of this Lease, such payments to be in addition to all other payments required to be paid to Landlord by Tenant under the terms of this Lease. Any such payment shall be paid concurrently with the payment of the rent upon which the tax is based as set forth above. Tenant expressly reserves all rights to exemptions or reduction of taxes as may be permitted by law. Landlord shall pay all real property taxes, public charges and assessments assessed or imposed upon the Premises, with such payments being made prior to such taxes becoming delinquent. 39. PARKING Landlord shall provide parking for Twenty-Six (26) cars, of which Seventeen (17) will be assigned parking spaces on Landlord's main lot, with signage on the pavement, and Nine (9) will be assigned on Landlord's Satellite Lot or in Additional Surrounding Parking Lots that are under the ownership or control of the Landlord. Tenant shall be provided five (5) parking spaces located at 1275 Cleveland Street and fifteen (15) spaces located at 1261 Cleveland Street for the lease term. Landlord shall maintain all landscaping, driveways, parking areas and sidewalks serving the Property, which shall be available to the Tenant, its employees, licensees and business invitees, as well as to other tenants of the building or group of buildings in which the Property is located, and their respective employees, licensees and invitees. The use of such facilities shall at all times be subject to such reasonable rules and regulations as Landlord may promulgate, as described herein, and to all applicable governmental rules and regulations. Landlord shall not be liable for damage to or loss of any vehicle stored or parked on the premises, nor for any part or accessory of such vehicle, nor for any property of any kind stored or left in said space or vehicle. 40. SECURITY DEPOSIT Tenant shall pay, upon execution hereof, thirteen thousand five hundred thirty-five dollars ($13,535.00) as security for Tenant's faithful performance of Tenant's obligations hereunder. If Tenant fails to pay rent or other charges due hereunder, or otherwise defaults with respect to any provision hereof, Landlord may, with ten (10) days written notice and Tenant’s failure to cure, (but shall not be required to do so before enforcing other rights and remedies) use, apply or retain all or any portion of said deposit for the payment of any rent or other charge in default or for the payment of any other sum to which Landlord may become obligated by reason of Tenant's default, or to compensate Landlord for any loss or damage which Landlord may suffer thereby, but Tenant's liability under this Lease shall only be discharged pro tanto, and Tenant shall remain liable for any amounts not actually paid from said deposit. If Landlord so uses or applies all or any portion of said deposit, Tenant shall, within ten (10) days after written demand therefore, deposit cash with Landlord in an amount sufficient to restore said deposit to the full amount hereinabove stated, and Tenant's failure to do so shall be a material breach hereof. Landlord shall not be required to keep said deposit separate from its general accounts and such deposit shall not bear interest. If Tenant performs all of Tenant's obligations hereunder, said deposit, or so much thereof as has not theretofore been applied by Landlord, shall be returned, without payment of interest or other increment for its use, to Tenant (or, at Landlord's option, to the last assignee, if any, of Tenant's interest hereunder) within thirty (30) days after the expiration of the term hereof, and after Tenant has vacated the Property. No trust relationship is created herein between Landlord and Tenant with respect to said security deposit. If Tenant performs all of Tenant’s obligations hereunder, said deposit shall be returned within thirty (30) days upon the expiration of this Lease, and after Tenant has vacated the Premises. 41. INTEREST AND ADMINISTRATIVE CHARGES Monies owed by Tenant to the Landlord shall, after due date, bear interest at the Default Rate, as defined above. Payment of such interest shall not excuse or cure any default by Tenant under this Lease, provided, however, that interest shall not be payable on late charges incurred by Tenant. Notwithstanding any other term or provision hereof, in no event shall the total of all amounts paid hereunder by Tenant and deemed to be interest exceed the amount permitted by applicable usury laws, and in the event of payment by Tenant of interest in excess of such permitted amount, the excess shall be returned to Tenant. In addition, in the event any instrument for any money payment hereunder shall be dishonored for any reason whatsoever not attributable to Landlord, Landlord shall be entitled, in addition to any other remedy available hereunder, to make an administrative charge of one and one- half percent (1.5%) of such overdue amount, if permitted by law. 42. NOTICES Any rental payment, notice or document required or permitted to be delivered hereunder shall be deemed to be delivered or given when (a) actually received or (b) signed for or "refused" as indicated on the U.S. Postal Service Return Receipt. Delivery may be made by personal delivery or by United States mail, postage prepaid, Certified or Registered Mail, addressed to the parties hereto at the respective addresses set out opposite their names below, or at such other addresses as they may hereafter specify by written notice delivered in accordance herewith: LANDLORD: CHRISTOFI & GIMBEL HOLDINGS, LLC 1255 Cleveland Street Clearwater, Florida 33755 With a Copy to: Additional Notice Copy to: R. Carlton Ward 625 Court street, Ste. 200 Clearwater, Florida 33756 TENANT: City Attorney City of Clearwater P.O. Box 4748 Clearwater, Florida 33758-4748 Tenant shall provide Landlord with the name and contact information for an individual within the City’s employment to contact regarding any issue that might arise during the lease term that requires a response from Tenant. 43. CHARGES FOR SERVICES It is further understood and agreed that any expenses Landlord may incur for any materials, supplies, services, or for work done on the Premises by order of the Tenant, shall be promptly paid by Tenant to Landlord, and shall be included as additional rent due and unpaid, unless said materials, suppliers, services or work to be done are the responsibility of the Landlord as provided for herein. 44. SCHEDULES All schedules initialed by both parties hereto and attached to this Lease shall be a part hereof whether or not said schedules are specifically referred to in the Lease. All schedules, exhibits and addendum specifically set forth in the Lease are hereby incorporated and made a part of this Lease. 45. SEVERABILITY In the event that any provision of this Lease is held invalid, the other provisions and portions thereof shall remain in full force and effect. 46. GOVERNING LAWS This Lease and all transactions governed by this Lease shall be governed by, construed and enforced in accordance with the laws of the State of Florida without regard to principles of conflict of laws. In the event of any legal or equitable action arising under this Lease, the parties agree that the jurisdiction and venue of such action shall lie exclusively within the courts of record of the State of Florida located in Pinellas County, Florida, and the parties specifically waive any other jurisdiction and venue. 47. CAPTIONS AND CONSTRUCTION OF LANGUAGE Any conflict between the printed provisions hereof and the typewritten or handwritten provisions shall be controlled by the typewritten or handwritten provisions. Headings used herein shall not affect the interpretation hereof, being merely for convenience. The terms "Landlord" and "Tenant" shall include the plural and the singular and all grammar shall be deemed to conform thereto. If more than one person executes this Lease, their obligations shall be joint and several. The use of the words "include," "includes" and "including" shall be without limitation to the items which may follow. The terms "Lease", "Lease Agreement", or "Agreement" shall be inclusive of each other, and shall also include renewals, extensions, or modifications of this Lease. 48. INCORPORATION OF PRIOR AGREEMENTS; AMENDMENTS This Lease contains all agreements of the parties with respect to any matter mentioned herein. No prior agreement or understanding pertaining to any such matter shall be effective. This Lease may be modified in writing only, signed by the parties in interest at the time of the modification. Except as otherwise stated in this Lease, Tenant hereby acknowledges that neither Landlord nor any of its employees or agents has made any oral or written warranties or representations to Tenant relative to the condition or use by Tenant of the Premises, and Tenant acknowledges that Tenant assumes all responsibility regarding the Occupational Safety Health Act, the Americans with Disabilities Act the legal use and adaptability of the Premises, excluding Common Areas, and the compliance thereof with all applicable laws and regulations in effect during the term hereof, except as otherwise specifically stated in this Lease. 49. LANDLORD'S LIEN. Intentionally deleted. 50. NO LIENS Anything to the contrary, herein notwithstanding, if Tenant makes any repairs or alterations to the Premises, whether or not with Landlord's prior consent, Tenant will not allow any lien of any kind, whether for labor, material, or otherwise to be imposed or remain against the Building or the Premises. As provided in Florida Statutes 713.10, the interest of Landlord shall not be subject to liens for improvements made by Tenant, and Tenant shall notify any contractor making such improvements of this provision. An appropriate notice of this provision may be recorded by Landlord in the Public Records of Pinellas County, Florida, in accordance with said statute, without Tenant's joinder or consent. Notwithstanding the foregoing, if any lien is filed against the Premises or the Building for work claimed to have been for, or materials furnished to Tenant, whether or not done pursuant to this Paragraph, the same shall be discharged by Tenant within ten (10) days thereafter, at Tenant's expense, by transferring the lien to security pursuant to the applicable provisions of the Florida Construction Lien Law. 51. SHOWING PREMISES Landlord shall have the right during normal business hours, and upon reasonable notice to Tenant, to show the Premises to prospective tenants, lenders or purchasers of the Building or any part thereof at any time, however, Landlord shall not unreasonably interfere with Tenant’s business functions, use or occupancy. Landlord may at any time place on or about the Premises any ordinary "For Sale" signs and Landlord may at any time during the last one hundred twenty (120) days of the term hereof place on or about the Premises any ordinary "For Lease" signs, all without rebate of rent or liability to Tenant. 52. LEASING BROKER Tenant warrants that it has had no dealings with any broker or agent in connection with this Lease other than Marilyn Stuelke of Klein & Heuchan, Inc. Realtors, who represents the Landlord, and covenants to pay, hold harmless and indemnify Landlord from and against any and all costs, expenses or liability for any compensation, commissions, and charges claimed by any other broker or agent (other than the broker named above) with respect to this Lease or the negotiation thereof with whom Tenant had dealings. All brokerage fees shall be paid by Landlord, per the terms and conditions of a separate written agreement. The provisions of this Paragraph shall survive the termination of this Lease. 53. RECORDING Neither this Lease, nor any short form hereof, shall be recorded. Tenant's recordation of this Lease or any memorandum or short form of it will be void and a default under this Lease. 54. RELOCATION OF TENANT. Intentionally deleted. 55. COVENANTS AND CONDITIONS Each provision hereof performable by Landlord and Tenant shall be deemed both a covenant and a condition. 56. MERGER The voluntary or other surrender hereof by Tenant, or a mutual cancellation thereof, or a termination by Landlord, shall not work a merger, and shall, at the option of Landlord, terminate all or any existing subtenancies or may, at the option of Landlord, operate as an assignment to Landlord of any or all of such subtenancies. 57. GUARANTOR. Intentionally deleted. 58. AUTHORITY If Tenant is a corporation, trust or general or limited partnership, each individual executing this Lease on behalf of such entity represents and warrants that he or she is duly authorized to execute and deliver this Lease on behalf of said entity, and Tenant shall, within fifteen (15) days after execution hereof, deliver to Landlord evidence of such authority satisfactory to Landlord. 59. AUCTIONS Tenant shall not conduct, nor permit to be conducted, either voluntarily or involuntarily, any auction upon the Premises without first having obtained Landlord's prior written consent. 60. RADON GAS DISCLOSURE The following language is required by law in any contract involving the sale or lease of any building within the State of Florida: "RADON GAS: Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from your county public health unit." 61. ENVIRONMENTAL COMPLIANCE (A) Tenant shall not use, generate, manufacture, produce, store, release, discharge or dispose of, on, under or about the Premises, or transport to or from the Premises, any Hazardous Substance (as defined below), or allow any other person or entity to do so. Tenant shall keep and maintain the Premises in compliance with, and shall not cause or permit the Premises to be in violation of, any Environmental Laws (as defined below). (B) Tenant shall give prompt notice to Landlord of (i) of any proceeding or inquiry by any governmental authority (including without limitation the Florida Environmental Protection Agency or Florida Department of Health and Rehabilitative Services with respect to the presence of any Hazardous Substance on the Premises or the migration thereof from or to other property; (ii) all claims made or threatened by any third party against Tenant, Landlord or the Premises relating to any loss or injury resulting from any Hazardous Substance; and (iii) Tenant's discovery of any occurrence or condition on any real property adjoining or in the vicinity of the Premises that could cause the Premises or any part thereof to be subject to any restrictions on the ownership, occupancy, transferability or use of the Premises under any Environmental Law or any regulation adopted in accordance therewith. (C) Tenant shall protect, indemnify and hold harmless Landlord, its directors, officers, employees, agents, successors and assigns from and against any and all loss, damage, cost, expense or liability (including attorney's fees and costs) directly or indirectly arising out of or attributable to the use, generation, manufacture, production, storage, release, threatened release, discharge, disposal, transport or presence of a Hazardous Substance on, under, about, to or from the Premises, including without limitation all foreseeable consequential damages and the costs of any necessary repair, cleanup or detoxification of the Premises, in any way arising from the acts of Tenant. (D) "Environmental Laws" shall mean any federal, state or local law, statute, ordinance or regulation pertaining to health, industrial hygiene, or the environmental conditions on, under or about the Premises, including without limitation the Comprehensive Environmental Response Compensation and Liability Act of 1980, as amended from time to time ("CERCLA"), 42 U.S.C. Sections 9601 et. seq., and the Resource Conservation and Recovery Act of 1976, as amended from time to time ("RCRA"), 42 U.S.C. Sections 6901 et. seq. The term "Hazardous Substance" shall include without limitation: (i) those substances included within the definition of "hazardous substances," "hazardous materials," "toxic substances," or "solid waste" in CERCLA, RCRA and the Hazardous Materials Transportation Act, 49 U.S. C. Sections 1801 et. seq., and in the regulations promulgated pursuant to said laws; (ii) those substances defined as "hazardous wastes" in any Florida Statute and in the regulations promulgated pursuant to any Florida Statute; (iii) those substances listed in the United States Department of Transportation Table (49 CFR 172.101 and amendment thereto) or by the Environmental Protection Agency (or any successor agency) as hazardous substances (40 CFR Part 302 and amendments thereto); (iv) such other substances, materials and wastes which are or become regulated under applicable local, state or federal law, or which are classified as hazardous or toxic under federal, state or local laws or regulations; and (v) any material, waste or substance which is (1) petroleum; (2) asbestos; (3) polychlorinated biphenyls; (4) designated as a "hazardous substance" pursuant to Section 311 of the Clean Water Act, 33 U.S.C. Sections 1251 et. seq., or listed pursuant to Section 307 of the Clean Water Act; (5) flammable explosive; or (6) radioactive materials. (E) Landlord shall have the right to inspect the Premises and audit Tenant's operations thereon to ascertain Tenant's compliance with the provisions of this Lease at any reasonable time, and Tenant shall provide periodic certifications to Landlord, upon request, that Tenant is in compliance with the environmental restrictions contained herein. Landlord shall have the right, but not the obligation, to enter upon the Premises and perform any obligation of Tenant hereunder of which Tenant is in default, including without limitation any remediation necessary due to environmental impact of Tenant's operations on the Premises, without waiving or reducing Tenant's liability for Tenant's default hereunder. (F) All of the terms and provisions of this Paragraph shall survive the expiration or termination of this Lease for any reason whatsoever. 62. TERMINTATION FOR LACK OF FUNDING Tenant’s performance and obligation to pay under this Lease is contingent upon an annual appropriation by the Clearwater City Council. In the event the Clearwater City Council does not appropriate funds in a sufficient amount for Tenant to perform its obligations hereunder, Tenant may terminate this Lease upon written notice to Landlord. In the event of a termination under this provision, Tenant shall pay to landlord an amount equal to that portion of the unamortized Tenant Allowance corresponding to the remainder of the initial Term of the Lease, effective on the date of such termination, with such amount calculated on a monthly basis and rounded up to the nearest whole month. Notwithstanding anything contained in this Section 62, in no event shall Tenant take any voluntary action which would encourage or dictate to the Clearwater City Council that said Council not appropriate sufficient funds for Tenant to perform its obligations under this Lease. 63. PUBLIC RECORDS This lease is subject to the Public Records Law of the State of Florida, including Chapter 119, Florida Statutes. Landlord agrees and acknowledges that any books, documents, records, correspondence or other information kept or obtained by Tenant, or furnished by Landlord to Tenant, in connection with this lease or the services contemplated herein, and any related records, are public records subject to inspection and copying by members of the public pursuant to applicable public records law, including Chapter 119, Florida Statutes. Tenant may terminate this Lease at any time for Landlord’s refusal to allow public access to all documents, papers, letters, materials subject to the provisions of Chapter 119, Florida Statutes, and made or received by either party in conjunction with this Lease. 64. NO THIRD-PARTY BENEFICIARIES Nothing in this Lease, express or implied, is intended or shall be construed to confer upon any person, firm or corporation other than the parties hereto and their respective successors and assigns, any remedy or claim under or by reason of this Lease or any term, covenant or condition hereof, as third party beneficiaries or otherwise, and all of the terms, covenants and conditions hereof shall be for the sole and exclusive benefit of the parties hereto and their permitted successors and assigns. 65. COUNTERPARTS This Lease may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 66. ATTACHMENTS TO THIS LEASE Attached hereto and made a part hereof as fully as if copied herein verbatim, and signed or initialed by the Landlord and Tenant as approved are the following: Rules attached as Exhibit “A”. SIGNATURE PAGE TO FOLLOW LANDLORD AND TENANT HAVE CAREFULLY READ AND REVIEWED THIS LEASE AND EACH TERM AND PROVISION CONTAINED HEREIN AND, BY EXECUTION OF THIS LEASE, SHOW THEIR INFORMED AND VOLUNTARY CONSENT THERETO. THE PARTIES HEREBY AGREE THAT, AT THE TIME THIS LEASE IS EXECUTED, THE TERMS OF THIS LEASE ARE COMMERCIALLY REASONABLE AND EFFECTUATE THE INTENT AND PURPOSE OF LANDLORD AND TENANT WITH RESPECT TO THE PREMISES. LANDLORD: WITNESSES: CHRISTOFI & GIMBEL HOLDINGS, LLC _________________________ ______________________________________ Jeanine Hall, Manager ___________________________ Date: ____________________________ Printed Name ___________________________ ___________________________ Printed Name TENANT: Countersigned: CITY OF CLEARWATER, FLORIDA _______________________________ By______________________________ Bruce Rector, Mayor Jennifer Poirrier, City Manager Approved as to form: Attest: ______________________________ ________________________________ Jerrod Simpson, Senior Assistant City Attorney Rosemarie Call, City Clerk EXHIBIT "A" RULES AND REGULATIONS 1. The sidewalks, entrances, passages, courts, vestibules, stairways, corridors and halls serving the Property shall not be obstructed or used for any purpose other than ingress and egress. The halls, passages, entrances, and roof are not for the use of the general public, and the Landlord shall in all cases retain the right to control and prevent access thereto by all persons whose presence, in the judgment of the Landlord, shall be prejudicial to the safety, character, reputation and interests of the building in which the Property is located and its tenants, provided that nothing herein contained shall be construed to prevent such access to persons with whom the Tenant normally deals only for the purpose of conducting its business on the Property {such as clients, customers, suppliers and vendors, and the like) unless such persons are engaged in illegal activities. No tenant and no employees of any tenant shall go upon the roof of the building without the written consent of the Landlord. 2. No awnings or other projections shall be attached to the outside walls of the building. No curtains, blinds, shades or screens shall be attached to or hung in, or used in connection with, any window or door of the Property other than standard drapes specified by Landlord. Neither the interior nor the exterior of any windows or glass doors shall be sun screened or otherwise coated without written consent of Landlord. 3. No sign, advertisement, notice or handbill shall be exhibited, distributed, painted or affixed on, about or from any part of the Property or the building or the project in which the Property is located without the prior written consent of the Landlord. If the Landlord shall have given such consent at the time, whether before or after the execution hereof, such consent shall in no way operate as a waiver or release of any of the provisions hereof, shall be deemed to relate only to the particular sign, advertisement or notice so consented to by the Landlord, and shall not be construed as dispensing with the necessity of obtaining the specific written consent of the Landlord with respect to each and every such sign, advertisement or notice other than the particular sign, advertisement or notice so consented to by the Landlord. In the event of the violation of the foregoing, Landlord may remove or stop same without any liability, and may charge the expense incurred in such removal or stopping to the violating tenant. 4. Tenant shall not throw anything out of doors, windows or skylights or down the passageways. 5. The sashes, sash doors, skylights, windows, and doors that reflect or admit light and air into halls, passageways or other public places in the building in which the Property is located shall not be covered or obstructed by Tenant, nor shall any bottles, parcels or other articles be placed on the windowsills. 6. Tenant shall see that the windows, transoms and doors of the Property are closed and securely locked before the last person leaves the Property and shall observe strict care not to leave windows open when it rains. Tenant shall exercise extraordinary care and caution that all water faucets or water apparatus are entirely shut off before the last person leaves the Property, and that all electricity, gas and air conditioning or heating shall likewise be carefully shut off, so as to prevent damage. 7. The toilet rooms, water and wash closets and other plumbing fixtures shall not be used for any purpose other than those for which they were constructed, and no sweepings, rubbish, rags, or other substances shall be thrown therein. All damages resulting from any misuse of the fixtures shall be borne by the tenant who, or whose subtenants, assignees or any of their servants, employees, agents, visitors or licensees, shall have caused the same. 8. Tenant shall not mark, paint, drill into, or in any way deface any part of the Property or the building or the project of which the Property is a part. No boring, cutting or stringing of wires or laying of linoleum or other similar floor coverings shall be permitted, except with the prior written consent of the Landlord and as the Landlord may direct. If Tenant desires telephone or telegraph connections, the Landlord will direct electricians as to where and how the wires are to be introduced. 9. No birds or animals of any kind (except for service animals) shall be brought into or kept in or about the Property, and no cooking shall be done or permitted on the Property, except that the preparation of coffee, tea, hot chocolate and similar items, and the warming of food for consumption on the Property by and for Tenant and its employees shall be permitted. Tenant shall not cause or permit any unusual or objectionable odors to be produced on or permeate the Property. 10. The Property shall not be used for lodging or sleeping or for any immoral or illegal purpose. 11. Tenant shall not make, or permit to be made, any unseemly or disturbing noises, or disturb or interfere with occupants of the same or any neighboring building or premises or those having business with them, whether by the use of any musical instrument, radio, phonograph, unusual noise, or in any other way. 12. No inflammable, combustible or explosive fluid, chemical or substance shall at any time be brought or kept upon the Property. 13. No additional locks or bolts or any kind shall be placed upon any of the doors or windows, nor shall any changes be made in existing locks or the mechanisms thereof. Tenant shall upon the termination of its tenancy restore to the Landlord all keys of stores, offices, and toilet rooms, either furnished to, or otherwise procured by, Tenant and in the event of the loss of keys so furnished, Tenant shall pay to the Landlord the cost of replacing the same or of changing the lock or locks opened by such lost key if Landlord shall deem it necessary to make such changes. 14. Landlord shall have the right to prohibit any advertising by Tenant which, in Landlord's opinion, tends to impair the reputation of the building or the project in which the Property is located or its desirability and upon written notice from Landlord, Tenant shall refrain from or discontinue such advertising. 15. All doors opening onto public corridors shall be kept closed, except when in use for ingress and egress. 16. All office equipment of any electrical or mechanical nature shall be placed by Tenant in the Property in settings approved by Landlord, to absorb or prevent any vibration, noise and annoyance. 17. No air conditioning unit or other similar apparatus shall be installed or used by Tenant without the written consent of Landlord. 18. There shall not be used in the Property, or in halls adjacent thereto, either by any tenant or others, any hand trucks except those equipped with rubber tires and rubber side guards. 19. The scheduling of tenant move-ins shall be subject to the reasonable discretion of Landlord. 20. Parking is prohibited in areas not striped for parking, in aisles, drives and on ramps, where "No Parking" signs are posted, and in such other areas as may be designated by Landlord or Landlord's agents. All directional signs and arrows within the parking lot must be observed. Cars must be parked entirely within stall lines painted on the asphalt or other surface. The speed limit within the parking lot shall be five miles per hour. 21. Every parker is required to park and lock his own car. All responsibility for damage to cars or persons is assumed by the parker. Spaces are for the express -2- 1 purpose of parking one automobile per space. Washing, waxing, cleaning or surfacing of any vehicle within the parking lot is prohibited. City of Clearwater MSB Relocation October 21, 2024 Why Multiple Spaces? •City Hall finished June 26 and MSB Aug 25. HR & PC will both be going to Main Library and City Hall to move them just once. •Cost effective Approach to leverage City properties & cost-effective county properties. •Rehab of Countryside Library provides future savings as renovations remain for future swing space use (Public Service Complex, SW Master Plan, etc.). Use existing MSB Furniture in Countryside Library to minimize rental costs and long-term savings. Department Personnel Location Rationale FF&E Public Comms 12 City Hall Available space; proximity to leadership Available HR 17 Library/FS48 Proximity to leadership; training spaces Required Planning 53 Countryside Library Public Ease of Use; proximity to MSB; remain collocated w/ other dept Required Public Works 42 Countryside Library Public Ease of Use; proximity to MSB; remain collocated w/ other dept Required Public Utilities 9 Marshall Lab Public Ease of Use; proximity to MSB; remain collocated w/ other dept Required Parks & Recreation 17 Leased Space (UMC)Long term flexibility for all P&R Provided in Lease, Minimum Finance/Budget/ Procurement 34 Leased Space (UMC)Doesn't require public interaction; Council chambers/County Comm for solicitations Provided in Lease, Minimum Customer Service 27 Gas Building Combine gas customer service Required Call Center 17 PD Substation Comms availability Required IT 37 various Availability to support multiple spaces Varies Clearwater Police Department Clearwater Gas Clearwater Main Library Marshal Plant Old Countryside Library Leased City Leveraging County & City Properties 1255 Cleveland (UMA) Sequence Leveraging County & City Properties 1.600 Cleveland St 2.Marshal Street Lab 3.Clearwater Gas 4.Clearwater Main Library 6.Clearwater PD 7.1255 Cleveland St 8.Old Countryside Library 9.Clearwater Gas 10.Clearwater Main Library Archive 11.Clearwater Main Library 12.Jolley Trolley (TBD) 13.Long Center (TBD) 14.Building A,B (TBD) •Adequate Parking •5 8x6 systems from Old Countryside Library •Minimum IT needs Staff Distribution into Temporary Space 1190 Russell St Marshall Street Lab •Public Utilities (9) 600 Cleveland St City Hall •Public Communications (12) •Adequate Parking •No furniture needs •No IT needs 1700 N Belcher Rd CFD 48 •IT (9) •Adequate Parking •No furniture needs •No IT needs •Counter service for Customers •Existing furniture. Repurposed 5 6x8 systems and desks •Existing city network, IT install for access (vault) and cameras •Parking concern. Staff Distribution into Temporary Space 2741 State Rd 580 Gas Building •Customer Service (27) •IT Partial (12) •Centrally located •Reuse existing MSB Modular Systems Furniture •City IT Network Staff Distribution into Temporary Space 2741 State Rd 580 Main Library •Human Resources (17) •Training Center •Adequate parking •Data room to Training Center conversion 1255 Cleveland Street •Furniture systems provided •Public access, adequate parking Staff Distribution into Temporary Space 1255 Cleveland St (UMC) •Parks and Recreation (17) •Finance, Budget, Procurement (34) •IT Partial (5) •Approx. 12,632 Square Feet •City vendor to prep IT for space •Investment remains as Future Flex Space (Public Services, SW Master Plan. etc.) •Parking concern. New Country Library provides possible overflow. Staff Distribution into Temporary Space 2741 State Rd 580 Old Countryside Library •Planning (53) •Public Works (42) •IT Partial (2) •B&M Staff prepared space, IT to provide data and network\ •Acquired (108) 8x6, 8x10, 8x10 systems and 44 desks to initiate move. 12,632 sqft. •Center Location for IT •Minimal need for Furniture (shelving, supply) •No new IT needed for IT department move Staff Distribution into Temporary Space 2741 State Rd 580 Police Department •Customer Service Call Center (17) •IT Partial (6-16) •Isolated location for Call Center •15 6x8 systems from OCL, MSB •IT installation minimal •Centrally located •Not secure (will need adjoining space partitioned) •Climate controlled Archival Distribution Space 1,356 sq ft. Main Library 2,100 sq ft. 410 N Myrtle Ave •Centrally located •Secure •Not climate controlled 2,400 sq ft. Long Center •IT (9) •Not centrally located (Closer to Old Countryside Library) •Secure •Climate controlled Budget Department Staff Location Furniture Rental Est. Public Communications 600 Cleveland St Public Utilities 9 Marshal Lab 13,133.05$ Customer Service 5 Clearwater Gas 7,296.14$ IT 12 Clearwater Gas 20,726.45$ Parks and Recreation 17 1255 Cleveland St 24,806.87$ Finance, Budget, Procurement 34 1255 Cleveland St 77,339.06$ Human Resources 17 Clearwater Main Library 20,726.45$ Planning (53)Old Countryside Library Public Works (42)95 Old Countryside Library 138,626.61$ Call Center 15 Clearwater PD 21,888.42$ 204 324,543.05$ Initial Temporary Furniture Rental Estimations Initial Commercial Lease Estimations Department Staff Location Commercial Lease Est. Human Resources 17 1150 Cleveland (5/3 Bank) Customer Service 27 1150 Cleveland (5/3 Bank) Call Center 15 1150 Cleveland (5/3 Bank) IT 8 1150 Cleveland (5/3 Bank)201,155.00$ Parks and Recreation 17 1255 Cleveland St (UMC) Finance, Budget, Procurement 34 1255 Cleveland St (UMC) IT 8 1255 Cleveland St (UMC)239,840.00$ Planning 53 509 E Ave (Swisher Bld) Public Works 57 509 E Ave (Swisher Bld) IT 4 509 E Ave (Swisher Bld)257,000.00$ 240 697,995.00$ Department Qty.Location Furniture Rental Est. Cubicle Move and reassemble 110 Old Countryside Library 26,950.00$ Tampa Purchase 46 Old Countryside Library 30,344.00$ Project Management Service Old Countryside Library 9,994.00$ 156 67,288.00$ Current Commercial Lease Costs Current Furniture Costs $458,000 reduced costs in commercial lease by using Clearwater Property. $257,000 reduced costs in furniture reuse and purchase. Department Staff Location Commercial Lease Est. Parks and Recreation 17 1255 Cleveland St Finance, Budget, Procurement 34 1255 Cleveland St IT 8 1255 Cleveland St 239,840.00$ 59 239,840.00$ $715,000 reduced costs in total budget. Thank You! October 21, 2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1319 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Approve a purchase order to Econolite Control, Inc (Econolite) for traffic signal cabinets and controller components in the amount of $168,399.00 pursuant to Clearwater Code of Ordinances Section 2.563(1) (c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: During hurricane Helene a total of seven traffic signal cabinets and interior components located within the City of Clearwater incurred irreversible saltwater damage. Damaged cabinets and components have since been replaced with recycled, salvaged and stocked parts and are temporarily back in operation. However, due to the long lead times for new cabinets and specialized components, there is an immediate need to replace the current ones. This will address the ongoing deterioration caused by saltwater exposure and replenish the stock used for temporary repairs in case of future unforeseen issues. Econolite is currently a State-approved vendor awarded under Florida Department of Transportation, Solicitation No. DOT-ITB-24-9098-SJ, APL Contract CR950 valid through June 5, 2026. Authorization is requested to piggyback off of this contract for this purchase. Econolite is offering an additional ten percent discount for items purchased under the terms of the FDOT Contract CR950 for hurricane relief, resulting in a total savings of $18,711.00. APPROPRIATION CODE AND AMOUNT: 1817525-550800-D2402 $168,399.00 This purchase order will be coded to special program project 181-D2402, Helene, with reimbursement anticipated from FEMA. STRATEGIC PRIORITY: [1.2] Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. [1.3] Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. [1.4] Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 11/5/2024 ITBTERMSHELL.COMM – 2/1/2021 State of Florida Department of Transportation INVITATION TO BID FDOT Approved Products List (APL) Traffic Equipment Agency Term Contract Solicitation Number: DOT-ITB-24-9098-SJ EFFECTIVE DATES: JUNE 6, 2024 – JUNE 5, 2026 FDOT APL Traffic Equipment DOT-ITB-24-9098-SJ Vendor MFMP Contract Number Vendor MFMP Contract Number Aramsco, Inc. dba Striping Service and Supply CR932 Econolite Control Products, Inc. CR950 Control Technologies, Inc. CR933 Intelicom Inc. dba LiteSys, Inc. CR951 TKH Security LLC CR934 Split Pine Technologies, LLC CR952 Integrated Synergy, Inc. CR935 Express Supply, Inc. CR953 Blue-Band, LLC CR936 Hermes42 CR954 Wavetronix, LLC CR937 GovBros, LLC dba Think IT Ai CR955 TraStar, Inc. CR938 Cubic ITS, Inc. CR956 Sky Bracket CR940 Lux Solar, Inc. CR957 Transportation Solutions and Lighting CR941 Intelligent Transportation Services, Inc. CR958 Rainbow Distributors USA Inc. CR943 Pelco Products, Inc. CR959 Daktronics, Inc. CR944 GovComm, Inc. CR960 General Traffic Equipment Corp. CR945 Blackhawk Enterprises, Inc. CR961 Temple, Inc. CR946 Transportation Control Systems, Inc. CR962 K&K Systems, Inc. CR947 MG-Squared, Inc. CR963 All Traffic Solutions, Inc. CR948 ITS Plus, Inc. CR964 Earnest Products, Inc. dba Southern Manufacturing CR949 Safety Zone Holdings, Inc. dba Safety Zone Specialists CR965 Note: All purchase orders issued against this contract must reference the following items: Line Number, APL Certification/Configuration No., Manufacturer, Product Category and the Model/Product/Component Description ORDERING INSTRUCTIONS MFMP Contract #: CR932 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 84-1674268-005 VENDOR:Aramsco, Inc. dba Striping Service and Supply ADDRESS: 5 Radnor Corporate Center, 100 Matsonford Rd, Suite 510 CITY, STATE, ZIP: Radnor, PA 19087 TELEPHONE: 856-686-7817 TOLL FREE NO.:______________________________________________ E-MAIL: trafficsafety@aramsco.com DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Danny Weyh Outside Sales Representative ADDRESS: 212 Hickman Drive CITY, STATE, ZIP: Sanford FL 32771 TELEPHONE: 407-474-9688 TOLL FREE NO.: _____________________________________________ E-MAIL ADDRESS: dweyh@aramsco.com WEB ADDRESS: stripingserviceandsupply.com ORDERING INSTRUCTIONS MFMP Contract #: CR933 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-2038877-001 VENDOR: Control Technologies, Inc. ADDRESS: 2776 S. Financial Court CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-330-2800 TOLL FREE NO. 800-865-2745 E-MAIL: info@cttraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Pete Ganci, VP ADDRESS: 2776 S. Financial Court CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-330-2800 TOLL FREE NO.: 800-865-2745 E-MAIL ADDRESS: pganci@cttraffic.com WEB ADDRESS: www.ct-grp.com ORDERING INSTRUCTIONS MFMP Contract #: CR934 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 26-2047919-001 VENDOR: TKH Security LLC ADDRESS: 5340 Spectrum Drive, Suite C CITY, STATE, ZIP: Frederick, MD 21703 TELEPHONE: 301-444-2200 TOLL FREE NO. E-MAIL: sales.us@tkhsecurity.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Amy Fleck ADDRESS: 5340 Spectrum Drive, Suite C CITY, STATE, ZIP: Frederick, MD 21703 TELEPHONE: 301-444-2200 x 671 TOLL FREE NO.: E-MAIL ADDRESS: a.fleck@tkhsecurity.com WEB ADDRESS: tkhsecurity.com ORDERING INSTRUCTIONS MFMP Contract #: CR935 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment *AUTHORIZED DEALER FOR ITEMS AWARDED TO MG-SQUARED, INC. NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 80-0830775-002 VENDOR: Integrated Synergy, Inc. ADDRESS: PO Box 320154 CITY, STATE, ZIP: Cocoa Beach, Fl 32932 TELEPHONE: 321-302-2060 TOLL FREE NO. E-MAIL: Jenny@integratedsynergyinc.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Jenny Meadows Demeter, President ADDRESS: PO Box 320154 CITY, STATE, ZIP: Cocoa Beach, Fl 32932 TELEPHONE: 321-302-2060 TOLL FREE NO.: E-MAIL ADDRESS: jenny@integratedsyneryinc.com WEB ADDRESS: www.integratedsynergyinc.com ORDERING INSTRUCTIONS MFMP Contract #: CR936 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 45-1433362-003 VENDOR: Blue-Band, LLC ADDRESS: 1445 Dolgner Place #36 CITY, STATE, ZIP: Sanford,. FL 32771 TELEPHONE: 877-577-7272 TOLL FREE NO. 877-577-7572 E-MAIL: Sales@blue-band.net DELIVERY: DELIVERY WILL BE MADE WITHIN 15-30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Kevin D. Yorke, CEO ADDRESS: 1445 Dolgner Place, #36 CITY, STATE, ZIP: Sanford, FL 32771 TELEPHONE:877-577-7572 TOLL FREE NO.: 877-577-7572 E-MAIL ADDRESS:sales@blue-band.,net WEB ADDRESS: www.blue-band.net ORDERING INSTRUCTIONS MFMP Contract #: CR937 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 82-0525153-001 VENDOR: Wavetronix LLC ADDRESS: 1827 West 650 North CITY, STATE, ZIP: Springville, Utah, 84663 TELEPHONE: (407) 366-5144 TOLL FREE NO. N/A E-MAIL: flsales@wavetronix.com DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: FL Sales, Rick Martin, Sales Manger ADDRESS: 3000 Dovera Drive CITY, STATE, ZIP: Oviedo, Florida, 32765 TELEPHONE: (407) 366-5144 TOLL FREE NO.: N/A E-MAIL ADDRESS: flsales@wavetronix.com WEB ADDRESS: www.wavetronix.com ORDERING INSTRUCTIONS MFMP Contract #: CR938 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 16-1636966-002 VENDOR: TraStar, Inc. ADDRESS: 860 N. Dorothy Dr, Suite 600 CITY, STATE, ZIP: Richardson, Tx 75081 TELEPHONE: 972-480-0888 TOLL FREE NO. E-MAIL: po@trastarusa.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Jennifer Murray ADDRESS: 860 Dorothy Dr, Suite 600 CITY, STATE, ZIP: Richardson, Tx 75081 TELEPHONE: 972-480-0888 TOLL FREE NO.: E-MAIL ADDRESS: jenniferm@trastarusa.com WEB ADDRESS: www.trastarusa.com ORDERING INSTRUCTIONS MFMP Contract #: CR940 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 36-2369792-002 VENDOR: Sky Bracket ADDRESS: 2135 15th Street CITY, STATE, ZIP: Rockford, IL 61104 TELEPHONE: 815-229-1600 TOLL FREE NO. E-MAIL: mwilton@skybracket.com DELIVERY: DELIVERY WILL BE MADE WITHIN 20 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Mel Wilton - Vice President, Sales and Marketing ADDRESS: 2135 15th Street CITY, STATE, ZIP: Rockford, IL 61104 TELEPHONE: 815-229-1600 TOLL FREE NO.: E-MAIL ADDRESS: mwitlon@skybracket.com WEB ADDRESS: www.SKYBRACKET.com ORDERING INSTRUCTIONS MFMP Contract #: CR941 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 821939113-001 VENDOR: Transportation Solutions and Lighting ADDRESS: 980 N. Federal Hwy #110 CITY, STATE, ZIP: Boca Raton, FL 33432 TELEPHONE: 800-216-4044 TOLL FREE NO. 800-216-4044 E-MAIL: brad@tsandl.us/sales@tsandl.us DELIVERY: DELIVERY WILL BE MADE WITHIN 14-120 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Bradford Berner VP Sales ADDRESS: 980 N. Federal Hwy #110 CITY, STATE, ZIP: Boca Raton, FL 33432 TELEPHONE: 800-216-4044 TOLL FREE NO.: 800-216-4044 E-MAIL ADDRESS: brad@tsandl.us WEB ADDRESS: www.tsandl.us ORDERING INSTRUCTIONS MFMP Contract #: CR943 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3337206-001 VENDOR: RAINBOW DISTRIBUTORS USA, INC ADDRESS: PO BOX 952946 CITY, STATE, ZIP: LAKE MARY, FL 32795 TELEPHONE: 407-330-6363 TOLL FREE NO. E-MAIL:KYLE@RAINBOWDISTRIBUTORSUSA.COM; BECKY@RAINBOWDISTRIBUTORSUSA.COM DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: KYLE KILGER ADDRESS: PO BOX 952946 CITY, STATE, ZIP: LAKE MARY, FL 32795 TELEPHONE: 407-330-6363 TOLL FREE NO.: E-MAIL ADDRESS: KYLE@RAINBOWDISTRIBUTORSUSA.COM WEB ADDRESS: WWW.RAINBOWDISTRIBUTORSUSA.COM ORDERING INSTRUCTIONS MFMP Contract #: CR944 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 46-0306862-002 VENDOR: Daktonics, Inc. ADDRESS: 201 Daktronics Drive CITY, STATE, ZIP: Brookings, SD 57006 TELEPHONE: 605-692-0200 TOLL FREE NO. 1-800-325-8766 E-MAIL: transportation@daktronics.com DELIVERY: DELIVERY WILL BE MADE WITHIN 120 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Trevor Slaight - Senior Project Manager ADDRESS: 201 Daktronics Drive CITY, STATE, ZIP: Brookings, SD 57006 TELEPHONE: 605-692-0200 TOLL FREE NO.: 1-800-325-8766 E-MAIL ADDRESS: transportation@daktronics.com WEB ADDRESS: www.daktronics.com ORDERING INSTRUCTIONS MFMP Contract #: CR945 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 13-3095949-001 VENDOR: General Traffic Equipment Corp. ADDRESS: 259 Broadway CITY, STATE, ZIP: Newburgh NY 12550 TELEPHONE: 845-569-9000 TOLL FREE NO. E-MAIL: rays@generaltrafficequip.com DELIVERY: DELIVERY WILL BE MADE WITHIN 45-60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Raymond Staffon President ADDRESS: 259 Broadway CITY, STATE, ZIP: Newburgh , NY 12550 TELEPHONE:845-569-9000 TOLL FREE NO.: E-MAIL ADDRESS:rays@generaltrafficequip.com WEB ADDRESS: www.generaltrafficequipmentcorp. ORDERING INSTRUCTIONS MFMP Contract #: CR946 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment *AUTHORIZED RESELLER FOR ITEMS AWARDED TO PELCO PRODUCTS, INC. NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 630573758-001 VENDOR: Temple, Inc. ADDRESS: 305 Bank St CITY, STATE, ZIP: Decatur, AL 35601 TELEPHONE: 256-353-3820 TOLL FREE NO. 800-633-3221 E-MAIL: orders@temple-inc.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30-308 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Keith Frasier, Florida Sales & Service ADDRESS: 305 Bank St. CITY, STATE, ZIP: Decatur, AL 35601 TELEPHONE: 256-353-3820 TOLL FREE NO.: 800-633-3221 E-MAIL ADDRESS: keith.frasier@temple-inc.com WEB ADDRESS: www.temple-inc.com ORDERING INSTRUCTIONS MFMP Contract #: CR947 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 72-1370925-003 VENDOR: K&K Systems, Inc. ADDRESS: 687 Palmetto Road CITY, STATE, ZIP: Tupelo, MS 38801 TELEPHONE: 662-566-2025 TOLL FREE NO. 888-414-3003 E-MAIL: wkasal@k-ksystems.com DELIVERY: DELIVERY WILL BE MADE WITHIN 45-60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Wayne Kasal, Account Manager ADDRESS: 687 Palmetto Road CITY, STATE, ZIP: Tupelo, MS 38801 TELEPHONE: 662-566-2025 / Cell: 662-372-0164 TOLL FREE NO.: 888-414-3003 E-MAIL ADDRESS: wkasal@k-ksystems.com WEB ADDRESS: www.k-ksystems.com Ordering Instructions ORDERING INSTRUCTIONS MFMP Contract #: CR948 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 25-1887906-003 VENDOR: All Traffic Solutions, Inc. ADDRESS: 14201 Sullyfield Circle, Suite 300 CITY, STATE, ZIP: Chantilly, VA 20151 TELEPHONE: (571) 339-3610 TOLL FREE NO. (866) 366-6602 x 327 E-MAIL: dhanrahan@alltrafficsolutions.com DELIVERY: DELIVERY WILL BE MADE WITHIN 28 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Dan Hanrahan, Senior Territory Manager ADDRESS: 14201 Sullyfield Circle, Suite 300 CITY, STATE, ZIP: Chantilly, VA 20151 TELEPHONE: (571) 339-3610 TOLL FREE NO.: (866) 366-6602 x 327 E-MAIL ADDRESS: dhanrahan@alltrafficsolutions.com WEB ADDRESS: www.alltrafficsolutions.com ORDERING INSTRUCTIONS MFMP Contract #: CR949 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3223520-001 VENDOR: Earnest Products, Inc. dba Southern Manufacturing ADDRESS: 2000 E Lake Mary Blvd CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-894-8851 TOLL FREE NO. 800-866-5699 E-MAIL: orders@southernmfg.com DELIVERY: DELIVERY WILL BE MADE WITHIN 180 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Alex Otero, Sales Engineer ADDRESS: 2000 E Lake Mary Blvd CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-915-5982 TOLL FREE NO.: 800-866-5699 E-MAIL ADDRESS: aotero@southernmfg.com WEB ADDRESS: www.southernmfg.com ORDERING INSTRUCTIONS MFMP Contract #: CR950 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 95-3196532-009 VENDOR: Econolite Control Products ADDRESS: 1250 N. Tustin Avenue CITY, STATE, ZIP: Anaheim, CA 92807 TELEPHONE: 904-759-0745 TOLL FREE NO. E-MAIL: SESALES@econolite.com; cbraithwaite@econolite.com; jjohnsonniven@econolite.com DELIVERY: DELIVERY WILL BE MADE WITHIN 120 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Connie Braithwaite , Senior Account Manager ADDRESS: 1250 N. Tustin Avenue CITY, STATE, ZIP: Anaheim, CA 92807 TELEPHONE:904-759-0745 TOLL FREE NO.: E-MAIL ADDRESS: cbraithwaite@econolite.com WEB ADDRESS: www.econolite.com ORDERING INSTRUCTIONS MFMP Contract #: CR951 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 81-0489057-002 VENDOR: LiteSys Inc. ADDRESS: PO Box 239, 150 Pollywog Lane CITY, STATE, ZIP: Belgrade, MT 59714 TELEPHONE: 406-388-9317 TOLL FREE NO. 800-533-7441 E-MAIL: sales@litesys.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Kendall Kanning, Corporate Sales Representative ADDRESS: PO Box 239, 150 Pollywog Lane CITY, STATE, ZIP: Belgrade, MT 59714 TELEPHONE: 406-388-9317 TOLL FREE NO.: 800-533-7441 E-MAIL ADDRESS: sales@litesys.com WEB ADDRESS: www.litesys.com ORDERING INSTRUCTIONS MFMP Contract #: CR952 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 02-0701462-001 VENDOR: SPLIT PINE TECHNOLOGIES, LLC ADDRESS: 1400 METROPOLITAN BLVD., SUITE 100 CITY, STATE, ZIP: TALLAHASSEE, FL 32308 TELEPHONE: 850-523-0600 TOLL FREE NO. E-MAIL: SALES@SPLITPINETECH.COM DELIVERY: DELIVERY WILL BE MADE WITHIN 15 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: SHARON MARTIN, CONTROLLER ADDRESS: 1400 METROPOLITAN BLVD., SUITE 100 CITY, STATE, ZIP: TALLAHASSEE, FL 32308 TELEPHONE: 850-523-0600 TOLL FREE NO.: E-MAIL ADDRESS: SHARON.MARTIN@SPLITPINETECH.COM WEB ADDRESS: www.splitpinetech.com ORDERING INSTRUCTIONS MFMP Contract #: CR953 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 20-5497315-002 VENDOR: Express Supply, Inc. ADDRESS: 632 Gatlin Ave CITY, STATE, ZIP: Orlando, FL, 32806 TELEPHONE: 407-497-8614 TOLL FREE NO. E-MAIL: mschulting@expresssupply.net DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Mark Schulting ADDRESS: 632 Gatlin Ave CITY, STATE, ZIP: Orlando, FL, 32806 TELEPHONE: 407-497-8614 TOLL FREE NO.: E-MAIL ADDRESS: mschulting@expresssupply.net WEB ADDRESS: www.expresssupply.net ORDERING INSTRUCTIONS MFMP Contract #: CR954 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 87-3594079-002 VENDOR: HERMES42 ADDRESS: 7901 4TH ST N # 18915 CITY, STATE, ZIP: ST PETERSBURG / FL / 33702 TELEPHONE: (786) 723 4242 TOLL FREE NO. E-MAIL: frank@hermes42.com DELIVERY: DELIVERY WILL BE MADE WITHIN 14 DAYS AFTER RECEIPT OF PURCHASE ORDER. ** IF IN STOCK AT TIME OF ORDER ** PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Frank Gadot , Owner ADDRESS: 7901 4TH ST N # 18915 CITY, STATE, ZIP: ST PETERSBURG / FL / 33702 TELEPHONE: (786) 723 4242 TOLL FREE NO.: E-MAIL ADDRESS: frank@hermes42.com WEB ADDRESS: www.hermes42.com ORDERING INSTRUCTIONS MFMP Contract #: CR955 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 82-1328542-001 VENDOR: GovBros, LLC dba Think IT Ai ADDRESS: 121 Madison ST S CITY, STATE, ZIP: Saint Petersburg, FL 33711 TELEPHONE: 813-421-1606 TOLL FREE NO. E-MAIL: insidesales@thinkitai.com DELIVERY: DELIVERY WILL BE MADE WITHIN 180 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Calli Howell, Inside Sales Representative ADDRESS: 121 Madison ST S CITY, STATE, ZIP: Saint Petersburg, FL 33711 TELEPHONE: 813-421-1606 x777 TOLL FREE NO.: E-MAIL ADDRESS: insidesales@thinkitai.com WEB ADDRESS: https://www.thinkitai.com/ ORDERING INSTRUCTIONS MFMP Contract #: CR956 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): _74-2019144-001 ______ VENDOR:___Cubic ITS, Inc.__________________________ ADDRESS:____ 522 Gillingham Ln______________________ CITY, STATE, ZIP:___ Sugar Land, TX 77478_______________________ TELEPHONE:__281-240-7233_________________________ TOLL FREE NO.:___866-652-5347______ E-MAIL: __trafficwarecustomercare@cubic.com___gridsmartorders@cubic.com_______ DELIVERY: DELIVERY WILL BE MADE WITHIN 30-240 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE:Travis Topa S FL D1, D4, D6 and Chris Burke N FL D2, D3, D5, D7 ADDRESS:____522 Gillingham Ln_____________________ CITY, STATE, ZIP:_______Sugar Land, TX 77478_________________ TELEPHONE:____727-647-6694______904-377-3088_____________ TOLL FREE NO.: ______866-652-5347__________________ E-MAIL ADDRESS:__travis.topa@cubic.com__christopher.burke@cubic.com________ WEB ADDRESS:_https://www.cubic.com/transportation/contact/general______ ORDERING INSTRUCTIONS MFMP Contract #: CR957 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 47-1842676-002 VENDOR: Lux Solar, Inc. ADDRESS: 10891 La Reina Rd, Suite 100 CITY, STATE, ZIP: Delray Beach, FL 33446 TELEPHONE: (954) 608-4608 TOLL FREE NO. E-MAIL: maj@lux-solar.com DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Wael "Maj" Majdalawi, PE, PTOE (President) ADDRESS: 10891 La Reina Rd, Suite 100 CITY, STATE, ZIP: Delray Beach, FL 33446 TELEPHONE: (954) 608-4608 TOLL FREE NO.: E-MAIL ADDRESS: maj@lux-solar.com WEB ADDRESS: www.InRoadLight.com ORDERING INSTRUCTIONS MFMP Contract #: CR958 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3003934-001 VENDOR: Intelligent Transportation Services, Inc. ADDRESS: 3205 South Access Road, Suite A CITY, STATE, ZIP: Englewood, Florida 34224 TELEPHONE: 941-473-8100 TOLL FREE NO. E-MAIL: tmalone@itstraffic.us DELIVERY: DELIVERY WILL BE MADE WITHIN 30 - 120 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Tim Malone, President ADDRESS: 3205 South Access Road, Suite A CITY, STATE, ZIP: Englewood, Florida 34224 TELEPHONE: 941-473-8100 TOLL FREE NO.: E-MAIL ADDRESS: tmalone@itstraffic.us WEB ADDRESS: www.itstraffic.us ORDERING INSTRUCTIONS MFMP Contract #: CR959 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: All orders for Pelco Products, Inc must be placed with the following Authorized Resellers: Transportation Control Systems, Inc. or Temple, Inc. FEDERAL EMPLOYER ID NUMBER (FEID): F73-1237747-002 VENDOR: Pelco Products, Inc. ADDRESS: 320 West 18th Street CITY, STATE, ZIP: Edmond, OK 73013 TELEPHONE: 405-340-3434 TOLL FREE NO.: PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Robert Magess, Regional Sales Manager ADDRESS: 320 West 18th Street CITY, STATE, ZIP: Edmond, OK 73013 TELEPHONE: 405-340-3434 TOLL FREE NO.: E-MAIL ADDRESS: sales@pelcoinc.com WEB ADDRESS: ORDERING INSTRUCTIONS MFMP Contract #: CR960 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 45-4470922-001 VENDOR: GovComm, Inc. ADDRESS: 3864 SW 30 Avenue CITY, STATE, ZIP: Ft Lauderdale, Florida 33312 TELEPHONE: 305-937-2000 TOLL FREE NO. E-MAIL: sales@govcomm.us DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Craig A. Waltzer, CEO ADDRESS: 3864 SW 30 Avenue CITY, STATE, ZIP: Ft Lauderdale, Florida 33312 TELEPHONE: 305-937-2000 TOLL FREE NO.: E-MAIL ADDRESS: cwaltzer@govcomm.us WEB ADDRESS: www.govcomm.us ORDERING INSTRUCTIONS MFMP Contract #: CR961 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3152989-001 VENDOR: Blackhawk Enterprises Inc. ADDRESS: 1400 Village Sq. 3-216 CITY, STATE, ZIP: Tallahassee, FL 32312 TELEPHONE: 850-766-1388 TOLL FREE NO. E-MAIL: blhawk99@aol.com DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: James S. LaBatt, President ADDRESS: 1400 Village Sq. 3-216 CITY, STATE, ZIP: Tallahassee, FL 32312 TELEPHONE: 850-766-1388 TOLL FREE NO.: E-MAIL ADDRESS: blhawk99@aol.com WEB ADDRESS: www.blackhawkenterprises.com ORDERING INSTRUCTIONS MFMP Contract #: CR962 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment *AUTHORIZED RESELLER FOR ITEMS AWARDED TO PELCO PRODUCTS, INC. NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-1673144-001 VENDOR: Transportation Control Systems, Inc ADDRESS: 1100 S. 86th Street CITY, STATE, ZIP: Tampa, Florida 33619 TELEPHONE: 813-630-2800 TOLL FREE NO. 1-800-886-2735 E-MAIL: sgillis@tcstraffic.com / sales@tcstraffic.com (for items awarded to Pelco Products) DELIVERY: DELIVERY WILL BE MADE WITHIN 30-365 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Steven Gillis, CEO/President / Stephanie Shaw (for items awarded to Pelco Products) ADDRESS: 1100 S. 86th Street CITY, STATE, ZIP: Tampa, Florida 33619 TELEPHONE: 813-630-2800 TOLL FREE NO.: 1-800-886-2735 E-MAIL ADDRESS: sales@tcstraffic.com WEB ADDRESS: www.tcstraffic.com ORDERING INSTRUCTIONS MFMP Contract #: CR963 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 63-0927870-002 VENDOR: MG-SQUARED, Inc. ADDRESS: 3301 Oakhill Drive CITY, STATE, ZIP: Birmingham, AL 35216 TELEPHONE: 205-823-6688 TOLL FREE NO. E-MAIL: Martin@mgsquared.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30-70 DAYS AFTER RECEIPT OF PURCHASE ORDER. Reason Not 30 Days: Some Items are Built to Order - NOT an "Off-the-Shelf" Item PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Martin A. Maners, III (Vice President & General Counsel) ADDRESS: 3301 Oakhill Drive CITY, STATE, ZIP: Birmingham, AL 35216 TELEPHONE: 205-823-6688 TOLL FREE NO.: E-MAIL ADDRESS: Martin@mgsquared.com WEB ADDRESS: www.LoweringSystem.com ORDERING INSTRUCTIONS MFMP Contract #: CR964 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 20-3858711-002 VENDOR: ITS Plus, Inc. ADDRESS: 6220 Trailwood Dr. CITY, STATE, ZIP: Plano, TX 75024 TELEPHONE: (817)-404-9287 TOLL FREE NO. (817)583-4775 E-MAIL: info@itsplus3.com DELIVERY: DELIVERY WILL BE MADE WITHIN stock to 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Rhiannon Brookwell Order Processing Manager ADDRESS: 6220 Trailwood Dr CITY, STATE, ZIP: Plano, TX 75024 TELEPHONE: 562-360-4762 TOLL FREE NO.: (817)583-4775 E-MAIL ADDRESS: shipping@itsplus3.com WEB ADDRESS: https://www.itsplus3.com ORDERING INSTRUCTIONS MFMP Contract #: CR965 Bid Number: DOT-ITB-24-9098-SJ Title: FDOT Approved Products List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 87-3165409-001 VENDOR: Safety Zone Holdings, Inc dba Safety Zone Specialists ADDRESS: PO Box 90764 CITY, STATE, ZIP: Lakeland, FL 33804-0764 TELEPHONE: 863-816-3402 TOLL FREE NO. N/A E-MAIL: ofcmgr@safetyzonespecialists.com DELIVERY: DELIVERY WILL BE MADE WITHIN 14-28 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Holly Mason, General Manager ADDRESS: PO Box 90764 CITY, STATE, ZIP: Lakeland, FL 33804-0764 TELEPHONE: 863-816-3402 TOLL FREE NO.: N/A E-MAIL ADDRESS: ofcmgr@safetyzonespecialists.com WEB ADDRESS: www.SafetyZoneSpecialists.com ITBTERMSHELL.COMM – 2/1/2021 BID SHEET Instructions and Signature Page (Page 1 of 2) BID #: DOT-ITB-24-9098-SJ FOB: Destination BID TITLE: FDOT APL Traffic Equipment • AN EXCEL WORKBOOK IS ATTACHED SEPARATELY TO THIS BID ADVERTISEMENT IN THE VENDOR INFORMATION PORTAL. PLEASE BID AS SPECIFIED. • PLEASE NOTE THAT THE WORKBOOK CONTAINS FOUR (4) TABS: 1) “APL BID LIST 2024” 2) “APL Configurations” 3) “APL Support Supplies” 4) “Ordering Instructions” • ALL APL CONFIGURATION ITEMS (this Tab is OPTIONAL) SUBMITTED MUST BE APPROVED BY THE DEPARTMENT TO BE CONSIDERD FOR AWARD. o EACH APL CONFIGURATION MUST BE DIRECTLY TRACEABLE TO AN APL LINE NUMBER AND APL CERTIFICATION NUMBER LISTED ON THE “APL BID LIST 2024” Tab. If the APL Configuration is not directly traceable to an existing APL Certification Number listed on the “APL BID LIST 2024” Tab, it will not be considered for award. o Example entries for APL Configurations: Existing APL # xxx-xxx-xxx - a, b, c, d….etc. (i.e. 660-014-004-a, 660-014-004-b, 660-014-004-c, etc.) o APL Configurations shall be limited to five (5) per APL Line Number. If more than 5 are submitted, the entire list of configurations submitted for that APL Line Number will not be considered for award. • EACH APL SUPPORT SUPPLIES ITEM (this Tab is OPTIONAL) SUBMITTED MUST BE APPROVED BY THE DEPARTMENT TO BE CONSIDERED FOR AWARD. o EACH APL SUPPORT SUPPLIES ITEM MUST BE DIRECTLY TRACEABLE TO AN APL CERTIFICATION NUMBER LISTED ON THE “APL BID LIST 2024” Tab. If the APL SUPPORT SUPPLIES are not directly traceable to an existing APL Certification Number listed on the “APL BID LIST 2024” Tab, it will not be considered for award. o Example entries for APL Support Supplies: SS-Existing APL # xxx-xxx-xxx - a, b, c, d….etc. (i.e. SS-660-014-004-a, SS-660-014-004-b, SS-660-014-004-c, etc.) o There is no limit to the number of Support Supplies that can be associated with an APL device. ITBTERMSHELL.COMM – 2/1/2021 BID SHEET Instructions and Signature Page (Page 2 of 2) BID #: DOT-ITB-24-9098-SJ FOB: Destination BID TITLE: FDOT APL Traffic Equipment • DOWNLOAD THE WORKBOOK AND ELECTRONICALLY ENTER BID AMOUNT(s). ➢ BIDDING ON ALL ITEMS IS NOT REQUIRED ➢ BLANK PRICE CELLS WILL BE CONSIDERED AS “NO BIDS” • SAVE THE COMPLETED WORKBOOK (in Excel Format and Portable Document Format (PDF)) AND SUBMIT BOTH DOCUMENTS ELECTRONICALLY WITH YOUR BID PACKAGE. • MANUFACTURERS ARE ENCOURAGED TO BID DIRECT NAMING DEALERS WHO WILL ACCEPT ORDERS AND COMPLETE DELIVERIES. BIDDERS MUST INCLUDE COMPLETE ORDERING INSTRUCTIONS, INCLUDING FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID), FOR INVOICING DEALERS, WITH THE BID ON A SEPARATE SHEET. • BE SURE TO INCLUDE A SIGNED COPY OF THIS SIGNATURE PAGE WITH YOUR BID RESPONSE. RENEWAL: see Introduction Section #6. THE UNIT PRICE(s) WILL APPLY TO THE INITIAL TERM AND ANY RENEWAL PERIODS. NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. MFMP Transaction Fee: All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the referenced Form PUR 1000 General Contract Condition #14. The Transaction Fees imposed shall be based upon the date of issuance of the payment. NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEID# Address: City, State, Zip: Phone: ___________________ E-mail: Authorized Signature: Date: Printed/Typed: Title: DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 1 660-005-004 3M Bondo Loop Sealant BONDO P-606 5 Gallons 30 $642.01 GovBros, LLC dba Think IT Ai 2 700-023-008 Adaptive Micro Systems, LLC Dynamic Message Sign - Front Access DMS Alpha Express, AX2020 (RGB Full Color 20mm pitch)1 Not Awarded 3 700-024-005 Adaptive Micro Systems, LLC Dynamic Message Sign - Embedded DMS AX3500 1 Not Awarded 4 684-002-040 Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6465-P12 1 if in stock: 14 business days $1,746.04 Hermes42 5 684-002-040 Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6465-P16 1 Not Awarded 6 684-002-040 Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6465-P28 1 if in stock: 14 business days $3,263.46 Hermes42 7 684-002-041 Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6865-P16X 1 if in stock: 14 business days $3,705.12 Hermes42 8 684-002-041 Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6865-U12X 1 if in stock: 14 business days $3,500.10 Hermes42 9 684-002-041 Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6865-28X 1 if in stock: 14 business days $5,776.40 Hermes42 10 700-019-007 All Traffic Solutions Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Shield Series 1 28 days if ordering 20 or less units. 42 days if ordering more than 20 units because All Traffic Solutions, Inc. stocks 20 units of "Your Speed" Sign Wraps due to spatial constraints. The lead time on "Your Speed" Sign Wraps is 42 days. See APL Configurations All Traffic Solutions, Inc. 11 685-002-009 Alpha Technologies Uninterruptible Power Supply FXM 350 Series 1 84 $939.00 Temple, Inc. 12 685-002-009 Alpha Technologies Uninterruptible Power Supply FXM 650 Series 1 Not Awarded 13 685-002-009 Alpha Technologies Uninterruptible Power Supply FXM 1100 Series 1 Not Awarded 14 685-002-009 Alpha Technologies Uninterruptible Power Supply FXM 2000 Series 1 Not Awarded 15 685-002-020 Alpha Technologies Uninterruptible Power Supply FXM-HP 650 Series (650-48 with 4 - 56AH or larger batteries)1 84 $2,568.00 Temple, Inc. 16 685-002-020 Alpha Technologies Uninterruptible Power Supply FXM-HP 650 Series (650-24 with 2 - 56 AH or larger batteries)1 84 $2,038.00 Temple, Inc. 17 685-002-020 Alpha Technologies Uninterruptible Power Supply FXM-HP 1100 Series (with 4 - 56 Ah or larger batteries)1 45 $3,349.00 Intelligent Transportation Services, Inc. 18 685-002-020 Alpha Technologies Uninterruptible Power Supply FXM-HP 1100 Series (with 4 - 80 Ah or larger batteries)1 45 $3,537.00 Intelligent Transportation Services, Inc. 19 685-002-020 Alpha Technologies Uninterruptible Power Supply FXM-HP 2000 Series (with 4 - 100 Ah or larger batteries)1 See APL Configurations Intelligent Transportation Services, Inc. 20 635-001-077 American Polymer Company Pull Box and Cover APC 1324 Series (13x24x12)1 Not Awarded 21 635-001-077 American Polymer Company Pull Box and Cover APC 1324 Series (13x24x18)1 Not Awarded 22 635-001-078 American Polymer Company Pull Box and Cover APC 1730 Series (17x30x12)1 Not Awarded 23 635-001-078 American Polymer Company Pull Box and Cover APC 1730 Series (17x30x18)1 Not Awarded 24 635-001-078 American Polymer Company Pull Box and Cover APC 1730 Series (17x30x24)1 Not Awarded 25 635-001-079 American Polymer Company Pull Box and Cover APC 2436 Series (24x36x18)1 Not Awarded 26 635-001-079 American Polymer Company Pull Box and Cover APC 2436 Series (24x36x24)1 Not Awarded 27 635-001-079 American Polymer Company Pull Box and Cover APC 2436 Series (24x36x30)1 Not Awarded 28 635-001-079 American Polymer Company Pull Box and Cover APC 2436 Series (24x36x36)1 Not Awarded 29 635-001-080 American Polymer Company Pull Box and Cover APC Pull Box 3048 (30x48x18)1 Not Awarded 30 635-001-080 American Polymer Company Pull Box and Cover APC Pull Box 3048 (30x48x24)1 Not Awarded 31 635-001-080 American Polymer Company Pull Box and Cover APC Pull Box 3048 (30x48x36)1 Not Awarded 32 635-001-081 American Polymer Company Pull Box and Cover APC Pull Box 3360 (33x60x36)1 Not Awarded 33 102-048-005 American Signal Company Portable Changeable Message Sign (PCMS) - 18 inch Characters CMS-T331 1 35 $19,740.00 GovBros, LLC dba Think IT Ai 34 102-052-003 American Signal Company Portable Radar Speed Display Unit Digibrite 100 Advantage 1 35 $11,400.00 GovBros, LLC dba Think IT Ai 35 684-005-005 Antaira Technologies, LLC Media Converter IMP-C1000-SFP-bt-T 1 60 $564.04 GovBros, LLC dba Think IT Ai 36 684-005-005 Antaira Technologies, LLC Media Converter IMP-C1000-SFP-bt-24-T 1 60 $854.15 GovBros, LLC dba Think IT Ai 37 685-002-018 APC by Schneider Electric Uninterruptible Power Supply XU1K3LLXXRCC (with 4 - 50Ah batteries for ITS)1 120 $6,302.04 GovBros, LLC dba Think IT Ai 38 685-002-018 APC by Schneider Electric Uninterruptible Power Supply XU1K3LLXXRCC (with 4 - 100Ah batteries for traffic signals)1 240 $5,304.00 Cubic ITS 39 635-001-020 Armorcast Products Company Pull Box and Cover A6001946TAPCX12 (13x24) (12 inch depth) 1 Not Awarded 40 635-001-027 Armorcast Products Company Pull Box and Cover A6001640TAPCX Series (17x30) (12 inch depth)1 Not Awarded 41 635-001-027 Armorcast Products Company Pull Box and Cover A6001640TAPCX Series (17x30) (18 inch depth)1 Not Awarded 42 635-001-027 Armorcast Products Company Pull Box and Cover A6001640TAPCX Series (17x30) (22 inch depth)1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 43 635-001-027 Armorcast Products Company Pull Box and Cover A6001640TAPCX Series (17x30) ( 24 inch depth)1 Not Awarded 44 635-001-029 Armorcast Products Company Pull Box and Cover A6001430TAPCX (30x48) (36 inch depth) 1 Not Awarded 45 635-001-030 Armorcast Products Company Pull Box and Cover A6001974TAPCX (24x36) (18 inch depth) 1 Not Awarded 46 635-001-030 Armorcast Products Company Pull Box and Cover A6001974TAPCX (24x36) (24 inch depth) 1 Not Awarded 47 635-001-030 Armorcast Products Company Pull Box and Cover A6001974TAPCX (24x36) (30 inch depth) 1 Not Awarded 48 635-001-030 Armorcast Products Company Pull Box and Cover A6001974TAPCX (24x36) (36 inch depth) 1 Not Awarded 49 635-001-030 Armorcast Products Company Pull Box and Cover A6001974TAPCX (24x36) (42 inch depth) 1 Not Awarded 50 635-001-055 Armorcast Products Company Pull Box and Cover A6001460TAPCX (30x60) (24 inch depth)1 Not Awarded 51 635-001-055 Armorcast Products Company Pull Box and Cover A6001460TAPCX (30x60) (30 inch depth)1 Not Awarded 52 635-001-055 Armorcast Products Company Pull Box and Cover A6001460TAPCX (30x60) (36 inch depth)1 Not Awarded 53 635-001-055 Armorcast Products Company Pull Box and Cover A6001460TAPCX (30x60) (48 inch depth)1 Not Awarded 54 620-002-001 ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power Catalog #425; Formerly TE(xx)XCS10A Series 1 45 $791.77 GovBros, LLC dba Think IT Ai 55 620-002-002 ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power Catalog #425; Formerly TE(xx)XCS104XA Series 1 45 $791.77 GovBros, LLC dba Think IT Ai 56 620-002-004 ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power 430 (Formerly TE(xx)XDS(yy)4XA Series)1 45 $1,474.56 GovBros, LLC dba Think IT Ai 57 620-002-005 ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power Catalog #420; Formerly SPDee S50A Series 1 45 $375.36 GovBros, LLC dba Think IT Ai 58 620-002-009 ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power Catalog #340; Formerly G-Series 1 45 $480.43 GovBros, LLC dba Think IT Ai 59 620-002-012 ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power Catalog #256; Formerly EMERSON/EDCO - SHA-1235 FS (Fomerly SHA1230FS)1 45 $419.47 GovBros, LLC dba Think IT Ai 60 682-002-016 Axis Communications Camera - Dome Q6075-E ( 01752-004 )1 10 - 15 days $2,368.19 Split Pine Technologies, LLC 61 682-005-002 Axis Communications Camera - Fixed Q1798-LE (01702-001)1 10 - 15 days $1,363.20 Split Pine Technologies, LLC 62 682-002-021 Axis Communications Camera - Dome Q6315-LE PTZ (01925-004)1 10 - 15 days $2,332.30 Split Pine Technologies, LLC 63 684-001-005 B+B SmartWorx Device Server VLINX VES Series 1 120 $575.00 Transportation Control Systems 64 684-001-007 B+B SmartWorx Device Server EKI15XX-CI-I 1 120 $1,250.00 Transportation Control Systems 65 684-002-017 B+B SmartWorx Managed Field Ethernet Switch EKI7700 series 1 120 $3,087.00 Transportation Control Systems 66 684-005-003 B+B SmartWorx Media Converter IMC-350I-SE-A 1 120 $764.00 Transportation Control Systems 67 660-005-030 BASF C C Building Systems Loop Sealant MasterSeal SL 180 5 Gallons Not Awarded 68 660-024-005 Blue-Band Wireless Magnetometer Assembly Collector & D-TX 1 15 - 30 Days See APL Configurations Blue-Band, LLC 69 682-002-019 Bosch Security Systems, Inc.Camera - Dome VG5-ITS1080P-30X6 1 90 $4,314.00 Transportation Control Systems 70 682-005-001 Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8502-R)1 90 $3,000.00 Transportation Control Systems 71 682-005-001 Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8502-RT)1 90 $3,000.00 Transportation Control Systems 72 682-005-001 Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8503-R)1 90 $3,000.00 Transportation Control Systems 73 682-005-001 Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8503-RT)1 90 $3,000.00 Transportation Control Systems 74 682-005-001 Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8504-R)1 90 $3,000.00 Transportation Control Systems 75 682-005-001 Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8504-RT)1 90 $3,000.00 Transportation Control Systems 76 682-001-008 Bosch Security Systems, Inc.Camera - External Positioner MIC-ITS4K-WE12X6 1 90 $13,894.00 Transportation Control Systems 77 682-001-008 Bosch Security Systems, Inc.Camera - External Positioner MIC-ITS4K-GE12X6 1 90 $13,894.00 Transportation Control Systems 78 682-001-009 Bosch Security Systems, Inc.Camera - External Positioner MIC IP HD Series (MIC-ITS 1080P(30x6))1 90 $8,840.00 Transportation Control Systems 79 682-001-009 Bosch Security Systems, Inc.Camera - External Positioner MIC IP HD Series (MIC-ITS 1080P-W30x7)1 90 $9,430.00 Transportation Control Systems 80 620-004-007 BTU Research Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems BTU-POE-ETH 1 Not Awarded 81 620-004-007 BTU Research Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems BTU-POE-PLUS 1 Not Awarded 82 684-002-031 BTU Research Managed Field Ethernet Switch BTU-SS-150W/350WH-1400WH-L3-DOT 1 Not Awarded 83 684-002-031 BTU Research Managed Field Ethernet Switch BTU-SS-150W-240/350WH-1400WH-L3 1 Not Awarded 84 654-001-004 Carmanah Technologies Corp.Rectangular Rapid Flashing Beacon Assembly (RRFB)R920 1 Not Awarded 85 654-001-012 Carmanah Technologies Corp.Rectangular Rapid Flashing Beacon Assembly (RRFB)R920-F 1 56 $4,557.00 Temple, Inc. 86 654-001-013 Carmanah Technologies Corp.Rectangular Rapid Flashing Beacon Assembly (RRFB)SC315-G 1 56 $4,306.00 Temple, Inc. 87 654-001-014 Carmanah Technologies Corp.Rectangular Rapid Flashing Beacon Assembly (RRFB)R920E 1 56 $3,654.00 Temple, Inc. 88 700-019-001 Carmanah Technologies Corp.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS) SpeedCheck-15 1 56 $6,870.00 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 89 700-019-002 Carmanah Technologies Corp.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)SC-18 SERIES 1 56 $7,931.00 Temple, Inc. 90 700-022-004 Carmanah Technologies Corp.Electronic Display Sign (EDS) – Electronic Warning Sign (EWS)SpeedCheck-15-AS 1 56 $6,857.00 Temple, Inc. 91 700-026-004 Carmanah Technologies Corp.Sign Beacon R247E Red 1 56 $2,620.00 Temple, Inc. 92 700-026-013 Carmanah Technologies Corp.Sign Beacon R247-G Series 1 56 $3,697.00 Temple, Inc. 93 700-026-014 Carmanah Technologies Corp.Sign Beacon R829-G Series 1 56 $4,002.00 Temple, Inc. 94 700-026-020 Carmanah Technologies Corp.Sign Beacon R829-E 1 56 $2,772.00 Temple, Inc. 95 700-026-021 Carmanah Technologies Corp.Sign Beacon R829-F 1 56 $3,655.00 Temple, Inc. 96 700-026-022 Carmanah Technologies Corp.Sign Beacon R247-F 1 56 $3,786.00 Temple, Inc. 97 700-026-023 Carmanah Technologies Corp.Sign Beacon R820-F 1 56 $4,213.00 Temple, Inc. 98 700-026-024 Carmanah Technologies Corp.Sign Beacon R820-E 1 56 $3,310.00 Temple, Inc. 99 700-026-025 Carmanah Technologies Corp.Sign Beacon R820-G 1 56 $4,303.00 Temple, Inc. 100 700-027-005 Carmanah Technologies Corp.Illuminated Sign - Highlighted Sign LED Enhanced Sign V2 1 56 $905.00 Temple, Inc. 101 660-014-005 Carmanah Technologies Corp.Wrong Way Vehicle Detection System WW400D + WW400S (solar version)1 70 $66,263.00 Temple, Inc. 102 660-014-005 Carmanah Technologies Corp.Wrong Way Vehicle Detection System WW400D + WW400S (AC version)1 70 $42,871.00 Temple, Inc. 103 700-019-009 Carmanah Technologies Corp.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)SPEEDCHECK-12 (AC version)1 56 $3,806.00 Temple, Inc. 104 700-019-009 Carmanah Technologies Corp.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)SPEEDCHECK-12 (solar version)1 56 $4,429.00 Temple, Inc. 105 635-001-076 Channell Commercial Corporation Pull Box and Cover BULKU 1324-18 1 Not Awarded 106 635-001-076 Channell Commercial Corporation Pull Box and Cover BULKU 1730-18 1 Not Awarded 107 635-001-076 Channell Commercial Corporation Pull Box and Cover BULKU 2436-24 1 Not Awarded 108 684-002-014 Cisco Systems, Inc.Managed Field Ethernet Switch IE3200 1 60 $2,301.72 GovBros, LLC dba Think IT Ai 109 684-002-014 Cisco Systems, Inc.Managed Field Ethernet Switch IE3300 1 60 $2,622.32 GovBros, LLC dba Think IT Ai 110 684-002-014 Cisco Systems, Inc.Managed Field Ethernet Switch IE3400 1 60 $4,354.82 GovBros, LLC dba Think IT Ai 111 684-002-016 Cisco Systems, Inc.Managed Field Ethernet Switch IE4000 Series 1 60 $2,870.71 GovBros, LLC dba Think IT Ai 112 684-002-029 Cisco Systems, Inc.Managed Field Ethernet Switch IE5000 1 60 $8,549.30 GovBros, LLC dba Think IT Ai 113 684-002-030 Cisco Systems, Inc.Managed Field Ethernet Switch IE4010 1 60 $5,563.05 GovBros, LLC dba Think IT Ai 114 684-002-037 Cisco Systems, Inc.Managed Field Ethernet Switch IE 2000 Series 1 60 $847.17 GovBros, LLC dba Think IT Ai 115 620-002-010 Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS70RS Series (120V only)1 See APL Configurations Intelligent Transportation Services, Inc. 116 620-002-011 Citel, Inc.Surge Protective Device for 120V or 120_240V Power M50-120S/T Series 1 See APL Configurations Intelligent Transportation Services, Inc. 117 620-002-011 Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS72US/DS73US Series 1 See APL Configurations Intelligent Transportation Services, Inc. 118 620-003-002 Citel, Inc.Surge Protective Device at Point of Use MLPC1 Series 1 30 $66.00 Intelligent Transportation Services, Inc. 119 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DLA-12D3 (12VDC)1 30 $66.00 Intelligent Transportation Services, Inc. 120 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DS220S-24DC (24VAC)1 30 $81.00 Intelligent Transportation Services, Inc. 121 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DS230S-48DC (48VDC)1 30 $89.00 Intelligent Transportation Services, Inc. 122 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DLA-06D3 (2-wire RS422)1 30 $66.00 Intelligent Transportation Services, Inc. 123 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DLA2-06D3 (4-wire RS422)1 30 $89.00 Intelligent Transportation Services, Inc. 124 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems MJ8-Cat5E (Ethernet)1 30 $66.00 Intelligent Transportation Services, Inc. 125 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems MJ8-POE-A (Ethernet)1 30 $66.00 Intelligent Transportation Services, Inc. 126 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems MJ8-POE-B (Ethernet)1 30 $66.00 Intelligent Transportation Services, Inc. 127 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DINBNC-HD (Video)1 30 $89.00 Intelligent Transportation Services, Inc. 128 620-004-002 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems MJ8-POE-IT (Ethernet)1 Not Awarded 129 620-004-008 Citel, Inc.Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DLA2-12D3 Series 1 30 $89.00 Intelligent Transportation Services, Inc. 130 685-002-001 Clary Corporation Uninterruptible Power Supply SP560 1 168 $2,298.00 Temple, Inc. 131 685-002-001 Clary Corporation Uninterruptible Power Supply 1250LE 1 168 $3,579.00 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 132 685-002-001 Clary Corporation Uninterruptible Power Supply 1250LX 1 168 $4,381.00 Temple, Inc. 133 685-002-001 Clary Corporation Uninterruptible Power Supply 2000LX 1 168 $5,196.00 Temple, Inc. 134 641-008-001 CLS-North Star Lighting Camera Lowering Device CDP6-16HDxx 1 See APL Configurations Intelligent Transportation Services, Inc. 135 641-008-001 CLS-North Star Lighting Camera Lowering Device CEPM-16HDxx 1 See APL Configurations Intelligent Transportation Services, Inc. 136 684-001-006 Communication Networks Device Server CNFE3DOE2/M 1 30 $688.00 Intelligent Transportation Services, Inc. 137 684-002-006 Communication Networks Managed Field Ethernet Switch CNGE3FE8MS (POE)(HO)1 See APL Configurations Intelligent Transportation Services, Inc. 138 684-002-006 Communication Networks Managed Field Ethernet Switch CNGE11FX3TX8MS (POE)(HO)1 See APL Configurations Intelligent Transportation Services, Inc. 139 684-002-006 Communication Networks Managed Field Ethernet Switch CNGE20MS 1 30 $2,084.00 Intelligent Transportation Services, Inc. 140 684-005-002 Communication Networks Media Converter CLSeries 1 See APL Configurations Intelligent Transportation Services, Inc. 141 684-005-002 Communication Networks Media Converter CN Series 1 See APL Configurations Intelligent Transportation Services, Inc. 142 684-005-004 Communication Networks Media Converter FDX60 Serial data over fiber 1 See APL Configurations Intelligent Transportation Services, Inc. 143 684-002-039 Communication Networks Managed Field Ethernet Switch CNXE2GE2TX8MSPOE 1 30 $2,568.00 Intelligent Transportation Services, Inc. 144 676-002-007 Control Technologies Wired Cabinet Assembly Type IV TYPE IV 1 Not Awarded 145 676-003-002 Control Technologies Wired Cabinet Assembly Type V TYPE V 1 Not Awarded 146 676-009-005 Control Technologies Wired Cabinet Assembly Type III TYPE III 1 Not Awarded 147 676-011-004 Control Technologies Wired Cabinet Assembly Type I CT-FL1 1 Not Awarded 148 676-036-001 Control Technologies 170 Controller Cabinet 552-AT 1 30 $28,000.00 Control Technologies 149 676-036-003 Control Technologies 170 Controller Cabinet 660 AT 1 30 $29,500.00 Control Technologies 150 676-040-001 Control Technologies 170 Wired Cabinet Type 552 MD 552X 1 30 $28,000.00 Control Technologies 151 676-041-001 Control Technologies 170 Wired Cabinet Type 662 MD 660X 1 30 $30,000.00 Control Technologies 152 620-002-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for 120V or 120_240V Power ZoneDefender PRO Series 1 Not Awarded 153 620-003-001 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific)Surge Protective Device at Point of Use RackPro Series 1 Not Awarded 154 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24574,12VDC 1 Not Awarded 155 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB91172,12VDC 1 Not Awarded 156 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24580, 24VAC 1 Not Awarded 157 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24582, 48VDC 1 Not Awarded 158 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB90957, 48VDC 1 Not Awarded 159 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24584, Video 1 Not Awarded 160 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24518, RS485 1 Not Awarded 161 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24528, RS422 1 Not Awarded 162 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24558, T1 1 Not Awarded 163 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24596, Ethernet 1 Not Awarded 164 620-004-006 Cooper Crouse-Hinds MTL (formerly Atlantic Scientific) Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems ZoneBarrier ZB24597, POE 1 Not Awarded 165 653-001-001 Cost Cast, Inc.Pedestrian Signal Bracket Sand Cast 1915 1 45 See APL configurations Transportation Solutions and Lighting 166 659-001-007 Cost Cast, Inc.Vehicle Signal Bracket 1902,1902B 1 45 See APL configurations Transportation Solutions and Lighting 167 659-001-008 Cost Cast, Inc.Vehicle Signal Bracket 1903,1903B 1 45 $207.00 Transportation Solutions and Lighting 168 659-001-009 Cost Cast, Inc.Vehicle Signal Bracket PN1904,1904B 1 45 $210.00 Transportation Solutions and Lighting 169 659-001-018 Cost Cast, Inc.Vehicle Signal Bracket 1902B-C 1 45 $50.00 Transportation Solutions and Lighting 170 659-001-019 Cost Cast, Inc.Vehicle Signal Bracket 1902XL-C 1 45 $415.00 Transportation Solutions and Lighting 171 659-001-020 Cost Cast, Inc.Vehicle Signal Bracket 1902BXL-C 1 45 $432.00 Transportation Solutions and Lighting 172 659-001-026 Cost Cast, Inc.Vehicle Signal Bracket 1903B 1 45 $245.00 Transportation Solutions and Lighting 173 659-001-027 Cost Cast, Inc.Vehicle Signal Bracket 1902B 1 45 $110.00 Transportation Solutions and Lighting 174 659-001-032 Cost Cast, Inc.Vehicle Signal Bracket 1917 1 45 $135.00 Transportation Solutions and Lighting 175 659-001-047 Cost Cast, Inc.Vehicle Signal Bracket 1916A 1 30 DAYS $167.00 RAINBOW DISTRIBUTORS USA, INC 176 659-003-004 Cost Cast, Inc.Signal Head Spacer 19812 1 45 $64.00 Transportation Solutions and Lighting 177 659-003-005 Cost Cast, Inc.Signal Head Spacer 1908 1 45 $72.00 Transportation Solutions and Lighting 178 659-003-006 Cost Cast, Inc.Signal Head Spacer 1912 1 45 $72.00 Transportation Solutions and Lighting 179 659-004-002 Cost Cast, Inc.Disconnect Hanger 1901T 1 45 $236.00 Transportation Solutions and Lighting DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 180 659-004-005 Cost Cast, Inc.Disconnect Hanger 1901T 1 45 $232.00 Transportation Solutions and Lighting 181 659-004-024 Cost Cast, Inc.Disconnect Hanger 1900T 1 45 $137.00 Transportation Solutions and Lighting 182 659-004-025 Cost Cast, Inc.Disconnect Hanger 1900T 1 45 $146.00 Transportation Solutions and Lighting 183 659-005-003 Cost Cast, Inc.Adjustable Hanger 1906 1 45 $73.00 Transportation Solutions and Lighting 184 659-005-007 Cost Cast, Inc.Adjustable Hanger 1906FLA 1 45 $71.00 Transportation Solutions and Lighting 185 659-010-002 Cost Cast, Inc.Spanwire Clamp 1909 1 45 $48.00 Transportation Solutions and Lighting 186 659-011-007 Cost Cast, Inc.Sign Bracket 1920-10 1 45 $38.00 Transportation Solutions and Lighting 187 659-011-008 Cost Cast, Inc.Sign Bracket 1920-20 1 45 $41.00 Transportation Solutions and Lighting 188 659-011-009 Cost Cast, Inc.Sign Bracket 1920-10D 1 45 $55.00 Transportation Solutions and Lighting 189 659-011-010 Cost Cast, Inc.Sign Bracket 1920-20D 1 45 $59.00 Transportation Solutions and Lighting 190 659-011-016 Cost Cast, Inc.Sign Bracket 1921-10 1 45 $37.00 Transportation Solutions and Lighting 191 659-011-017 Cost Cast, Inc.Sign Bracket 1921-20 1 45 $38.00 Transportation Solutions and Lighting 192 659-011-023 Cost Cast, Inc.Sign Bracket 1922 1 45 $104.00 Transportation Solutions and Lighting 193 659-011-026 Cost Cast, Inc.Sign Bracket 1923 1 45 $81.00 Transportation Solutions and Lighting 194 659-011-029 Cost Cast, Inc.Sign Bracket 1922A 1 45 $102.00 Transportation Solutions and Lighting 195 659-011-030 Cost Cast, Inc.Sign Bracket 1916A 1 45 $135.00 Transportation Solutions and Lighting 196 659-013-001 Cost Cast, Inc.Tri-Stud to Nipple Adapter 1914 1 45 $28.00 Transportation Solutions and Lighting 197 659-015-001 Cost Cast, Inc.Extension Bar 1906-E 1 45 $47.00 Transportation Solutions and Lighting 198 659-026-002 Cost Cast, Inc.Mast Arm Clamp 1919A 1 45 $48.00 Transportation Solutions and Lighting 199 659-030-001 Cost Cast, Inc.Clevis Adaptor 1930 1 45 $35.00 Transportation Solutions and Lighting 200 659-031-007 Cost Cast, Inc.Mast Arm Signal Mounting PN 1927 1 45 $84.00 Transportation Solutions and Lighting 201 659-031-018 Cost Cast, Inc.Mast Arm Signal Mounting Value-Brac Model 1416-XX-XXX 1 45 See APL configurations Transportation Solutions and Lighting 202 659-035-007 Cost Cast, Inc.Mast Arm Camera Mounting 1428-E-Cxx-Gyy 1 45 See APL configurations Transportation Solutions and Lighting 203 659-035-008 Cost Cast, Inc.Mast Arm Camera Mounting 1444-CXX-2X48-1 1 45 See APL configurations Transportation Solutions and Lighting 204 659-036-001 Cost Cast, Inc.Span Wire Sign Mounting 1919A 1 45 $49.00 Transportation Solutions and Lighting 205 665-003-016 Cost Cast, Inc.Pedestrian Detector 1347-F 1 45 $95.00 Transportation Solutions and Lighting 206 682-001-005 CostarHD Camera - External Positioner Rise 4260 Series 1 See APL Configurations Intelligent Transportation Services, Inc. 207 682-002-011 CostarHD Camera - Dome 4220HD Series 1 See APL Configurations Intelligent Transportation Services, Inc. 208 682-004-002 CostarHD Camera - Thermal/Visible Hybrid RISE 4290 Series 1 See APL Configurations Intelligent Transportation Services, Inc. 209 660-015-036 Cubic ITS, Inc. (Gridsmart)Vehicle Detector - Video GS Series 1 45 $18,245.00 Cubic ITS 210 660-017-009 Cubic ITS, Inc. (Trafficware)Vehicle Detector - Loop 2 Channels TS2 Type C (with Timings)722L 1 180 $260.00 Cubic ITS 211 660-022-004 Cubic ITS, Inc. (Trafficware)Vehicle Detector - Loop 4 Channels TS2 Type D (with Timings) 724L 1 180 $440.00 Cubic ITS 212 671-016-008 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 1 980 ATC Type 1 1 90 $2,704.00 Cubic ITS 213 671-016-014 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 1 Commander ATC Traffic Controller 1 90 $3,660.00 Cubic ITS 214 671-017-006 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 2 980 ATC Type 2 1 90 $2,912.00 Cubic ITS 215 671-017-014 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 2 Commander ATC Traffic Controller 1 90 $4,630.00 Cubic ITS 216 671-018-004 Cubic ITS, Inc. (Trafficware)2070L Unit (Lite Unit for 170 Cabinet)2070 1 90 $5,550.00 Cubic ITS 217 671-019-007 Cubic ITS, Inc. (Trafficware)2070 Unit (Full Unit for 170 Cabinet)2070LX 1 90 $5,870.00 Cubic ITS 218 671-028-001 Cubic ITS, Inc. (Trafficware)2070LC Unit (Lite Unit for ITS & TS2 Cabinets) 2070LN2 1 90 $5,195.00 Cubic ITS 219 676-002-014 Cubic ITS, Inc. (Trafficware)Wired Cabinet Assembly Type IV 70008-TS2FL4 1 180 $16,330.00 Cubic ITS 220 676-003-010 Cubic ITS, Inc. (Trafficware)Wired Cabinet Assembly Type V P-44 70006-FL 1 180 $16,800.00 Cubic ITS 221 676-004-040 Cubic ITS, Inc. (Trafficware)Surge Protective Device SRA-6LC LOOP 1 Not Awarded 222 676-004-041 Cubic ITS, Inc. (Trafficware)Surge Protective Device SRA-6LCP LOOP 1 Not Awarded 223 676-023-004 Cubic ITS, Inc. (Trafficware)Wired Cabinet Assembly TS-2 Size 6 70006-TS2/FL 1 180 $17,575.00 Cubic ITS 224 678-016-007 Cubic ITS, Inc. (Trafficware)Malfunction Management Unit Type 16 MMU-516L-E 1 Not Awarded 225 678-017-005 Cubic ITS, Inc. (Trafficware)Cabinet Power Supply (TS2)PS2D 1 180 $695.00 Cubic ITS 226 678-018-005 Cubic ITS, Inc. (Trafficware)Bus Interface Unit (TS2)BIU-700-TW 1 180 $400.00 Cubic ITS 227 678-016-010 Cubic ITS, Inc. (Trafficware)Malfunction Management Unit Type 16 MMU2-16LEIP-TW 1 180 $1,341.00 Cubic ITS 228 660-015-051 Currux Vision LLC Vehicle Detector - Video CV ITS VD v1.08 1 56 $18,639.00 Temple, Inc. 229 700-020-005 Daktronics, Inc.Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 20mm pitch)1 See APL Configurations See APL Configurations Daktronics, Inc. 230 700-020-005 Daktronics, Inc.Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 34mm pitch)1 Not Awarded 231 700-023-001 Daktronics, Inc.Dynamic Message Sign - Front Access DMS VF-2420 Series (Monochrome Amber 46mm pitch)1 Not Awarded 232 700-023-003 Daktronics, Inc.Dynamic Message Sign - Front Access DMS VF-2420 Series (RGB Full Color 20mm pitch)1 See APL Configurations See APL Configurations Daktronics, Inc. 233 700-023-003 Daktronics, Inc.Dynamic Message Sign - Front Access DMS VF-2420 Series (RGB Full Color 34mm pitch)1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 234 700-023-007 Daktronics, Inc.Dynamic Message Sign - Front Access DMS VX-242X Series 1 See APL Configurations See APL Configurations Daktronics, Inc. 235 700-024-001 Daktronics, Inc.Dynamic Message Sign - Embedded DMS VM-1020 Series (White/Amber/Tri-color 46mm pitch) 1 Not Awarded 236 700-024-001 Daktronics, Inc.Dynamic Message Sign - Embedded DMS VM-1020 Series (White/Amber/Tri-color 66mm pitch) 1 Not Awarded 237 700-024-001 Daktronics, Inc.Dynamic Message Sign - Embedded DMS VM-1020 Series (Full Color 20mm pitch)1 See APL Configurations See APL Configurations Daktronics, Inc. 238 700-025-002 Daktronics, Inc.Dynamic Message Sign - DMS LED Retrofit Kit Retrofit Series (Monochrome Amber 66mm and Color 20mm)1 Not Awarded 239 650-010-033 Dialight Corporation 12" LED Red Signal 433-1210-003XLF 1 112 $37.00 Temple, Inc. 240 650-010-038 Dialight Corporation 12" LED Red Signal 433-1210-003XLF15 1 112 $47.00 Temple, Inc. 241 650-011-022 Dialight Corporation 12" LED Red Arrow Signal 432-1314-001XODF 1 112 $44.00 Temple, Inc. 242 650-011-027 Dialight Corporation 12" LED Red Arrow Signal 432-1314-001XOF15 1 112 $59.00 Temple, Inc. 243 650-012-017 Dialight Corporation 12" LED Yellow Signal 433-3230-901XLF 1 112 $44.00 Temple, Inc. 244 650-012-023 Dialight Corporation 12" LED Yellow Signal 433-3230-901XLF15 1 112 $53.00 Temple, Inc. 245 650-013-021 Dialight Corporation 12" LED Green Signal 433-2220-001XLF 1 112 $39.00 Temple, Inc. 246 650-013-026 Dialight Corporation 12" LED Green Signal 433-2220-001XLF15 1 112 $50.00 Temple, Inc. 247 650-014-014 Dialight Corporation 12" LED Yellow Arrow Signal 431-3334-901XODF 1 112 $39.00 Temple, Inc. 248 650-014-019 Dialight Corporation 12" LED Yellow Arrow Signal 431-3334-901XOF15 1 112 $59.00 Temple, Inc. 249 650-015-014 Dialight Corporation 12" LED Green Arrow Signal 432-2324-001XODF 1 112 $42.00 Temple, Inc. 250 650-015-019 Dialight Corporation 12" LED Green Arrow Signal 432-2324-001XOF15 1 112 $59.00 Temple, Inc. 251 650-018-002 Dialight Corporation Programmable Visibility Red LED Lamp for Optically Programmable Signal P46-3R33-003 1 112 $56.00 Temple, Inc. 252 650-019-002 Dialight Corporation Programmable Visibility Yellow LED Lamp for Optically Programmable Signal P46-3Y33-003 1 112 $56.00 Temple, Inc. 253 650-020-002 Dialight Corporation Programmable Visibility Green LED Lamp for Optically Programmable Signal P46-3G33-003 1 112 $91.00 Temple, Inc. 254 653-017-014 Dialight Corporation 12" LED Hand and Person Module 430-6450-001XF 1 112 $126.00 Temple, Inc. 255 653-017-015 Dialight Corporation 12" LED Hand and Person Module 430-6472-001XF 1 112 $131.00 Temple, Inc. 256 653-022-011 Dialight Corporation Countdown Pedestrian Signal 430-7773-001XF 1 112 $92.00 Temple, Inc. 257 653-022-014 Dialight Corporation Countdown Pedestrian Signal 430-6479-805XF 1 112 $151.00 Temple, Inc. 258 684-001-001 Digi International Device Server Portserver TS Hcc Mei 1 180 $1,206.00 GovBros, LLC dba Think IT Ai 259 620-004-009 DITEK Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DTK-MRJPOES 1 10 - 15 days $53.24 Split Pine Technologies, LLC 260 620-004-010 DITEK Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DTK-DR5B 1 10 - 15 days $53.24 Split Pine Technologies, LLC 261 620-004-010 DITEK Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DTK-DR12B 1 10 - 15 days $53.24 Split Pine Technologies, LLC 262 620-004-010 DITEK Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DTK-DR24B 1 10 - 15 days $53.24 Split Pine Technologies, LLC 263 620-004-010 DITEK Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems DTK-DR48B 1 10 - 15 days $53.24 Split Pine Technologies, LLC 264 660-005-024 Durant Performance Coatings Loop Sealant STAT-A-FLEX Loop Sealant 5 Gallons 30 DAYS $288.00 RAINBOW DISTRIBUTORS USA, INC 265 660-003-043 Eberle Design Inc.Vehicle Loop Detector 1 Channel Auto Shelf Mount LMD301 SERIES 1 Not Awarded 266 660-003-044 Eberle Design Inc.Vehicle Loop Detector 1 Channel Auto Shelf Mount LMD301t SERIES 1 30 $249.98 Control Technologies 267 660-008-025 Eberle Design Inc.Vehicle Loop Detector 2 Channels Auto Rack Mount LM222 1 30 $150.24 Control Technologies 268 660-008-034 Eberle Design Inc.Vehicle Loop Detector 2 Channels Auto Rack Mount LMD222 SERIES 1 30 $155.29 Control Technologies 269 660-009-012 Eberle Design Inc.Vehicle Loop Detector 4 Channels Auto Rack Mount LMD604t SERIES 1 Not Awarded 270 660-009-013 Eberle Design Inc.Vehicle Loop Detector 4 Channels Auto Rack Mount LMD224 SERIES 1 30 $319.41 Control Technologies 271 660-016-003 Eberle Design Inc.Vehicle Detector - Loop 2 Channels TS2 Type A (no Timings) LM622 SERIES 1 30 $150.24 Control Technologies 272 660-016-004 Eberle Design Inc.Vehicle Detector - Loop 2 Channels TS2 Type A (no Timings) LMD622 SERIES 1 30 $155.29 Control Technologies 273 660-017-007 Eberle Design Inc.Vehicle Detector - Loop 2 Channels TS2 Type C (with Timings)ORACLE 2E 1 30 $284.06 Control Technologies DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 274 660-017-008 Eberle Design Inc.Vehicle Detector - Loop 2 Channels TS2 Type C (with Timings) LMD 622T 1 30 $183.06 Control Technologies 275 660-022-005 Eberle Design Inc.Vehicle Detector - Loop 4 Channels TS2 Type D (with Timings) LMD624t SERIES 1 30 $352.24 Control Technologies 276 660-023-002 Eberle Design Inc.Vehicle Detector - Loop 4 Channels TS2 Type B (no Timings) LMD624 SERIES 1 30 $319.41 Control Technologies 277 678-003-010 Eberle Design Inc.Conflict Monitor Type 12 SSM-12LE 1 30 $1,042.83 Control Technologies 278 678-004-004 Eberle Design Inc.Load Switch 510 1 30 $46.71 Control Technologies 279 678-007-003 Eberle Design Inc.Flasher Type 3 810 1 30 $47.98 Control Technologies 280 678-012-002 Eberle Design Inc.Conflict Monitor Type 18 SSM-18LE 1 Not Awarded 281 678-016-006 Eberle Design Inc.Malfunction Management Unit Type 16 MMU-16E 1 30 $1,190.54 Control Technologies 282 678-016-008 Eberle Design Inc.Malfunction Management Unit Type 16 MMU2-16LEip 1 30 $1,186.75 Control Technologies 283 678-018-003 Eberle Design Inc.Bus Interface Unit (TS2)BIU-700 1 30 $310.58 Control Technologies 284 678-021-001 Eberle Design Inc.Cabinet Power Supply (170) 206L 1 30 $300.48 Control Technologies 285 678-022-002 Eberle Design Inc.Conflict Monitor for 170 Controllers 210ECL 1 Not Awarded 286 678-023-001 Eberle Design Inc.Conflict Monitor for 170/2070 Controllers 2010ECL SERIES 1 30 $1,004.95 Control Technologies 287 678-023-002 Eberle Design Inc.Conflict Monitor for 170/2070 Controllers 2018KCL SERIES 1 30 $1,073.13 Control Technologies 288 678-023-003 Eberle Design Inc.Conflict Monitor for 170/2070 Controllers 2018ECL SERIES 1 Not Awarded 289 678-017-007 Eberle Design Inc.Cabinet Power Supply (TS2)PS250 1 30 $502.48 Control Technologies 290 650-008-001 Econolite Plastic Vehicle Signal Assembly TP31F2APEON 1 Not Awarded 291 650-022-001 Econolite Backplate (Retroreflective)E1694P4_-14-T2 1 Not Awarded 292 650-022-001 Econolite Backplate (Retroreflective)E1612G6-14-T2 1 Not Awarded 293 660-015-029 Econolite Vehicle Detector - Video AUTOSCOPE RACKVISION PRO2 1 Not Awarded 294 660-015-037 Econolite Vehicle Detector - Video Vision 1 84 $29,760.00 Econolite 295 671-017-010 Econolite Controller - NEMA TS2 Type 2 Cobalt 2100 1 84 $4,331.00 Econolite 296 671-019-003 Econolite 2070 Unit (Full Unit for 170 Cabinet)Safetran ATC 2070C 1 84 $5,151.00 Econolite 297 671-024-003 Econolite NEMA-170 Controller Unit Safetran Cobalt-RackMount 1 84 $5,151.00 Econolite 298 671-028-002 Econolite 2070LC Unit (Lite Unit for ITS & TS2 Cabinets) 2070E (Previous Certification Number: 67120740803011)1 Not Awarded 299 676-002-011 Econolite Wired Cabinet Assembly Type IV M 1 98 $15,408.00 Econolite 300 676-023-001 Econolite Wired Cabinet Assembly TS-2 Size 6 TS2-1-55-12 SIZE 6 TS2 CABINET 1 Not Awarded 301 676-023-005 Econolite Wired Cabinet Assembly TS-2 Size 6 5381 1 98 $18,875.00 Econolite 302 676-035-009 Econolite ITS Field Cabinet Safetran STCABS #1284 1 98 $6,184.00 Econolite 303 678-004-001 Econolite Load Switch 31095 G1 1 63 $49.00 Econolite 304 678-006-001 Econolite Flasher Type 1 31065 G1 1 63 $37.00 Econolite 305 678-018-001 Econolite Bus Interface Unit (TS2)BIU-64 1 63 $311.00 Econolite 306 685-002-017 Econolite Uninterruptible Power Supply Zinc Blue Gen 2 (ITS Cabinet requires 2 - 500W batteries)1 84 $11,737.00 Econolite 307 685-002-017 Econolite Uninterruptible Power Supply Zinc Blue Gen 2 (Traffic Signal Cabinet requires 4-XRT 3600W batteries)1 84 $15,184.00 Econolite 308 660-018-011 Econolite Vehicle Detector - Microwave EVOR 1 60 $30,748.00 Econolite 309 676-045-001 Econolite Wired Cabinet Assembly TS-2 Size 7 Econolite NEMA TS2 R77 cabinet 1 98 $19,467.00 Econolite 310 676-011-008 Electrotechnics Corporation dba ELTEC Wired Cabinet Assembly Type I 24 HOUR CAUTION SYSTEM 1 60 days $2,750.00 Transportation Solutions and Lighting 311 678-020-001 Electrotechnics Corporation dba ELTEC GPS Time Switch TimeSync1-GPS 1 60 days $510.00 Transportation Solutions and Lighting 312 700-026-008 Electrotechnics Corporation dba ELTEC Sign Beacon SCHOOLMASTER 1 60 days $3,250.00 Transportation Solutions and Lighting 313 676-035-020 Enclose Manufacturing ITS Field Cabinet ITS Field Cabinet 336S Wired Enclosure 1 Not Awarded 314 676-035-021 Enclose Manufacturing ITS Field Cabinet 334 1 Not Awarded 315 676-035-022 Enclose Manufacturing ITS Field Cabinet 332D 1 Not Awarded 316 650-010-034 Excellence Opto. Inc.12" LED Red Signal TRV-R12SG-D2T 1 Not Awarded 317 650-011-023 Excellence Opto. Inc.12" LED Red Arrow Signal TRA-R12DG-IN 1 Not Awarded 318 650-012-018 Excellence Opto. Inc.12" LED Yellow Signal TRV-Y12SG-D1T 1 Not Awarded 319 650-013-022 Excellence Opto. Inc.12" LED Green Signal TRV-G12SG-D2T 1 Not Awarded 320 650-014-015 Excellence Opto. Inc.12" LED Yellow Arrow Signal TRA-Y12DG-IN2 1 Not Awarded 321 650-015-015 Excellence Opto. Inc.12" LED Green Arrow Signal TRA-G12DG-IN 1 Not Awarded 322 653-017-016 Excellence Opto. Inc.12" LED Hand and Person Module TRP-C45DG-W2 1 Not Awarded 323 653-022-013 Excellence Opto. Inc.Countdown Pedestrian Signal TRP-C45D3154C10 1 Not Awarded 324 684-002-034 Extreme Networks Managed Field Ethernet Switch ISW 4GbP, 2GbT, 2-SFP 1 30 $1,770.00 GovBros, LLC dba Think IT Ai 325 684-002-033 Extreme Networks Managed Field Ethernet Switch ISW 8GbP, 4-SFP 1 30 $2,129.33 GovBros, LLC dba Think IT Ai 326 660-015-023 FLIR ITS (Traficon)Vehicle Detector - Video VIP3D.1s 1 30 $2,791.05 Control Technologies 327 660-015-024 FLIR ITS (Traficon)Vehicle Detector - Video VIP3D.2s 1 30 $4,374.52 Control Technologies 328 660-015-034 FLIR ITS (Traficon)Vehicle Detector - Video Traficam2 1 30 $1,944.30 Control Technologies DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 329 660-015-043 FLIR ITS (Traficon)Vehicle Detector - Video 10-7151, 10-7150 1 Not Awarded 330 660-028-001 FLIR ITS (Traficon)Vehicle Detector - Thermal TrafiSense ETH/BPL #xx Series 1 Not Awarded 331 660-028-002 FLIR ITS (Traficon)Vehicle Detector - Thermal TrafiSense 2 690/645/632 1 Not Awarded 332 660-028-003 FLIR ITS (Traficon)Vehicle Detector - Thermal TrafiSense Dual 690 1 30 $8,954.10 Control Technologies 333 660-028-003 FLIR ITS (Traficon)Vehicle Detector - Thermal TrafiSense Dual 645 1 30 $8,954.10 Control Technologies 334 660-028-003 FLIR ITS (Traficon)Vehicle Detector - Thermal TrafiSense Dual 632 1 30 $8,954.10 Control Technologies 335 665-006-001 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TrafiSense ETH/BPL 3xx Series 1 Not Awarded 336 665-006-002 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TrafiOne 195 1 30 $2,847.76 Control Technologies 337 665-006-002 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TrafiOne 156 1 30 $2,847.76 Control Technologies 338 660-015-050 FLIR ITS (Traficon)Vehicle Detector - Video TrafiSense AI 1 30 $6,489.94 Control Technologies 339 660-005-029 Freedom ROC Industries (Distributor for Tri- American, Inc.)Loop Sealant TA-500 5 Gallons Not Awarded 340 650-010-037 GE Current 12" LED Red Signal DR6-RTFB-VLA-013 1 60 $36.00 Transportation Control Systems 341 650-011-028 GE Current 12" LED Red Arrow Signal DR6-RTAAN-VLA 1 60 $40.00 Transportation Control Systems 342 650-012-022 GE Current 12" LED Yellow Signal DR6-YTFB-VLA-013 1 60 $36.00 Transportation Control Systems 343 650-013-025 GE Current 12" LED Green Signal DR6-GTFB-VLA-013 1 60 $36.00 Transportation Control Systems 344 650-014-020 GE Current 12" LED Yellow Arrow Signal DR6-YTAAN-VLA 1 60 $40.00 Transportation Control Systems 345 650-015-020 GE Current 12" LED Green Arrow Signal DR6-GTAAN-VLA 1 60 $40.00 Transportation Control Systems 346 650-018-001 GE Current Programmable Visibility Red LED Lamp for Optically Programmable Signal DR3-RCFB-01A 1 60 $450.00 Transportation Control Systems 347 650-019-001 GE Current Programmable Visibility Yellow LED Lamp for Optically Programmable Signal DR3-YCFB-01A 1 60 $450.00 Transportation Control Systems 348 650-020-001 GE Current Programmable Visibility Green LED Lamp for Optically Programmable Signal DR3-GCFB-01A 1 60 $450.00 Transportation Control Systems 349 653-022-018 GE Current Countdown Pedestrian Signal PS7-CFF1-VLA 1 60 $150.00 Transportation Control Systems 350 650-016-002 General Traffic Equipment Corporation 12" Die Cast All LED Vehicle Signal Assembly T30-ALUM-RYG-T-B-B-B-BB 1 45-60 $385.00 General Traffic Equipment 351 653-019-002 General Traffic Equipment Corporation 16" X 18" Die Cast Aluminum Pedestrian Signal P7-CDLED-GV-OV-B 1 30 days $160.00 Transportation Solutions and Lighting 352 653-019-002 General Traffic Equipment Corporation 16" X 18" Die Cast Aluminum Pedestrian Signal P8-CDLED-GV-OV-B 1 30 days $160.00 Transportation Solutions and Lighting 353 659-031-025 General Traffic Equipment Corporation Mast Arm Signal Mounting RM-1000C-96 1 45-60 $135.00 General Traffic Equipment 354 660-009-014 Global Traffic Technologies, LLC Vehicle Loop Detector 4 Channels Auto Rack Mount 900 SERIES 1 60 $3,000.00 Transportation Control Systems 355 660-025-001 Global Traffic Technologies, LLC Magnetometer Probe M-701 1 60 $2,000.00 Transportation Control Systems 356 660-025-002 Global Traffic Technologies, LLC Magnetometer Probe M-702 1 60 $2,000.00 Transportation Control Systems 357 663-001-005 Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector 1 60 $13,150.00 Transportation Control Systems 358 663-001-006 Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector 1 60 $15,000.00 Transportation Control Systems 359 660-014-004 GovComm, Inc.Wrong Way Vehicle Detection System GC-WWVDS-Series 1 30 Days See APL Configurations GovComm, Inc. 360 682-005-003 GovComm, Inc.Camera - Fixed GC-IL-Series 1 Not Awarded 361 700-027-007 GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series 1 30 Days See APL Configurations GovComm, Inc. 362 682-005-004 GovComm, Inc.GC-IL-U Series Fixed Bullet Style Camera - U Series 1 30 Days $1,375.00 GovComm, Inc. 363 682-002-022 GovComm, Inc.GC-ICPO-U Series GovComm, Camera - Dome, GC-ICPO-U Series 1 30 Days See APL Configurations GovComm, Inc. 364 682-001-010 GovComm, Inc.GC-ICPO-U Series GovComm, Camera - External Positioner, GC- ICPO-U Series 1 30 Days $3,975.00 GovComm, Inc. 365 676-044-004 GovComm, Inc.Small Equipment Enclosure GC-ENC-241612 1 30 Days $1,975.00 GovComm, Inc. 366 620-002-013 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD80K 1 See APL Configurations Intelligent Transportation Services, Inc. 367 620-002-013 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD100K 1 See APL Configurations Intelligent Transportation Services, Inc. 368 620-002-013 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD120K 1 See APL Configurations Intelligent Transportation Services, Inc. 369 620-002-014 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120-1P-A 1 See APL Configurations Intelligent Transportation Services, Inc. 370 620-002-014 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120-2S-A 1 See APL Configurations Intelligent Transportation Services, Inc. 371 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120 DIN 1 30 $45.00 Intelligent Transportation Services, Inc. 372 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120 DIN-R 1 30 $48.00 Intelligent Transportation Services, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 373 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120/240 DIN 1 30 $84.00 Integrated Synergy 374 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120/240 DIN-R 1 30 $88.00 Integrated Synergy 375 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO208/120 DIN 1 30 $118.00 Intelligent Transportation Services, Inc. 376 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO208/120 DIN R 1 30 $123.00 Intelligent Transportation Services, Inc. 377 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO277 DIN 1 30 $47.00 Intelligent Transportation Services, Inc. 378 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO277 DIN-R 1 30 $50.00 Intelligent Transportation Services, Inc. 379 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO480/240 DIN 1 30 $86.00 Intelligent Transportation Services, Inc. 380 620-002-015 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO480/240 DIN-R 1 30 $90.00 Intelligent Transportation Services, Inc. 381 676-004-012 HESCO/RLS Surge Protective Device HE 300-15 1 30 $46.00 Intelligent Transportation Services, Inc. 382 676-004-028 HESCO/RLS Surge Protective Device HE1700 1 30 $68.00 Integrated Synergy 383 676-004-029 HESCO/RLS Surge Protective Device HE642C 1 30 $40.00 Intelligent Transportation Services, Inc. 384 676-004-033 HESCO/RLS Surge Protective Device HE1800 1 30 $64.00 Integrated Synergy 385 676-004-034 HESCO/RLS Surge Protective Device VLP SERIES 1 See APL Configurations Intelligent Transportation Services, Inc. 386 620-004-011 HESCO/RLS Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems LAN48DC 1 30 $62.00 Integrated Synergy 387 102-044-005 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M90 (Previous QPL# S102-0911)1 14-28 $4,824.50 Safety Zone Holdings, Inc. 388 102-044-007 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection WAAW 15 SB (Previous QPL # S102-0915)1 Not Awarded 389 102-044-010 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection Protect-O- Flash (Previous QPL # S102-1008)1 Not Awarded 390 102-044-011 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection Arrow Master III (Previous QPL # S102-1007)1 Not Awarded 391 102-044-014 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection WAAW 155BWA (Previous QPL # S102-0921)1 Not Awarded 392 102-044-015 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection Arrowmaster Led46 (Previous QPL # S102-0918)1 Not Awarded 393 102-044-016 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M-90B (Previous QPL# S102-0919)1 Not Awarded 394 102-044-017 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection WAAW 155BSTD (Previous QPL # S102-0920)1 Not Awarded 395 102-044-018 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M-90D (Previous QPL# S102-0922)1 Not Awarded 396 102-044-019 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M-90C (Previous QPL# S102-0923)1 Not Awarded 397 102-044-035 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M90 E-Z (Previous QPL# S102-1023)1 Not Awarded 398 102-044-036 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection M90 E-Z 25 (Previous QPL # S102-1028)1 Not Awarded 399 102-044-037 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection M90 E 15 Light (Previous QPL # S102-1025)1 Not Awarded 400 102-044-038 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection M90 E-Z 15 Light (Previous QPL # S102-1026)1 Not Awarded 401 102-044-039 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Work Area Protection M90 E 25 Light (Previous QPL # S102-1027)1 Not Awarded 402 102-044-040 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M90 E (Previous QPL# S102-1021)1 Not Awarded 403 102-044-041 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M90 E-Z (Previous QPL# S102-1024)1 Not Awarded 404 102-044-042 Hill & Smith Inc.Trailer Mounted Arrow Board Formerly Protection Services M90 (Previous QPL# S102-1022)1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 405 102-045-005 Hill & Smith Inc.Vehicle Mounted Arrow Board Formerly Protection Services MiniPar36 PFVM-15-PC (Previous QPL# S102-1113)1 Not Awarded 406 102-045-008 Hill & Smith Inc.Vehicle Mounted Arrow Board Formerly Protection Services 4896 (Previous QPL# S102-1118)1 Not Awarded 407 102-048-014 Hill & Smith Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters Formerly Work Area Protection-Precision Solar Controls Inc SMC 1000HE 1 Not Awarded 408 102-048-015 Hill & Smith Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters Formerly Work Area Protection-Precision Solar Controls Inc SMC 2000FM 1 Not Awarded 409 102-048-016 Hill & Smith Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters Formerly Work Area Protection-Precision Solar Controls Inc SMC 1000 HE06 1 Not Awarded 410 102-048-017 Hill & Smith Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters Formerly Work Area Protection-Precision Solar Controls Inc SMC 2000-FM06 1 14-28 $17,815.00 Safety Zone Holdings, Inc. 411 102-048-021 Hill & Smith Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters Formerly Work Area Protection-Precision Solar Controls Inc SMC 1000 ST 1 14-28 $17,017.50 Safety Zone Holdings, Inc. 412 102-050-001 Hill & Smith Inc.Portable Regulatory Sign Formerly Protection Services Protect-O-Flash Regulatory Sign (Previous QPL# S102-1301)1 Not Awarded 413 102-050-004 Hill & Smith Inc.Portable Regulatory Sign Formerly Work Area Protection-Precision Solar Controls Inc Solar Assist Sign Trailer 1 Not Awarded 414 102-052-007 Hill & Smith Inc.Portable Radar Speed Display Unit Formerly Protection Services Con-SAM (Previous QPL# S102-1911)1 14-28 $8,124.50 Safety Zone Holdings, Inc. 415 102-072-002 Hill & Smith Inc.Portable Changeable Message Sign (PCMS) - 12 inch Characters SMC4000 1 14-28 $13,244.50 Safety Zone Holdings, Inc. 416 684-002-032 Hirschmann Managed Field Ethernet Switch Bobcat BRS 1 Not Awarded 417 102-055-001 Horizon Signal Technologies, Inc.Portable Traffic Signal MODEL SQ3TS 1 Not Awarded 418 102-055-002 Horizon Signal Technologies, Inc.Portable Traffic Signal MODEL SQ2 1 Not Awarded 419 660-020-010 Houston Radar, LLC.SpeedLane Pro SpeedLane Pro 1 56 $7,449.00 Temple, Inc. 420 660-020-006 Image Sensing Systems (formerly EIS)Traffic Data Detection System - Microwave Sx-300 1 Not Awarded 421 660-020-008 Image Sensing Systems (formerly EIS)Traffic Data Detection System - Microwave RTMS ECHO 1 30 days $5,250.00 Blackhawk Enterprises 422 660-027-006 Image Sensing Systems (formerly EIS)Vehicle Detector - AVI (Automatic Vehicle Identification)D-Model 1 Not Awarded 423 660-027-006 Image Sensing Systems (formerly EIS)Vehicle Detector - AVI (Automatic Vehicle Identification)S-Model 1 See APL Configurations Intelligent Transportation Services, Inc. 424 660-014-006 Image Sensing Systems (formerly EIS)Wrong Way Vehicle Detection System AID-WW-700 1 See APL Configurations Intelligent Transportation Services, Inc. 425 660-015-011 Iteris, Inc.Vehicle Detector - Video VANTAGE EDGE2-2N +/-EXT MODULES 1 Not Awarded 426 660-015-012 Iteris, Inc.Vehicle Detector - Video VANTAGE EDGE2-1N +/-EXT MODULES 1 Not Awarded 427 660-015-031 Iteris, Inc.Vehicle Detector - Video Vantage Vector 1 Not Awarded 428 660-015-033 Iteris, Inc.Vehicle Detector - Video Vantage SmartSpan 1 Not Awarded 429 660-015-044 Iteris, Inc.Vehicle Detector - Video NEXT-CCU 1 Not Awarded 430 660-015-045 Iteris, Inc.Vehicle Detector - Video NEXT-CCU-SM2-TS2 1 Not Awarded 431 660-015-045 Iteris, Inc.Vehicle Detector - Video NEXT-CCU-SM4-TS2 1 Not Awarded 432 660-015-046 Iteris, Inc.Vehicle Detector - Video NEXT-CCU-SM 1 Not Awarded 433 660-018-009 Iteris, Inc.Vehicle Detector - Microwave Radius 1 Not Awarded 434 660-027-002 Iteris, Inc.Vehicle Detector - AVI (Automatic Vehicle Identification)Vantage Velocity 1 Not Awarded 435 660-027-007 Iteris, Inc.Vehicle Detector - AVI (Automatic Vehicle Identification)BlueTOAD Spectra (solar/cellular)1 Not Awarded 436 660-027-007 Iteris, Inc.Vehicle Detector - AVI (Automatic Vehicle Identification)BlueTOAD Spectra (AC/Ethernet)1 Not Awarded 437 660-015-026 Iteris, Inc.Vehicle Detector - Video VersiCam-SM with ICC Module - CAMBRKT4 1 Not Awarded 438 684-002-007 ITS Express Managed Field Ethernet Switch ITS Express 8020 1 $799.99 Express Supply, Inc. 439 684-002-028 ITS Express Managed Field Ethernet Switch ITS Express 8012-24 V3 1 $1,599.99 Express Supply, Inc. 440 684-002-028 ITS Express Managed Field Ethernet Switch ITS Express 8012-24+ V3 1 $1,899.99 Express Supply, Inc. 441 684-002-028 ITS Express Managed Field Ethernet Switch ITS Express 8042 1 $1,399.99 Express Supply, Inc. 442 684-002-028 ITS Express Managed Field Ethernet Switch ITS Express 8042+1 $1,699.99 Express Supply, Inc. 443 660-015-040 ITS Plus, Inc.Vehicle Detector - Video ITSP-PM120PMCVE-4 (V100 card)1 Stock to 30 Days $10,995.00 ITS Plus, Inc. 444 660-015-040 ITS Plus, Inc.Vehicle Detector - Video ITSP-PM120PMCVE-4 (V200 card)1 Stock to 30 Days $14,995.00 ITS Plus, Inc. 445 102-055-004 John Thomas, Inc.Portable Traffic Signal ADDCO PTS-2000 1 Not Awarded 446 102-060-005 John Thomas, Inc.Automated Flagger Assistance Device (AFAD) Trailer-Mounted 1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 447 102-044-045 K&K Systems,Inc.Trailer Mounted Arrow Board AT154896 1 45 $4,186.00 K&K Systems, Inc. 448 102-044-046 K&K Systems,Inc.Trailer Mounted Arrow Board AT254896 - FOLD N GO 1 45 $4,550.00 K&K Systems, Inc. 449 102-044-047 K&K Systems,Inc.Trailer Mounted Arrow Board AT154896WT - 360 degree TELESCOPIC WINCH 1 45 $4,480.00 K&K Systems, Inc. 450 102-044-048 K&K Systems,Inc.Trailer Mounted Arrow Board AT254896WT 1 45 $4,727.00 K&K Systems, Inc. 451 102-045-018 K&K Systems,Inc.Vehicle Mounted Arrow Board AV154896 1 45 $1,974.00 K&K Systems, Inc. 452 102-045-019 K&K Systems,Inc.Vehicle Mounted Arrow Board AV254896 1 45 $2,307.00 K&K Systems, Inc. 453 102-045-020 K&K Systems,Inc.Vehicle Mounted Arrow Board AV253672 1 45 $2,279.00 K&K Systems, Inc. 454 102-045-021 K&K Systems,Inc.Vehicle Mounted Arrow Board AV153672 1 45 $1,946.00 K&K Systems, Inc. 455 102-045-023 K&K Systems,Inc.Vehicle Mounted Arrow Board AV153060 1 45 $1,822.00 K&K Systems, Inc. 456 102-045-024 K&K Systems,Inc.Vehicle Mounted Arrow Board AV253060 1 45 $2,166.00 K&K Systems, Inc. 457 102-048-024 K&K Systems,Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters CMS Series - MB14281 1 60 See APL Configurations K&K Systems, Inc. 458 102-048-025 K&K Systems,Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters CMS Series - MB3L 1 60 See APL Configurations K&K Systems, Inc. 459 102-050-003 K&K Systems,Inc.Portable Regulatory Sign KKWS30-4 1 60 $4,109.00 K&K Systems, Inc. 460 102-052-012 K&K Systems,Inc.Portable Radar Speed Display Unit 2000R-18"1 60 $8,015.00 K&K Systems, Inc. 461 102-059-006 K&K Systems,Inc.Truck Mounted Changeable Message Sign CMS SERIES - VCMS2748158 1 45 $9,575.00 K&K Systems, Inc. 462 102-059-007 K&K Systems,Inc.Truck Mounted Changeable Message Sign CMS Series - VCMS1848158 1 45 $7,903.00 K&K Systems, Inc. 463 102-072-001 K&K Systems,Inc.Portable Changeable Message Sign (PCMS) - 12 inch Characters CMS Series - MB9757 - Hydraulic 1 60 See APL Configurations K&K Systems, Inc. 464 654-001-010 K&K Systems,Inc.Rectangular Rapid Flashing Beacon Assembly (RRFB)ECO-RRFB SERIES 1 45 See APL Configurations K&K Systems, Inc. 465 660-014-003 K&K Systems,Inc.Wrong Way Vehicle Detection System WWVDS SERIES (solar)1 45 $42,686.75 K&K Systems, Inc. 466 660-014-003 K&K Systems,Inc.Wrong Way Vehicle Detection System WWVDS SERIES (AC)1 45 $33,065.76 K&K Systems, Inc. 467 700-019-006 K&K Systems,Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)RPM Series 1 45 See APL Configurations K&K Systems, Inc. 468 700-026-015 K&K Systems,Inc.Sign Beacon 112-D12 1 45 See APL Configurations K&K Systems, Inc. 469 700-026-015 K&K Systems,Inc.Sign Beacon 112-S12 1 45 See APL Configurations K&K Systems, Inc. 470 700-026-017 K&K Systems,Inc.Sign Beacon 117-D12 1 45 See APL Configurations K&K Systems, Inc. 471 700-026-017 K&K Systems,Inc.Sign Beacon 116-S12 1 45 See APL Configurations K&K Systems, Inc. 472 700-026-017 K&K Systems,Inc.Sign Beacon 115-S12 1 45 See APL Configurations K&K Systems, Inc. 473 700-026-017 K&K Systems,Inc.Sign Beacon 118-D12 1 45 See APL Configurations K&K Systems, Inc. 474 700-027-002 K&K Systems,Inc.Illuminated Sign - Highlighted Sign MSAS-MUTCD 1 45 See APL Configurations K&K Systems, Inc. 475 676-044-001 K&K Systems,Inc.Small Equipment Enclosure KK131110-FL 1 30 $270.00 K&K Systems, Inc. 476 676-044-002 K&K Systems,Inc.Small Equipment Enclosure KK161609 1 30 $511.00 K&K Systems, Inc. 477 676-044-003 K&K Systems,Inc.Small Equipment Enclosure KK241609 1 30 $554.00 K&K Systems, Inc. 478 654-002-007 Lanelight Traffic Technologies, Inc.In-Roadway Light Assembly MK10-FDOT 1 Not Awarded 479 700-020-003 Ledstar Inc.Dynamic Message Sign - Walk-In DMS VMS-105-27x125 (Monochrome Amber 66mm pitch)1 Not Awarded 480 700-020-004 Ledstar Inc.Dynamic Message Sign - Walk-In DMS VMS-133 Series (Full Color 33mm pitch)1 Not Awarded 481 700-020-004 Ledstar Inc.Dynamic Message Sign - Walk-In DMS VMS-133 Series (Full Color 20mm pitch)1 Not Awarded 482 700-023-004 Ledstar Inc.Dynamic Message Sign - Front Access DMS VMS-136 Series (Full Color 33mm pitch)1 Not Awarded 483 700-023-004 Ledstar Inc.Dynamic Message Sign - Front Access DMS VMS-136 Series (Full Color 20mm pitch)1 Not Awarded 484 700-023-005 Ledstar Inc.Dynamic Message Sign - Front Access DMS VMS-136 Series (Monochrome Amber 46mm pitch)1 Not Awarded 485 700-024-003 Ledstar Inc.Dynamic Message Sign - Embedded DMS VMS-136 Series (Monochrome Amber 66mm pitch)1 Not Awarded 486 700-024-003 Ledstar Inc.Dynamic Message Sign - Embedded DMS VMS-136 Series (Full Color 33mm pitch)1 Not Awarded 487 700-024-003 Ledstar Inc.Dynamic Message Sign - Embedded DMS VMS-136 Series (Full Color 20mm pitch)1 Not Awarded 488 650-010-036 LEOTEK ELECTRONICS USA LLC 12" LED Red Signal TSL-12R-LX-IL6-A1-P2 1 30 $29.17 Control Technologies 489 650-010-039 LEOTEK ELECTRONICS USA LLC 12" LED Red Signal TSL-12R-DT-A1 1 30 $48.68 Control Technologies 490 650-011-026 LEOTEK ELECTRONICS USA LLC 12" LED Red Arrow Signal TSL-12RA-IL6-A1 1 30 $33.54 Control Technologies 491 650-011-029 LEOTEK ELECTRONICS USA LLC 12" LED Red Arrow Signal TSL-12RA-DT-A1 1 30 $56.51 Control Technologies 492 650-012-021 LEOTEK ELECTRONICS USA LLC 12" LED Yellow Signal TSL-12Y-LX-IL6-A1-P2 1 30 $29.17 Control Technologies 493 650-012-024 LEOTEK ELECTRONICS USA LLC 12" LED Yellow Signal TSL-12Y-DT-A1 1 30 $48.68 Control Technologies 494 650-013-024 LEOTEK ELECTRONICS USA LLC 12" LED Green Signal TSL-12G-LX-IL6-A1-P2 1 30 $29.17 Control Technologies 495 650-013-027 LEOTEK ELECTRONICS USA LLC 12" LED Green Signal TSL-12G-DT-A1 1 30 $48.68 Control Technologies 496 650-014-018 LEOTEK ELECTRONICS USA LLC 12" LED Yellow Arrow Signal TSL-12YA-IL6-A1 1 30 $33.54 Control Technologies DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 497 650-014-021 LEOTEK ELECTRONICS USA LLC 12" LED Yellow Arrow Signal TSL-12YA-DT-A1 1 30 $56.51 Control Technologies 498 650-015-018 LEOTEK ELECTRONICS USA LLC 12" LED Green Arrow Signal TSL-12GA-IL6-A1 1 30 $33.54 Control Technologies 499 650-015-021 LEOTEK ELECTRONICS USA LLC 12" LED Green Arrow Signal TSL-12GA-DT-A1 1 30 $56.51 Control Technologies 500 653-017-012 LEOTEK ELECTRONICS USA LLC 12" LED Hand and Person Module TSL-PED-DP-16-FS 1 60 days $135.00 Transportation Solutions and Lighting 501 653-022-009 LEOTEK ELECTRONICS USA LLC Countdown Pedestrian Signal TSL-PED-16-CIL-9-FL 1 60 days $113.00 Transportation Solutions and Lighting 502 653-022-019 LEOTEK ELECTRONICS USA LLC Countdown Pedestrian Signal TSL-PED-16-SPC-V1 1 30 $108.58 Control Technologies 503 102-059-002 LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS 1020A-4 1 30 See APL Configurations & Support Supplies Tabs LiteSys Inc. 504 102-059-003 LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS 1020F-4 1 30 See APL Configurations & Support Supplies Tabs LiteSys Inc. 505 102-059-004 LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS 1030F-4 1 30 See APL Configurations & Support Supplies Tabs LiteSys Inc. 506 654-002-005 Lux Solar, Inc.In-Roadway Light Assembly LS1000+CWSYS 1 60 $22,638.00 Lux Solar 507 706-005-001 Lux Solar, Inc.Raised Pavement Marker Class F LS1000+ (Red/White)1 45 $213.00 Lux Solar 508 706-005-001 Lux Solar, Inc.Raised Pavement Marker Class F LS1000+ (Red/Yellow)1 45 $213.00 Lux Solar 509 706-005-001 Lux Solar, Inc.Raised Pavement Marker Class F LS1000+ (Yellow/Yellow)1 45 days $256.00 Transportation Solutions and Lighting 510 650-001-008 McCain, Inc.12" Polycarbonate Vehicle Signal BLACK HOUSING W/GLASS OR POLY LENS 1 30 $101.00 Transportation Control Systems 511 650-002-007 McCain, Inc.12" Die Cast Vehicle Signal BLACK HOUSING W/GLASS OR POLY LENS 1 30 $137.00 Transportation Control Systems 512 650-005-002 McCain, Inc.12" Die Cast Optically Programmable Signal Head HPSTS-30-3 1 90 $9,200.00 Transportation Control Systems 513 650-008-002 McCain, Inc.Plastic Vehicle Signal Assembly M71645 1 30 $300.00 Transportation Control Systems 514 650-022-002 McCain, Inc.Backplate (Retroreflective) MODEL M6 SERIES (Aluminum Black Louvered with 2” Reflective 3M Tape: 1 Section – M44287) 1 90 $85.00 Transportation Control Systems 515 650-022-002 McCain, Inc.Backplate (Retroreflective) MODEL M6 SERIES (Aluminum Black Louvered with 2” Reflective 3M Tape: 2 Section – M44288) 1 90 $100.00 Transportation Control Systems 516 650-022-002 McCain, Inc.Backplate (Retroreflective) MODEL M6 SERIES (Aluminum Black Louvered with 2” Reflective 3M Tape: 3 Section – M66677) 1 90 $150.00 Transportation Control Systems 517 650-022-002 McCain, Inc.Backplate (Retroreflective) MODEL M6 SERIES (Aluminum Black Louvered with 2” Reflective 3M Tape: 4 Section – M44289) 1 90 $200.00 Transportation Control Systems 518 650-022-002 McCain, Inc.Backplate (Retroreflective) MODEL M6 SERIES (Aluminum Black Louvered with 2” Reflective 3M Tape: 5 Section In-Line – M66679) 1 90 $250.00 Transportation Control Systems 519 650-022-002 McCain, Inc.Backplate (Retroreflective) MODEL M6 SERIES (Aluminum Black Louvered with 2” Reflective 3M Tape: 5 Section Cluster – M66678) 1 90 $450.00 Transportation Control Systems 520 653-003-004 McCain, Inc.12" X 12" Polycarbonate Pedestrian Signal MPS TP013PT3 1 90 $300.00 Transportation Control Systems 521 653-019-001 McCain, Inc.16" X 18" Die Cast Aluminum Pedestrian Signal Model 8000 16" X 18" Die Cast Aluminum Pedestrian Signal Housing 1 90 $250.00 Transportation Control Systems 522 653-020-001 McCain, Inc.16" X 18" Polycarbonate Pedestrian Signal Model 8000 16" X 18" Polycarbonate Pedestrian Signal Housing 1 90 $150.00 Transportation Control Systems 523 671-016-011 McCain, Inc.Controller - NEMA TS2 Type 1 XATC eX Type 1 1 120 $7,500.00 Transportation Control Systems 524 671-017-009 McCain, Inc.Controller - NEMA TS2 Type 2 XATC eX Type 2 1 120 $7,500.00 Transportation Control Systems 525 671-018-005 McCain, Inc.2070L Unit (Lite Unit for 170 Cabinet)2070E 1 120 $7,500.00 Transportation Control Systems 526 671-019-005 McCain, Inc.2070 Unit (Full Unit for 170 Cabinet)2070LX 1 120 $7,500.00 Transportation Control Systems 527 676-033-001 McCain, Inc.170 Unwired Cabinet Type 552 552 ENCLOSURE 1 180 $17,500.00 Transportation Control Systems 528 676-035-017 McCain, Inc.ITS Field Cabinet M55036 336S CABINET 1 180 $15,500.00 Transportation Control Systems 529 676-037-001 McCain, Inc.170 Wired Cabinet Type 332 332 170 CABINET 1 180 $21,000.00 Transportation Control Systems 530 676-038-001 McCain, Inc.170 Wired Cabinet Type 334 334C 170 CABINET 1 180 $30,000.00 Transportation Control Systems 531 676-039-001 McCain, Inc.170 Wired Cabinet Type 336 336 170 CABINET 1 180 $19,000.00 Transportation Control Systems 532 676-040-002 McCain, Inc.170 Wired Cabinet Type 552 M54852 552 CABINET 1 180 $29,500.00 Transportation Control Systems 533 676-042-001 McCain, Inc.170/2070 Wired Cabinet Type 333 333JP 1 180 $35,000.00 Transportation Control Systems 534 678-020-003 McCain, Inc.GPS Time Switch Standalone UTB GPS Receiver 1 90 $1,950.00 Transportation Control Systems 535 620-002-008 Meter-Treater (dba MTI Surge)Surge Protective Device for 120V or 120_240V Power RCHW Series 120V 1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 536 620-002-008 Meter-Treater (dba MTI Surge)Surge Protective Device for 120V or 120_240V Power RCHW Series 120/240V 1 Not Awarded 537 620-004-004 Meter-Treater (dba MTI Surge)Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems CLT-CCV-2-M-5 1 Not Awarded 538 620-004-005 Meter-Treater (dba MTI Surge)Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems SLT/IM-04S-U Series 232-TS (12VDC)1 Not Awarded 539 620-004-005 Meter-Treater (dba MTI Surge)Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems SLT/IM-04S-U Series CL1-TS (24VAC)1 Not Awarded 540 620-004-005 Meter-Treater (dba MTI Surge)Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems SLT/IM-04S-U Series CL2-TS (48VDC)1 Not Awarded 541 620-004-005 Meter-Treater (dba MTI Surge)Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems SLT/IM-04S-U Series TR0-TS (T1)1 Not Awarded 542 620-004-005 Meter-Treater (dba MTI Surge)Surge Protective Device for Low Voltage Power, Control, Data and Signal Systems SLT/IM-04S-U Series 422-TS-5 (RS422/RS485)1 Not Awarded 543 641-008-002 MG-Squared Inc.Camera Lowering Device CLDMG2 1 30-70 Days $7,277.00 MG-Squared 544 641-008-002 MG-Squared Inc.Camera Lowering Device CLDMG2-EXT 1 30-70 Days $14,221.00 MG-Squared 545 660-015-041 Miovision Technologies, Inc.Vehicle Detector - Video SmartSense 1 30 $30,950.00 Transportation Control Systems 546 660-027-009 Miovision Technologies, Inc.Vehicle Detector - AVI (Automatic Vehicle Identification)Spectrum Smartlink 1B 1 30 $6,950.00 Transportation Control Systems 547 660-015-047 Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 1 30 $47,500.00 Transportation Control Systems 548 650-001-012 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Polycarbonate Vehicle Signal TA12 HOUSING W/12" POLY LENS 1 30 DAYS $200.00 RAINBOW DISTRIBUTORS USA, INC 549 650-001-013 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Polycarbonate Vehicle Signal HOUSING W/12" POLY OR GLASS LENS 1 112 $93.00 Temple, Inc. 550 650-002-011 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Die Cast Vehicle Signal SG Aluminum Signal (includes old certification #: 65011010003011)1 112 $158.00 Temple, Inc. 551 650-022-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Backplate (Retroreflective)BPAR Series Backplate - 1 Section 1 30 DAYS $90.00 RAINBOW DISTRIBUTORS USA, INC 552 650-022-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Backplate (Retroreflective)BPAR Series Backplate - 2 Section 1 30 DAYS $124.00 RAINBOW DISTRIBUTORS USA, INC 553 650-022-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Backplate (Retroreflective)BPAR Series Backplate - 3 Section 1 30 DAYS $139.00 RAINBOW DISTRIBUTORS USA, INC 554 650-022-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Backplate (Retroreflective)BPAR Series Backplate - 4 Section 1 30 DAYS $179.00 RAINBOW DISTRIBUTORS USA, INC 555 650-022-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Backplate (Retroreflective)BPAR Series Backplate - 5 Section Inline 1 30 DAYS $200.00 RAINBOW DISTRIBUTORS USA, INC 556 650-022-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Backplate (Retroreflective)BPAR Series Backplate - 5 Section Cluster 1 30 DAYS $275.00 RAINBOW DISTRIBUTORS USA, INC 557 653-002-007 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Pedestrian Signal Housing (Aluminum)A85300 1 Not Awarded 558 653-003-002 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" X 12" Polycarbonate Pedestrian Signal 12" BLK. POLY W/ALZAK REF.GLASS LENS #KB642 1 Not Awarded 559 653-003-005 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" X 12" Polycarbonate Pedestrian Signal 12" X 12" Polycarbonate Pedestrian Signal 1 Not Awarded 560 653-021-001 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))16" X 18" All LED Pedestrian Signal PED2001XXBB 1 Not Awarded 561 653-024-002 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))16" X 18" Die Cast Pedestrian Signal Housing SG7SZ20C3FFF10-21 1 112 $184.00 Temple, Inc. 562 653-025-001 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle)) 16" X 18" Polycarbonate Pedestrian Signal Housing SG7SZ10C3BBB10-21 1 112 $117.00 Temple, Inc. 563 676-023-003 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Wired Cabinet Assembly TS-2 Size 6 EL712FL 1 Not Awarded 564 676-028-001 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Detector Rack TS2 CDR100 1 112 $347.00 Temple, Inc. 565 678-017-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Cabinet Power Supply (TS2) CPS105 1 112 $491.00 Temple, Inc. 566 678-018-006 MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))Bus Interface Unit (TS2)BIU200 1 Not Awarded 567 684-001-004 MOXA Device Server NPort 6000 Series 1 90 $763.00 GovBros, LLC dba Think IT Ai 568 684-002-011 MOXA Managed Field Ethernet Switch EDS Series - EDS-510x-3GTXSFP-CT-T 1 Not Awarded 569 684-002-011 MOXA Managed Field Ethernet Switch EDS Series - EDS-G5xxE-4GSFP-CT-T 1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 570 660-018-006 MS Sedco Vehicle Detector - Microwave Intersector 1 Not Awarded 571 676-035-011 Multilink, Inc.ITS Field Cabinet TP-030-238-50 1 60 $5,695.00 Intelligent Transportation Services, Inc. 572 685-002-003 Multilink, Inc.Uninterruptible Power Supply EP 2200-T 1 See APL Configurations Intelligent Transportation Services, Inc. 573 685-002-016 Multilink, Inc.Uninterruptible Power Supply EP650 1 Not Awarded 574 685-002-016 Multilink, Inc.Uninterruptible Power Supply EP1100 1 Not Awarded 575 685-002-019 Multilink, Inc.Uninterruptible Power Supply EDP 1000 1 See APL Configurations Intelligent Transportation Services, Inc. 576 685-002-019 Multilink, Inc.Uninterruptible Power Supply EDP 1500 1 See APL Configurations Intelligent Transportation Services, Inc. 577 685-002-019 Multilink, Inc.Uninterruptible Power Supply EDP 2000 1 See APL Configurations Intelligent Transportation Services, Inc. 578 700-015-029 Multilink, Inc.Double Sided Sign Series Internally Illuminated Street Sign 1 See APL Configurations Intelligent Transportation Services, Inc. 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Model PTL2.4x 1 45 days $32,750.00 Transportation Solutions and Lighting 580 102-060-001 North America Traffic, Inc.Automated Flagger Assistance Device (AFAD) RCF 2.4 1 14 days $12,425.00 Transportation Solutions and Lighting 581 660-015-048 NoTraffic Vehicle Detector - Video 2.0 1 21 days See APL configurations Transportation Solutions and Lighting 582 635-001-033 Oldcastle Infrastructure Pull Box and Cover S2436B Series (24x36x18)1 Not Awarded 583 635-001-033 Oldcastle Infrastructure Pull Box and Cover S2436B Series (24x36x24)1 Not Awarded 584 635-001-033 Oldcastle Infrastructure Pull Box and Cover S2436B Series (24x36x36)1 Not Awarded 585 635-001-072 Oldcastle Infrastructure Pull Box and Cover 1324 Duralite Series (13x24x12)1 Not Awarded 586 635-001-072 Oldcastle Infrastructure Pull Box and Cover 1324 Duralite Series (13x24x18)1 Not Awarded 587 635-001-073 Oldcastle Infrastructure Pull Box and Cover 1730 Duralite Series (17x30x12)1 Not Awarded 588 635-001-073 Oldcastle Infrastructure Pull Box and Cover 1730 Duralite Series (17x30x18)1 Not Awarded 589 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC1324 (13x24x12)1 Not Awarded 590 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC1324 (13x24x18)1 Not Awarded 591 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC1324 (13x24x24)1 Not Awarded 592 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC1324 (13x24x36)1 Not Awarded 593 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC 1730 (17x30x12)1 Not Awarded 594 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC 1730 (17x30x18)1 Not Awarded 595 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC 1730 (17x30x24)1 Not Awarded 596 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC 1730 (17x30x36)1 Not Awarded 597 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC2436 (24x36x12)1 Not Awarded 598 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC2436 (24x36x18)1 Not Awarded 599 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC2436 (24x36x24)1 Not Awarded 600 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC2436 (24x36x36)1 Not Awarded 601 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC3048 (30x48x12)1 Not Awarded 602 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC3048 (30x48x18)1 Not Awarded 603 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC3048 (30x48x24)1 Not Awarded 604 635-001-074 Oldcastle Infrastructure Pull Box and Cover Series PC3048 (30x48x36)1 Not Awarded 605 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault 39" round (24" depth)1 Not Awarded 606 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault 39" round (36" depth)1 Not Awarded 607 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC1324 (13x24x24)1 Not Awarded 608 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC1324 (13x24x36)1 Not Awarded 609 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC1730 (17x30x24)1 Not Awarded 610 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC1730 (17x30x36)1 Not Awarded 611 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC2436 (24x36x24)1 Not Awarded 612 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC2436 (24x36x36)1 Not Awarded 613 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC3048 (30x48x24)1 Not Awarded 614 635-001-075 Oldcastle Infrastructure Pull Box and Cover OC Polymer Duravault PC3048 (30x48x36)1 Not Awarded 615 700-012-013 Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LS Series 1 98 $4,292.00 Temple, Inc. 616 650-001-006 Oriux (formerly Peek Traffic)12" Polycarbonate Vehicle Signal ALL BLACK W/GLASS OR POLY LENS 1 120 See APL Configurations Transportation Solutions and Lighting 617 650-002-005 Oriux (formerly Peek Traffic)12" Die Cast Vehicle Signal 12" DIECAST BLACK ALZAK SWING RELECT. GLASS 1 120 See APL configurations Transportation Solutions and Lighting 618 650-007-001 Oriux (formerly Peek Traffic)8" Polycarbonate Vehicle Signal BLK, METAL REFL.W/GLASS OR POLY LENS SILIC 1 Not Awarded 619 653-002-001 Oriux (formerly Peek Traffic)12" Pedestrian Signal Housing (Aluminum)7037FL 1 Not Awarded 620 653-002-002 Oriux (formerly Peek Traffic)12" Pedestrian Signal Housing (Aluminum)7037FL 1 Not Awarded 621 653-002-006 Oriux (formerly Peek Traffic)12" Pedestrian Signal Housing (Aluminum)12" BLK. D.C. W/ALZAK REF.GLASS LENS 1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 622 660-013-001 Oriux (formerly Peek Traffic)Pre-Formed Loop Assembly 1705-025-050 1 Not Awarded 623 671-016-009 Oriux (formerly Peek Traffic)Controller - NEMA TS2 Type 1 ATC-1000 1 120 $4,500.00 Transportation Solutions and Lighting 624 671-017-007 Oriux (formerly Peek Traffic)Controller - NEMA TS2 Type 2 ATC-1000 1 120 $4,750.00 Transportation Solutions and Lighting 625 676-001-001 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type II TYPE II CAB 1 Not Awarded 626 676-002-001 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type IV TYPE IV CAB 1 120 $16,250.00 Transportation Solutions and Lighting 627 676-002-010 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type IV TYPE IV CAB 1 120 $16,250.00 Transportation Solutions and Lighting 628 676-003-003 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type V TYPE V CAB 1 120 $17,850.00 Transportation Solutions and Lighting 629 676-003-008 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type V TYPE V CAB 1 120 $17,850.00 Transportation Solutions and Lighting 630 676-003-011 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type V 8030-100480 TYPE V 1 120 $17,850.00 Transportation Solutions and Lighting 631 676-004-005 Oriux (formerly Peek Traffic)Surge Protective Device V150HE150 1 Not Awarded 632 676-009-007 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type III TYPE III WIRED 1 Not Awarded 633 676-009-009 Oriux (formerly Peek Traffic)Wired Cabinet Assembly Type III TYPE III WIRED 1 Not Awarded 634 676-023-002 Oriux (formerly Peek Traffic)Wired Cabinet Assembly TS-2 Size 6 CWD-1241 1 120 $18,950.00 Transportation Solutions and Lighting 635 678-003-001 Oriux (formerly Peek Traffic)Conflict Monitor Type 12 1200 1 120 $1,250.00 Transportation Solutions and Lighting 636 678-016-009 Oriux (formerly Peek Traffic)Malfunction Management Unit Type 16 SG-1000 1 120 $1,350.00 Transportation Solutions and Lighting 637 678-018-004 Oriux (formerly Peek Traffic)Bus Interface Unit (TS2)BIU 2012 Model 82-1933-01 1 120 $325.00 Transportation Solutions and Lighting 638 682-002-024 Panasonic iPro Camera - Dome Panasonic iPro WV-X6531N 1 10 - 15 days $2,189.97 Split Pine Technologies, LLC 639 665-003-012 PedSafety, a Campbell Company Pedestrian Detector DCC 200 1 30 $68.45 Control Technologies 640 665-004-010 PedSafety, a Campbell Company Audible/Tactile Pedestrian Detector Guardian 1 30 $976.81 Control Technologies 641 650-022-005 Pelco Products, Inc.Backplate (Retroreflective)BK-8000-RTX-FL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 642 650-023-001 Pelco Products, Inc.Visors SM-1028 1 45-60 days $86.00 Pelco Products (See Ordering Instructions) 643 650-024-001 Pelco Products, Inc.Louvers GL-1010-07 1 45-60 days $322.00 Pelco Products (See Ordering Instructions) 644 653-001-003 Pelco Products, Inc.Pedestrian Signal Bracket Sand Cast SP-1012-FL 1 45-60 days $95.00 Pelco Products (See Ordering Instructions) 645 653-001-004 Pelco Products, Inc.Pedestrian Signal Bracket Sand Cast SP-1011-FL 1 45-60 days $90.00 Pelco Products (See Ordering Instructions) 646 653-005-001 Pelco Products, Inc.Brackets for Die Cast Pedestrian Signal 2054-T 1 Not Awarded 647 653-005-003 Pelco Products, Inc.Brackets for Die Cast Pedestrian Signal 2055-T 1 Not Awarded 648 653-005-004 Pelco Products, Inc.Brackets for Die Cast Pedestrian Signal 2056-T 1 Not Awarded 649 653-005-005 Pelco Products, Inc.Brackets for Die Cast Pedestrian Signal 2057-TLP 1 Not Awarded 650 653-005-006 Pelco Products, Inc.Brackets for Die Cast Pedestrian Signal 2059 1 Not Awarded 651 659-001-001 Pelco Products, Inc.Vehicle Signal Bracket 2042 1 Not Awarded 652 659-001-002 Pelco Products, Inc.Vehicle Signal Bracket 2021 1 Not Awarded 653 659-001-003 Pelco Products, Inc.Vehicle Signal Bracket 2022 1 Not Awarded 654 659-001-004 Pelco Products, Inc.Vehicle Signal Bracket 2031 1 Not Awarded 655 659-001-005 Pelco Products, Inc.Vehicle Signal Bracket 2032 1 Not Awarded 656 659-001-006 Pelco Products, Inc.Vehicle Signal Bracket 2041 1 Not Awarded 657 659-001-028 Pelco Products, Inc.Vehicle Signal Bracket 3075 1 Not Awarded 658 659-001-029 Pelco Products, Inc.Vehicle Signal Bracket SP-1028-FL 1 Not Awarded 659 659-001-030 Pelco Products, Inc.Vehicle Signal Bracket SP-1026-FL 1 45-60 days $133.00 Pelco Products (See Ordering Instructions) 660 659-001-031 Pelco Products, Inc.Vehicle Signal Bracket SP-1027-FL 1 45-60 days $67.00 Pelco Products (See Ordering Instructions) 661 659-001-034 Pelco Products, Inc.Vehicle Signal Bracket SP-1016-FL 1 45-60 days $116.00 Pelco Products (See Ordering Instructions) 662 659-001-035 Pelco Products, Inc.Vehicle Signal Bracket SP-1018-FL 1 45-60 days $125.00 Pelco Products (See Ordering Instructions) 663 659-001-036 Pelco Products, Inc.Vehicle Signal Bracket SP-1015-FL 1 45-60 days $201.00 Pelco Products (See Ordering Instructions) 664 659-001-037 Pelco Products, Inc.Vehicle Signal Bracket SP-1017-FL 1 45-60 days $157.00 Pelco Products (See Ordering Instructions) 665 659-001-044 Pelco Products, Inc.Vehicle Signal Bracket SP-2016-FL 1 45-60 days $156.96 Pelco Products (See Ordering Instructions) 666 659-003-001 Pelco Products, Inc.Signal Head Spacer 3008 1 Not Awarded 667 659-003-002 Pelco Products, Inc.Signal Head Spacer 3012 1 Not Awarded 668 659-004-006 Pelco Products, Inc.Disconnect Hanger 1150-12/18-T 1 45-60 days $313.56 Pelco Products (See Ordering Instructions) 669 659-004-007 Pelco Products, Inc.Disconnect Hanger 1150-18-T 1 45-60 days $313.56 Pelco Products (See Ordering Instructions) 670 659-004-010 Pelco Products, Inc.Disconnect Hanger 1155-18T 1 Not Awarded 671 659-004-011 Pelco Products, Inc.Disconnect Hanger 1155-12T 1 Not Awarded 672 659-004-018 Pelco Products, Inc.Disconnect Hanger SP-1021-FL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 673 659-004-019 Pelco Products, Inc.Disconnect Hanger SP-1022-FL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 674 659-004-026 Pelco Products, Inc.Disconnect Hanger SP-1095-FL 1 Not Awarded 675 659-005-001 Pelco Products, Inc.Adjustable Hanger 2075T 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 676 659-005-005 Pelco Products, Inc.Adjustable Hanger SE-5055 1 Not Awarded 677 659-005-008 Pelco Products, Inc.Adjustable Hanger SP-1029-FL 1 45-60 days $163.00 Pelco Products (See Ordering Instructions) 678 659-010-001 Pelco Products, Inc.Spanwire Clamp 2079 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 679 659-010-005 Pelco Products, Inc.Spanwire Clamp SE-0321 1 45-60 days $61.00 Pelco Products (See Ordering Instructions) 680 659-010-006 Pelco Products, Inc.Spanwire Clamp SE-0338 1 45-60 days $63.00 Pelco Products (See Ordering Instructions) 681 659-010-010 Pelco Products, Inc.Spanwire Clamp SE-3211 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 682 659-011-001 Pelco Products, Inc.Sign Bracket 2093 1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 683 659-011-001 Pelco Products, Inc.Sign Bracket 2093-XL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 684 659-011-001 Pelco Products, Inc.Sign Bracket 2094 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 685 659-011-001 Pelco Products, Inc.Sign Bracket 2094-XL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 686 659-011-013 Pelco Products, Inc.Sign Bracket 3075-SB 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 687 659-011-020 Pelco Products, Inc.Sign Bracket SP-1031-FL 1 45-60 days $294.00 Pelco Products (See Ordering Instructions) 688 659-011-021 Pelco Products, Inc.Sign Bracket SP-1032-FL 1 45-60 days $276.00 Pelco Products (See Ordering Instructions) 689 659-011-028 Pelco Products, Inc.Sign Bracket SP-1071-FL 1 Not Awarded 690 659-011-031 Pelco Products, Inc.Sign Bracket SP-1072-FL 1 45-60 days $556.00 Pelco Products (See Ordering Instructions) 691 659-013-002 Pelco Products, Inc.Tri-Stud to Nipple Adapter 2051 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 692 659-015-003 Pelco Products, Inc.Extension Bar SE-0507-72 1 45-60 days $57.00 Pelco Products (See Ordering Instructions) 693 659-016-002 Pelco Products, Inc.Spanwire Clamp Adapter 1156-T 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 694 659-016-003 Pelco Products, Inc.Spanwire Clamp Adapter SE-0371 1 45-60 days $29.00 Pelco Products (See Ordering Instructions) 695 659-031-009 Pelco Products, Inc.Mast Arm Signal Mounting SP-1079-FL 1 See APL Configurations Intelligent Transportation Services, Inc. 696 659-031-010 Pelco Products, Inc.Mast Arm Signal Mounting SP-1110-FL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 697 659-031-011 Pelco Products, Inc.Mast Arm Signal Mounting SP-1006-FL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 698 659-031-012 Pelco Products, Inc.Mast Arm Signal Mounting SP-1008-FL 1 45-60 days $570.00 Pelco Products (See Ordering Instructions) 699 659-031-019 Pelco Products, Inc.Mast Arm Signal Mounting SP-1118-FL 1 45-60 days $230.00 Pelco Products (See Ordering Instructions) 700 659-031-020 Pelco Products, Inc.Mast Arm Signal Mounting SP-1119-FL 1 45-60 days $420.00 Pelco Products (See Ordering Instructions) 701 659-031-021 Pelco Products, Inc.Mast Arm Signal Mounting EC-3075 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 702 659-031-022 Pelco Products, Inc.Mast Arm Signal Mounting SP-1127-FL 1 45-60 days $224.00 Pelco Products (See Ordering Instructions) 703 659-031-026 Pelco Products, Inc.Mast Arm Signal Mounting SP-1132-FL 1 45-60 days $515.00 Pelco Products (See Ordering Instructions) 704 659-031-027 Pelco Products, Inc.Mast Arm Signal Mounting SP-1130-FL 1 45-60 days $330.00 Pelco Products (See Ordering Instructions) 705 659-031-028 Pelco Products, Inc.Mast Arm Signal Mounting SP-1128-FL 1 45-60 days $178.00 Pelco Products (See Ordering Instructions) 706 659-034-002 Pelco Products, Inc.Mast Arm Sign Mounting SP-1074-FL 1 45-60 days $360.00 Pelco Products (See Ordering Instructions) 707 659-034-003 Pelco Products, Inc.Mast Arm Sign Mounting SP-1010-FL 1 45-60 days $250.00 Pelco Products (See Ordering Instructions) 708 659-034-004 Pelco Products, Inc.Mast Arm Sign Mounting SP-1009-FL 1 45-60 days $350.00 Pelco Products (See Ordering Instructions) 709 659-034-009 Pelco Products, Inc.Mast Arm Sign Mounting SP-1079-FL 1 See APL Configurations Intelligent Transportation Services, Inc. 710 659-034-010 Pelco Products, Inc.Mast Arm Sign Mounting SP-1131-FL 1 45-60 days $240.00 Pelco Products (See Ordering Instructions) 711 659-035-004 Pelco Products, Inc.Mast Arm Camera Mounting SP-1114-FL 1 45-60 days $710.00 Pelco Products (See Ordering Instructions) 712 659-035-005 Pelco Products, Inc.Mast Arm Camera Mounting SP-1106-FL 1 45-60 days $315.00 Pelco Products (See Ordering Instructions) 713 659-035-009 Pelco Products, Inc.Mast Arm Camera Mounting SP-1129-FL 1 45-60 days $600.00 Pelco Products (See Ordering Instructions) 714 659-037-002 Pelco Products, Inc.Span Wire Signal Mounting SP-1083-FL 1 45-60 days $206.00 Pelco Products (See Ordering Instructions) 715 659-037-003 Pelco Products, Inc.Span Wire Signal Mounting SP-1050-FL 1 45-60 days $224.00 Pelco Products (See Ordering Instructions) 716 659-037-004 Pelco Products, Inc.Span Wire Signal Mounting SP-1112-FL 1 Not Awarded 717 659-038-001 Pelco Products, Inc.Mast Arm Detector Mounting SP-1113-FL 1 45-60 days $95.00 Pelco Products (See Ordering Instructions) 718 665-003-010 Pelco Products, Inc.Pedestrian Detector SP-1090-FL 1 45-60 days $90.00 Pelco Products (See Ordering Instructions) 719 665-003-015 Pelco Products, Inc.Pedestrian Detector Passport Piezo Pushbutton, 2-hole SP-1111- FL 1 45-60 days $165.00 Pelco Products (See Ordering Instructions) 720 665-003-015 Pelco Products, Inc.Pedestrian Detector Passport Piezo Pushbutton, 4-hole SP-1125- FL 1 45-60 days $165.00 Pelco Products (See Ordering Instructions) 721 665-004-009 Pelco Products, Inc.Audible/Tactile Pedestrian Detector IntelliCross 1 60 $1,500.00 Transportation Control Systems 722 659-011-032 Pelco Products, Inc.Sign Bracket SP-1140-FL 1 45-60 days See APL configurations Pelco Products (See Ordering Instructions) 723 635-001-053 Pencell Plastics, Inc. (Division of Hubbell)Pull Box and Cover DT-1324 1 Not Awarded 724 684-001-002 Pepperl+Fuchs Inc.Device Server DeviceMaster RTS Series 1 See APL Configurations Intelligent Transportation Services, Inc. 725 684-001-003 Pepperl+Fuchs Inc.Device Server DeviceMaster PRO Series 1 Not Awarded 726 654-003-001 Polara Enterprises, LLC RRFB - Accessible Pedestrian Pushbutton iNX 1 56 $547.00 Temple, Inc. 727 665-003-011 Polara Enterprises, LLC Pedestrian Detector BDL3 Series Piezo Pushbutton 1 56 $110.00 Temple, Inc. 728 665-004-007 Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iN3 1 Not Awarded 729 665-004-008 Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iN2 1 Not Awarded 730 665-004-011 Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS3 Pushbutton Station, iPHCU3S Ped Head Control Unit 1 56 $859.00 Temple, Inc. 731 665-004-012 Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS2 Pushbutton Station, iCCU-S2 Central Control Unit 1 56 $6,944.00 Temple, Inc. 732 665-004-013 Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iDS2 Pushbutton Station, iCCU-S2 Central Control Unit 1 56 $7,224.00 Temple, Inc. 733 665-004-014 Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iDS3 Pushbutton Station with Touchless Actuation Feature 1 56 $896.00 Temple, Inc. 734 665-005-005 Polara Enterprises, LLC Mid-Block Pedestrian Detector XAV2E-LED 1 Not Awarded 735 665-005-006 Polara Enterprises, LLC Mid-Block Pedestrian Detector iDX 1 56 $584.00 Temple, Inc. 736 671-019-002 Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-LDX 1 30 $4,989.87 Control Technologies 737 671-016-015 Q-Free America, Inc.Controller - NEMA TS2 Type 1 XN-1 1 30 $4,131.00 Control Technologies DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 738 671-017-015 Q-Free America, Inc.Controller - NEMA TS2 Type 2 XN-2 1 30 $4,977.28 Control Technologies 739 635-001-012 Quazite (Division of Hubbell)Pull Box and Cover PG2436BA18 1 30 DAYS $1,213.00 RAINBOW DISTRIBUTORS USA, INC 740 635-001-012 Quazite (Division of Hubbell)Pull Box and Cover PG2436BA24 1 30 DAYS $1,328.00 RAINBOW DISTRIBUTORS USA, INC 741 635-001-012 Quazite (Division of Hubbell)Pull Box and Cover PG2436BA30 1 30 DAYS $1,517.00 RAINBOW DISTRIBUTORS USA, INC 742 635-001-012 Quazite (Division of Hubbell)Pull Box and Cover PG2436BA36 1 30 DAYS $1,665.00 RAINBOW DISTRIBUTORS USA, INC 743 635-001-014 Quazite (Division of Hubbell)Pull Box and Cover PG1730BA12 1 30 DAYS $618.00 RAINBOW DISTRIBUTORS USA, INC 744 635-001-014 Quazite (Division of Hubbell)Pull Box and Cover PG1730BA18 1 30 DAYS $683.00 RAINBOW DISTRIBUTORS USA, INC 745 635-001-014 Quazite (Division of Hubbell)Pull Box and Cover PG1730BA22 1 60 DAYS $751.00 RAINBOW DISTRIBUTORS USA, INC 746 635-001-014 Quazite (Division of Hubbell)Pull Box and Cover PG1730BA24 1 30 DAYS $861.00 RAINBOW DISTRIBUTORS USA, INC 747 635-001-014 Quazite (Division of Hubbell)Pull Box and Cover PG1730BA28 1 60 DAYS $841.00 RAINBOW DISTRIBUTORS USA, INC 748 635-001-014 Quazite (Division of Hubbell)Pull Box and Cover PG1730BA30 1 30 DAYS $882.00 RAINBOW DISTRIBUTORS USA, INC 749 635-001-025 Quazite (Division of Hubbell)Pull Box and Cover PG1324BA12 1 30 DAYS $435.00 RAINBOW DISTRIBUTORS USA, INC 750 635-001-025 Quazite (Division of Hubbell)Pull Box and Cover PG1324BA18 1 30 DAYS $483.00 RAINBOW DISTRIBUTORS USA, INC 751 635-001-049 Quazite (Division of Hubbell)Pull Box and Cover A22390014A 1 Not Awarded 752 635-001-049 Quazite (Division of Hubbell)Pull Box and Cover A22390028A 1 Not Awarded 753 635-001-049 Quazite (Division of Hubbell)Pull Box and Cover A22390030A 1 Not Awarded 754 635-001-049 Quazite (Division of Hubbell)Pull Box and Cover A22390036A 1 Not Awarded 755 635-001-049 Quazite (Division of Hubbell)Pull Box and Cover A22390039A (round)1 Not Awarded 756 635-001-050 Quazite (Division of Hubbell)Pull Box and Cover A24243618A 1 Not Awarded 757 635-001-050 Quazite (Division of Hubbell)Pull Box and Cover A24243624A 1 Not Awarded 758 635-001-050 Quazite (Division of Hubbell)Pull Box and Cover A24243630A 1 Not Awarded 759 635-001-050 Quazite (Division of Hubbell)Pull Box and Cover A24243642A 1 Not Awarded 760 635-001-051 Quazite (Division of Hubbell)Pull Box and Cover A24132412A 1 Not Awarded 761 635-001-051 Quazite (Division of Hubbell)Pull Box and Cover A24132418A 1 Not Awarded 762 635-001-052 Quazite (Division of Hubbell)Pull Box and Cover A24173012A 1 Not Awarded 763 635-001-052 Quazite (Division of Hubbell)Pull Box and Cover A24173018A 1 Not Awarded 764 635-001-052 Quazite (Division of Hubbell)Pull Box and Cover A24173022A 1 Not Awarded 765 635-001-060 Quazite (Division of Hubbell)Pull Box and Cover PG3060BA12 1 Not Awarded 766 635-001-060 Quazite (Division of Hubbell)Pull Box and Cover PG3060BA30 1 30 DAYS $2,482.00 RAINBOW DISTRIBUTORS USA, INC 767 635-001-060 Quazite (Division of Hubbell)Pull Box and Cover PG3060BA36 1 30 DAYS $2,674.00 RAINBOW DISTRIBUTORS USA, INC 768 635-001-061 Quazite (Division of Hubbell)Pull Box and Cover PG3048BA18 1 30 DAYS $2,001.00 RAINBOW DISTRIBUTORS USA, INC 769 635-001-061 Quazite (Division of Hubbell)Pull Box and Cover PG3048BA24 1 30 DAYS $1,995.00 RAINBOW DISTRIBUTORS USA, INC 770 635-001-061 Quazite (Division of Hubbell)Pull Box and Cover PG3048BA36 1 30 DAYS $2,457.00 RAINBOW DISTRIBUTORS USA, INC 771 635-001-062 Quazite (Division of Hubbell)Pull Box and Cover PR3943BA18 1 30 DAYS $1,365.00 RAINBOW DISTRIBUTORS USA, INC 772 635-001-063 Quazite (Division of Hubbell)Pull Box and Cover PR3944BA24 1 30 DAYS $1,985.00 RAINBOW DISTRIBUTORS USA, INC 773 635-001-063 Quazite (Division of Hubbell)Pull Box and Cover PR3944BA48 1 30 DAYS $2,621.00 RAINBOW DISTRIBUTORS USA, INC 774 635-001-064 Quazite (Division of Hubbell)Pull Box and Cover PR2733BA48 1 30 DAYS $1,624.00 RAINBOW DISTRIBUTORS USA, INC 775 635-001-065 Quazite (Division of Hubbell)Pull Box and Cover PR2732BA36 1 30 DAYS $3,319.00 RAINBOW DISTRIBUTORS USA, INC 776 660-001-033 Reno A&E Vehicle Loop Detector 2 Channels Auto Shelf Mount S-1201 SERIES 1 60 $815.00 Transportation Control Systems 777 660-001-034 Reno A&E Vehicle Loop Detector 2 Channels Auto Shelf Mount T-210 SERIES 1 60 $380.00 Transportation Control Systems 778 660-003-038 Reno A&E Vehicle Loop Detector 1 Channel Auto Shelf Mount L-1200 SERIES 1 60 $410.00 Transportation Control Systems 779 660-003-039 Reno A&E Vehicle Loop Detector 1 Channel Auto Shelf Mount L-1201 SERIES 1 60 $488.00 Transportation Control Systems 780 660-003-040 Reno A&E Vehicle Loop Detector 1 Channel Auto Shelf Mount T-100 SERIES 1 60 $285.00 Transportation Control Systems 781 660-003-041 Reno A&E Vehicle Loop Detector 1 Channel Auto Shelf Mount T-110 SERIES 1 60 $325.00 Transportation Control Systems 782 660-006-017 Reno A&E Vehicle Loop Detector 4 Channels Auto Shelf Mount U-1200 SERIES 1 60 $850.00 Transportation Control Systems 783 660-008-024 Reno A&E Vehicle Loop Detector 2 Channels Auto Rack Mount 222 SERIES 1 60 $250.00 Transportation Control Systems 784 660-008-031 Reno A&E Vehicle Loop Detector 2 Channels Auto Rack Mount C-1100 SERIES 1 60 $400.00 Transportation Control Systems 785 660-009-010 Reno A&E Vehicle Loop Detector 4 Channels Auto Rack Mount E-1100-SS 1 60 $550.00 Transportation Control Systems 786 660-016-002 Reno A&E Vehicle Detector - Loop 2 Channels TS2 Type A (no Timings) G-200 SERIES 1 60 $250.00 Transportation Control Systems DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 787 660-017-003 Reno A&E Vehicle Detector - Loop 2 Channels TS2 Type C (with Timings)C-1200 SERIES 1 60 $400.00 Transportation Control Systems 788 660-017-004 Reno A&E Vehicle Detector - Loop 2 Channels TS2 Type C (with Timings)C-1201 SERIES 1 60 $525.00 Transportation Control Systems 789 660-017-005 Reno A&E Vehicle Detector - Loop 2 Channels TS2 Type C (with Timings)GT-200 SERIES 1 60 $425.00 Transportation Control Systems 790 660-022-001 Reno A&E Vehicle Detector - Loop 4 Channels TS2 Type D (with Timings)E-1200 SERIES 1 60 $575.00 Transportation Control Systems 791 660-022-002 Reno A&E Vehicle Detector - Loop 4 Channels TS2 Type D (with Timings)E/2-1200 SERIES 1 60 $575.00 Transportation Control Systems 792 660-023-001 Reno A&E Vehicle Detector - Loop 4 Channels TS2 Type B (no Timings)Y-200 SERIES 1 60 $360.00 Transportation Control Systems 793 678-004-014 Reno A&E Load Switch LS-200 1 60 $50.00 Transportation Control Systems 794 678-007-013 Reno A&E Flasher Type 3 FL-200 1 60 $50.00 Transportation Control Systems 795 680-002-001 Rhythm Engineering Adaptive Signal Control System InSync/InSync Fusion 1 Not Awarded 796 660-015-049 Rhythm Engineering Vehicle Detector - Video code|GREEN 1 Not Awarded 797 660-005-014 Royal Adhesives & Sealants Canada, Ltd.Loop Sealant Q-SEAL 290 5 Gallons Not Awarded 798 660-005-015 Royal Adhesives & Sealants Canada, Ltd.Loop Sealant Q-SEAL 295 TWO PART 5 Gallons Not Awarded 799 676-011-009 RTC Manufacturing, Inc.Wired Cabinet Assembly Type I 502598LCB24 Series 1 60 $3,200.00 Transportation Control Systems 800 676-011-010 RTC Manufacturing, Inc.Wired Cabinet Assembly Type I 502507-24 1 60 $2,150.00 Transportation Control Systems 801 676-011-011 RTC Manufacturing, Inc.Wired Cabinet Assembly Type I 502598SW24 Series 1 60 $2,500.00 Transportation Control Systems 802 678-009-005 RTC Manufacturing, Inc.Time Switch Type 2 AP-22 1 60 $750.00 Transportation Control Systems 803 700-026-009 RTC Manufacturing, Inc.Sign Beacon 502598LCB Series 1 60 $2,950.00 Transportation Control Systems 804 700-026-010 RTC Manufacturing, Inc.Sign Beacon 502507 1 60 $2,750.00 Transportation Control Systems 805 700-026-011 RTC Manufacturing, Inc.Sign Beacon 502598SW Series 1 60 $4,950.00 Transportation Control Systems 806 700-026-016 RTC Manufacturing, Inc.Sign Beacon Guardian Series 1 60 $1,350.00 Transportation Control Systems 807 660-018-010 s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave TRUGRD Stream 1 30 $5,567.55 Control Technologies 808 660-014-007 s.m.s, smart microwave sensors GmbH Wrong Way Vehicle Detection System smartmicro TRUGRD Stream 1 30 $5,567.55 Control Technologies 809 660-024-002 Sensys Networks, Inc.Wireless Magnetometer Assembly APCC Series 1 56 $7,248.00 Temple, Inc. 810 700-024-002 SES America, Inc.Dynamic Message Sign - Embedded DMS M5000 (Monochrome Amber 66mm pitch)pitch)1 120 $8,889.00 Intelligent Transportation Services, Inc. 811 700-024-002 SES America, Inc.Dynamic Message Sign - Embedded DMS M5000 (Full Color 33mm pitch)1 120 $13,384.00 Intelligent Transportation Services, Inc. 812 700-024-002 SES America, Inc.Dynamic Message Sign - Embedded DMS M5000 (Full Color 20mm pitch)1 120 $14,091.00 Intelligent Transportation Services, Inc. 813 700-024-002 SES America, Inc.Dynamic Message Sign - Embedded DMS M5000 (Monochrome White 66mm pitch)1 120 $8,990.00 Intelligent Transportation Services, Inc. 814 700-025-001 SES America, Inc.Dynamic Message Sign - DMS LED Retrofit Kit DMS Retrofit Kit (Monochrome Amber 66mm pitch)1 90 $48,485.00 Intelligent Transportation Services, Inc. 815 '700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 7.62mm pitch 1 120 $21,717.00 Intelligent Transportation Services, Inc. 816 '700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 20mm pitch 1 See APL Configurations Intelligent Transportation Services, Inc. 817 700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 33m pitch 1 See APL Configurations Intelligent Transportation Services, Inc. 818 684-002-001 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RS900 1 Not Awarded 819 684-002-001 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RS900G 1 Not Awarded 820 684-002-003 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RSGXXXX Series 1 Not Awarded 821 684-002-018 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RUGGEDCOM RX1500 1 Not Awarded 822 684-002-018 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RUGGEDCOM RX1501 1 Not Awarded 823 684-002-022 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RSG2300 1 Not Awarded 824 684-002-023 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RX1400 1 Not Awarded 825 684-002-025 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch Siemens RUGGEDCOM RX1510 1 Not Awarded 826 684-002-036 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RST 916P 1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 827 684-002-036 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RST 916C 1 Not Awarded 828 684-002-036 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RST 2228 1 Not Awarded 829 684-002-036 Siemens Canada Limited (formally RuggedCom)Managed Field Ethernet Switch RST 2228P 1 Not Awarded 830 102-060-002 Site 2020, Inc.Automated Flagger Assistance Device (AFAD) Guardian Smart Flagger 1 Not Awarded 831 659-031-006 Sky Bracket Mast Arm Signal Mounting SS-SB29-46: w/band 1 1 - 2 Weeks $349.71 Sky Bracket 832 659-031-006 Sky Bracket Mast Arm Signal Mounting SS-SBC66-46: w/cable 1 1 - 2 Weeks $377.79 Sky Bracket 833 659-031-013 Sky Bracket Mast Arm Signal Mounting SS-SBxx-HPB-xx 1 1 - 2 Weeks $418.27 Sky Bracket 834 659-031-015 Sky Bracket Mast Arm Signal Mounting SS-SBxx-3M-xx 1 1 - 2 Weeks $413.76 Sky Bracket 835 659-031-016 Sky Bracket Mast Arm Signal Mounting SS-SBxx-3MCB-xx 1 1 - 2 Weeks $596.04 Sky Bracket 836 659-031-017 Sky Bracket Mast Arm Signal Mounting SS-SBxx-HPB-xx 1 1 - 2 Weeks $484.73 Sky Bracket 837 659-034-001 Sky Bracket Mast Arm Sign Mounting SS-SB29-SBK-46TK-23: w/band 1 1 - 2 Weeks $549.49 Sky Bracket 838 659-034-001 Sky Bracket Mast Arm Sign Mounting SS-SBC66-SBK-46TK-23: w/cable 1 1 - 2 Weeks $623.04 Sky Bracket 839 659-034-005 Sky Bracket Mast Arm Sign Mounting SS-SBC66-ETI 1 1 - 2 Weeks $180.78 Sky Bracket 840 659-034-006 Sky Bracket Mast Arm Sign Mounting SS-SBC66-ISM 1 1 - 2 Weeks $171.37 Sky Bracket 841 659-034-007 Sky Bracket Mast Arm Sign Mounting SS-SB29-ISM 1 1 - 2 Weeks $143.69 Sky Bracket 842 659-034-008 Sky Bracket Mast Arm Sign Mounting SS-SB29-ETI 1 1 - 2 Weeks $151.43 Sky Bracket 843 659-035-001 Sky Bracket Mast Arm Camera Mounting SS-SB29-RCM: w/band 1 1 - 2 Weeks $181.91 Sky Bracket 844 659-035-001 Sky Bracket Mast Arm Camera Mounting SS-SBC66-RCM: w/cable 1 1 - 2 Weeks $216.04 Sky Bracket 845 659-035-002 Sky Bracket Mast Arm Camera Mounting SS-SB29-CM 1 1 - 2 Weeks $146.21 Sky Bracket 846 659-035-003 Sky Bracket Mast Arm Camera Mounting SS-SB29-ACM-74: w/band 1 1 - 2 Weeks $350.14 Sky Bracket 847 659-035-003 Sky Bracket Mast Arm Camera Mounting SS-SBC66-ACM-74: w/cable 1 1 - 2 Weeks $388.31 Sky Bracket 848 659-035-006 Sky Bracket Mast Arm Camera Mounting SS-SBTM-ACM-74 1 1 - 2 Weeks $310.73 Sky Bracket 849 659-038-002 Sky Bracket Mast Arm Detector Mounting SS-SBXX-MM-YYY 1 1 - 2 Weeks $82.27 Sky Bracket 850 659-038-003 Sky Bracket Mast Arm Detector Mounting SS-SBCXX-MM-YY 1 1 - 2 Weeks $112.19 Sky Bracket 851 659-034-011 Sky Bracket Mast Arm Sign Mounting SS-SBCXX-FFS-TSA 1 1 - 2 Weeks $260.68 Sky Bracket 852 659-034-012 Sky Bracket Mast Arm Sign Mounting SS-SBCXX-PFS-TSA 1 1 - 2 Weeks $337.79 Sky Bracket 853 700-020-001 Skyline Products Dynamic Message Sign - Walk-In DMS "I" Series (Monochrome Amber 70mm pitch)1 Not Awarded 854 700-020-001 Skyline Products Dynamic Message Sign - Walk-In DMS "I" Series (Full Color 48mm pitch)1 Not Awarded 855 700-020-001 Skyline Products Dynamic Message Sign - Walk-In DMS I Series (Full Color 35mm pitch)1 Not Awarded 856 700-020-001 Skyline Products Dynamic Message Sign - Walk-In DMS I Series (Full Color 32mm pitch)1 Not Awarded 857 700-020-001 Skyline Products Dynamic Message Sign - Walk-In DMS I Series (Full Color 20mm pitch)1 Not Awarded 858 700-023-009 Skyline Products Dynamic Message Sign - Front Access DMS VMS LED SV Series (Amber 70mm pitch)1 Not Awarded 859 700-023-009 Skyline Products Dynamic Message Sign - Front Access DMS VMS LED SV Series (Full Color 48mm pitch)1 Not Awarded 860 700-023-009 Skyline Products Dynamic Message Sign - Front Access DMS VMS LED SV Series (Full Color 35mm pitch)1 Not Awarded 861 700-023-009 Skyline Products Dynamic Message Sign - Front Access DMS VMS LED SV Series (Full Color 32mm pitch)1 Not Awarded 862 700-023-009 Skyline Products Dynamic Message Sign - Front Access DMS VMS LED SV Series (Full Color 20mm pitch)1 Not Awarded 863 700-024-006 Skyline Products Dynamic Message Sign - Embedded DMS VMSLED-SN Series (Amber 70mm pitch)1 Not Awarded 864 700-024-006 Skyline Products Dynamic Message Sign - Embedded DMS 'VMSLED-SN Series (Full Color 48mm pitch)1 Not Awarded 865 700-024-006 Skyline Products Dynamic Message Sign - Embedded DMS 'VMSLED-SN Series (Full Color 35mm pitch)1 Not Awarded 866 700-024-006 Skyline Products Dynamic Message Sign - Embedded DMS 'VMSLED-SN Series (Full Color 20mm pitch)1 Not Awarded 867 102-044-008 Solar Technology Inc.Trailer Mounted Arrow Board AB-0515 (Previous QPL # S102-0917)1 14-28 $6,163.60 Safety Zone Holdings, Inc. 868 102-044-009 Solar Technology Inc.Trailer Mounted Arrow Board AB-0525 (Previous QPL # S102-1006)1 14-28 $6,963.30 Safety Zone Holdings, Inc. 869 102-048-004 Solar Technology Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters MB-1548 (Previous QPL # S102-1207)1 14-28 $20,678.65 Safety Zone Holdings, Inc. 870 102-052-013 Solar Technology Inc.Portable Radar Speed Display Unit Silent Advisor RST-1000 (Previous QPL # S102-1913)1 14-28 $10,549.85 Safety Zone Holdings, Inc. 871 676-005-001 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Type I TYPE I UNWIRED 1 180 $790.00 Earnest Products dba Southern Manufacturing DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 872 676-006-001 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Type II TYPE II UNWIRED 1 180 $1,260.00 Earnest Products dba Southern Manufacturing 873 676-007-004 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Type IV TYPE IV UNWIRED 1 180 $3,000.00 Earnest Products dba Southern Manufacturing 874 676-008-009 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Type V 59"H X 40"W X 27"D 1 180 $4,080.00 Earnest Products dba Southern Manufacturing 875 676-010-001 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Special BC4T UNWIRED 1 180 $5,100.00 Earnest Products dba Southern Manufacturing 876 676-014-001 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Type VI TYPE VI UNWIRED 1 180 $6,600.00 Earnest Products dba Southern Manufacturing 877 676-015-001 Southern Mfg. Co. (Division of Earnest Products)Controller Cabinet Unwired Type III TYPE III UNWIRED 1 180 $2,600.00 Earnest Products dba Southern Manufacturing 878 676-024-001 Southern Mfg. Co. (Division of Earnest Products)170 Unwired Cabinet Type 332/334 DWG # 332ALUM.PRT 1 180 $4,600.00 Earnest Products dba Southern Manufacturing 879 676-024-004 Southern Mfg. Co. (Division of Earnest Products)170 Unwired Cabinet Type 332/334 CE3RAL1-8T-332D 1 180 $9,000.00 Earnest Products dba Southern Manufacturing 880 676-029-003 Southern Mfg. Co. (Division of Earnest Products)170 Unwired Cabinet Type 336 SM-336 (39” x 24¼” x 20¼”)1 180 $3,950.00 Earnest Products dba Southern Manufacturing 881 676-031-001 Southern Mfg. Co. (Division of Earnest Products)170 Unwired Cabinet Type 336 Stretch SM-336S (46” x 24¼” x 22¼”)1 180 $4,000.00 Earnest Products dba Southern Manufacturing 882 676-035-003 Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet 340-DMS-FL-SS-GEN 1 180 $17,400.00 Earnest Products dba Southern Manufacturing 883 676-035-005 Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet WE3RAL-334-FLDMS-G 1 180 $11,700.00 Earnest Products dba Southern Manufacturing 884 676-035-012 Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet WE3RAL-336S-FLITS 1 180 $10,200.00 Earnest Products dba Southern Manufacturing 885 676-035-015 Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet WE-332D-FL-DMS 1 180 $18,500.00 Earnest Products dba Southern Manufacturing 886 685-002-004 Southern Mfg. Co. (Division of Earnest Products)Uninterruptible Power Supply SM-UPS-1 1 180 $9,400.00 Earnest Products dba Southern Manufacturing 887 700-012-010 Southern Mfg. Co. (Division of Earnest Products) Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LED BLANKOUT SERIES 1 180 $9,500.00 Earnest Products dba Southern Manufacturing 888 700-015-019 Southern Mfg. Co. (Division of Earnest Products)Illuminated Sign - Internally Illuminated Sign FF-1.1.S-SERIES 1 180 $4,200.00 Earnest Products dba Southern Manufacturing 889 700-015-021 Southern Mfg. Co. (Division of Earnest Products)Illuminated Sign - Internally Illuminated Sign SSLED SERIES 1 180 $4,500.00 Earnest Products dba Southern Manufacturing 890 700-015-023 Southern Mfg. Co. (Division of Earnest Products)Illuminated Sign - Internally Illuminated Sign Clean Profile Series 1 180 $5,000.00 Earnest Products dba Southern Manufacturing 891 663-001-007 STC, Inc.Preemption System GPS-FHSS 1 Not Awarded 892 678-005-009 Struthers-Dunn, LLC Transfer Relay S-D Model 21 1 Not Awarded 893 678-005-009 Struthers-Dunn, LLC Transfer Relay S-D Model 136 1 Not Awarded 894 676-041-002 Swarco McCain Inc 170 Wired Cabinet Type 662 M78360 1 Not Awarded 895 700-020-008 Swarco McCain Inc Dynamic Message Sign - Walk-In DMS FMS9000 Full color 20mm pitch 1 Not Awarded 896 654-001-009 TAPCO Rectangular Rapid Flashing Beacon Assembly (RRFB)RRFB-XL2 (AC)1 30 days $3,025.00 Transportation Solutions and Lighting 897 654-001-009 TAPCO Rectangular Rapid Flashing Beacon Assembly (RRFB)RRFB-XL2 (Solar)1 30 days $3,275.00 Transportation Solutions and Lighting 898 660-014-002 TAPCO Wrong Way Vehicle Detection System THRMLTHRMLCBW 1 Not Awarded 899 660-014-002 TAPCO Wrong Way Vehicle Detection System THRMLTHRMLCBWM 1 Not Awarded 900 660-014-002 TAPCO Wrong Way Vehicle Detection System THRMLTHRMLTellig 1 Not Awarded 901 660-014-002 TAPCO Wrong Way Vehicle Detection System THRMLTHRMLWago 1 Not Awarded 902 660-014-002 TAPCO Wrong Way Vehicle Detection System RAARTHRMLCBW 1 Not Awarded 903 660-014-002 TAPCO Wrong Way Vehicle Detection System RAARTHRMLCBWM 1 Not Awarded 904 660-014-002 TAPCO Wrong Way Vehicle Detection System RAARTHRMLTellig 1 Not Awarded 905 660-014-002 TAPCO Wrong Way Vehicle Detection System RAARTHRMLWago 1 Not Awarded 906 660-014-002 TAPCO Wrong Way Vehicle Detection System RAARTHRMLWagoM 1 Not Awarded 907 700-027-001 TAPCO Illuminated Sign - Highlighted Sign BlinkerSign® LED Sign 2180 Series 1 days See APL configurations Transportation Solutions and Lighting 908 700-027-006 TAPCO Illuminated Sign - Highlighted Sign LegendViz 1 Not Awarded 909 700-026-026 TAPCO Sign Beacon 2180 1 30 days $4,100.00 Transportation Solutions and Lighting 910 685-002-012 TechPower Developments Uninterruptible Power Supply DBL MX 1000-U36 (3 100AH Batteries)1 98 $5,289.00 Econolite DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 911 685-002-013 TechPower Developments Uninterruptible Power Supply ARES ITS1500 (6 50AH Batteries for Traffic)1 98 $3,396.00 Econolite 912 685-002-013 TechPower Developments Uninterruptible Power Supply ARES ITS1500 (3 50AH Batteries for ITS)1 98 $2,858.00 Econolite 913 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (14.55mm pitch)1 Not Awarded 914 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (15mm pitch)1 Not Awarded 915 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (18.52mm pitch)1 Not Awarded 916 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (20mm pitch)1 Not Awarded 917 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (22.23mm pitch)1 Not Awarded 918 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (27.78mm pitch)1 Not Awarded 919 700-020-006 Telegra, Inc.Dynamic Message Sign - Walk-In DMS NextGen 5500 Series (30mm pitch)1 Not Awarded 920 700-023-006 Telegra, Inc.Dynamic Message Sign - Front Access DMS NextGen 6600 Series (15mm pitch)1 Not Awarded 921 700-023-006 Telegra, Inc.Dynamic Message Sign - Front Access DMS NextGen 6600 Series (18.52mm pitch)1 Not Awarded 922 700-023-006 Telegra, Inc.Dynamic Message Sign - Front Access DMS NextGen 6600 Series (20mm pitch)1 Not Awarded 923 700-023-006 Telegra, Inc.Dynamic Message Sign - Front Access DMS NextGen 6600 Series (22.23mm pitch)1 Not Awarded 924 700-023-006 Telegra, Inc.Dynamic Message Sign - Front Access DMS NextGen 6600 Series (27.78mm pitch)1 Not Awarded 925 700-023-006 Telegra, Inc.Dynamic Message Sign - Front Access DMS NextGen 6600 Series (30mm pitch)1 Not Awarded 926 700-024-004 Telegra, Inc.Dynamic Message Sign - Embedded DMS NextGen 6200 Series (15mm pitch)1 Not Awarded 927 700-024-004 Telegra, Inc.Dynamic Message Sign - Embedded DMS NextGen 6200 Series (18.52mm pitch)1 Not Awarded 928 700-024-004 Telegra, Inc.Dynamic Message Sign - Embedded DMS NextGen 6200 Series (20mm pitch)1 Not Awarded 929 700-024-004 Telegra, Inc.Dynamic Message Sign - Embedded DMS NextGen 6200 Series (22.23mm pitch)1 Not Awarded 930 700-024-004 Telegra, Inc.Dynamic Message Sign - Embedded DMS NextGen 6200 Series (27.78mm pitch)1 Not Awarded 931 700-024-004 Telegra, Inc.Dynamic Message Sign - Embedded DMS NextGen 6200 Series (30mm pitch)1 Not Awarded 932 650-022-003 Temple, Inc.Backplate (Retroreflective)BPA(R)500FL Series 1 See APL configurations Temple, Inc. 933 654-002-006 Temple, Inc.In-Roadway Light Assembly 19000-LX-DC-FL 1 70 $29,436.00 Temple, Inc. 934 663-001-011 Temple, Inc.Preemption System Glance TIMM 500 Preemption System 1 56 $5,414.00 Temple, Inc. 935 676-003-012 Temple, Inc.Wired Cabinet Assembly Type V TF4008TFL0101 1 294 $12,595.00 Temple, Inc. 936 676-005-008 Temple, Inc.Controller Cabinet Unwired Type I SMTF161412TSD 1 70 $561.00 Temple, Inc. 937 676-011-012 Temple, Inc.Wired Cabinet Assembly Type I TF4001F-FL 1 98 $869.00 Temple, Inc. 938 676-023-006 Temple, Inc.Wired Cabinet Assembly TS-2 Size 6 TF5116TFL02 1 See APL configurations Temple, Inc. 939 676-034-001 Temple, Inc.Hybrid NEMA TS1 - TS2 Wired Cabinet Assembly TF4116MT 1 See APL configurations Temple, Inc. 940 676-035-006 Temple, Inc.ITS Field Cabinet 11000ITS-FL 1 294 $3,974.00 Temple, Inc. 941 676-035-013 Temple, Inc.ITS Field Cabinet 12000ITS-FL 1 294 $3,383.00 Temple, Inc. 942 676-037-002 Temple, Inc.170 Wired Cabinet Type 332 TF332FL 1 294 $9,833.00 Temple, Inc. 943 676-039-002 Temple, Inc.170 Wired Cabinet Type 336 TF336FL 1 Not Awarded 944 678-008-023 Temple, Inc.Time Switch Type 1 FCU 500-071 1 42 $2,641.00 Temple, Inc. 945 685-002-005 Temple, Inc.Uninterruptible Power Supply FXM 500 & CABINET 1 Not Awarded 946 685-002-005 Temple, Inc.Uninterruptible Power Supply FXM 1100 & CABINET 1 Not Awarded 947 685-002-005 Temple, Inc.Uninterruptible Power Supply FXM 1500 & CABINET 1 Not Awarded 948 685-002-005 Temple, Inc.Uninterruptible Power Supply FXM 2000 & CABINET 1 Not Awarded 949 685-002-006 Temple, Inc.Uninterruptible Power Supply 17000-UP-FL, Old APL Certification Number 63910402712023 1 168 $8,811.00 Temple, Inc. 950 685-003-002 Temple, Inc.Uninterruptible Power Supply (Real-Time Active Power Conditioner)17000-UP-FL 1 Not Awarded 951 700-015-026 Temple, Inc.Illuminated Sign - Internally Illuminated Sign R409A Series 1 98 $3,470.00 Temple, Inc. 952 700-026-018 Temple, Inc.Sign Beacon TF4001F-FL-DC 1 112 $2,943.00 Temple, Inc. 953 700-027-003 Temple, Inc.Illuminated Sign - Highlighted Sign AV-200 1 84 $2,311.00 Temple, Inc. 954 685-002-007 Tesco Controls Inc.Uninterruptible Power Supply Traffic 24-FLBBS 1 Not Awarded 955 682-002-015 TKH Security LLC (Formerly SIQURA Inc)Camera - Dome PD910 1 30 days $2,900.00 TKH Security 956 684-004-006 TKH Security LLC (Formerly SIQURA Inc)Video Encoder C-60 E-MC 1 Not Awarded 957 102-044-003 Trafcon Industries, Inc.Trailer Mounted Arrow Board TC1 Series (15 lamps)1 Not Awarded 958 102-044-003 Trafcon Industries, Inc.Trailer Mounted Arrow Board TC1 Series (25 lamps)1 Not Awarded 959 102-045-006 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB4 Series (36x72, 15 Lamps)1 Not Awarded 960 102-045-006 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB4 Series (36x72, 25 Lamps)1 Not Awarded 961 102-045-009 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB5 Series (48x96, 15 Lamps)1 Not Awarded DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 962 102-045-009 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB5 Series (48x96, 25 Lamps)1 Not Awarded 963 102-045-010 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB3 Series (30x60, 13 Lamps)1 Not Awarded 964 102-045-010 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB3 Series (30x60, 15 Lamps)1 Not Awarded 965 102-045-010 Trafcon Industries, Inc.Vehicle Mounted Arrow Board MB3 Series (30x60, 25 Lamps)1 Not Awarded 966 700-019-008 Traffic Logix Corp Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)EV 15SD 1 60 $3,299.00 Transportation Solutions and Lighting 967 654-002-002 Traffic Safety Corp.In-Roadway Light Assembly TS1100 Series Model SC-TS1100-AC2A 1 Not Awarded 968 654-002-003 Traffic Safety Corp.In-Roadway Light Assembly TS1100 Series Model SC-TS1100-AC3A 1 Not Awarded 969 654-001-011 Trafficalm Systems Rectangular Rapid Flashing Beacon Assembly (RRFB)SA328 RRFB 1 Not Awarded 970 700-019-004 Trafficalm Systems Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Urban DFB Series 1 90 See APL configurations Transportation Solutions and Lighting 971 700-027-004 Trafficalm Systems Illuminated Sign - Highlighted Sign M75-SA30X-XXXX with LED Enhanced Rings 1 90 See APL configurations Transportation Solutions and Lighting 972 660-027-001 Transcore Vehicle Detector - AVI (Automatic Vehicle Identification)Encompass E5 1 Not Awarded 973 684-002-038 Transition Networks Managed Field Ethernet Switch SISPM1040-284-LRT 1 45 $1,293.00 Transportation Control Systems 974 684-002-038 Transition Networks Managed Field Ethernet Switch SISPM1040-384-LRT-C 1 45 $1,929.00 Transportation Control Systems 975 684-002-038 Transition Networks Managed Field Ethernet Switch SISPM1040-362-LRT 1 45 $1,380.00 Transportation Control Systems 976 684-002-038 Transition Networks Managed Field Ethernet Switch SISPM1040-582-LRT 1 45 $2,170.00 Transportation Control Systems 977 650-016-001 Transportation Control Systems (TCS)12" Die Cast All LED Vehicle Signal Assembly HSS83ELED 1 90 $525.00 Transportation Control Systems 978 650-022-004 Transportation Control Systems (TCS)Backplate (Retroreflective)-1 Section BP-5000B Series 1 90 $85.00 Transportation Control Systems 979 650-022-004 Transportation Control Systems (TCS)Backplate (Retroreflective)-2 Section BP-5000B Series 1 90 $100.00 Transportation Control Systems 980 650-022-004 Transportation Control Systems (TCS)Backplate (Retroreflective)-3 Section BP-5000B Series 1 90 $150.00 Transportation Control Systems 981 650-022-004 Transportation Control Systems (TCS)Backplate (Retroreflective)-4 Section BP-5000B Series 1 90 $180.00 Transportation Control Systems 982 650-022-004 Transportation Control Systems (TCS)Backplate (Retroreflective)-5 Section Straight BP-5000B Series 1 90 $250.00 Transportation Control Systems 983 650-022-004 Transportation Control Systems (TCS)Backplate (Retroreflective)-5 Section Cluster BP-5000B Series 1 90 $400.00 Transportation Control Systems 984 650-024-002 Transportation Control Systems (TCS)Louvers TCS-LOUVER 1 90 $150.00 Transportation Control Systems 985 653-021-003 Transportation Control Systems (TCS)16" X 18" All LED Pedestrian Signal 7090LED 1 90 $450.00 Transportation Control Systems 986 654-001-008 Transportation Control Systems (TCS)Rectangular Rapid Flashing Beacon Assembly (RRFB)TCSFLN20X-PED-RRFB-SERIES 1 90 $14,400.00 Transportation Control Systems 987 676-002-013 Transportation Control Systems (TCS)Wired Cabinet Assembly Type IV TYPE4ASSY 1 365 $17,000.00 Transportation Control Systems 988 676-005-006 Transportation Control Systems (TCS)Controller Cabinet Unwired Type I TCS-1 1 60 $850.00 Transportation Control Systems 989 676-006-005 Transportation Control Systems (TCS)Controller Cabinet Unwired Type II TCS-2 1 60 $1,050.00 Transportation Control Systems 990 676-007-014 Transportation Control Systems (TCS)Controller Cabinet Unwired Type IV TCS-4 1 60 $2,000.00 Transportation Control Systems 991 676-008-014 Transportation Control Systems (TCS)Controller Cabinet Unwired Type V TCS-5 1 180 $2,950.00 Transportation Control Systems 992 676-010-006 Transportation Control Systems (TCS)Controller Cabinet Unwired Special TCS-4T 1 60 $3,400.00 Transportation Control Systems 993 676-011-002 Transportation Control Systems (TCS)Wired Cabinet Assembly Type I 2266082AT/S 1 60 $1,950.00 Transportation Control Systems 994 676-015-008 Transportation Control Systems (TCS)Controller Cabinet Unwired Type III TCS-3 1 60 $1,850.00 Transportation Control Systems 995 676-023-007 Transportation Control Systems (TCS)Wired Cabinet Assembly TS-2 Size 6 TCSMPXX TS2-T1 SERIES 1 365 $25,000.00 Transportation Control Systems 996 676-023-008 Transportation Control Systems (TCS)Wired Cabinet Assembly TS-2 Size 6 ZFDOT-4 1 365 $25,000.00 Transportation Control Systems 997 676-024-005 Transportation Control Systems (TCS)170 Unwired Cabinet Type 332/334 TCS-300 1 365 $3,100.00 Transportation Control Systems 998 676-034-002 Transportation Control Systems (TCS)Hybrid NEMA TS1 - TS2 Wired Cabinet Assembly B563826B2D2PGSLG 1 365 $25,000.00 Transportation Control Systems 999 676-034-003 Transportation Control Systems (TCS)Hybrid NEMA TS1 - TS2 Wired Cabinet Assembly ZFDOT-8 1 365 $25,000.00 Transportation Control Systems 1000 676-035-014 Transportation Control Systems (TCS)ITS Field Cabinet ZFDOTITS 1 365 $10,000.00 Transportation Control Systems 1001 676-035-016 Transportation Control Systems (TCS)ITS Field Cabinet ZFDOTITS-1 1 365 $10,000.00 Transportation Control Systems 1002 676-035-018 Transportation Control Systems (TCS)ITS Field Cabinet ZFDOTITS-2 1 365 $11,200.00 Transportation Control Systems 1003 676-035-019 Transportation Control Systems (TCS)ITS Field Cabinet ZFDOTITS-4 SERIES 1 365 $18,500.00 Transportation Control Systems 1004 685-002-008 Transportation Control Systems (TCS)Uninterruptible Power Supply MP2000-ITS/PIGGYBACK SERIES 1 90 $8,000.00 Transportation Control Systems 1005 685-002-010 Transportation Control Systems (TCS)Uninterruptible Power Supply ZFDOT-9 1 90 $11,000.00 Transportation Control Systems 1006 700-012-012 Transportation Control Systems (TCS)Electronic Display Sign (EDS) – Blank-Out Sign (BOS)TCSLEDBO Series 1 90 $8,000.00 Transportation Control Systems 1007 700-015-024 Transportation Control Systems (TCS)Illuminated Sign - Internally Illuminated Sign BriteLite TCSSIGNBL Series 1 180 $4,000.00 Transportation Control Systems 1008 700-026-012 Transportation Control Systems (TCS)Sign Beacon TCSFLN202S 1 90 $8,000.00 Transportation Control Systems 1009 650-010-035 TraStar, Inc.12" LED Red Signal JXC-300HFTR04 1 30 Days $34.45 TraStar, Inc. 1010 650-011-025 TraStar, Inc.12" LED Red Arrow Signal JXJ300-07TR03 1 30 Days $38.30 TraStar, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 1011 650-012-020 TraStar, Inc.12" LED Yellow Signal JXC-300HFTY04 1 30 Days $40.15 TraStar, Inc. 1012 650-013-023 TraStar, Inc.12" LED Green Signal JXC-300HFTG04 1 30 Days $34.45 TraStar, Inc. 1013 650-014-017 TraStar, Inc.12" LED Yellow Arrow Signal JXJ300-07TY03 1 30 Days $38.30 TraStar, Inc. 1014 650-015-017 TraStar, Inc.12" LED Green Arrow Signal JXJ300-07TG03 1 30 Days $45.45 TraStar, Inc. 1015 653-022-015 TraStar, Inc.Countdown Pedestrian Signal JXM-400VIEIL01 1 30 Days $128.50 TraStar, Inc. 1016 700-019-005 Unipart Dorman (formerly Dorman Varitext)Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)DF15 Series 1 210 $12,000.00 Transportation Control Systems 1017 700-021-001 Unipart Dorman (formerly Dorman Varitext)Electronic Display Sign (EDS) – Electronic Regulatory Sign (ERS)VATCS POSTED SPEED SERIES 1 210 $18,000.00 Transportation Control Systems 1018 700-022-001 Unipart Dorman (formerly Dorman Varitext)Electronic Display Sign (EDS) – Electronic Warning Sign (EWS)VATCS CURVE WARNING SERIES 1 210 $20,000.00 Transportation Control Systems 1019 700-022-002 Unipart Dorman (formerly Dorman Varitext)Electronic Display Sign (EDS) – Electronic Warning Sign (EWS)VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE 1 210 $19,000.00 Transportation Control Systems 1020 102-044-023 Ver-Mac Trailer Mounted Arrow Board VM-95SL (Previous QPL # S102-1014)1 Not Awarded 1021 102-044-044 Ver-Mac Trailer Mounted Arrow Board ST-4815 (Previous QPL # S102-1031)1 Not Awarded 1022 102-048-006 Ver-Mac Portable Changeable Message Sign (PCMS) - 18 inch Characters Northern Lights PCMS (Previous QPL # S102- 1210)1 Not Awarded 1023 102-048-018 Ver-Mac Portable Changeable Message Sign (PCMS) - 18 inch Characters PCMS-1210 (Previous QPL # S102-1227)1 Not Awarded 1024 102-048-019 Ver-Mac Portable Changeable Message Sign (PCMS) - 18 inch Characters PCMS-1210 QS (Previous QPL # S102-1228)1 Not Awarded 1025 102-050-005 Ver-Mac Portable Regulatory Sign ST-SLS Series 1 Not Awarded 1026 102-052-015 Ver-Mac Portable Radar Speed Display Unit SP-710V Series 1 Not Awarded 1027 102-044-004 Wanco, Inc.Trailer Mounted Arrow Board WTDB8-SAC (Previous QPL# S102-1002)1 21-28 $20,349.95 Safety Zone Holdings, Inc. 1028 102-044-020 Wanco, Inc.Trailer Mounted Arrow Board WTSP 110-LSA (Previous QPL# S102-0924)1 60 $5,013.98 Aramsco, Inc. 1029 102-044-025 Wanco, Inc.Trailer Mounted Arrow Board WTSP 75-LSA C (Previous QPL# S102-1017)1 60 $5,224.73 Aramsco, Inc. 1030 102-044-026 Wanco, Inc.Trailer Mounted Arrow Board WTSP 110-LSA C (Previous QPL# S102- 1018)1 60 $5,224.73 Aramsco, Inc. 1031 102-044-043 Wanco, Inc.Trailer Mounted Arrow Board WTSP-08 (Previous QPL # S102-1030)1 60 $4,803.23 Aramsco, Inc. 1032 102-044-049 Wanco, Inc.Trailer Mounted Arrow Board WTSP LSAC 1 60 $5,013.98 Aramsco, Inc. 1033 102-045-001 Wanco, Inc.Vehicle Mounted Arrow Board WFB5-SA (Previous QPL # S102-1102)1 60 $2,305.81 Aramsco, Inc. 1034 102-045-002 Wanco, Inc.Vehicle Mounted Arrow Board WFB6-SA (Previous QPL# 102-1101)1 60 $2,590.32 Aramsco, Inc. 1035 102-045-003 Wanco, Inc.Vehicle Mounted Arrow Board WFB6-SAC (Previous QPL # S102-1111)1 60 $2,716.77 Aramsco, Inc. 1036 102-045-004 Wanco, Inc.Vehicle Mounted Arrow Board WFB5-SAC (Previous QPL# S102-1112)1 60 $2,484.95 Aramsco, Inc. 1037 102-048-007 Wanco, Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters WTLMB-S-LL-(A) (Previous QPL# S102- 1212)1 60 $17,499.14 Aramsco, Inc. 1038 102-048-008 Wanco, Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters WTLMB-S-LL-(B)M ((Previous QPL# S102- 1214)1 60 $17,920.65 Aramsco, Inc. 1039 102-048-009 Wanco, Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters WTLMB-S-LL-(B) (Previous QPL# S102- 1215)1 60 $17,499.14 Aramsco, Inc. 1040 102-048-010 Wanco, Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters WTLMB-S-LL-(A)M (Previous QPL# S102- 1216)1 60 $17,920.65 Aramsco, Inc. 1041 102-048-022 Wanco, Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters WTMMB 1 60 $18,458.06 Aramsco, Inc. 1042 102-048-023 Wanco, Inc.Portable Changeable Message Sign (PCMS) - 18 inch Characters WTMMB-L 1 60 $21,623.66 Aramsco, Inc. 1043 102-050-002 Wanco, Inc.Portable Regulatory Sign Fold-N-Go (Previous QPL# S102-1300)1 60 $6,124.73 Aramsco, Inc. 1044 102-051-001 Wanco, Inc.Trailer Mounted Incident Management WVT3-S(A) Mini Message Director (Previous QPL# S102-3401)1 60 $16,875.27 Aramsco, Inc. 1045 102-052-009 Wanco, Inc.Portable Radar Speed Display Unit WSDT-S (Previous QPL# S102-1910)1 60 $8,227.96 Aramsco, Inc. 1046 102-059-005 Wanco, Inc.Truck Mounted Changeable Message Sign WVMBM (2LP/3LP)1 60 $10,181.72 Aramsco, Inc. 1047 660-018-004 Wavetronix, LLC Vehicle Detector - Microwave SS225 SmartSensor Matrix 1 60 $5,311.00 Wavetronix 1048 660-020-004 Wavetronix, LLC Traffic Data Detection System - Microwave SmartSensor HD 1 60 $5,936.00 Wavetronix 1049 660-020-005 Wavetronix, LLC Traffic Data Detection System - Microwave SS105V 1 60 $3,934.00 Wavetronix 1050 660-020-009 Wavetronix, LLC Traffic Data Detection System - Microwave XP20 1 60 $4,917.00 Wavetronix 1051 660-026-002 Wavetronix, LLC Dilemma Zone Protection System SS-200V (SmartSensor Advance)1 60 $5,112.00 Wavetronix 1052 660-026-002 Wavetronix, LLC Dilemma Zone Protection System SS-200E (SmartSensor Advance)1 60 $5,703.00 Wavetronix 1053 682-001-002 Wireless Technology Inc.Camera - External Positioner VS720-H.264 HD Product Series 1 Not Awarded 1054 682-001-011 Wireless Technology Inc.Camera - External Positioner VIPER/SIDEWINDER VS265-R 1 98 $5,378.00 Econolite DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Bid List 2024 APL Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description QTY./ Unit Estimated Delivery Time (days)Bid Price INTENDED AWARD 1055 682-001-011 Wireless Technology Inc.Camera - External Positioner VIPER/SIDEWINDER VS265-RE 1 98 $5,670.00 Econolite 1056 671-017-012 Yunex Traffic, a Siemens Business Controller - NEMA TS2 Type 2 m60 Series 1 70 $3,667.00 Temple, Inc. 1057 671-019-009 Yunex Traffic, a Siemens Business 2070 Unit (Full Unit for 170 Cabinet)2070LX 1 70 $3,780.00 Temple, Inc. 1058 700-020-002 Daktronics, Inc.Dynamic Message Sign – Walk-in DMS VF-2020 Series (Monochrome Amber 66mm pitch)1 See APL Configurations See APL Configurations Daktronics, Inc. 1059 682-002-023 Axis Communications Camera - Dome Q6135-LE 1 10 - 15 days $1,900.57 Split Pine Technologies, LLC DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 282 678-016-008-a Eberle Design Inc.Malfunction Management Unit Type 16 MMU2-16LE $1,196.85 30 Control Technologies 807 660-018-010-a s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave TRUGRD Sensor $4,854.76 30 Control Technologies 736 671-019-002-a Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070LC $4,913.45 30 Control Technologies 736 671-019-002-b Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070LX $4,913.45 30 Control Technologies 68 660-024-005-a Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 Traffic - 1 ea BB-CDMU-Base-TR Collector - Detector Management Unit - Standard - Wireless Control, Reporting and Storage Unit w/Base Traffic License included - 2 ea BB-ANT-0001- EXT - Long Range Antenna, 2 ea - BB-D-TX-IP - Wireless Vehicle Detector w/Solar and Rechargeable Battery and In-Pavement Road Cradle, 2 sets of BB-AB-IP , Anchors & Bolts for Inpavement Install and 2 ea BB-RA-0001 Road Sealant (see APL Supplies for add on ancillary items) $7,196.00 15-30 Blue-Band, LLC 68 660-024-005-b Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 Traffic Analytics with SDLC for Actuation - 1 ea BB-CDMU-Base-TR Collector - Detector Management Unit - Standard - Reporting and Storage Unit w/Base Traffic License, 1, perception License, SDLC interface License, Object Analytics, Nema TS2 Digital Wire,and SDLC Hardware - SPM - Plus $10,300.00 15-30 Blue-Band, LLC 68 660-024-005-c Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 ITS- 1 ea BB-CDMU-Base-TR Collector - Detector Management Unit - Standard - Wireless Control, Reporting and Storage Unit w/Base Traffic License included - 1 ea BB-CL-ITS-XX - 2 ea BB-ANT-0001-EXT - Long Range Antenna, 2 ea - BB-D-TX-IP - Wireless Vehicle Detector w/Solar and Rechargeable Battery and In- Pavement Road Cradle, 2 sets of BB-AB-IP , Anchors & Bolts for Inpavement Install and 2 ea BB-RA-0001 Road Sealant (see APL Supplies for add on ancillary items) $9,863.00 15-30 Blue-Band, LLC 68 660-024-005-d Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 V2X- 1 ea BB-CDMU-Base-TR Collector - Detector Management Unit - Standard - Wireless Control, Reporting and Storage Unit w/Base Traffic License included - 1 ea BB-CL-V2x - 2 ea BB-ANT-0001-EXT - Long Range Antenna, 2 ea - BB-D-TX-IP - Wireless Vehicle Detector w/Solar and Rechargeable Battery and In- Pavement Road Cradle, 2 sets of BB-AB-IP , Anchors & Bolts for In pavement Install and 2 ea BB-RA-0001 Road Sealant - 1 ea BB-T1-AID(see APL Supplies for add on ancillary items) $15,779.00 15-30 Blue-Band, LLC Presence Detection 1047 660-018-004-a Wavetronix LLC.Vehicle Detector - Microwave SS-225 SmartSensor Matrix - Aboveground Equipment, includes: (1) SS-225, (1) SS-Warr-3- FL $5,657.00 60 Wavetronix LLC DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 1047 660-018-004-b Wavetronix LLC.Vehicle Detector - Microwave SS-225 SmartSensor Matrix - Aboveground Equipment, Pole Mount, includes: (1) SS- 225, (1) SS-WARR-3-FL, (1) SS-611, (1) SS-704-006, (1) SS-710 $6,267.00 60 Wavetronix LLC 1047 660-018-004-c Wavetronix LLC.Vehicle Detector - Microwave SS-225 SmartSensor Matrix - Aboveground Equipment, Span Mount, includes: (1) SS-225, (1) SS-Warr-3-FL, (1) 101-0462, (1) SS-704-006, (1) SS-710 $6,267.00 60 Wavetronix LLC 1047 660-018-004-d Wavetronix LLC.Vehicle Detector - Microwave 101-0479 XP21 4-Approach Single Intersection Radar Sensor - Aboveground Equipment, includes: (1) 101-0479, (1) XP21-WARR-3-FL $12,388.00 60 Wavetronix LLC 1047 660-018-004-e Wavetronix LLC.Vehicle Detector - Microwave 101-0479 XP21 4-Approach Single Intersection Radar Sensor - Aboveground Equipment, includes: (1) 101-0479, (1) XP21-WARR-3-FL, (1) 102-0597, (1) 101-0468 Expanse Link Cable, 1-Pair, 22 AWG, 500' Spool $19,850.00 60 Wavetronix LLC Advance Detection 1051 660-026-002-a Wavetronix LLC.Dilemma Zone Protection System SS-200V SmartSensor Advance - Aboveground Equipment, includes:(1) SS-200V, (1) SS-WARR- 3-FL $5,458.00 60 Wavetronix LLC 1051 660-026-002-b Wavetronix LLC.Dilemma Zone Protection System SS-200V SmartSensor Advance - Aboveground Equipment, Pole Mount, includes:(1) SS-200V, (1) SS-WARR-3-FL, (1) SS-611, (1) SS-704-006, (1) SS-710 $6,068.00 60 Wavetronix LLC 1051 660-026-002-c Wavetronix LLC.Dilemma Zone Protection System SS-200V SmartSensor Advance - Aboveground Equipment, Span Mount, includes: (1) SS-200V, (1) SS-WARR-3-FL, (1) 101-0462, (1) SS-704- 006, (1) SS-710 $6,068.00 60 Wavetronix LLC 1051 660-026-002-d Wavetronix LLC.Dilemma Zone Protection System SS-200E SmartSensor Advance "Extended Range" - Aboveground Equipment,includes: (1) SS-200E, (1) SS-WARR-3-FL $6,049.00 60 Wavetronix LLC 1051 660-026-002-e Wavetronix LLC.Dilemma Zone Protection System SS-200E SmartSensor Advance "Extended Range" - Aboveground Equipment, Span Mount, includes: (1) SS-200E, (1) SS-WARR-3-FL, (1) 101-0462, (1) SS-704-006, (1) SS-710 $6,659.00 60 Wavetronix LLC ITS or Mid-Block (SmartSensor) 1048 660-020-004-a Wavetronix LLC.Traffic Data Detection System - Microwave SS-126 SmartSensor HD (ITS or Mid-Block) includes: (1) HD 101-0415, (1) SS-WARR-3-FL $7,130.00 60 Wavetronix LLC 1048 660-020-004-b Wavetronix LLC.Traffic Data Detection System - Microwave SS-126 SmartSensor HD (ITS or Mid-Block) includes: (1) HD 101-0415, (1) SS-WARR-3-FL, (1) SS-611, (1) SS-706-060, (1) CLK-202 $7,996.00 60 Wavetronix LLC 1048 660-020-004-c Wavetronix LLC.Traffic Data Detection System - Microwave SS-126-001 SmartSensor HD (Retrofit)(ITS or Mid-Block) includes: (1) HD 101-0416, (1) SS- WARR-3-FL $7,426.00 60 Wavetronix LLC 1048 660-020-004-d Wavetronix LLC.Traffic Data Detection System - Microwave SS-126-001 SmartSensor HD (Retrofit)(ITS or Mid-Block) includes: (1) HD 101-0416, (1) SS- WARR-3-FL, (1) SS-611, (1) SS-708-100, (1) CLK-202 $8,269.00 60 Wavetronix LLC 1048 660-020-004-e Wavetronix LLC.Traffic Data Detection System - Microwave 101-0403 SmartSensor HD w/ Rotating Backplate (ITS or Mid-Block) includes: (1) 101-0403, (1) SS- WARR-3-FL $7,201.00 60 Wavetronix LLC DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor ITS or Mid-Block (Expanse) 1050 660-020-009-a Wavetronix LLC.Traffic Data Detection System - Microwave Expanse (1-XP20)(ITS or Mid-Block) includes: (1) 101-0451, (1) 101-0457, (1) 102-0597, (1) 102- 0564 $11,994.00 60 Wavetronix LLC 1050 660-020-009-b Wavetronix LLC.Traffic Data Detection System - Microwave Expanse (2-XP20)(ITS or Mid-Block) includes: (2) 101-0451, (2) 101-0457, (1) 102-0597, (2) 102- 0564 $18,369.00 60 Wavetronix LLC 616 650-001-006-A Oriux (formerly Peek Traffic)12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal- 1 section w/ tunnel visor and backplate w/ reflective tape $175.00 120 Transportation Solutions and Lighting 616 650-001-006-B Oriux (formerly Peek Traffic)12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal- 2 section w/ tunnel visors and backplate w/ reflective tape $241.00 120 Transportation Solutions and Lighting 616 650-001-006-C Oriux (formerly Peek Traffic)12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal- 3 section w/ tunnel visors and backplate w/ reflective tape $324.00 120 Transportation Solutions and Lighting 616 650-001-006-D Oriux (formerly Peek Traffic)12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal- 4 section w/ tunnel visors and backplate w/ reflective tape $450.00 120 Transportation Solutions and Lighting 616 650-001-006-E Oriux (formerly Peek Traffic)12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal- 5 section in line w/ tunnel visors and backplate w/ reflective tape $524.00 120 Transportation Solutions and Lighting 165 653-001-001-A Cost Cast, Inc.Pedestrian Signal Bracket Sand Cast 1915-BR Side of pole framework. Black $94.00 45 Transportation Solutions and Lighting 165 653-001-001-B Cost Cast, Inc.Pedestrian Signal Bracket Sand Cast 1915-UR Side of pole framework. Unpainted $91.00 45 Transportation Solutions and Lighting 166 659-001-007-A Cost Cast, Inc.Vehicle Signal Bracket 1902-B. Two way bracket set. Black $90.00 45 Transportation Solutions and Lighting 166 659-001-007-B Cost Cast, Inc.Vehicle Signal Bracket 1902-U. Two way bracket set. Unpainted $80.00 45 Transportation Solutions and Lighting 201 659-031-018-A Cost Cast, Inc.Mast Arm Signal Mounting Value-Brac Model 1416-G-C120-G48. 1416 Mast Arm Signal Assembly, 120" Cable (48" Gusseted Tube), SS304 Certified $149.00 45 Transportation Solutions and Lighting 201 659-031-018-B Cost Cast, Inc.Mast Arm Signal Mounting Value-Brac Model 1416-G-C120-G60. 1416 Mast Arm Signal Assembly, 120" Cable (60" Gusseted Tube), SS304 Certified $156.00 45 Transportation Solutions and Lighting 201 659-031-018-C Cost Cast, Inc.Mast Arm Signal Mounting Value-Brac Model 1416-G-C120-G72. 1416 Mast Arm Signal Assembly, 120" Cable (72" Gusseted Tube), SS304 Certified $152.00 45 Transportation Solutions and Lighting 201 659-031-018-D Cost Cast, Inc.Mast Arm Signal Mounting Value-Brac Model 1416-G-C120-48 1416 Mast Arm Signal Assembly, 120" Cable (48" Tube), SS304 Certified $148.00 45 Transportation Solutions and Lighting 201 659-031-018-E Cost Cast, Inc.Mast Arm Signal Mounting Value-Brac Model 1416-G-C120-48. 1416 Mast Arm Signal Assembly, 120" Cable (72" Tube), SS304 Certified $148.00 45 Transportation Solutions and Lighting 202 659-035-007-A Cost Cast, Inc.Mast Arm Camera Mounting 1428-E-C62-G48. Mast arm camera mount with 62" cable and 48" gusetted tube $159.00 45 Transportation Solutions and Lighting 202 659-035-007-B Cost Cast, Inc.Mast Arm Camera Mounting 1428-E-C62-G60. Mast arm camera mount with 62" cable and 60" gusetted tube $172.00 45 Transportation Solutions and Lighting 202 659-035-007-C Cost Cast, Inc.Mast Arm Camera Mounting 1428-E-C62-G72. Mast arm camera mount with 62" cable and 72" gusetted tube $182.00 45 Transportation Solutions and Lighting 202 659-035-010-D Cost Cast, Inc.Mast Arm Camera Mounting 1428-E-C120-G72. Mast arm camera mount with 120" cable and 72" gusetted tube $168.00 45 Transportation Solutions and Lighting 203 659-035-008-A Cost Cast, Inc.Mast Arm Camera Mounting 1444-C62-2X48-1. Mast arm camera mount with 62" cable and 48" gusseted tubing.$218.00 45 Transportation Solutions and Lighting DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 203 659-035-008-B Cost Cast, Inc.Mast Arm Camera Mounting 1444-C120-2X48-1. Mast arm camera mount with 120" cable and 48" gusseted tubing.$239.00 45 Transportation Solutions and Lighting 581 660-015-048A NoTraffic Vehicle Detector - Video 3 way approach $19,550.00 14 Transportation Solutions and Lighting 581 660-015-048B NoTraffic Vehicle Detector - Video 4 way approach $21,500.00 14 Transportation Solutions and Lighting 581 660-015-048C NoTraffic Vehicle Detector - Video 5 way approach $23,950.00 14 Transportation Solutions and Lighting 581 660-015-048D NoTraffic Vehicle Detector - Video 3 way approach-10 year $30,250.00 14 Transportation Solutions and Lighting 970 700-019-004-A 'Trafficalm Systems Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Urban DFB Series-IQ1500 solar $4,485.00 45 Transportation Solutions and Lighting 970 700-019-004-B 'Trafficalm Systems Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Urban DFB Series-IQ1500 AC $3,365.00 45 Transportation Solutions and Lighting 970 700-019-004-C 'Trafficalm Systems Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Urban DFB Series-IQ1800 Solar $8,250.00 45 Transportation Solutions and Lighting 970 700-019-004-D 'Trafficalm Systems Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Urban DFB Series-IQ1800 AC $6,752.00 45 Transportation Solutions and Lighting 970 700-019-004-E Trafficalm Systems Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)Urban DFB Series IQ1200 Solar $3,998.00 45 Transportation Solutions and Lighting 971 700-027-004-A 'Trafficalm Systems Illuminated Sign - Highlighted Sign M75‐SA300‐BSC2 with R1-1 30" Stop Sign LED Enhanced Ring 24/7.$1,465.00 45 Transportation Solutions and Lighting 971 700-027-004-B Trafficalm Systems Illuminated Sign - Highlighted Sign 'M75‐SA300‐BSC2 with R1-1 36" Stop Sign LED Enhanced Ring 24/7.$1,465.00 45 Transportation Solutions and Lighting 971 700-027-004-D Trafficalm Systems Illuminated Sign - Highlighted Sign 'M75‐SA300‐CTL2 with S5-1 24"X48" LED Enhanced Ring $1,956.00 45 Transportation Solutions and Lighting 971 700-027-004-E Trafficalm Systems Illuminated Sign - Highlighted Sign 'M75‐SA300‐BSC2 with S2-1 24"X30" LED Enhanced Ring $1,465.00 45 Transportation Solutions and Lighting 907 700-027-001 TAPCO Illuminated Sign - Highlighted Sign 30" Stop Sign Assembly Red $3,150.00 30 Transportation Solutions and Lighting 907 700-027-001 Tapco Illuminated Sign - Highlighted Sign 30" Square Sign Assembly. Amber $3,150.00 30 Transportation Solutions and Lighting 264 660-005-024-a Durant Performance Coatings Loop Sealant STAT-A-FLEX Loop Sealant $35.50 30 DAYS RAINBOW DISTRIBUTORS USA, INC 548 650-001-012-a MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Polycarbonate Vehicle Signal SG101A1C11BBB10-15, 1-section w/tunnel visors $105.00 30 DAYS RAINBOW DISTRIBUTORS USA, INC 548 650-001-012-b MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Polycarbonate Vehicle Signal SG103A1C11BBB30-15, 3-section w/tunnel visors $215.00 30 DAYS RAINBOW DISTRIBUTORS USA, INC 548 650-001-012-c MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Polycarbonate Vehicle Signal SG104A1C11BBB40-41, 4-section w/tunnel visors $261.00 30 DAYS RAINBOW DISTRIBUTORS USA, INC 548 650-001-012-d MoboTrex (formally Brown Traffic Products, Inc. (formally Siemens and Eagle))12" Polycarbonate Vehicle Signal SG105H1C11BBB50-41, 5-section w/tunnel visors $376.00 30 DAYS RAINBOW DISTRIBUTORS USA, INC 229 700-020-005-a Daktronics, Inc. Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 20mm pitch) VF-2020- 96x336-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $109,500.00 120 Daktronics, Inc. 229 700-020-005-b Daktronics, Inc. Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 20mm pitch) VF-2020- 96x352-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $111,500.00 120 Daktronics, Inc. 229 700-020-005-c Daktronics, Inc. Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 20mm pitch) VF-2020- 96x384-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $115,250.00 120 Daktronics, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 229 700-020-005-d Daktronics, Inc. Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 20mm pitch) VF-2020- 96x400-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $120,000.00 120 Daktronics, Inc. 229 700-020-005-e Daktronics, Inc. Dynamic Message Sign - Walk-In DMS VF-2020 Series (Full Color 20mm pitch) VF-2020- 96x416-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $124,000.00 120 Daktronics, Inc. 232 700-023-003-a2 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VF-2420 Series (Full Color 20mm pitch) VF-2420- 64x224-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $79,000.00 120 Daktronics, Inc. 232 700-023-003-b2 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VF-2420 Series (Full Color 20mm pitch) VF-2420- 80x240-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $87,500.00 120 Daktronics, Inc. 232 700-023-003-c2 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VF-2420 Series (Full Color 20mm pitch) VF-2420- 80x288-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $95,750.00 120 Daktronics, Inc. 232 700-023-003-d2 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VF-2420 Series (Full Color 20mm pitch) VF-2420- 96x288-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $100,000.00 120 Daktronics, Inc. 232 700-023-003-e2 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VF-2420 Series (Full Color 20mm pitch) VF-2420- 96x352-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $113,250.00 120 Daktronics, Inc. 234 700-023-007-a3 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VX-242X Series (Full Color 20mm pitch) VX-2428- 32x48-20-RGB, includes Ground Mount Control Equipment Cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $32,250.00 120 Daktronics, Inc. 234 700-023-007-b3 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VX-242X Series (Full Color 20mm pitch) VX-2428- 48x48-20-RGB, includes Ground Mount Control Equipment Cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $32,750.00 120 Daktronics, Inc. 234 700-023-007-c3 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VX-242X Series (Full Color 20mm pitch) VX-2428- 48x64-20-RGB, includes Ground Mount Control Equipment Cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $34,000.00 120 Daktronics, Inc. 234 700-023-007-d3 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VX-242X Series (Full Color 20mm pitch) VX-2428- 64x64-20-RGB, includes Ground Mount Control Equipment Cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $35,500.00 120 Daktronics, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 234 700-023-007-e3 Daktronics, Inc. Dynamic Message Sign - Front Access DMS VX-242X Series (Full Color 20mm pitch) VX-2428- 64x80-20-RGB, includes Ground Mount Control Equipment Cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $37,000.00 120 Daktronics, Inc. 237 700-024-001-a4 Daktronics, Inc. Dynamic Message Sign - Embedded DMS VM-102X Series (Full Color 20mm pitch) VM- 1020-16x96-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $28,500.00 120 Daktronics, Inc. 237 700-024-001-b4 Daktronics, Inc. Dynamic Message Sign - Embedded DMS VM-102X Series (Full Color 20mm pitch) VM- 1020-24x64-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $27,000.00 120 Daktronics, Inc. 237 700-024-001-c4 Daktronics, Inc. Dynamic Message Sign - Embedded DMS VM-102X Series (Full Color 20mm pitch) VM- 1020-24x144-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $33,875.00 120 Daktronics, Inc. 237 700-024-001-d4 Daktronics, Inc. Dynamic Message Sign - Embedded DMS VM-102X Series (Full Color 20mm pitch) VM- 1020-24x352-20-RGB, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $48,000.00 120 Daktronics, Inc. 1058 700-020-002-a5 Daktronics, Inc. Dynamic Message Sign - Walk-In DMS VF-2020 Series (Monochrome Amber 66mm pitch) VF-2020-27x125-66-A, includes ground mount control equipment cabinet with generator plug, transfer switch, sunshields, and UPS for 2 hour backup to DMS $101,000.00 120 Daktronics, Inc. 11 685-002-009-a Alpha Technologies Uninterruptible Power Supply FXM-350 120vac, 24vdc, w/ 2 x 56 ahr battery $1,518.00 84 Temple, Inc. 16 685-002-020-a Alpha Technologies Uninterruptible Power Supply FXM-HP650 120vac, 24vdc w/ RM kit $1,378.00 84 Temple, Inc. 85 654-001-012-b Carmanah Technologies Corp.RRFB R920-F, Single Light Bar Configuration,30W Solar Engine, INX Activated $4,976.00 56 Temple, Inc. 85 654-001-012-c Carmanah Technologies Corp.RRFB R920-F, Back to Back Light Bar Configuration, 30W Solar Engine, INX Activated $5,723.00 56 Temple, Inc. 86 654-001-013-d Carmanah Technologies Corp.RRFB SC-315-G, Solar Powered Back to Back Light Bar Configuration, INX Activated $5,458.00 56 Temple, Inc. 86 654-001-013-e Carmanah Technologies Corp.RRFB SC-315-G, Solar Powered Back to Back Light Bar Configuration, INX Activated MD $5,673.00 56 Temple, Inc. 87 654-001-014-b Carmanah Technologies Corp.RRFB R920-E, Single Light Bar Configuration, 15W Solar Engine, INX Activated $4,073.00 56 Temple, Inc. 87 654-001-014-c Carmanah Technologies Corp.RRFB R920-E, Back to Back Light Bar Configuration, 15W Solar Engine, INX Activated $4,820.00 56 Temple, Inc. 88 700-019-001-a Carmanah Technologies Corp.ESFS SpeedCheck-15, AC Powered, Specify FYG or Yellow Sign Face, Slow Down Message $6,063.00 56 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 88 700-019-001-b Carmanah Technologies Corp.ESFS SpeedCheck-15, Solar Powered, With Flashing Beacon Assembly, Specify FYG or Yellow Sign Face, Slow Down Message $7,708.00 56 Temple, Inc. 88 700-019-001-c Carmanah Technologies Corp.ESFS SpeedCheck-15, AC Powered, With Flashing Beacon Assembly, Specify Yellow or FYG Sign Face, Slow Down Message $6,836.00 56 Temple, Inc. 89 700-019-002-a Carmanah Technologies Corp.ESFS SpeedCheck-18, AC Powered, Specify FYG or Yellow Sign Face, Slow Down Message $7,059.00 56 Temple, Inc. 89 700-019-002-b Carmanah Technologies Corp.ESFS SpeedCheck-18, Solar Powered, With Flashing Beacon Assembly, Specify FYG or Yellow Sign Face, Slow Down Message $8,769.00 56 Temple, Inc. 89 700-019-002-c Carmanah Technologies Corp.ESFS SpeedCheck-18, AC Powered, With Flashing Beacon Assembly, Specify Yellow or FYG Sign Face, Slow Down Message $7,897.00 56 Temple, Inc. 90 700-022-004-a Carmanah Technologies Corp.EWS SpeedCheck-15-AS, AC Powered, Specify Yelow or FYG Sign Face $5,800.00 56 Temple, Inc. 90 700-022-004-b Carmanah Technologies Corp.EWS SpeedCheck-15-AS, Solar Powered, Single Beacon Assembly, Specify Yellow or FYG Sign Face $7,615.00 56 Temple, Inc. 90 700-022-004-c Carmanah Technologies Corp.EWS SpeedCheck-15-AS, AC Powered, Single Beacon Assembly, Specify Yellow or FYG Sign Face $6,558.00 56 Temple, Inc. 92 700-026-013-b Carmanah Technologies Corp.Sign Beacon R247-G Series, AC powered, Single Beacon, Specify Red or Yellow LED $3,025.00 56 Temple, Inc. 92 700-026-013-c Carmanah Technologies Corp.Sign Beacon R247-G Series, AC powered, Dual Beacon, Specify Red or Yellow LED $3,719.00 56 Temple, Inc. 93 700-026-014-a Carmanah Technologies Corp.Sign Beacon R829-G Series, Solar Powered School Zone Assembly, Dual Beacon.$4,696.00 56 Temple, Inc. 93 700-026-014-b Carmanah Technologies Corp.Sign Beacon R829-G Series, AC powered School Zone Beacon, Single Beacon Assembly $3,330.00 56 Temple, Inc. 93 700-026-014-c Carmanah Technologies Corp.Sign Beacon R829-G Series, AC powered School Zone Beacon, Dual Beacon Assembly $4,025.00 56 Temple, Inc. 93 700-026-014-d Carmanah Technologies Corp.Sign Beacon R829-G Series, Solar Powered School Zone Beacon, Single Beacon Assembly, Internal Calandar Kit $4,805.00 56 Temple, Inc. 94 700-026-020-b Carmanah Technologies Corp.Sign Beacon R829-E School Zone Single12" Yellow Beacon, 15W Solar Powered, Various Mounting Available, Internal Calendar Kit Included, not included, static sign(s) not included $3,446.00 56 Temple, Inc. 95 700-026-021-a Carmanah Technologies Corp.Sign Beacon R829-F School Zone Dual 12" Yellow Beacon, 30W Solar Powered, Various Mounting Available, Third Party Time Switch Ready, not included, static sign(s) not included $4,058.00 56 Temple, Inc. 95 700-026-021-b Carmanah Technologies Corp.Sign Beacon R829-F School Zone Single12" Yellow Beacon, 30W Solar Powered, Various Mounting Available, Internal Calendar Kit Included, not included, static sign(s) not included $4,219.00 56 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 95 700-026-021-c Carmanah Technologies Corp.Sign Beacon R829-F School Zone Dual12" Yellow Beacon, 30W Solar Powered, Various Mounting Available, Internal Calendar Kit Included, not included, static sign(s) not included $4,621.00 56 Temple, Inc. 97 700-026-023-a Carmanah Technologies Corp.Sign Beacon R820-F Mid-Block Crosswalk Dual Beacon, 12" Round LED 30W Solar Powered, Polara Bull Dog Acivated, Various Mounting Available, Various Signs Available $4,616.00 56 Temple, Inc. 99 700-026-025-a Carmanah Technologies Corp.Sign Beacon R820-G Series Mid Block Crosswalk Dual 12" Beacon, 80W Solar Powered, Top of Pole Mounting, Polara Bull Dog Activated, $4,998.00 56 Temple, Inc. 99 700-026-025-b Carmanah Technologies Corp.Sign Beacon R820-G Series Mid Block Crosswalk Single 12" Beacon, AC Powered, Top of Pole Mounting, Polara Bull Dog Activated, $3,628.00 56 Temple, Inc. 99 700-026-025-c Carmanah Technologies Corp.Sign Beacon R820-G Series Mid Block Crosswalk Dual 12" Beacon, AC Powered, Top of Pole Mounting, Polara Bull Dog Activated, $4,323.00 56 Temple, Inc. 100 700-027-005-a Carmanah Technologies Corp.Illuminated Sign - Highlighted Sign LED Enhanced Sign, V2, 24/7 Operation, 15W Solar Powered, Various Sign Sizes Available $3,112.00 56 Temple, Inc. 100 700-027-005-d Carmanah Technologies Corp.Illuminated Sign - Highlighted Sign LED Enhanced Sign V2, 24/7 LED Enhanced Sign,AC Powered Various Sizes Available, $3,200.00 56 Temple, Inc. 103 700-019-009-a Carmanah Technologies Corp.ESFS SpeedCheck-12, LED Display Size 12", AC Powered, 30" by 36" Two Line, Yellow or FYG Sign Face $3,893.00 56 Temple, Inc. 104 700-019-009-a2 Carmanah Technologies Corp.ESFS SpeedCheck-12,LED Display Size 12", Solar Powered, 30" by 36" Two Line, Yellow or FYG Sign Face $4,516.00 56 Temple, Inc. 228 660-015-051-a Currux Vision LLC Vehicle Detector - Video CURRUX BASE Unit Detection System w ATSPM ITS Standard - Using existing Cameras $15,672.00 56 Temple, Inc. 228 660-015-051-d Currux Vision LLC Vehicle Detector - Video CURRUX BASE Unit Detection System w ATSPM ITS Standard - with 2 FishEye Camera $24,568.00 56 Temple, Inc. 419 660-020-010-a Houston Radar, LLC.SpeedLane Pro SpeedLane Pro w 5 year warranty w/ 100' Pro Cable $9,343.00 56 Temple, Inc. True dual beam FMCW 16 lane 255 feet (78m) range traffic measurement radar/1 million per vehicle SQL DB/weatherproof enclosure/1x RS232/1x 485/HD sighting camera/Pole or Wall Mounting bracket/12 pin M12 connector 549 650-001-013-a Mobotrex 12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal 3-sect inline empty, no mntg hdwr $270.00 112 Temple, Inc. 549 650-001-013-b Mobotrex 12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal 4-sect inline empty, no mntg hdwr $351.00 112 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 549 650-001-013-c Mobotrex 12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal 5-sect inline empty, no mntg hdwr $432.00 112 Temple, Inc. 549 650-001-013-d Mobotrex 12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal 5-sect cluster empty, no mntg hdwr $451.00 112 Temple, Inc. 549 650-001-013-e Mobotrex 12" Polycarbonate Vehicle Signal 12" Polycarbonate Vehicle Signal 5-sect cluster for span wire, empty, w/ 2-way arm set, not assembled $636.00 112 Temple, Inc. 550 650-002-011-a Mobotrex 12" Die Cast Vehicle Signal 12" Die Cast vehicle signal, 3-sect inline empty, no mntg hdwr $447.00 112 Temple, Inc. 550 650-002-011-b Mobotrex 12" Die Cast Vehicle Signal 12" Die Cast vehicle signal, 4-sect inline empty, no mntg hdwr $594.00 112 Temple, Inc. 550 650-002-011-c Mobotrex 12" Die Cast Vehicle Signal 12" Die Cast vehicle signal, 5-sect inline empty, no mntg hdwr $741.00 112 Temple, Inc. 550 650-002-011-d Mobotrex 12" Die Cast Vehicle Signal 12" Die Cast vehicle signal, 5-sect cluster, empty, no mntg hdwr $741.00 112 Temple, Inc. 550 650-002-011-e Mobotrex 12" Die Cast Vehicle Signal 12" Die Cast vehicle signal, 5-sect cluster for span, empty, w/ 2-way arm set, not assembled $908.00 112 Temple, Inc. 564 676-028-001-a Mobotrex Detector Rack TS2 Detector Rack TS2, w/ rack harness $450.00 112 Temple, Inc. 615 700-012-013-a Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LS Series, 36x36, 2-Message Sign $5,428.00 98 Temple, Inc. 615 700-012-013-b Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LS Series, 28.5x 28.5,1-Message Sign $3,030.00 98 Temple, Inc. 615 700-012-013-c Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LS Series, 28.5x 28.5, 2-Message Sign $4,165.00 98 Temple, Inc. 615 700-012-013-d Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LS Series, 28.5 x 38.5, 1-Message Sign $3,534.00 98 Temple, Inc. 615 700-012-013-e Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LS Series, 28.5 x 38.5, 2-Message Sign $4,039.00 98 Temple, Inc. 726 654-003-001-a Polara Enterprises, LLC RRFB - Accessible Pedestrian Pushbutton iNX 9"x18" Audible PBS w/ LED $658.00 56 Temple, Inc. 727 665-003-011-a Polara Enterprises, LLC Pedestrian Detector BDL3 Series Piezo button, Bulldog III, No LED w/ Pole Mounting Cup, No LED $114.00 56 Temple, Inc. 727 665-003-011-b Polara Enterprises, LLC Pedestrian Detector BDL3 Series Piezo button, Bulldog III w/ left arrow or right arrow, LED, w/ pole mounting cup $122.00 56 Temple, Inc. 727 665-003-011-c Polara Enterprises, LLC Pedestrian Detector BDL3 Series Piezo button, Bulldog III, Latching & Momentary, Custom Etching, w/ mounting cup $110.00 56 Temple, Inc. 727 665-003-011-d Polara Enterprises, LLC Pedestrian Detector BDL3 Series Piezo , Latching - Pushbutton control unit, DC power, w/ PBCUHK-12 $389.00 56 Temple, Inc. 727 665-003-011-e Polara Enterprises, LLC Pedestrian Detector BDL3 Series Piezo , Latching - Pushbutton control unit, AC Power w/ PBCUHK-12 $409.00 56 Temple, Inc. 730 665-004-011-a Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS3 Pushbutton Station, iPHCU3S Ped Head Control Unit, 9x18 sign $889.00 56 Temple, Inc. 730 665-004-011-b Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS3 Pushbutton Station Only, 9" by 18" Sign $589.00 56 Temple, Inc. 730 665-004-011-c Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS3 Pushbutton Station 9" by 18" Sign, with Ped Head Control Unit $895.00 56 Temple, Inc. 730 665-004-011d Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS3 Ped Head Control Unit, Only $298.00 56 Temple, Inc. 731 665-004-012-a Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS2 Pushbutton Station, iCCU-S2 Central Control Unit:Complete 2-wire Central Control Assembly w/ 8, Push Buttons w/ 9" by 18" signs $7,212.00 56 Temple, Inc. 731 665-004-012-b Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS2 Pushbutton Station, Push Button Only, 9" by 15" Sign $565.00 56 Temple, Inc. 731 665-004-012-c Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS2 Pushbutton Station, Push Button Only, 9" by 18" Sign $600.00 56 Temple, Inc. 731 665-004-012-d Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iNS2 / IDS2, iCCU-S2 Central Control Unit $2,822.00 56 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 732 665-004-013-a Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iDS2 Pushbutton Station, iCCU-S2 Central Control Unit: Complete Intersection, 8 APS w/ CCU, 9x15 sign $7,500.00 56 Temple, Inc. 732 665-004-013-b Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iDS2 Pushbutton Station, Push Button Only, 9" by 15" Sign $601.00 56 Temple, Inc. 732 665-004-01-3c Polara Enterprises, LLC Audible/Tactile Pedestrian Detector iDS2 Pushbutton Station, Push Button Only, 9" by 18" Sign $637.00 56 Temple, Inc. 733 665-004-014-a Polara Enterprises, LLC Audible/Tactile Pedestrian Detector 9x18 iDS3 APS Push Button Station Only $932.00 56 Temple, Inc. 735 665-005-007-a Polara Enterprises, LLC Mid-Block Pedestrian Detector iDX 9"x18" Audible PBS w/ LED $698.00 56 Temple, Inc. 809 660-024-002-a Sensys Networks, Inc.Wireless Magnetometer Assembly APCC Serices: In-Ground Equipment, VSN240-F- 2 Detector and Epoxy $744.00 56 Temple, Inc. 809 660-024-002-b Sensys Networks, Inc.Wireless Magnetometer Assembly APCC Series: Above Ground Equipment - FLEX- RPT33-LL Repeater w/ mntg kit $2,602.00 56 Temple, Inc. 809 660-024-002-c Sensys Networks, Inc.Wireless Magnetometer Assembly APCC Series: Cabinet Equipment - EX240 Detector Extension Card $493.00 56 Temple, Inc. 932 650-022-003-a Temple, Inc.Backplate (Retroreflective)BPAR500FL Series: Backplate - retroreflective 1- sect $82.00 56 Temple, Inc. 932 650-022-003-b Temple, Inc.Backplate (Retroreflective)BPAR500FL Series: Backplate - retroreflective 3- sect inline $107.00 56 Temple, Inc. 932 650-022-003-c Temple, Inc.Backplate (Retroreflective)BPAR500FL Series: Backplate - retroreflective 4- sect inline $129.00 56 Temple, Inc. 932 650-022-003-d Temple, Inc.Backplate (Retroreflective)BPAR500FL Series: Backplate - retroreflective 5- sect inline $155.00 56 Temple, Inc. 932 650-022-003-e Temple, Inc.Backplate (Retroreflective)BPAR500FL Series: Backplate - retroreflective 5- sect cluster: specify span wire or mast arm $214.00 56 Temple, Inc. 934 663-001-011-a Temple, Inc.Preemption System Glance TIMM 500: 10-yr Fixed Conn/Svc/Supp Plan, Std CAT4 Video - Cabinet $6,456.00 56 Temple, Inc. 934 663-001-011-b Temple, Inc.Preemption System Glance TIMM 500: 5-yr Fixed Conn/Svc/Supp Plan, Enhanced CAT4 Video - Cabinet $7,339.00 56 Temple, Inc. 934 663-001-011-c Temple, Inc.Preemption System Glancee TIMM 500: 10-yr Fixed Conn/Svc/Supp Plan, Enhanced CAT4 Video - Cabinet $9,423.00 56 Temple, Inc. 934 663-001-011-d Temple, Inc.Preemption System Glance TIMM 500 Preemption System - FMU Only, No Data Plan $3,488.00 56 Temple, Inc. 934 663-001-011-e Temple, Inc.Preemption System Glance TIMM 500: 5-yr Fixed Conn/Svc/Supp Plan Standard - Vehicle Kit $4,237.00 56 Temple, Inc. 938 676-023-006-a Temple, Inc.Wired Cabinet Assembly TS-2 Size 6 Model TF5116TFL02 - NEMA TS2 $17,028.00 294 Temple, Inc. ELS1008FLG, Front & back door cabinet, painted white inside , 67" H, w/ generator compartment, MMU-16LEip, (1) 16-ch card rack, (16) load switches, CPS 105 power supply, controller not included 938 676-023-006-b Temple, Inc.Wired Cabinet Assembly TS-2 Size 6 Model TF5116TFL02 - NEMA TS2 $15,307.00 294 Temple, Inc. ELS1008FLG, Front & back door cabinet, natural alum finish , 67" H, w/ generator compartment, MMU-16LEip, (1) 16-ch card rack, (16) load switches, CPS 105 power supply, controller not included DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 938 676-023-006-c Temple, Inc.Wired Cabinet Assembly TS-2 Size 6 Model TF5116TFL02 - NEMA TS2 $18,536.00 294 Temple, Inc. ELS1008FLG, Front & back door cabinet, painted white inside , 67" H, w/ generator compartment, MMU-16LEip, (2) 16-ch card rack, (16) load switches, CPS 105 power supply, controller not included 938 676-023-006-d Temple, Inc.Wired Cabinet Assembly TS-2 Size 6 Model TF5116TFL02 - NEMA TS2 $16,032.00 294 Temple, Inc. ELS1008FLG, Front & back door cabinet, natural alum finish , 67" H, w/ generator compartment, MMU-16LEip, (2) 16-ch card rack, (16) load switches, CPS 105 power supply, controller not included 938 676-023-006-e Temple, Inc.Wired Cabinet Assembly TS-2 Size 6 Model TF5116TFL02 - NEMA TS2 $23,121.00 308 Temple, Inc. ELS1008FLG, Front & back door cabinet, painted Midnight Neutral , 67" H, w/ generator compartment, MMU-16LEip, (2) 16-ch card rack, (16) load switches, CPS 105 power supply, Owens Corning fiber box, controller not included 939 676-034-001-a Temple, Inc.Hybrid NEMA TS1 - TS2 Wired Cabinet Assembly Model TF4116MT-2 - Hybrid NEMA TS1-TS2 Wired Cabinet Assy $17,072.00 294 Temple, Inc. ELS712FL, Single door Size 6 Cabinet, 56" H, w/ generator compartment, (1) TS1 16 ch card rack w/ power & detector cables, MMU-16LEip, (16) load switches, Yunex M60 controller 939 676-034-001-b Temple, Inc.Hybrid NEMA TS1 - TS2 Wired Cabinet Assembly Model TF4116MT-2 - Hybrid NEMA TS1-TS2 Wired Cabinet Assy $17,630.00 294 Temple, Inc. ELS1008FLG2, 67" Cabinet, front & back door, w/ generator compartment, natural alum outside, painted white inside including shelves & inside doors, MMU2-16LEip, (2) 16-ch card rack, 16 load switches, Owens Corning fiber box, controller not included 939 676-034-001-c Temple, Inc.Hybrid NEMA TS1 - TS2 Wired Cabinet Assembly Model TF4116MT-2 - Hybrid NEMA TS1-TS2 Wired Cabinet Assy $17,377.00 294 Temple, Inc. ELS1008FLG2, 67" Cabinet, front & back door, w/ generator compartment, natural alum outside, painted white inside including shelves & inside doors, MMU2-16LEip, (2) 16-ch card rack, 16 load switches, controller not included 940 676-035-006-a Temple, Inc.ITS Field Cabinet Model 11011-ITS-FL, 334 cabinet, w/ SS, w/out Gen Comp $5,262.00 294 Temple, Inc. 940 676-035-006-b Temple, Inc.ITS Field Cabinet Model 11011-ITS-FL, 334 cabinet, w/ SS, w/ Gen Comp $6,151.00 294 Temple, Inc. 940 676-035-006-c Temple, Inc.ITS Field Cabinet Model 11011-ITS-FL, 334 cabinet, w/ SS, w Gen Comp, w/ 50a power pnl $6,223.00 294 Temple, Inc. 941 676-035-013-a Temple, Inc.ITS Field Cabinet Model 12000ITS-FL, 336S, w/ SS, w/out Gen Comp $3,683.00 294 Temple, Inc. 941 676-035-013-b Temple, Inc.ITS Field Cabinet Model 12000ITS-FL, 336S, w/ SS, w/ Gen Comp $4,400.00 294 Temple, Inc. 941 676-035-013-c Temple, Inc.ITS Field Cabinet Model 12000ITS-FL, 336S, w/ SS, w/ Gen Comp, w/ 50amp power pnl $4,469.00 294 Temple, Inc. 944 678-008-023-a Temple, Inc.Time Switch Type 1 FCU 500-071, School Zone BeaconTime Switch 10 Year C&S Data Plan $3,183.00 42 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 944 678-008-023-b Temple, Inc.Time Switch Type 1 FCU 500-071, School Zone BeaconTime Switch 1 Year C&S Data Plan $1,749.00 42 Temple, Inc. 944 678-008-023-c Temple, Inc.Time Switch Type 1 FCU 500-071, School Zone BeaconTime Switch, No Data Plan $1,497.00 42 Temple, Inc. 949 685-002-006-a Temple, Inc.Uninterruptible Power Supply UPS, 17000-UP-FL w/ BATT: 2000w system w/ 41 ahr 96vdc battery set $9,269.00 168 Temple, Inc. 952 700-026-018-a Temple, Inc.Sign Beacon Model TF4001F-FL-DC, dual bcn, solar SZ flasher $3,362.00 112 Temple, Inc. 953 700-027-003-a Temple, Inc.Illuminated Sign - Highlighted Sign AV-200, 36" 24/7 LED Enhanced Stop Sign $2,469.00 84 Temple, Inc. 953 700-027-003-b Temple, Inc.Illuminated Sign - Highlighted Sign AV-200, 48" 24/7 LED Enhanced Stop Sign $2,720.00 84 Temple, Inc. 953 700-027-003-c Temple, Inc.Illuminated Sign - Highlighted Sign AV-200, 30" 24/7 LED Enhanced Diamond Shaped Warning Sign $2,982.00 84 Temple, Inc. 953 700-027-003-d Temple, Inc.Illuminated Sign - Highlighted Sign AV-200, 36" 24/7 LED Enhanced Diamond Shaped Warning Sign $2,469.00 84 Temple, Inc. 953 700-027-003-e Temple, Inc.Illuminated Sign - Highlighted Sign AV-200, 48" 24/7 LED Enhanced Diamond Shaped Warning Sign $2,720.00 84 Temple, Inc. 1056 671-017-012-a Yunex Traffic, a Siemens Business Controller - NEMA TS2 Type 2 M62 NEMA Linux controller with FSK board installed $3,767.00 70 Temple, Inc. 457 102-048-024-A K&K Systems, Inc.PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) - 18 IN CHARACTERS CMS SERIES - MB14281 $16,727.00 60 K&K Systems, Inc. 457 102-048-024-B K&K Systems, Inc.PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) - 18 IN CHARACTERS CMS SERIES - MB14281 - WIRELESS $20,978.00 60 K&K Systems, Inc. 458 102-048-025-A K&K Systems, Inc.PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) - 18 IN CHARACTERS CMS SERIES - MB3L $15,503.00 60 K&K Systems, Inc. 458 102-048-025-B K&K Systems, Inc.PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) - 18 IN CHARACTERS CMS SERIES - MB3L-WIRELESS $19,749.00 60 K&K Systems, Inc. 463 102-072-001-A K&K Systems, Inc.PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) - 12 IN CHARACTERS MB9757 $14,423.00 60 K&K Systems,Inc. 463 102-072-001-B K&K Systems, Inc.PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) - 12 IN CHARACTERS MB9757-WIRELESS $18,669.00 60 K&K Systems,Inc. 464 654-001-010-A K&K Systems, Inc.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY (RRFB)SINGLE SIDED - SOLAR $3,425.00 45 K&K Systems,Inc. 464 654-001-010-B K&K Systems, Inc.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY (RRFB)DOUBLE SIDED - SOLAR $4,194.00 45 K&K Systems,Inc. 464 654-001-010-C K&K Systems, Inc.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY (RRFB)SINGLE SIDED - AC POWERED $3,315.00 45 K&K Systems, Inc. 464 654-001-010-D K&K Systems, Inc.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY (RRFB)DOUBLE SIDED - AC POWERED $3,793.00 45 K&K Systems, Inc. 467 700-019-006-A K&K Systems, Inc.ELECTRONIC DISPLAY SIGN (EDS) - ELECTRONIC SPEED FEEDBACK SIGN (ESFS)RPM-18 $6,068.00 45 K&K Systems, Inc. 467 700-019-006-B K&K Systems, Inc.ELECTRONIC DISPLAY SIGN (EDS) - ELECTRONIC SPEED FEEDBACK SIGN (ESFS)RPM-14 $6,065.00 45 K&K Systems, Inc. 467 700-019-006-C K&K Systems, Inc.ELECTRONIC DISPLAY SIGN (EDS) - ELECTRONIC SPEED FEEDBACK SIGN (ESFS)RPM-16 $6,066.00 45 K&K Systems, Inc. 468 700-026-015 K&K Systems, Inc.Sign Beacon 112-D12 $5,232.00 45 K&K Systems, Inc. 468 700-026-015-a K&K Systems, Inc.Sign Beacon 112-D12-AC $4,825.00 45 K&K Systems,Inc. 469 700-026-015 K&K Systems, Inc.Sign Beacon 112-S12 $4,814.00 45 K&K Systems,Inc. 469 700-026-015-b K&K Systems, Inc.Sign Beacon 112-S12-AC $4,406.00 45 K&K Systems, Inc. 470 700-026-017 K&K Systems, Inc.Sign Beacon 117-D12 $3,713.00 45 K&K Systems, Inc. 470 700-026-017-c K&K Systems, Inc.Sign Beacon 117-D12-AC $2,982.00 45 K&K Systems, Inc. 471 700-026-017 K&K Systems, Inc.Sign Beacon 116-S12 $3,036.00 45 K&K Systems, Inc. 471 700-026-017-d K&K Systems, Inc.Sign Beacon 116-S12-AC $2,436.00 45 K&K Systems, Inc. 472 700-026-017 K&K Systems, Inc.Sign Beacon 115-S12 $3,036.00 45 K&K Systems, Inc. 472 700-026-017-e K&K Systems, Inc.Sign Beacon 115-S12-AC $2,436.00 45 K&K Systems, Inc. 473 700-026-017 K&K Systems, Inc.Sign Beacon 118-D12 3,713.00 45 K&K Systems, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 473 700-026-017-f K&K Systems, Inc.Sign Beacon 118-D12-AC 2,982.00 45 K&K Systems, Inc. 474 700-027-002-a K&K Systems,Inc.Illuminated Sign - Highlighted Sign MSAS-MUTCD 1,533.00 45 K&K Systems, Inc. 474 700-027-002-b K&K Systems, Inc.Illuminated Sign - Highlighted Sign CrossWalk Sign Alert 3,206.00 45 K&K Systems, Inc. 474 700-027-002-d K&K Systems, Inc.Illuminated Sign - Highlighted Sign Wrong Way Sign Alert $2,792.00 45 K&K Systems, Inc. 474 700-027-002-e K&K Systems, Inc.Illuminated Sign - Highlighted Sign Chevron Sign Alert 3,425.00 45 K&K Systems, Inc. 10 700-019-007-a All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS) 4001508 - Shield 15 Speed Display; Florida APL base unit w/ mounting bracket $4,244.53 28 days if ordering 20 or less units. 42 days if ordering more than 20 units because All Traffic Solutions, Inc. stocks 20 units of "Your Speed" Sign Wraps due to spatial constraints. All Traffic Solutions, Inc. 10 700-019-007-b All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS) 4001507 - Shield 12 Speed Display; Florida APL base unit w/ mounting bracket $3,410.25 28 days if ordering 20 or less units. 42 days if ordering more than 20 units because All Traffic Solutions, Inc. stocks 20 units of "Your Speed" Sign Wraps at any given time due to spatial constraints. All Traffic Solutions, Inc. 873 676-007-004-A SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE IV SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 873 676-007-004-B SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE IV SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 873 676-007-004-C SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE IV SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 873 676-007-004-D SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE IV SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 874 676-008-009-A SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE V SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 874 676-008-009-B SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE V SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 874 676-008-009-C SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE V SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 874 676-008-009-D SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE V SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 875 676-010-001-A SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED SPECIAL SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 875 676-010-001-B SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED SPECIAL SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 875 676-010-001-C SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED SPECIAL SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 875 676-010-001-D SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED SPECIAL SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 876 676-014-001-A SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 876 676-014-001-B SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 876 676-014-001-C SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 876 676-014-001-D SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 877 676-015-001-A SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 877 676-015-001-B SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 877 676-015-001-C SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 877 676-015-001-D SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 878 676-024-001-A SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 878 676-024-001-B SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 878 676-024-001-C SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 878 676-024-001-D SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 880 676-029-003-A SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 880 676-029-003-B SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 880 676-029-003-C SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 880 676-029-003-D SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 881 676-031-001-A SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 STRETCH SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 881 676-031-001-B SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 STRETCH SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 881 676-031-001-C SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 STRETCH SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 881 676-031-001-D SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 STRETCH SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 882 676-035-003-A SOUTHERN MFG. CO.ITS FIELD CABINET (340)SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 882 676-035-003-B SOUTHERN MFG. CO.ITS FIELD CABINET (340)SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 882 676-035-003-C SOUTHERN MFG. CO.ITS FIELD CABINET (340)SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 882 676-035-003-D SOUTHERN MFG. CO.ITS FIELD CABINET (340)SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 882 676-035-003-E SOUTHERN MFG. CO.ITS FIELD CABINET (340)1RU8126MS Remote Power Manager/Enviromental Monitoring System $1,195.00 90 Earnest Products, Inc. dba Southern Manufacturing 883 676-035-005-A SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 883 676-035-005-B SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 883 676-035-005-C SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 883 676-035-005-D SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 883 676-035-005-E SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 1RU8126MS Remote Power Manager/Enviromental Monitoring System $1,195.00 90 Earnest Products, Inc. dba Southern Manufacturing DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 884 676-035-012-A SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 884 676-035-012-B SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 884 676-035-012-C SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 884 676-035-012-D SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 884 676-035-012-E SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S 1RU8126MS Remote Power Manager/Enviromental Monitoring System $1,195.00 90 Earnest Products, Inc. dba Southern Manufacturing 886 685-002-004-A SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 886 685-002-004-B SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 886 685-002-004-C SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 886 685-002-004-D SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 885 676-035-015-A SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 885 676-035-015-B SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 885 676-035-015-C SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 885 676-035-015-D SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 885 676-035-015-E SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 332D 1RU8126MS Remote Power Manager/Enviromental Monitoring System $1,195.00 90 Earnest Products, Inc. dba Southern Manufacturing 879 676-024-004-A SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets $2,000.00 90 Earnest Products, Inc. dba Southern Manufacturing 879 676-024-004-B SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets $2,100.00 90 Earnest Products, Inc. dba Southern Manufacturing 879 676-024-004-C SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets $1,850.00 90 Earnest Products, Inc. dba Southern Manufacturing 879 676-024-004-D SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets $1,950.00 90 Earnest Products, Inc. dba Southern Manufacturing 294 660-015-037-a WTI/Pelco or SkyBracket Vehicle Detector Vision (inc 4 cam, 4 Pelco or Sky Brackets brackets, 1000' spool, COM MGR)$30,826.00 120 Econolite 295 671-017-010-a Econolite Controller Cobalt Classic 2100 (ABCD connectors) with EOS (confirm std version)$4,290.00 84 Econolite 295 671-017-010-b Econolite Controller Cobalt Graphics 2100 (ABCD connectors) with EOS (confirm std version)$5,233.00 84 Econolite 297 671-024-003-a Econolite Controller Safetran Cobalt Classic RM EOS (confirm std version)$5,025.00 84 Econolite 297 671-024-003-b Econolite Controller Safetran Cobalt Graphics RM EOS (confirm std version)$5,947.00 84 Econolite 299 676-002-011-a Econolite Cabinet M49 cab / Base Mount (inc plug ins)$15,408.00 98 Econolite 301 676-023-005-a Econolite Cabinet PNG P65 (65" with 1 rack) CAB18727 (inc plug ins)$19,105.00 98 Econolite 301 676-023-005-b Econolite Cabinet PNG custom PNG CABXXXXX(with plug ins), already in system $21,987.00 126 Econolite DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 301 676-023-005-c Econolite Cabinet Additional detector rack and loop panel (in cab above), factory installed or ship for retro $1,517.00 98 Econolite 302 676-035-009-a Econolite Cabinet 336S BM version STCAB2777 $6,147.00 98 Econolite 306 685-002-017-a Econolite UPS ZincBlue2 ITS solution/ inc 1000W inverter, 2- 500 W batteries, PIM and UPS cab no gen panel (confirm BM or piggyback) $14,797.00 112 Econolite 306 685-002-017-b Econolite UPS ZincBlue2 ITS solution/ inc 1000W inverter, 2- 500 W batteries, PIM and UPS cab with gen panel (confirm BM or piggyback) $15,307.00 112 Econolite 307 685-002-017-a Econolite UPS ZincBlue2 for traffic signal (XRT) / inc 1000W inverter, XRT system and PIM with CAB no gen panel (confirm BM or piggyback) $18,295.00 112 Econolite 307 685-002-017-b Econolite UPS ZincBlue2 for traffic signal (XRT) / inc 1000W inverter, XRT system and PIM with CAB with gen panel (confirm BM or piggyback) $18,805.00 112 Econolite 309 676-045-001-a Econolite Cabinet PNG custom PNG CABXXXXX(with plug ins), already in system $22,440.00 126 Econolite 309 676-045-001-b Econolite Cabinet Additional detector rack and loop panel (in cab above), factory installed $1,517.00 98 Econolite 910 685-002-012-a Techpower Developments UPS UPS DBL MX 1000-U36 (3) 100AH batteries with bypass switch and CAB (confirm BM or piggyback) $8,227.00 98 Econolite 910 685-002-012-b Techpower Developments UPS UPS DBL MX 1000-U36 (3) 100AH batteries with bypass switch and CAB with gen panel (confirm BM or piggyback) $8,737.00 98 Econolite 503 102-059-002-a LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020A-4 with Exo- Frame Fixed Mount Part Number: 1020A-4/X $10,248.00 30 days Intelicom Inc. dba LiteSys, Inc. 503 102-059-002-b LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020A-4 with Upper Pivot Mount Part Number: 1020A-4/UV/AC $10,895.00 30 days Intelicom Inc. dba LiteSys, Inc. 503 102-059-002-c LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020A-4 with Full Bed Mount Part Number: 1020A-4/UV/AC/B $11,971.00 30 days Intelicom Inc. dba LiteSys, Inc. 503 102-059-002-d LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020A-4 with Full Bed/Rail Mount Part Number: 1020A-4/UV/AC/BR $11,971.00 30 days Intelicom Inc. dba LiteSys, Inc. 504 102-059-003-a LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020F-4 with Exo- Frame Fixed Mount Part Number: 1020F-4/X $10,383.00 30 days Intelicom Inc. dba LiteSys, Inc. 504 102-059-003-b LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020F-4 with Upper Pivot Mount Part Number: 1020F-4/UV/AC $11,039.00 30 days Intelicom Inc. dba LiteSys, Inc. 504 102-059-003-c LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020F-4 with Full Bed Mount Part Number: 1020F-4/UV/AC/B $12,116.00 30 days Intelicom Inc. dba LiteSys, Inc. 504 102-059-003-d LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1020F-4 with Full Bed/Rail Mount Part Number: 1020F-4/UV/AC/BR $12,116.00 30 days Intelicom Inc. dba LiteSys, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 505 102-059-004-a LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1030F-4 with Exo- Frame Fixed Mount Part Number: 1030F-4/X $12,230.00 30 days Intelicom Inc. dba LiteSys, Inc. 505 102-059-004-b LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1030F-4 with Upper Pivot Mount Part Number: 1030F-4/UV/AC $13,339.00 30 days Intelicom Inc. dba LiteSys, Inc. 505 102-059-004-c LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1030F-4 with Full Bed Mount Part Number: 1030F-4/UV/AC/B $14,416.00 30 days Intelicom Inc. dba LiteSys, Inc. 505 102-059-004-d LiteSys, Inc.Truck Mounted Changeable Message Sign LiteReader VCMS Model 1030F-4 with Full Bed/Rail Mount Part Number: 1030F-4/UV/AC/BR $14,416.00 30 days Intelicom Inc. dba LiteSys, Inc. 442 684-002-028 ITS Express MFES ITS-80 Series V3 8042 PoE upgrade $1,799.99 30 Express Supply 442 684-002-028 ITS Express MFES ITS-80 Series V3 8042 + PoE upgrade $2,099.99 30 Express Supply 442 684-002-028 ITS Express MFES ITS-80 Series V3 8012-24 PoE upgrade $1,899.99 30 Express Supply 442 684-002-028 ITS Express MFES ITS-80 Series V3 8012-24+ PoE upgrade $2,299.99 30 Express Supply 438 684-002-007 ITS Express MFES ITS-80 8020 Kit $799.99 30 Express Supply 438 684-002-007 ITS Express MFES ITS-80 8020 PoE upgrade $1,199.99 30 Express Supply 4 684-002-040-a Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6465-P12-US (Comes with power supply)$1,797.38 14 business days if in stock HERMES42 6 684-002-040-a Alcatel-Lucent Enterprise Managed Field Ethernet Switch OmniSwitch 6465-P28-US (Comes with power supply)$3,665 14 business days if in stock HERMES42 37 685-002-018-a APC by Schneider Electric Uninterruptible Power Supply MFG# 10176637 AMER PWR XU2K0LLXXRCC + QTY. 4 AMER PWR XB050XX1XS $8,081.28 70 GovBros, LLC dba Think IT Ai 54 620-002-001-a ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 425120YP10AWAJ10 ASCO 425 SPD 208Y/120V 3P4W 100KA $791.77 45 GovBros, LLC dba Think IT Ai 55 620-002-002-a ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 425120SP10AWAJ10 ASCO 425 SPD 120/240V 1P3W 100KA $791.77 45 GovBros, LLC dba Think IT Ai 56 620-002-004-a ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# SSP02XDSE20A XDSE TYPE 2 SPD 208Y/120V 3 PH 4 WIRE 20 $1,474.56 30 GovBros, LLC dba Think IT Ai 56 620-002-004-b ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# SSP02XDSE20A1 XDSE TYPE 1 SPD 208Y/120V 3 PH 4 WIRE 20 $1,474.27 30 GovBros, LLC dba Think IT Ai 56 620-002-004-c ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# SSP01XDSE20A1 XDSE TYPE 2 SPD 208Y/120V 1 PH 3 WIRE 200 $1,404.48 30 GovBros, LLC dba Think IT Ai 57 620-002-005-a ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 420120YP05NW SJ10 ASCO 420 SPD 208Y/120V 3P4W 50KA $375.36 35 GovBros, LLC dba Think IT Ai 57 620-002-005-b ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 420120SP05NW SJ10 ASCO 420 SPD 120/240V 1P3W 50KA $370.32 45 GovBros, LLC dba Think IT Ai 58 620-002-009-a ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 340120NP08AW RJ2XF1 APT GA120V1P080CF $391.14 45 GovBros, LLC dba Think IT Ai 58 620-002-009-b ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 340120NP12AW RJ2XF1 ASCO BRAND SPD 120V $480.43 60 GovBros, LLC dba Think IT Ai 58 620-002-009-c ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 340120SP08AW RJ2XF1 APT GA120V2P080CF $428.53 45 GovBros, LLC dba Think IT Ai 58 620-002-009-d ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 340120SP12AW RJ2XF1 ASCO BRAND SPD 120/240V $480.43 45 GovBros, LLC dba Think IT Ai 59 620-002-012-a ASCO Power Technologies, L.P.Surge Protective Device for 120V or 120_240V Power MFG# 256120NF030A N6N0 ASCO BRAND FILTER 120V 30A TERMINAL 6 PO $419.47 45 GovBros, LLC dba Think IT Ai 108 684-002-014-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-3200-8T2S-E Catalyst IE3200 w/ 8 GE Copper and 2 GE SFP Ports, Fixed System, Network Essentials $2,740.14 60 GovBros, LLC dba Think IT Ai DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 109 684-002-014-a2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-3300-8T2S-E Catalyst IE3300 w/ 8 GE Copper and 2 GE SFP Ports, Modular, Network Essentials $3,121.81 60 GovBros, LLC dba Think IT Ai 109 684-002-014-b2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-3300-8T2X-E Catalyst IE3300 w/ 8 GE Copper and 2 10G SFP Ports, Modular, Network Essentials $4,789.35 60 GovBros, LLC dba Think IT Ai 110 684-002-014-a3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-3400-8T2S-E Catalyst IE3400 w/ 8 GE Copper and 2 GE SFP Ports, Adv. Modular, Network Essentials $5,184.31 60 GovBros, LLC dba Think IT Ai 110 684-002-014-b3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-3400-8P2S-E Catalyst IE3400 w/ 8 GE PoE/PoE+, 2 GE SFP Ports, Adv. Modular, Network Essentials $7,944.98 60 GovBros, LLC dba Think IT Ai 111 684-002-016-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4000-4TC4G-E IE4000 switch w/ 4 FE Copper combo ports and 4 GE combo uplink ports $3,262.18 60 GovBros, LLC dba Think IT Ai 111 684-002-016-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4000-4T4P4G-E IE4000 switch w/ 4 FE Copper, 4 FE PoE+ and 4 GE combo uplink ports $4,734.46 60 GovBros, LLC dba Think IT Ai 111 684-002-016-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4000-4GC4GP4G-E IE4000 switch w/ 4 GE combo, 4 GE PoE+ and 4 GE combo uplink ports $6,434.16 60 GovBros, LLC dba Think IT Ai 111 684-002-016-d Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4000-4GS8GP4G-E IE4000 switch w/ 4 GE SFP, 8 GE PoE+ and 4 GE combo uplink ports $7,633.45 60 GovBros, LLC dba Think IT Ai 111 684-002-016-e Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4000-8GT8GP4G-E IE4000 switch w/ 8 GE Copper, 8 GE PoE+ and 4 GE combo uplink ports $9,224.81 60 GovBros, LLC dba Think IT Ai 112 684-002-029-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-5000-16S12P IE5000 w/ 12 GE Copper PoE+, 12FE/GE SFP and 4 1G SFP uplinks $10,177.74 60 GovBros, LLC dba Think IT Ai 112 684-002-029-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-5000-12S12P-10G IE5000 w/ 12 GE Copper PoE+, 12 FE/GE SFP and 4 1G/10G SFP uplinks $21,890.44 60 GovBros, LLC dba Think IT Ai 113 684-002-030-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4010-16S12P E4010 w/ 12GE SFP, 12 GE Copper PoE+ and 4 FE/GE SFP uplink ports $6,622.68 60 GovBros, LLC dba Think IT Ai 113 684-002-030-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-4010-4S24P IE4010 w/ 24GE Copper PoE+ ports and 4 FE/GE SFP uplink ports $7,027.95 60 GovBros, LLC dba Think IT Ai 114 684-002-037-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-2000-4TS-L IE2000 w/ 4 FE Copper ports and 2 FE SFP ports (Lan Lite)$962.69 60 GovBros, LLC dba Think IT Ai 114 684-002-037-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-2000-8TC-G-B IE2000 w/ 8FE Copper ports and 2GE uplinks (Lan Base)$1,736.04 60 GovBros, LLC dba Think IT Ai 114 684-002-037-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-2000-4TS-G-B IE2000 w/ 4 FE Copper ports and 2 GE SFP ports (Lan Base)$1,278.04 60 GovBros, LLC dba Think IT Ai 114 684-002-037-d Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-2000-16TC-G-L IE2000 w/ 16FE Copper, 2GE SFP/T and 2FE SFP (Lan Lite)$2,377.23 60 GovBros, LLC dba Think IT Ai 114 684-002-037-e Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE-2000-16TC-B IE2000 w/ 16FE Copper, 2FE SFP/T and 2FE uplinks (Lan Base)$2,468.83 60 GovBros, LLC dba Think IT Ai 324 684-002-034-a Extreme Networks Managed Field Ethernet Switch MFG# 16801 4PT POE+ 10/100 2PT 10/100 W/ 2PT SFP $1,727.83 30 GovBros, LLC dba Think IT Ai 324 684-002-034-b Extreme Networks Managed Field Ethernet Switch MFG# 16802 8PT POE+ 10/100 W/ 4PT SFP OPERATING $1,958.96 30 GovBros, LLC dba Think IT Ai DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 324 684-002-034-c Extreme Networks Managed Field Ethernet Switch MFG# ISW-4W-4WS-4X 12-Port Rugged Switch w/ 4GE Copper 90W PoE + 4 combo + 4 10GE SFP+ ports Temp -40C - +75C $4,944.14 30 GovBros, LLC dba Think IT Ai 324 684-002-034-d Extreme Networks Managed Field Ethernet Switch MFG# ISW-24W-4X 28-Port Rugged Ethernet Switch w/ 24x1GE 90W PoE + 4 10GE SFP+ ports 720W PoE Temp -40C - +75C 1RU $9,097.79 30 GovBros, LLC dba Think IT Ai 325 684-002-033-a Extreme Networks Managed Field Ethernet Switch MFG# 16801 4PT POE+ 10/100 2PT 10/100 W/ 2PT SFP $1,727.83 30 GovBros, LLC dba Think IT Ai 325 684-002-033-b Extreme Networks Managed Field Ethernet Switch MFG# 16802 8PT POE+ 10/100 W/ 4PT SFP OPERATING $1,958.96 30 GovBros, LLC dba Think IT Ai 325 684-002-033-c Extreme Networks Managed Field Ethernet Switch MFG# ISW-4W-4WS-4X 12-Port Rugged Switch w/ 4x1GE Copper 90W PoE + 4 combo + 4 10GE SFP+ ports Temp -40C - +75C $4,944.14 30 GovBros, LLC dba Think IT Ai 325 684-002-033-d Extreme Networks Managed Field Ethernet Switch MFG# ISW-24W-4X 28-Port Rugged Ethernet Switch w/ 24x1GE 90W PoE + 4 10GE SFP+ ports 720W PoE Temp -40C - +75C 1RU $9,097.79 30 GovBros, LLC dba Think IT Ai 325 684-002-033-e Extreme Networks Managed Field Ethernet Switch MFG# 16804 8-Port POE+ Gigabit w/ 4-Port SFP Operating Temperature -40C to +75C $2,534.91 30 GovBros, LLC dba Think IT Ai 567 684-001-004-a MOXA Device Server MFG# NPORT 6150 1 port RS-232/422/485 secure device server, 12-48V, w/ adapter $350.00 40 GovBros, LLC dba Think IT Ai 567 684-001-004-b MOXA Device Server MFG# NPORT 6250 2 ports RS-232/422/485 secure device server, 12-48V, w/ adapter $450.00 40 GovBros, LLC dba Think IT Ai 567 684-001-004-c MOXA Device Server MFG# NPORT 6250-T 2 Port Terminal Server, 3 in 1, 10/100M Ethernet, 12-48 VDC, -40 to 75°C $550.00 65 GovBros, LLC dba Think IT Ai 567 684-001-004-d MOXA Device Server MFG# NPORT 6250-M-SC 2 ports RS- 232/422/485 single mode Ethernet with SC connector 12-48V w/ adapter $562.50 65 GovBros, LLC dba Think IT Ai 567 684-001-004-e MOXA Device Server MFG# NPORT 6250-S-SC-T 2 Port 3 in 1 100FX Single Mode Fiber SC Connector 12-48VDC -40 to 75°C $887.50 90 GovBros, LLC dba Think IT Ai 209 (1)660-015-036-a Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video CAT5 SINGLE CAMERA TS2 (GS3-SYS, GS3- TS2-OPT, GS-3-TS2, GS-3-SMK, GS-3-CAT5, AND ASTRO BRACKET) $18,245.00 30 Cubic ITS, Inc. (GRIDSMART) 209 (2)660-015-036-b Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video CAT5 SINGLE CAMERA TS1 (GS3-SYS, GS3- TS1-OPT, GS3-TS1 CBL, GS-3-SMK, GS-3- CAT5, AND ASTRO BRACKET) $18,465.00 30 Cubic ITS, Inc. (GRIDSMART) 209 (3)660-015-036-c Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video FIBER SINGLE CAMERA TS2 (GS3-SYS, GS3- TS2-OPT, GS-3-TS2, GS-3-SMK-F, GS-3-FIB, AND ASTRO BRACKET) $20,535.00 30 Cubic ITS, Inc. (GRIDSMART) 209 (4)660-015-036-d Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video FIBER SINGLE CAMERA TS1 (GS3-SYS, GS3- TS1-OPT, GS3-TS1 CBL, GS-3-SMK-F, GS-3- FIB, AND ASTRO BRACKET) $20,765.00 30 Cubic ITS, Inc. (GRIDSMART) 506 654-002-005a Lux Solar, Inc.In-Roadway Lights LS1000+CWSYS (Two Lanes) (Solar)$22,638.00 60 Lux Solar, Inc. 506 654-002-005b Lux Solar, Inc.In-Roadway Lights LS1000+CWSYS (Two Lanes) (A/C)$21,308.00 60 Lux Solar, Inc. 506 654-002-005i Lux Solar, Inc.In-Roadway Lights LS1000+CWSYS (Two Lanes) (In Road Lights Install)$24,000.00 60 Lux Solar, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 19 685-002-020-a Alpha Uninterruptible Power Supply FXM-HP 2000 Series (with 4 - 100 Ah or larger batteries) 195 XTV $4,351.00 45 Intelligent Transportation Services, Inc. 19 685-002-020-b Alpha Uninterruptible Power Supply FXM-HP 2000 Series (with 4 - 100 Ah or larger batteries) 100SF $4,734.00 45 Intelligent Transportation Services, Inc. 115 620-002-010-a Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS72RS-120 $77.00 30 Intelligent Transportation Services, Inc. 115 620-002-010-b Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS73RS-120 $195.00 30 Intelligent Transportation Services, Inc. 116 620-002-011-a Citel, Inc.Surge Protective Device for 120V or 120_240V Power M50-120S-A $136.00 30 Intelligent Transportation Services, Inc. 116 620-002-011-b Citel, Inc.Surge Protective Device for 120V or 120_240V Power M50-120T-A $136.00 30 Intelligent Transportation Services, Inc. 116 620-002-011-c Citel, Inc.Surge Protective Device for 120V or 120_240V Power M50-120T-A-RA $143.00 30 Intelligent Transportation Services, Inc. 117 620-002-011-a2 Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS72US-120S $85.00 30 Intelligent Transportation Services, Inc. 117 620-002-011-b2 Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS72US-120S/G-F-ASSM $228.00 30 Intelligent Transportation Services, Inc. 117 620-002-011-c2 Citel, Inc.Surge Protective Device for 120V or 120_240V Power DS73US-120T $202.00 30 Intelligent Transportation Services, Inc. 134 641-008-001-a CLS-North Star Lighting Camera Lowering Device CDP6-16HDD-100-110 - Internal LD 100' Lowering Cable, 110' Comm Cable (POE Only)$4,441.00 60 Intelligent Transportation Services, Inc. 134 641-008-001-b CLS-North Star Lighting Camera Lowering Device CDP6-16HDDN-100-110 - Internal LD 100' Lowering Cable, 110' Comm Cable (POE & Power) $5,101.00 60 Intelligent Transportation Services, Inc. 135 641-008-001-a2 CLS-North Star Lighting Camera Lowering Device CEPM-16HDD-100-110 - External LD 100' Lowering Cable, 110' Comm Cable (POE Only)$4,755.00 60 Intelligent Transportation Services, Inc. 135 641-008-001-b2 CLS-North Star Lighting Camera Lowering Device CEPM-16HDDN-100-110 - External LD 100' Lowering Cable, 110' Comm Cable (POE & Power) $5,210.00 60 Intelligent Transportation Services, Inc. 137 684-002-006-c Communication Networks Managed Field Ethernet Switch CNGE3FE8MS (POE)(HO)$1,712.00 30 Intelligent Transportation Services, Inc. 138 684-002-006-c2 Communication Networks Managed Field Ethernet Switch CNGE11FX3TX8MS (POE)(HO)$2,195.00 30 Intelligent Transportation Services, Inc. 140 684-005-002-a Communication Networks Media Converter CLFE1EOU $333.00 30 Intelligent Transportation Services, Inc. 140 684-005-002-b Communication Networks Media Converter CLFE1EOC $315.00 30 Intelligent Transportation Services, Inc. 140 684-005-002-c Communication Networks Media Converter CLRFE1POEU $593.00 30 Intelligent Transportation Services, Inc. 140 684-005-002-d Communication Networks Media Converter CLLFE1POEC $575.00 30 Intelligent Transportation Services, Inc. 140 684-005-002-e Communication Networks Media Converter CLRFE1POEU $593.00 30 Intelligent Transportation Services, Inc. 141 684-005-002-a2 Communication Networks Media Converter CNGE2MC $804.00 30 Intelligent Transportation Services, Inc. 141 684-005-002-b2 Communication Networks Media Converter CNFESFPMCPoE30/m $554.00 30 Intelligent Transportation Services, Inc. 141 684-005-002-c2 Communication Networks Media Converter CNFE2MC $515.00 30 Intelligent Transportation Services, Inc. 141 684-005-002-d2 Communication Networks Media Converter CNMCSFP $803.00 30 Intelligent Transportation Services, Inc. 141 684-005-002-e2 Communication Networks Media Converter CNMCSFPPoE $899.00 30 Intelligent Transportation Services, Inc. 142 684-005-004-a Communication Networks Media Converter FDX60M1A $781.00 30 Intelligent Transportation Services, Inc. 142 684-005-004-b Communication Networks Media Converter FDX60M2 $439.00 30 Intelligent Transportation Services, Inc. 142 684-005-004-c Communication Networks Media Converter FDX60S1A $956.00 30 Intelligent Transportation Services, Inc. 142 684-005-004-d Communication Networks Media Converter FDX60S2M $781.00 30 Intelligent Transportation Services, Inc. 142 684-005-004-e Communication Networks Media Converter FDX60S2 $781.00 30 Intelligent Transportation Services, Inc. 206 682-001-005-a CostarHD Camera - External Positioner 4261-1000-04 - CostarHD Rise IV 4260 Positioner Series, 1080p, Pressurized IP68 Camera, IP66 PT, ONVIF, NTCIP, Image Stabilization, ITS Standard Analytics. POE Inj. $4,091.00 45 Intelligent Transportation Services, Inc. 206 682-001-005-b CostarHD Camera - External Positioner 4261-1100-04 - CostarHD Rise IV 4260 Positioner Series, 1080p, Pressurized IP68 Camera, IP66 PT, ONVIF, NTCIP, Image Stabilization, ITS Standard Analytics. Wiper - POE Inj. $4,469.00 45 Intelligent Transportation Services, Inc. 207 682-002-011-a CostarHD Camera - Dome 4220-1000-04 - CostarHD Rise IV 4220 Dome Series,1080p, Pressurized IP68, ONVIF, NTCIP, Image Stabilization, ITS Standard Analytics. POE Inj Inc $3,051.00 30 Intelligent Transportation Services, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 208 682-004-002-a CostarHD Camera - Thermal/Visible Hybrid 4291-1410-GY - Costar 4290HD RISE DUAL SPECTRUM NIGHT VISION SERIES. Thermal - 50MM Lense - POE Inj $20,893.00 90 Intelligent Transportation Services, Inc. 366 620-002-013-a HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD80K-120-1P-1F $139.00 30 Intelligent Transportation Services, Inc. 366 620-002-013-b HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD80K-120-2S-1F $148.00 30 Intelligent Transportation Services, Inc. 367 620-002-013-a2 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD100K-120-1P $250.00 30 Intelligent Transportation Services, Inc. 367 620-002-013-b2 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD100K-120-2S $273.00 30 Intelligent Transportation Services, Inc. 368 620-002-013-a3 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD120K-120-1P-1F $156.00 30 Intelligent Transportation Services, Inc. 368 620-002-013-b3 HESCO/RLS Surge Protective Device for 120V or 120_240V Power SPD120K-120-2S-1F $168.00 30 Intelligent Transportation Services, Inc. 369 620-002-014-a HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120-1P-A $90.00 30 Intelligent Transportation Services, Inc. 370 620-002-014-a1 HESCO/RLS Surge Protective Device for 120V or 120_240V Power PRO120-2S-A $103.00 30 Intelligent Transportation Services, Inc. 385 676-004-034-a HESCO/RLS Surge Protective Device VLP7 $19.00 30 Intelligent Transportation Services, Inc. 385 676-004-034-b HESCO/RLS Surge Protective Device VLP9 $20.00 30 Intelligent Transportation Services, Inc. 423 660-027-006-a Image Sensing Systems (formerly EIS)Vehicle Detector - AVI (Automatic Vehicle Identification)S/V -Model $4,538.00 30 Intelligent Transportation Services, Inc. 423 660-027-006-b Image Sensing Systems (formerly EIS)Vehicle Detector - AVI (Automatic Vehicle Identification)S/V-Model w SPD, Inj & PS $4,728.00 30 Intelligent Transportation Services, Inc. 424 660-014-006-a Image Sensing Systems (formerly EIS)Wrong Way Vehicle Detection System AID-WW-700-AC (No signs)$24,465.00 60 Intelligent Transportation Services, Inc. 424 660-014-006-b Image Sensing Systems (formerly EIS)Wrong Way Vehicle Detection System AID-WW-700-Solar (No Signs)$31,928.00 60 Intelligent Transportation Services, Inc. 572 685-002-003-a Multilink, Inc.Uninterruptible Power Supply EP 2200-T $1,580.00 30 Intelligent Transportation Services, Inc. 572 685-002-003-b Multilink, Inc.Uninterruptible Power Supply EP 2200-T, Harness, & 4 - 96ah bat $3,847.00 30 Intelligent Transportation Services, Inc. 572 685-002-003-c Multilink, Inc.Uninterruptible Power Supply EP 2200-T, Harness, 4 - 100SF bat $4,186.00 30 Intelligent Transportation Services, Inc. 575 685-002-019-a Multilink, Inc.Uninterruptible Power Supply EDP 1000 $2,584.00 30 Intelligent Transportation Services, Inc. 575 685-002-019-b Multilink, Inc.Uninterruptible Power Supply EDP 1000 Harness & 4 - 56ah Bat $3,215.00 30 Intelligent Transportation Services, Inc. 575 685-002-019-c Multilink, Inc.Uninterruptible Power Supply EDP 1000 Harness & 4 - 79ah Bat $3,297.00 30 Intelligent Transportation Services, Inc. 576 685-002-019-a2 Multilink, Inc.Uninterruptible Power Supply EDP 1500 $2,639.00 30 Intelligent Transportation Services, Inc. 576 685-002-019-c2 Multilink, Inc.Uninterruptible Power Supply EDP 1500 Harness & 4 - 100SF bat $4,722.00 30 Intelligent Transportation Services, Inc. 577 685-002-019-a3 Multilink, Inc.Uninterruptible Power Supply EDP 2000 $3,719.00 30 Intelligent Transportation Services, Inc. 577 685-002-019-c3 Multilink, Inc.Uninterruptible Power Supply EDP 2000 Harness & 4 - 100SF bat $6,003.00 30 Intelligent Transportation Services, Inc. 578 700-015-029-a Multilink, Inc.Double Sided Sign Series 050-428-10 - STREET BRITE SIGN 18" X 72" DS Street Sign $2,152.00 45 Intelligent Transportation Services, Inc. 578 700-015-029-b Multilink, Inc.Double Sided Sign Series 050-429-10 - STREET BRITE SIGN 18" X 96" DS Street Sign $2,427.00 45 Intelligent Transportation Services, Inc. 578 700-015-029-c Multilink, Inc.Double Sided Sign Series 050-425-10 - STREET BRITE SIGN 24" X 48" DS Street Sign $1,940.00 45 Intelligent Transportation Services, Inc. 578 700-015-029-d Multilink, Inc.Double Sided Sign Series 050-422-10 - STREET BRITE SIGN 24" X 72" DS Street Sign $2,483.00 45 Intelligent Transportation Services, Inc. 695 659-031-009-a Pelco Products, Inc.Mast Arm Signal Mounting SP-1079-FL-120 $153.00 60 Intelligent Transportation Services, Inc. 695 659-031-009-b Pelco Products, Inc.Mast Arm Signal Mounting SP-1079-FL-144 $157.00 60 Intelligent Transportation Services, Inc. 695 659-031-009-c Pelco Products, Inc.Mast Arm Signal Mounting SP-1079-FL-220 $161.00 60 Intelligent Transportation Services, Inc. 709 659-034-009-a Pelco Products, Inc.Mast Arm Sign Mounting SP-1079-FL-120 $153.00 60 Intelligent Transportation Services, Inc. 709 659-034-009-b Pelco Products, Inc.Mast Arm Sign Mounting SP-1079-FL-144 $157.00 60 Intelligent Transportation Services, Inc. 709 659-034-009-c Pelco Products, Inc.Mast Arm Sign Mounting SP-1079-FL-220 $161.00 60 Intelligent Transportation Services, Inc. 724 684-001-002-a Pepperl+Fuchs, Inc Device Server 70114045 - ICDM-RX/TCP-2ST/RJ45-DIN $382.00 45 Intelligent Transportation Services, Inc. 724 684-001-002-b Pepperl+Fuchs, Inc Device Server 70114044 - ICDM-RX/TCP-2DB9/RJ45-DIN $382.00 45 Intelligent Transportation Services, Inc. 816 '700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 20mm pitch 101-200SF $64,646.00 120 Intelligent Transportation Services, Inc. 816 '700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 20mm pitch 201-300SF $77,778.00 120 Intelligent Transportation Services, Inc. 817 700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 33m pitch 101-200SF $62,626.00 120 Intelligent Transportation Services, Inc. 817 700-023-010 SES America, Inc.Dynamic Message Sign - Front Access DMS M6000 FAFC Series 33m pitch 201-300SF $73,232.00 120 Intelligent Transportation Services, Inc. 641 650-022-005-a Pelco Products, Inc.Backplate (Retroreflective)BK-8000-1-RT2orRT3-FL-PNC $159.00 45-60 days Temple Inc. / Transportation Control Systems 641 650-022-005-b Pelco Products, Inc.Backplate (Retroreflective)BK-8000-3-RT2orRT3-FL-PNC $222.00 45-60 days Temple Inc. / Transportation Control Systems 641 650-022-005-d Pelco Products, Inc.Backplate (Retroreflective)BK-8000-4-RT2orRT3-FL-PNC $235.00 45-60 days Temple Inc. / Transportation Control Systems 641 650-022-005-c Pelco Products, Inc.Backplate (Retroreflective)BK-8000-5-RT2orRT3-FL-PNC $264.00 45-60 days Temple Inc. / Transportation Control Systems 672 659-004-018-a Pelco Products, Inc.Disconnect Hanger SP-1021-FL-1 $442.00 45-60 days Temple Inc. / Transportation Control Systems DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 672 659-004-018-b Pelco Products, Inc.Disconnect Hanger SP-1021-FL-2 $455.00 45-60 days Temple Inc. / Transportation Control Systems 673 659-004-019-a Pelco Products, Inc.Disconnect Hanger SP-1022-FL-1 $486.00 45-60 days Temple Inc. / Transportation Control Systems 673 659-004-019-b Pelco Products, Inc.Disconnect Hanger SP-1022-FL-2 $395.00 45-60 days Temple Inc. / Transportation Control Systems 697 659-031-011-a Pelco Products, Inc.Mast Arm Signal Mounting SP-1006-FL-1-X-PNC $290.00 45-60 days Temple Inc. / Transportation Control Systems 697 659-031-011-b Pelco Products, Inc.Mast Arm Signal Mounting SP-1006-FL-2-X-PNC $300.00 45-60 days Temple Inc. / Transportation Control Systems 697 659-031-011-c Pelco Products, Inc.Mast Arm Signal Mounting SP-1006-FL-3-X-PNC $330.00 45-60 days Temple Inc. / Transportation Control Systems 697 659-031-011-e Pelco Products, Inc.Mast Arm Signal Mounting SP-1006-FL-4-X-PNC $338.00 45-60 days Temple Inc. / Transportation Control Systems 697 659-031-011-d Pelco Products, Inc.Mast Arm Signal Mounting SP-1006-FL-5-X-PNC $349.00 45-60 days Temple Inc. / Transportation Control Systems 701 659-031-021-a Pelco Products, Inc.Mast Arm Signal Mounting EC-3075-0-X-PNC $195.00 45-60 days Temple Inc. / Transportation Control Systems 701 659-031-021-b Pelco Products, Inc.Mast Arm Signal Mounting EC-3075-1-X-PNC $329.00 45-60 days Temple Inc. / Transportation Control Systems 701 659-031-021-c Pelco Products, Inc.Mast Arm Signal Mounting EC-3075-2-X-PNC $315.00 45-60 days Temple Inc. / Transportation Control Systems 701 659-031-021-d Pelco Products, Inc.Mast Arm Signal Mounting EC-3075-3-X-PNC $341.00 45-60 days Temple Inc. / Transportation Control Systems 701 659-031-021-e Pelco Products, Inc.Mast Arm Signal Mounting EC-3075-(4or 5)-X-PNC $376.00 45-60 days Temple Inc. / Transportation Control Systems 722 659-011-032-a Pelco Products, Inc.Sign Bracket SP-1140-FL-24-08-96-PNC $335.00 45-60 days Temple Inc. / Transportation Control Systems 722 659-011-032-b Pelco Products, Inc.Sign Bracket SP-1140-FL-42-16-144-PNC $621.00 45-60 days Temple Inc. / Transportation Control Systems 675 659-005-001 Pelco Products, Inc.Adjustable Hanger EC-2075-T-PNC $130.68 45-60 days Temple Inc. / Transportation Control Systems 678 659-010-001 Pelco Products, Inc.Spanwire Clamp EC-2079-PBC-PNC $59.40 45-60 days Temple Inc. / Transportation Control Systems 678 659-010-001 Pelco Products, Inc.Spanwire Clamp EC-2079-SSB-PNC $73.30 45-60 days Temple Inc. / Transportation Control Systems 681 659-010-010 Pelco Products, Inc.Spanwire Clamp SE-3211-PNC $39.80 45-60 days Temple Inc. / Transportation Control Systems 681 659-010-010 Pelco Products, Inc.Spanwire Clamp SE-3211-SB-PNC $66.60 45-60 days Temple Inc. / Transportation Control Systems 681 659-010-010 Pelco Products, Inc.Spanwire Clamp SE-3211-SB-SS-PNC $68.80 45-60 days Temple Inc. / Transportation Control Systems 681 659-010-010 Pelco Products, Inc.Spanwire Clamp SE-3211-SS-PNC $57.70 45-60 days Temple Inc. / Transportation Control Systems 683 659-011-001 Pelco Products, Inc.Sign Bracket EC-2093-XL-PNC $160.40 45-60 days Temple Inc. / Transportation Control Systems 684 659-011-001 Pelco Products, Inc.Sign Bracket EC-2094-PNC $196.10 45-60 days Temple Inc. / Transportation Control Systems 684 659-011-001 Pelco Products, Inc.Sign Bracket EC-2094-XL-PNC $231.70 45-60 days Temple Inc. / Transportation Control Systems 686 659-011-013 Pelco Products, Inc.Sign Bracket EC-3075-SB-120-PNC $243.60 45-60 days Temple Inc. / Transportation Control Systems 691 659-013-002 Pelco Products, Inc.Tri-Stud to Nipple Adapter EC-2051-PNC $50.00 45-60 days Temple Inc. / Transportation Control Systems 693 659-016-002 Pelco Products, Inc.Spanwire Clamp Adapter 1156-T $39.60 45-60 days Temple Inc. / Transportation Control Systems 696 659-031-010 Pelco Products, Inc.Mast Arm Signal Mounting SP-1110-FL-3-120-PNC $468.80 45-60 days Temple Inc. / Transportation Control Systems 359 660-014-004-a GovComm, Inc.Wrong Way Vehicle Detection System GC-WWVDS-Series / WWVDS AC Equipment All Lanes / WWVDS including 1 Thermal & 2 Optical Sensors $26,500.00 30 Days GovComm, Inc. 359 660-014-004-b GovComm, Inc.Wrong Way Vehicle Detection System GC-WWVDS-Series / WWVDS AC Equipment All Lanes / WWVDS including 2 Thermal & 2 Optical Sensors $30,500.00 30 Days GovComm, Inc. 359 660-014-004-c GovComm, Inc.Wrong Way Vehicle Detection System GC-WWVDS-Series / WWVDS Solar Equipment All Lanes / WWVDS including 1 Thermal & 2 Optical Sensors $38,500.00 30 Days GovComm, Inc. 359 660-014-004-d GovComm, Inc.Wrong Way Vehicle Detection System GC-WWVDS-Series / WWVDS Solar Equipment All Lanes / WWVDS including 2 Thermal & 2 Optical Sensors $42,500.00 30 Days GovComm, Inc. 361 700-027-007-a GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series / Highlighted Sign / Up to 12 SF AC Powered (includes t-base, sch 40 aluminum pole & mounting hardware) $2,250.00 30 Days GovComm, Inc. 361 700-027-007-b GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series / Highlighted Sign / Up to 12 SF Solar Powered (includes t-base, sch 40 aluminum pole & mounting hardware) $3,250.00 30 Days GovComm, Inc. 361 700-027-007-c GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series / Highlighted Sign / 12-20 SF AC Powered (includes t-base, sch 40 aluminum pole & mounting hardware) $2,500.00 30 Days GovComm, Inc. 361 700-027-007-d GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series / Highlighted Sign / 12-20 SF Solar Powered (includes t-base, sch 40 aluminum pole & mounting hardware) $3,500.00 30 Days GovComm, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Configurations Line Number APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 363 682-002-022-a GovComm, Inc.GC-ICPO-U Series GC-ICPO-U33A / 2 MP 33X Smart / Camera with 1.5" Adapter & 24VAC, 24VDC or PoE Included $1,975.00 30 Days GovComm, Inc. 363 682-002-022-b GovComm, Inc.GC-ICPO-U Series GC-ICPO-U33L / 2 MP 33X Laser / Camera with 1.5" Adapter & 24VAC, 24VDC or PoE Included $2,875.00 30 Days GovComm, Inc. 421 660-020-008-a ISS (Sensys)Traffic Data Detection System - Microwave RTMS Echo with Power Supply and Surge $5,450.00 30 days Blackhawk Enterprises 977 650-016-001-a Transportation Control Systems (TCS)12" Die Cast All LED Vehicle Signal Assembly HSS83ELED - 4 Section $750.00 90 Transportation Control Systems 977 650-016-001-b Transportation Control Systems (TCS)12" Die Cast All LED Vehicle Signal Assembly HSS83ELED - 5 Section $950.00 90 Transportation Control Systems 1000 676-035-014-a Transportation Control Systems (TCS)ITS Field Cabinet ZFDOTITS-Custom Dectection Wired Cabinet $35,000.00 90 Transportation Control Systems 1002 676-035-018-a Transportation Control Systems (TCS)ITS Field Cabinet ZFDOTITS-2-Custom Detection Wired Cabinet $38,000.00 90 Transportation Control Systems 70 682-005-001-a Bosch Security Systems, Inc.Camera - Fixed Bosch 8000I series (NDE-8502-R)-Dect Options $35,400.00 90 Transportation Control Systems DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 60 SS-682-002-016-a Axis Communications Camera - Dome POE Injector $262.35 30 Control Technologies 60 SS-682-002-016-b Axis Communications Camera - Dome Camera Wall & Pole Mount $189.38 30 Control Technologies 60 SS-682-002-016-c Axis Communications Camera - Dome Core License $103.73 30 Control Technologies 60 SS-682-002-016-d Axis Communications Camera - Dome Universal License $111.61 30 Control Technologies 60 SS-682-002-016-e Axis Communications Camera - Dome 24V Power Supply $85.43 30 Control Technologies 60 SS-682-002-016-f Axis Communications Camera - Dome Above Ground POE Surge Protector $165.70 30 Control Technologies 60 SS-682-002-016-g Axis Communications Camera - Dome Pendant Kit $68.18 30 Control Technologies 60 SS-682-002-016-h Axis Communications Camera - Dome Candy Cane Mount $397.69 30 Control Technologies 60 SS-682-002-016-i Axis Communications Camera - Dome RJ45 Push Pull Connector $88.38 30 Control Technologies 60 SS-682-002-016-j Axis Communications Camera - Dome Camera Mounting Bracket $180.25 30 Control Technologies 60 SS-682-002-016-k Axis Communications Camera - Dome POE Extender $340.88 30 Control Technologies 60 SS-682-002-016-l Axis Communications Camera - Dome RMA Service $1,010.00 30 Control Technologies 60 SS-682-002-016-m Axis Communications Camera - Dome Cabinet POE Surge Protector $87.75 30 Control Technologies 62 SS-682-002-021-a Axis Communications Camera - Dome POE Injector $262.35 30 Control Technologies 62 SS-682-002-021-b Axis Communications Camera - Dome Camera Wall & Pole Mount $189.38 30 Control Technologies 62 SS-682-002-021-c Axis Communications Camera - Dome Core License $103.73 30 Control Technologies 62 SS-682-002-021-d Axis Communications Camera - Dome Universal License $111.61 30 Control Technologies 62 SS-682-002-021-e Axis Communications Camera - Dome 24V Power Supply $85.43 30 Control Technologies 62 SS-682-002-021-f Axis Communications Camera - Dome Above Ground POE Surge Protector $165.70 30 Control Technologies 62 SS-682-002-021-g Axis Communications Camera - Dome Pendant Kit $68.18 30 Control Technologies 62 SS-682-002-021-h Axis Communications Camera - Dome Candy Cane Mount $397.69 30 Control Technologies 62 SS-682-002-021-i Axis Communications Camera - Dome RJ45 Push Pull Connector $88.38 30 Control Technologies 62 SS-682-002-021-j Axis Communications Camera - Dome Camera Mounting Bracket $180.25 30 Control Technologies 62 SS-682-002-021-k Axis Communications Camera - Dome POE Extender $340.88 30 Control Technologies 62 SS-682-002-021-l Axis Communications Camera - Dome RMA Service $1,010.00 30 Control Technologies 62 SS-682-002-021-m Axis Communications Camera - Dome Cabinet POE Surge Protector $87.75 30 Control Technologies 282 SS-678-016-008-b Eberle Design Inc.Malfunction Management Unit Type 17 MMU16LE-PGM-CARD $85.85 30 Control Technologies 282 SS-678-016-008-c Eberle Design Inc.Malfunction Management Unit Type 18 MMU16-EXT-CARD $255.03 30 Control Technologies 283 SS-678-016-008-d Eberle Design Inc.Malfunction Management Unit Type 19 Recertification $217.15 30 Control Technologies 286 SS-678-023-001-a Eberle Design Inc.Conflict Monitor for 170/2070 Controllers 210PB $68.18 30 Control Technologies 287 SS-678-023-002-a Eberle Design Inc.Conflict Monitor for 170/2070 Controllers 2018PB $78.28 30 Control Technologies 326 SS-660-015-023-a FLIR ITS (Traficon)Vehicle Detector - Video Color Camera Assembly $1,153.67 30 Control Technologies 326 SS-660-015-023-b FLIR ITS (Traficon)Vehicle Detector - Video VIEWCOM/E Max+$4,121.35 30 Control Technologies 326 SS-660-015-023-c FLIR ITS (Traficon)Vehicle Detector - Video FC T2-Series Sensor $3,211.07 30 Control Technologies 326 SS-660-015-023-d FLIR ITS (Traficon)Vehicle Detector - Video FC T2-Series Sensor Assembly $3,362.04 30 Control Technologies 326 SS-660-015-023-e FLIR ITS (Traficon)Vehicle Detector - Video 4 I/Os $717.28 30 Control Technologies 326 SS-660-015-023-f FLIR ITS (Traficon)Vehicle Detector - Video Rack Assembly $591.61 30 Control Technologies 326 SS-660-015-023-g FLIR ITS (Traficon)Vehicle Detector - Video Port 1 Interface (PIM)$560.40 30 Control Technologies 326 SS-660-015-023-h FLIR ITS (Traficon)Vehicle Detector - Video Siamese Cable (1,000ft)$1,430.01 30 Control Technologies 326 SS-660-015-023-i FLIR ITS (Traficon)Vehicle Detector - Video SDLC Cable $139.38 30 Control Technologies 326 SS-660-015-023-j FLIR ITS (Traficon)Vehicle Detector - Video Camera Interface Panel $915.82 30 Control Technologies 326 SS-660-015-023-k FLIR ITS (Traficon)Vehicle Detector - Video Onsite Support (per hour)$151.50 30 Control Technologies 326 SS-660-015-023-l FLIR ITS (Traficon)Vehicle Detector - Video Mastarm Camera Mount Assembly $271.24 30 Control Technologies 328 SS-660-015-034-a FLIR ITS (Traficon)Vehicle Detector - Video 4TI ETH Edge $555.03 30 Control Technologies 328 SS-660-015-034-b FLIR ITS (Traficon)Vehicle Detector - Video 4TI ETH $984.53 30 Control Technologies 328 SS-660-015-034-c FLIR ITS (Traficon)Vehicle Detector - Video 4/Os xp. Edge $465.94 30 Control Technologies 328 SS-660-015-034-d FLIR ITS (Traficon)Vehicle Detector - Video TrafiCam Cable (100ft)$86.01 30 Control Technologies 336 SS-665-006-002-a FLIR ITS (Traficon)Thermal Passive Pedestrian Detector POE Interface $287.78 30 Control Technologies 336 SS-665-006-002-b FLIR ITS (Traficon)Thermal Passive Pedestrian Detector 4I/O USB $465.94 30 Control Technologies 336 SS-665-006-002-c FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Ped Pole Mount $197.96 30 Control Technologies 336 SS-665-006-002-d FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Ped Counting License $592.37 30 Control Technologies 336 SS-665-006-002-e FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TI BPL3 Edge B&SIU $1,741.39 30 Control Technologies 336 SS-665-006-002-f FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TI BPL3 Interface $1,650.27 30 Control Technologies 336 SS-665-006-002-g FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Rack Assembly $591.61 30 Control Technologies 336 SS-665-006-002-h FLIR ITS (Traficon)Thermal Passive Pedestrian Detector BPL Cable (1,000ft)$590.01 30 Control Technologies 336 SS-665-006-002-i FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Onsite Support $151.50 30 Control Technologies 336 SS-665-006-002-j FLIR ITS (Traficon)Thermal Passive Pedestrian Detector SDLC Cable $139.38 30 Control Technologies 337 SS-665-006-002-k FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Ethernet Cable (100ft)$80.01 30 Control Technologies DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 337 SS-665-006-002-a2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector POE Interface $287.78 30 Control Technologies 337 SS-665-006-002-b2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector 4I/O USB $465.94 30 Control Technologies 337 SS-665-006-002-c2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Ped Pole Mount $197.96 30 Control Technologies 337 SS-665-006-002-d2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Ped Counting License $592.37 30 Control Technologies 337 SS-665-006-002-e2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TI BPL3 Edge B&SIU $1,741.39 30 Control Technologies 337 SS-665-006-002-f2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector TI BPL3 Interface $1,650.27 30 Control Technologies 337 SS-665-006-002-g2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Rack Assembly $591.61 30 Control Technologies 337 SS-665-006-002-h2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector BPL Cable (1,000ft)$590.01 30 Control Technologies 337 SS-665-006-002-i2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Onsite Support (per hour)$151.50 30 Control Technologies 337 SS-665-006-002-j2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector SDLC Cable $139.38 30 Control Technologies 337 SS-665-006-002-k2 FLIR ITS (Traficon)Thermal Passive Pedestrian Detector Ethernet Cable (100ft)$80.01 30 Control Technologies 338 SS-660-015-050-a FLIR ITS (Traficon)Vehicle Detector - Video TI BPL3 Edge B&SIU $1,741.39 30 Control Technologies 338 SS-660-015-050-b FLIR ITS (Traficon)Vehicle Detector - Video TI BPL3 Interface $1,650.27 30 Control Technologies 338 SS-660-015-050-c FLIR ITS (Traficon)Vehicle Detector - Video Rack Assembly $591.61 30 Control Technologies 338 SS-660-015-050-d FLIR ITS (Traficon)Vehicle Detector - Video BPL Cable (1,000ft)$590.01 30 Control Technologies 338 SS-660-015-050-e FLIR ITS (Traficon)Vehicle Detector - Video Onsite Support (per hour)$151.50 30 Control Technologies 338 SS-660-015-050-f FLIR ITS (Traficon)Vehicle Detector - Video SDLC Cable $139.38 30 Control Technologies 338 SS-660-015-050-g FLIR ITS (Traficon)Vehicle Detector - Video POE Interface $287.78 30 Control Technologies 338 SS-660-015-050-h FLIR ITS (Traficon)Vehicle Detector - Video 4I/O USB $465.94 30 Control Technologies 338 SS-660-015-050-i FLIR ITS (Traficon)Vehicle Detector - Video Mastarm Camera Mount Assembly $271.24 30 Control Technologies 338 SS-660-015-050-j FLIR ITS (Traficon)Vehicle Detector - Video Premium Traffic Data License $2,144.33 30 Control Technologies 807 SS-660-018-010-a s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Above Ground Equipment Assembly - Stream $6,386.93 30 Control Technologies 807 SS-660-018-010-b s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Cabinet Equipment Assembly $6,729.02 30 Control Technologies 807 SS-660-018-010-c s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Sensor Shield $79.74 30 Control Technologies 807 SS-660-018-010-d s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave PLC J-Box $429.45 30 Control Technologies 807 SS-660-018-010-e s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Advanced Mounting Bracket $296.33 30 Control Technologies 807 SS-660-018-010-f s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Span Wire Mount $263.59 30 Control Technologies 807 SS-660-018-010-g s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Straight Bracket $128.75 30 Control Technologies 807 SS-660-018-010-h s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave COM HUB Sync PLC $5,992.58 30 Control Technologies 807 SS-660-018-010-i s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave SDLC Comm Module $741.74 30 Control Technologies 807 SS-660-018-010-j s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave SDLC Adapter Cable $94.80 30 Control Technologies 807 SS-660-018-010-k s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave PLC Cable (1,000ft)$590.01 30 Control Technologies 807 SS-660-018-010-l s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave IPSUM License $828.20 30 Control Technologies 807 SS-660-018-010-m s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave 48V Power Supply $89.02 30 Control Technologies 807 SS-660-018-010-n s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Onsite Support (per hour)$151.50 30 Control Technologies 807 SS-660-018-010-o s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Above Ground Equipment Assembly $5,963.94 30 Control Technologies 807 SS-660-018-010-p s.m.s, smart microwave sensors GmbH Vehicle Detector - Microwave Above Ground Equipment Assembly - Lite $5,124.02 30 Control Technologies 808 SS-660-014-007-a s.m.s, smart microwave sensors GmbH Wrong Way Vehicle Detection System 24V Power Supply 78.86 30 Control Technologies 808 SS-660-014-007-b s.m.s, smart microwave sensors GmbH Wrong Way Vehicle Detection System M64 Interface 1780.13 30 Control Technologies 808 SS-660-014-007-c s.m.s, smart microwave sensors GmbH Wrong Way Vehicle Detection System WIRE-C-SM-10C (100ft)105.01 30 Control Technologies 736 SS-671-019-002-a Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-4A $912.03 30 Control Technologies 736 SS-671-019-002-b Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)1883 Engine Board $1,954.29 30 Control Technologies 736 SS-671-019-002-c Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070 1C-CPU $2,354.59 30 Control Technologies 736 SS-671-019-002-d Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-2E+ Module $1,998.83 30 Control Technologies 736 SS-671-019-002-e Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-3B Front Panel $1,250.54 30 Control Technologies 736 SS-671-019-002-f Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-3DX Front Panel $1,090.19 30 Control Technologies 736 SS-671-019-002-g Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-7A Serial Comm Module $555.70 30 Control Technologies 736 SS-671-019-002-h Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)2070-7T-GPS Serial Comm Module $1,357.44 30 Control Technologies 736 SS-671-019-002-i Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)MAXTIME ic License $1,901.83 30 Control Technologies 736 SS-671-019-002-j Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)MAXTIME adaptive License $8,993.04 30 Control Technologies 736 SS-671-019-002-k Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)MAXTIME cv License $357.74 30 Control Technologies 736 SS-671-019-002-l Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)MAXTIME ramp meter License $3,074.04 30 Control Technologies 736 SS-671-019-002-m Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)Services (per hour)$179.38 30 Control Technologies 736 SS-671-019-002-n Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)Training (per day)$2,828.00 30 Control Technologies 736 SS-671-019-002-o Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)Enhancement Fee $51,005.00 30 Control Technologies 736 SS-671-019-002-p Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)Kinetic License $2,550.86 30 Control Technologies 736 SS-671-019-002-q Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)SMA Fee (per device)$430.26 30 Control Technologies 736 SS-671-019-002-r Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)Hosting Fee (<500 devices)$25,502.50 30 Control Technologies DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 736 SS-671-019-002-s Q-Free America, Inc.2070 Unit (Full Unit for 170 Cabinet)RMA Fee $1,020.10 30 Control Technologies 737 SS-671-016-015-a Q-Free America, Inc.Controller - NEMA TS2 Type 1 MAXTIME ic License $1,901.83 30 Control Technologies 737 SS-671-016-015-b Q-Free America, Inc.Controller - NEMA TS2 Type 1 MAXTIME adaptive License $8,993.04 30 Control Technologies 737 SS-671-016-015-c Q-Free America, Inc.Controller - NEMA TS2 Type 1 MAXTIME cv License $357.74 30 Control Technologies 737 SS-671-016-015-d Q-Free America, Inc.Controller - NEMA TS2 Type 1 Services (per hour)$179.38 30 Control Technologies 737 SS-671-016-015-e Q-Free America, Inc.Controller - NEMA TS2 Type 1 Training (per day)$2,828.00 30 Control Technologies 737 SS-671-016-015-f Q-Free America, Inc.Controller - NEMA TS2 Type 1 Enhancement Fee $51,005.00 30 Control Technologies 737 SS-671-016-015-g Q-Free America, Inc.Controller - NEMA TS2 Type 1 Kinetic License $2,550.86 30 Control Technologies 737 SS-671-016-015-h Q-Free America, Inc.Controller - NEMA TS2 Type 1 SMA Fee (per device)$430.26 30 Control Technologies 737 SS-671-016-015-i Q-Free America, Inc.Controller - NEMA TS2 Type 1 Hosting Fee (<500 devices)$25,502.50 30 Control Technologies 737 SS-671-016-015-j Q-Free America, Inc.Controller - NEMA TS2 Type 1 RMA Fee $1,020.10 30 Control Technologies 737 SS-671-016-015-k Q-Free America, Inc.Controller - NEMA TS2 Type 1 Power Supply $1,090.19 30 Control Technologies 737 SS-671-016-015-l Q-Free America, Inc.Controller - NEMA TS2 Type 1 D Cable $180.14 30 Control Technologies 737 SS-671-016-015-m Q-Free America, Inc.Controller - NEMA TS2 Type 1 D Adapter Cable $195.41 30 Control Technologies 737 SS-671-016-015-n Q-Free America, Inc.Controller - NEMA TS2 Type 1 GPS Antenna $422.08 30 Control Technologies 737 SS-671-016-015-o Q-Free America, Inc.Controller - NEMA TS2 Type 1 Small A to Big A Adapter Cable $137.72 30 Control Technologies 738 SS-671-017-015-a Q-Free America, Inc.Controller - NEMA TS2 Type 2 MAXTIME ic License $1,901.83 30 Control Technologies 738 SS-671-017-015-b Q-Free America, Inc.Controller - NEMA TS2 Type 2 MAXTIME adaptive License $8,993.04 30 Control Technologies 738 SS-671-017-015-c Q-Free America, Inc.Controller - NEMA TS2 Type 2 MAXTIME cv License $357.74 30 Control Technologies 738 SS-671-017-015-d Q-Free America, Inc.Controller - NEMA TS2 Type 2 Services (per hour)$179.38 30 Control Technologies 738 SS-671-017-015-e Q-Free America, Inc.Controller - NEMA TS2 Type 2 Training (per day)$2,828.00 30 Control Technologies 738 SS-671-017-015-f Q-Free America, Inc.Controller - NEMA TS2 Type 2 Enhancement Fee $51,005.00 30 Control Technologies 738 SS-671-017-015-g Q-Free America, Inc.Controller - NEMA TS2 Type 2 Kinetic License $2,550.86 30 Control Technologies 738 SS-671-017-015-h Q-Free America, Inc.Controller - NEMA TS2 Type 2 SMA Fee (per device)$430.26 30 Control Technologies 738 SS-671-017-015-i Q-Free America, Inc.Controller - NEMA TS2 Type 2 Hosting Fee (<500 devices)$25,502.50 30 Control Technologies 738 SS-671-017-015-j Q-Free America, Inc.Controller - NEMA TS2 Type 2 RMA Fee $1,020.10 30 Control Technologies 738 SS-671-017-015-k Q-Free America, Inc.Controller - NEMA TS2 Type 2 Power Supply $1,090.19 30 Control Technologies 738 SS-671-017-015-l Q-Free America, Inc.Controller - NEMA TS2 Type 2 D Cable $180.14 30 Control Technologies 738 SS-671-017-015-m Q-Free America, Inc.Controller - NEMA TS2 Type 2 D Adapter Cable $195.41 30 Control Technologies 738 SS-671-017-015-n Q-Free America, Inc.Controller - NEMA TS2 Type 2 GPS Antenna $422.08 30 Control Technologies 738 SS-671-017-015-o Q-Free America, Inc.Controller - NEMA TS2 Type 2 Small A to Big A Adapter Cable $137.72 30 Control Technologies 639 SS-665-003-012-a PedSafety, a Campbell Company Pedestrian Detector Modular Pedestrian Station $135.26 30 Control Technologies 639 SS-665-003-012-b PedSafety, a Campbell Company Pedestrian Detector Button Cup $39.68 30 Control Technologies 639 SS-665-003-012-c PedSafety, a Campbell Company Pedestrian Detector Mounting Adapter $129.53 30 Control Technologies 639 SS-665-003-012-d PedSafety, a Campbell Company Pedestrian Detector Extension Bracket $211.34 30 Control Technologies 639 SS-665-003-012-e PedSafety, a Campbell Company Pedestrian Detector Aluminum Sign $70.70 30 Control Technologies 640 SS-665-004-010-a PedSafety, a Campbell Company Audible/Tactile Pedestrian Detector Aluminum Sign $70.70 30 Control Technologies 640 SS-665-004-010-b PedSafety, a Campbell Company Audible/Tactile Pedestrian Detector Signal Power Interface (SPI)$163.89 30 Control Technologies 640 SS-665-004-010-a PedSafety, a Campbell Company Audible/Tactile Pedestrian Detector Adapter Plate $75.54 30 Control Technologies 150 SS-676-040-001-a Control Technologies 170 Wired Cabinet Type 552 Cellular Modem $1,500.00 30 Control Technologies 151 SS-676-041-001-a Control Technologies 170 Wired Cabinet Type 662 Cellular Modem $1,500.00 30 Control Technologies 68 SS-660-024-005-a Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-ID - Collector Interface Data - Sensor Licenses (ITS, Traffic, Parking) Multiple Licenses available, price per each. - Lidar Perception, Video Analytic (post Processed, Transportation Radar, Wireless Magnetometer, Dispatch Driver, Device Health Monitoring. $1,400.00 15-30 Blue-Band, LLC 68 SS-660-024-005-b Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-IC - Collector Interface Connectivity Drivers Multiple Licenses Available price per each -Peripherals, NTCIP, SLDC, CCC, NTCIP 1023, Digital IO, RSU, V2X, Piezo I/O, LoopRach, I/O $1,400.00 15-30 Blue-Band, LLC 68 SS-660-024-005-c Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-AA Collector - Apps/Analytics/ subsystems - Multiple Licenses Available price per each - NTCIP1209, Object Analytics, SPM+, Interface Device Health Analytics, Blackbox, SB, WIM Analytics, $700.00 15-30 Blue-Band, LLC 68 SS-660-024-005-d Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-DW Collector - Digital Wire -Multiple Licenses Available price per each NEMA TS2 Presence, Logic Integration, Interval Data, WIM-Data $700.00 15-30 Blue-Band, LLC DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 68 SS-660-024-005-e Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-BC Collector -Broker Connect - Multiple Licenses Available price per each SMTP, STTP Rest API, websocket, TCP $1,400.00 15-30 Blue-Band, LLC 68 SS-660-024-005-f Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-SD Collector -Service Dispatcher - Multiple Licenses Available price per each - DB, SMTP, TCP $1,400.00 15-30 Blue-Band, LLC 68 SS-660-024-005-g Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-CDC Collector -Custom Development Services - Multiple Services Available price per each - Driver Interface Development, App Development,Wire Functionality, Broker Connection, Dispatcher Protocol $5,000.00 15-30 Blue-Band, LLC 68 SS-660-024-005-h Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-CD Collector -Custom Development Hrly $200.00 15-30 Blue-Band, LLC 68 SS-660-024-005-i Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-ITS-ITS-Probe - Collector - ITS Data License - Per Collector Device - Probe Data $2,667.00 15-30 Blue-Band, LLC 68 SS-660-024-005-j Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-BIOT-BLU -License - Per Device/Per Year $350.00 15-30 Blue-Band, LLC 68 SS-660-024-005-k Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-TR-TCDI - Collector Traffic License - Per Collector Device - Traffic Controller Direct Interface License - Includes controller interface, SPAT, NTCIP 1202 over ethernet with SPM Plus $6,300.00 15-30 Blue-Band, LLC 68 SS-660-024-005-l Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-CL-ITS-RMC - Collector - ITS Data License - Per Collector Device - Ramp Meter Control $2,667.00 15-30 Blue-Band, LLC 68 SS-660-024-005-m Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-D-TX-IP - In Pavement Assembly includes wireless vehicle detector w/solar and rechargable batter and in- pavement road cradle $1,066.00 15-30 Blue-Band, LLC 68 SS-660-024-005-n Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-OPC - On pavement cradle $125.00 15-30 Blue-Band, LLC 68 SS-660-024-005-o Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-D-TX - Detector only - No cradle $850.00 15-30 Blue-Band, LLC 68 SS-660-024-005-p Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-MDC-001 - Master Wireless Detector Card/Expansion $438.00 15-30 Blue-Band, LLC 68 SS-660-024-005-q Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-SDLC - Signal Cabinet Inferface Device $1,425.00 15-30 Blue-Band, LLC 68 SS-660-024-005-r Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 B-TI-AID-0001 -Collector in cabinet integrator device $2,900.00 15-30 Blue-Band, LLC 68 SS-660-024-005-s Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-AB-IP - Set of Anchors and Bolts for in pavement install $68.00 15-30 Blue-Band, LLC 68 SS-660-024-005-t Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-AB-0P - Set of Anchors and Bolts for on pavement install $136.00 15-30 Blue-Band, LLC 68 SS-660-024-005-u Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-ANT-0001-EXT - Long Range 2.4Ghz Directional Antenna - set of 2 $1,000.00 15-30 Blue-Band, LLC 68 SS-660-024-005-v Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-ANT-ST - ITS/Traffic 5db Standard Antenna set of 2 $356.00 15-30 Blue-Band, LLC 68 SS-660-024-005-w Blue-Band, LLC BB-Coll-0001, BB-D-TX-0001 BB-RA-0001 - Road Adhesive and Sealant $72.00 15-30 Blue-Band, LLC Expanse Expanse Sensors 1050 SS-660-020-009-a Wavetronix LLC Traffic Data Detection System - Microwave 101-0451 XP20 Motorway Radar Sensor $5,620.00 60 Wavetronix 1047 SS-660-018-004-a Wavetronix LLC Vehicle Detector - Microwave 101-0479 XP21 4-Approach Single Intersection Radar Sensor $11,324.00 60 Wavetronix Expanse Sensor Mounts 1050 SS-660-020-009-b Wavetronix LLC Traffic Data Detection System - Microwave 101-0457 XP20, Sensor Mount $471.00 60 Wavetronix 1050 SS-660-020-009-c Wavetronix LLC Traffic Data Detection System - Microwave 101-0461 XP20, Sensor Mount, 36in.$676.00 60 Wavetronix 1050 SS-660-020-009-d Wavetronix LLC Traffic Data Detection System - Microwave 101-0482 XP20, Sensor Mount, Rotative, Extended $1,096.00 60 Wavetronix Expanse Cabinet 1050 SS-660-020-009-e Wavetronix LLC Traffic Data Detection System - Microwave 102-0597 Arc-2, v2, AC, Cabinet Interface $5,619.00 60 Wavetronix 1050 SS-660-020-009-f Wavetronix LLC Traffic Data Detection System - Microwave 102-0598 Arc-2, DC, Cabinet Interface $5,619.00 60 Wavetronix 1047 SS-660-018-004-b Wavetronix LLC Vehicle Detector - Microwave 102-0594 Arc-6, AC, Cabinet Interface $7,662.00 60 Wavetronix 1047 SS-660-018-004-c Wavetronix LLC Vehicle Detector - Microwave 102-0416-2 Arc, 6 Port, AC Powered (650) Includes 4 - 102- 0562 SmartSensor Surge v2 $3,885.00 60 Wavetronix 1047 SS-660-018-004-d Wavetronix LLC Vehicle Detector - Microwave 102-0451-2 Arc, 6 Port, AC Powered (656) Includes 6 - 102- 0562 SmartSensor Surge v2 $5,655.00 60 Wavetronix DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor Expanse Surge Sensor Surge 1050 SS-660-020-009-g Wavetronix LLC Traffic Data Detection System - Microwave 102-0482 XP20, Surge, FRS $284.00 60 Wavetronix 1047 SS-660-018-004-e Wavetronix LLC Vehicle Detector - Microwave 101-0483 XP21, Surge, FRS $284.00 60 Wavetronix Cabinet Surge 1050 SS-660-020-009-h Wavetronix LLC Traffic Data Detection System - Microwave 102-0480 Arc, Surge v1, FRS (2 Port Arc Only)$284.00 60 Wavetronix 1050 SS-660-020-009-i Wavetronix LLC Traffic Data Detection System - Microwave 102-0564 Arc, Surge v2, FRS $284.00 60 Wavetronix 1050 SS-660-020-009-j Wavetronix LLC Traffic Data Detection System - Microwave 102-0525 Arc, SmartSensor Surge v1, FRS (2 Port Arc Only)$284.00 60 Wavetronix 1050 SS-660-020-009-k Wavetronix LLC Traffic Data Detection System - Microwave 102-0562 Arc, SmartSensor Surge v2, FRS (Arc-2, Arc-6)$284.00 60 Wavetronix 1050 SS-660-020-009-l Wavetronix LLC Traffic Data Detection System - Microwave 102-0537 Arc, FRS Expanse Link Spring Cage Connector Kit $28.00 60 Wavetronix 1050 SS-660-020-009-m Wavetronix LLC Traffic Data Detection System - Microwave 102-0481 Arc, Blank Cover for FRS Slot $13.00 60 Wavetronix Expanse Brackets 1050 SS-660-020-009-n Wavetronix LLC Traffic Data Detection System - Microwave 102-0485 Arc, NEMA Side-Mount Bracket $55.00 60 Wavetronix 1050 SS-660-020-009-o Wavetronix LLC Traffic Data Detection System - Microwave 102-0486 Arc, 19-Inch Rack Bracket $55.00 60 Wavetronix 1050 SS-660-020-009-p Wavetronix LLC Traffic Data Detection System - Microwave 102-0487 Arc, Diamond Bracket for Fiberglass Cabinet $45.00 60 Wavetronix Expanse Cable & Connector Link Cable 1050 SS-660-020-009-q Wavetronix LLC Traffic Data Detection System - Microwave 101-0468 Expanse Link Cable, 1-Pair, 22 AWG, 500' Spool $1,562.00 60 Wavetronix 1050 SS-660-020-009-r Wavetronix LLC Traffic Data Detection System - Microwave 101-0469 Expanse Link Cable, 1-Pair, 22 AWG, 1000' Spool $3,123.00 60 Wavetronix 1050 SS-660-020-009-s Wavetronix LLC Traffic Data Detection System - Microwave 101-0470 Expanse Link Cable, 1-Pair, 22 AWG, 5000' Spool $15,604.00 60 Wavetronix S-Link Cable 1050 SS-660-020-009-t Wavetronix LLC Traffic Data Detection System - Microwave 101-0465 Expanse Link S Cable, 1-Pair, 16 AWG, 500' Spool $2,095.00 60 Wavetronix 1050 SS-660-020-009-u Wavetronix LLC Traffic Data Detection System - Microwave 101-0464 Expanse Link S Cable, 1-Pair, 16 AWG, 1000' Spool $4,184.00 60 Wavetronix 1050 SS-660-020-009-v Wavetronix LLC Traffic Data Detection System - Microwave 101-0463 Expanse Link S Cable, 1-Pair, 16 AWG, 5000' Spool $20,909.00 60 Wavetronix Connector 1050 SS-660-020-009-w Wavetronix LLC Traffic Data Detection System - Microwave 101-0481 Expanse M12-T Push Lock Cable Connector $88.00 60 Wavetronix 1050 SS-660-020-009-x Wavetronix LLC Traffic Data Detection System - Microwave 101-0486 Expanse M12-T Push Lock Cable Connector Kit $88.00 60 Wavetronix Software 1050 SS-660-020-009-y Wavetronix LLC Traffic Data Detection System - Microwave 103-0414 CrossRoads Traffic Simulator Software License (Basic) (Starter)$0.00 60 Wavetronix 1050 SS-660-020-009-z Wavetronix LLC Traffic Data Detection System - Microwave 103-0424 CrossRoads Traffic Simulator Software License (Standard)$799.00 60 Wavetronix 1050 SS-660-020-009-aa Wavetronix LLC Traffic Data Detection System - Microwave 103-0425 CrossRoads Traffic Simulator Software License (Premium)$2,274.00 60 Wavetronix 1050 SS-660-020-009-ab Wavetronix LLC Traffic Data Detection System - Microwave 103-0425 CrossRoads Traffic Simulator Software License (Upgrade) (Standard to Premium)$1,133.00 60 Wavetronix Wavetronix LLC **includes 2 years of authenticated access and updates to CrossRoads SmartSensor SmartSensor HD 1048 SS-660-020-004-a Wavetronix LLC Traffic Data Detection System - Microwave 101-0415 SmartSensor HD $6,784.00 60 Wavetronix 1048 SS-660-020-004-b Wavetronix LLC Traffic Data Detection System - Microwave 101-0416 SmartSensor HD w/ Retrofit $7,080.00 60 Wavetronix 1048 SS-660-020-004-c Wavetronix LLC Traffic Data Detection System - Microwave 101-0403 SmartSensor HD w/ Rotating Backplate $6,855.00 60 Wavetronix 1048 SS-660-020-004-d Wavetronix LLC Traffic Data Detection System - Microwave 101-0404 SmartSensor HD 200 MHz Bandwidth $6,784.00 60 Wavetronix SmartSensor Advance 1051 SS-660-026-002a Wavetronix LLC Dilemma Zone Protection System SS-200V SmartSensor Advance $5,112.00 60 Wavetronix 1052 SS-660-026-002b Wavetronix LLC Dilemma Zone Protection System SS-200E SmartSensor Advance Extended Range $5,703.00 60 Wavetronix 1051 SS-660-026-002c Wavetronix LLC Dilemma Zone Protection System SS-200V-001 SmartSensor Advance w/ Retrofit $5,410.00 60 Wavetronix DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 1052 SS-660-026-002d Wavetronix LLC Dilemma Zone Protection System SS-200E-001 SmartSensor Advance Extended Range w/ Retrofit $6,000.00 60 Wavetronix SmartSensor Matrix 1047 SS-660-018-004-f Wavetronix LLC Vehicle Detector - Microwave SS-225 SmartSensor Matrix $5,311.00 60 Wavetronix SDLC Support 1047 SS-660-018-004-g Wavetronix LLC Vehicle Detector - Microwave 102-0449 SDLC Bus, 4-Port $445.00 60 Wavetronix 1047 SS-660-018-004-h Wavetronix LLC Vehicle Detector - Microwave 310-0411 SDLC Cable, Right Angle Connector, 4'$316.00 60 Wavetronix 1047 SS-660-018-004-i Wavetronix LLC Vehicle Detector - Microwave 310-0413 SDLC, Y-Cable, 4'/8"$415.00 60 Wavetronix 1047 SS-660-018-004-j Wavetronix LLC Vehicle Detector - Microwave 310-0418 SDLC Cable, 15 Pin to 25 Pin, 4'$309.00 60 Wavetronix 1047 SS-660-018-004-k Wavetronix LLC Vehicle Detector - Microwave 310-0419 SDLC Cable, Straight Connector, 4'$325.00 60 Wavetronix SmartSensor Mounts 1047 SS-660-018-004-l Wavetronix LLC Vehicle Detector - Microwave SS-611 SmartSensor, Mount, Pole $251.00 60 Wavetronix 1047 SS-660-018-004-m Wavetronix LLC Vehicle Detector - Microwave 101-0462 SmartSensor, Mount, Span Wire $251.00 60 Wavetronix 1047 SS-660-018-004-n Wavetronix LLC Vehicle Detector - Microwave 101-0437 SmartSensor, Mount, 36-In.$396.00 60 Wavetronix 1047 SS-660-018-004-o Wavetronix LLC Vehicle Detector - Microwave 101-0456 SmartSensor, Mount, Rotative, Extended Arm $956.00 60 Wavetronix 1047 SS-660-018-004-p Wavetronix LLC Vehicle Detector - Microwave 101-0471 SmartSensor, Snow Visor with Integrated Rotating Backplate $136.00 60 Wavetronix 1047 SS-660-018-004-q Wavetronix LLC Vehicle Detector - Microwave 101-0478 SmartSensor, Triaxial Mount $309.00 60 Wavetronix 1047 SS-660-018-004-r Wavetronix LLC Vehicle Detector - Microwave 360-0129 SmartSensor, Mount Knuckle $64.00 60 Wavetronix 1047 SS-660-018-004-s Wavetronix LLC Vehicle Detector - Microwave 360-0177 SmartSensor, Backplate-Full Rotation $91.00 60 Wavetronix 1051 SS-660-026-002e Wavetronix LLC Dilemma Zone Protection System 360-0283 SmartSensor, Advance Viewfinder $26.00 60 Wavetronix SmartSensor Juntion Boxes 1047 SS-660-018-004-t Wavetronix LLC Vehicle Detector - Microwave 102-0453 SmartSensor, Junction Box, Mini $178.00 60 Wavetronix 1047 SS-660-018-004-u Wavetronix LLC Vehicle Detector - Microwave SS-710 SmartSensor, Junction Box, Large $221.00 60 Wavetronix SmartSensor Cable & Connector Options Specialized Cables 1049 SS-660-020-005-a Wavetronix LLC Traffic Data Detection System - Microwave 101-0401 SmartSensor V Cable with 16-26, RS485, RS232, and Power Connectors $445.00 60 Wavetronix 1049 SS-660-020-005-b Wavetronix LLC Traffic Data Detection System - Microwave 101-0402 SmartSensor Cable with 12-10, RS232, and Power Connectors $408.00 60 Wavetronix 1048 SS-660-020-004-e Wavetronix LLC Traffic Data Detection System - Microwave 310-0412 Cable, 40', 12-10 pin, RS-232/RS-485 Split Y-Cable $400.00 60 Wavetronix Connectors 1047 SS-660-018-004-v Wavetronix LLC Vehicle Detector - Microwave 205-0031 Connector, Back-Shell, 6c Cable,Matrix or Advance $124.00 60 Wavetronix 1047 SS-660-018-004-w Wavetronix LLC Vehicle Detector - Microwave 205-0032 Connector-Pins, 10p, 6c Cable Matrix or Advance $68.00 60 Wavetronix 1047 SS-660-018-004-x Wavetronix LLC Vehicle Detector - Microwave 360-0229 SmartSensor Side Connector $56.00 60 Wavetronix 1048 SS-660-020-004-f Wavetronix LLC Traffic Data Detection System - Microwave SS-703 SmartSensor Connector, 26p, Female for 8c Cable, V or HD, Kit $132.00 60 Wavetronix 1047 SS-660-018-004-y Wavetronix LLC Vehicle Detector - Microwave SS-709 SmartSensor Connector, 8p, Female for 6c Cable, Matrix or Advance, Kit $199.00 60 Wavetronix 1048 SS-660-020-004-g Wavetronix LLC Traffic Data Detection System - Microwave SS-712 SmartSensor Connector, 10p, Female for 8c Cable, V or HD, Kit $199.00 60 Wavetronix SmartSensor Matrix and Advance Cable Options 6c, 10p Connectorized Cable 1047 SS-660-018-004-z Wavetronix LLC Vehicle Detector - Microwave SS-704 Base Price for Custom Length Connectorized Cable, 6c, 10p $244.00 60 Wavetronix 1047 SS-660-018-004-aa Wavetronix LLC Vehicle Detector - Microwave SS-704 Multiply entire custom cable length by applicable factor (base price + factor = total) Max 500'$3.50 60 Wavetronix 1047 SS-660-018-004-ab Wavetronix LLC Vehicle Detector - Microwave SS-704-006 SmartSensor Cable, 6c, 8p, Pre-Term-Conn, 6'$138.00 60 Wavetronix 1047 SS-660-018-004-ac Wavetronix LLC Vehicle Detector - Microwave SS-704-020 SmartSensor Cable, 6c, 8p, Pre-Term-Conn, 20'$192.00 60 Wavetronix 1047 SS-660-018-004-ad Wavetronix LLC Vehicle Detector - Microwave SS-704-040 SmartSensor Cable, 6c, 8p, Pre-Term-Conn, 40'$256.00 60 Wavetronix 1047 SS-660-018-004-ae Wavetronix LLC Vehicle Detector - Microwave SS-704-060 SmartSensor Cable, 6c, 8p, Pre-Term-Conn, 60'$322.00 60 Wavetronix 1047 SS-660-018-004-af Wavetronix LLC Vehicle Detector - Microwave SS-704-080 SmartSensor Cable, 6c, 8p, Pre-Term-Conn, 80'$386.00 60 Wavetronix DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 1047 SS-660-018-004-ag Wavetronix LLC Vehicle Detector - Microwave SS-704-100 SmartSensor Cable, 6c, 8p, Pre-Term-Conn, 100'$451.00 60 Wavetronix Non-Connectorized Cable 1047 SS-660-018-004-ah Wavetronix LLC Vehicle Detector - Microwave SS-705 SmartSensor Cable, 6c, 10p,100' increments-non connectorized (up to 5000') $3.50 60 Wavetronix 1047 SS-660-018-004-ai Wavetronix LLC Vehicle Detector - Microwave 101-0448 SmartSensor Cable, 6c, 500', Bulk Spool $1,418.00 60 Wavetronix 1047 SS-660-018-004-aj Wavetronix LLC Vehicle Detector - Microwave SS-705-001 SmartSensor Cable, 6c, 1000', Bulk Spool $2,301.00 60 Wavetronix 1047 SS-660-018-004-ak Wavetronix LLC Vehicle Detector - Microwave SS-705-002 SmartSensor Cable, 6c, 5000', Bulk Spool $11,505.00 60 Wavetronix SmartSensor V, HD Cable Options 8c, 10p Connectorized Cable 1048 SS-660-020-004-h Wavetronix LLC Traffic Data Detection System - Microwave SS-706 Base Price for Custom Length Connectorized Cable, 8c, 10p $244.00 60 Wavetronix 1048 SS-660-020-004-i Wavetronix LLC Traffic Data Detection System - Microwave SS-706 Multiply entire custom cable length by applicable factor (base price + factor = total) Max 500'$3.50 60 Wavetronix 1048 SS-660-020-004-j Wavetronix LLC Traffic Data Detection System - Microwave SS-706-020 SmartSensor Cable, 8c, 10p, Pre-Term Conn, 20'$197.00 60 Wavetronix 1048 SS-660-020-004-k Wavetronix LLC Traffic Data Detection System - Microwave SS-706-040 SmartSensor Cable, 8c, 10p, Pre-Term Conn, 40'$309.00 60 Wavetronix 1048 SS-660-020-004-l Wavetronix LLC Traffic Data Detection System - Microwave SS-706-060 SmartSensor Cable, 8c, 10p, Pre-Term Conn, 60'$367.00 60 Wavetronix 1048 SS-660-020-004-m Wavetronix LLC Traffic Data Detection System - Microwave SS-706-080 SmartSensor Cable, 8c, 10p, Pre-Term Conn, 80'$427.00 60 Wavetronix 1048 SS-660-020-004-n Wavetronix LLC Traffic Data Detection System - Microwave SS-706-100 SmartSensor Cable, 8c, 10p, Pre-Term Conn, 100'$496.00 60 Wavetronix Non-Connectorized Cable 1048 SS-660-020-004-o Wavetronix LLC Traffic Data Detection System - Microwave SS-707 SmartSensor 8-Conductor Cable-100' increments- non connectorized (up to 5000') $3.50 60 Wavetronix 1048 SS-660-020-004-p Wavetronix LLC Traffic Data Detection System - Microwave SS-707-001 SmartSensor Cable, 8c, 1000', Bulk Spool $2,934.00 60 Wavetronix 1048 SS-660-020-004-q Wavetronix LLC Traffic Data Detection System - Microwave SS-707-002 SmartSensor Cable, 8c, 5000', Bulk Spool $14,648.00 60 Wavetronix 8c, 26p Connectorized Cable 1048 SS-660-020-004-r Wavetronix LLC Traffic Data Detection System - Microwave SS-708-100 SmartSensor Cable, 8c, 26p, Pre-Term Conn, 100'$640.00 60 Wavetronix Extended Warranties Expanse Warranty 1047 SS-660-018-004-al Wavetronix LLC Vehicle Detector - Microwave XP21-WARR-1 XP21 - 1 Year Extended Warranty $357.00 60 Wavetronix 1047 SS-660-018-004-am Wavetronix LLC Vehicle Detector - Microwave XP21-WARR-2 XP21 - 2 Year Extended Warranty $716.00 60 Wavetronix 1047 SS-660-018-004-an Wavetronix LLC Vehicle Detector - Microwave XP21-WARR-3 XP21 - 3 Year Extended Warranty $1,064.00 60 Wavetronix SmartSensor Warranty 1047 SS-660-018-004-ao Wavetronix LLC Vehicle Detector - Microwave SS-WARR-1 SmartSensor 1 Year Extended Warranty $117.00 60 Wavetronix 1047 SS-660-018-004-ap Wavetronix LLC Vehicle Detector - Microwave SS-WARR-2 SmartSensor 2 Year Extended Warranty $232.00 60 Wavetronix 1047 SS-660-018-004-aq Wavetronix LLC Vehicle Detector - Microwave SS-WARR-3 SmartSensor 3 Year Extended Warranty $346.00 60 Wavetronix DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor Click 6xx Warranty 1047 SS-660-018-004-ar Wavetronix LLC Vehicle Detector - Microwave CLK 6xx -WARR-1 Click 6xx 1 Year Extended Warranty $140.00 60 Wavetronix 1047 SS-660-018-004-as Wavetronix LLC Vehicle Detector - Microwave CLK 6xx -WARR-2 Click 6xx 2 Year Extended Warranty $232.00 60 Wavetronix 1047 SS-660-018-004-at Wavetronix LLC Vehicle Detector - Microwave CLK 6xx -WARR-3 Click 6xx 3 Year Extended Warranty $344.00 60 Wavetronix Click Devices 1047 SS-660-018-004-au Wavetronix LLC Vehicle Detector - Microwave 102-0416-2 Arc, 6 Port, AC Powered (650) Includes 4 - 102- 0562 SmartSensor Surge v2 $3,885.00 60 Wavetronix 1047 SS-660-018-004-av Wavetronix LLC Vehicle Detector - Microwave 102-0451-2 Arc, 6 Port, AC Powered (656) Includes 6 - 102- 0562 SmartSensor Surge v2 $5,655.00 60 Wavetronix 1047 SS-660-018-004-aw Wavetronix LLC Vehicle Detector - Microwave 102-0416 Click 650 Cabinet Interface Device, SDLC, 4 Sensors $3,541.00 60 Wavetronix 1047 SS-660-018-004-ax Wavetronix LLC Vehicle Detector - Microwave 102-0451 Click 656 Cabinet Interface Device, SDLC, 6 Sensors $5,311.00 60 Wavetronix 1047 SS-660-018-004-ay Wavetronix LLC Vehicle Detector - Microwave 102-0402 Click 600 Cabinet Interface Device, 4 Sensors $2,407.00 60 Wavetronix 1047 SS-660-018-004-az Wavetronix LLC Vehicle Detector - Microwave 102-0423 Click 600 U Mount Bracket and Screws $47.00 60 Wavetronix 1047 SS-660-018-004-ba Wavetronix LLC Vehicle Detector - Microwave 102-0430 UK 2U 19" Congestion Alert Rack Insert $3,688.00 60 Wavetronix 1047 SS-660-018-004-bb Wavetronix LLC Vehicle Detector - Microwave 102-0462 656 3U Mounting Shelf and Hardware $251.00 60 Wavetronix 1047 SS-660-018-004-bc Wavetronix LLC Vehicle Detector - Microwave 102-0531 Click 656 U Mount Bracket and Screws $55.00 60 Wavetronix 1047 SS-660-018-004-bd Wavetronix LLC Vehicle Detector - Microwave 102-0545 9" 332 Cabinet Bracket $68.00 60 Wavetronix 1047 SS-660-018-004-be Wavetronix LLC Vehicle Detector - Microwave 102-0546 6" 332 Cabinet Bracket $64.00 60 Wavetronix 1047 SS-660-018-004-bf Wavetronix LLC Vehicle Detector - Microwave 102-0549 Click 650 U Mount Bracket and Screws $68.00 60 Wavetronix 1047 SS-660-018-004-bg Wavetronix LLC Vehicle Detector - Microwave 150-0430 Click 6xx 7-Position Insulation Displacement Plug $28.00 60 Wavetronix 1047 SS-660-018-004-bh Wavetronix LLC Vehicle Detector - Microwave 160-0406 Test Fixtr, Field Office, Click Backplate, 120VAC, CLK-110 CLK-111 CLK-112 HD $1,404.00 60 Wavetronix 1047 SS-660-018-004-bi Wavetronix LLC Vehicle Detector - Microwave 160-0410 Test Fixtr, Field Office, Click Backplate, 230 VAC, CLK-110 CLK-111 CLK-112 HD $1,404.00 60 Wavetronix 1048 SS-660-020-004-s Wavetronix LLC Traffic Data Detection System - Microwave 290-0411 Digi TS2-MEI 2-port Terminal Server $1,164.00 60 Wavetronix 1048 SS-660-020-004-t Wavetronix LLC Traffic Data Detection System - Microwave 360-0514 Digi TS2-MEI Din Rail Bracket $45.00 60 Wavetronix Click Backplates 1047 SS-660-018-004-bj Wavetronix LLC Vehicle Detector - Microwave CLK-B01-0001 Assy, Backpate for Traffic Cabinet $105.00 60 Wavetronix 1047 SS-660-018-004-bk Wavetronix LLC Vehicle Detector - Microwave CLK-B02-0001 Assy, 19" Server Rack $299.00 60 Wavetronix 1047 SS-660-018-004-bl Wavetronix LLC Vehicle Detector - Microwave SS-B01-0002 SmartSensor Basic Preachssembled Backplate $1,280.00 60 Wavetronix 1047 SS-660-018-004-bm Wavetronix LLC Vehicle Detector - Microwave SS-B01-0003 2 Sensor (AC) Intersection Backplate $1,808.00 60 Wavetronix 1047 SS-660-018-004-bn Wavetronix LLC Vehicle Detector - Microwave SS-B01-0004 2 Sensor (DC) Intersection Backplate $1,607.00 60 Wavetronix 1047 SS-660-018-004-bo Wavetronix LLC Vehicle Detector - Microwave SS-B01-0005 4 Sensor (AC) Intersection Backplate $2,666.00 60 Wavetronix 1047 SS-660-018-004-bp Wavetronix LLC Vehicle Detector - Microwave SS-B01-0006 4 Sensor (DC) Intersection Backplate $2,288.00 60 Wavetronix 1047 SS-660-018-004-bq Wavetronix LLC Vehicle Detector - Microwave SS-B01-0008 1 Sensor (AC) Intersection Backplate $1,405.00 60 Wavetronix 1047 SS-660-018-004-br Wavetronix LLC Vehicle Detector - Microwave SS-B02-0002 4 Sensor (AC) Intersection 19-Inch Rack $2,989.00 60 Wavetronix 1047 SS-660-018-004-bs Wavetronix LLC Vehicle Detector - Microwave SS-B02-0003 2 Sensor (AC) Intersection 19-Inch Rack $2,026.00 60 Wavetronix 1047 SS-660-018-004-bt Wavetronix LLC Vehicle Detector - Microwave SS-B02-0004 4 Sensor (DC) Intersection 19-Inch Rack $2,583.00 60 Wavetronix 1047 SS-660-018-004-bu Wavetronix LLC Vehicle Detector - Microwave SS-B02-0005 2 Sensor (DC) Intersection 19-Inch Rack $1,808.00 60 Wavetronix 1047 SS-660-018-004-bv Wavetronix LLC Vehicle Detector - Microwave SS-B03-0004 2 Sensor (AC) Intersection Segmented Backplate $1,755.00 60 Wavetronix 1047 SS-660-018-004-bw Wavetronix LLC Vehicle Detector - Microwave SS-B03-0005 4 Sensor (AC) Intersection Segmented Backplate $2,568.00 60 Wavetronix 1047 SS-660-018-004-bx Wavetronix LLC Vehicle Detector - Microwave SS-C10-0012 SmartSensor Basic Preachssembled Cabinet $1,482.00 60 Wavetronix 1047 SS-660-018-004-by Wavetronix LLC Vehicle Detector - Microwave SS-C10-0013 SmartSensor Pole Mount Surge Preachssembled Cabinet $1,024.00 60 Wavetronix Click Cabinets 1048 SS-660-020-004-u Wavetronix LLC Traffic Data Detection System - Microwave CLK-C10-0008 Cabinet C10 Fiberglass 10x8 with Wire Grips and Backplate $453.00 60 Wavetronix 1048 SS-660-020-004-v Wavetronix LLC Traffic Data Detection System - Microwave CLK-C14-0008 Cabinet C14 Fiberglass 14x12 with Wire Grips and Backplate $668.00 60 Wavetronix 1048 SS-660-020-004-w Wavetronix LLC Traffic Data Detection System - Microwave CLK-C16-0008 Cabinet C16 Fiberglass 16x14 with Wire Grips and Backplate $648.00 60 Wavetronix DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 1048 SS-660-020-004-x Wavetronix LLC Traffic Data Detection System - Microwave CLK-C18-0008 Cabinet C18 Fiberglass 18x16 with Wire Grips and Backplate $779.00 60 Wavetronix Click Accessories 1048 SS-660-020-004-y Wavetronix LLC Traffic Data Detection System - Microwave 100-0024 USB to RS-232 Mini Converter (DB-9 to USB-A)$40.00 60 Wavetronix 1048 SS-660-020-004-z Wavetronix LLC Traffic Data Detection System - Microwave 100-0064 Din Rail 9" $8.00 60 Wavetronix 1048 SS-660-020-004-aa Wavetronix LLC Traffic Data Detection System - Microwave 100-0065 Din Rail 12" $8.00 60 Wavetronix 1048 SS-660-020-004-ab Wavetronix LLC Traffic Data Detection System - Microwave 100-0085 N-Male to Reverse SMA Male 1' Coax Cable, Right Angle $64.00 60 Wavetronix 1048 SS-660-020-004-ac Wavetronix LLC Traffic Data Detection System - Microwave 100-0118 Male Power Plug 8' $19.00 60 Wavetronix 1048 SS-660-020-004-ad Wavetronix LLC Traffic Data Detection System - Microwave 100-0119 900 MHz 5 dBi Omni Antenna $248.00 60 Wavetronix 1048 SS-660-020-004-ae Wavetronix LLC Traffic Data Detection System - Microwave 100-0120 900 MHz 9 dBi Yagi Antenna $120.00 60 Wavetronix 1048 SS-660-020-004-af Wavetronix LLC Traffic Data Detection System - Microwave 100-0127 900 MHz 7" Omni Antenna $67.00 60 Wavetronix 1048 SS-660-020-004-ag Wavetronix LLC Traffic Data Detection System - Microwave 100-0133 Universal Antenna Mount w/ U-bolt Kit $79.00 60 Wavetronix 1048 SS-660-020-004-ah Wavetronix LLC Traffic Data Detection System - Microwave 100-0202 2.4 GHz 2.5 dBi Whip Antenna $26.00 60 Wavetronix 1048 SS-660-020-004-ai Wavetronix LLC Traffic Data Detection System - Microwave 100-0277 T-Bus Connector Gray, Power Only $15.00 60 Wavetronix 1048 SS-660-020-004-aj Wavetronix LLC Traffic Data Detection System - Microwave 100-0281 USB to 485 Mini-Converter Assembly $327.00 60 Wavetronix 1048 SS-660-020-004-ak Wavetronix LLC Traffic Data Detection System - Microwave 102-0435 Terminal Block Adapter for Click 111 $82.00 60 Wavetronix 1048 SS-660-020-004-al Wavetronix LLC Traffic Data Detection System - Microwave 205-0000 T-Bus Connector, Green, Communication & Power $15.00 60 Wavetronix 1048 SS-660-020-004-am Wavetronix LLC Traffic Data Detection System - Microwave 228-0004 T-Bus 5-Screw Terminal Block, Right End $27.00 60 Wavetronix 1048 SS-660-020-004-an Wavetronix LLC Traffic Data Detection System - Microwave 228-0020 T-Bus 5-Screw Terminal Block, Left End $10.00 60 Wavetronix 1048 SS-660-020-004-ao Wavetronix LLC Traffic Data Detection System - Microwave 290-0455 √USB to Ethernet Adapter $40.00 60 Wavetronix 1048 SS-660-020-004-ap Wavetronix LLC Traffic Data Detection System - Microwave 290-0456 √USB-C to Ethernet Adapter $40.00 60 Wavetronix 1048 SS-660-020-004-aq Wavetronix LLC Traffic Data Detection System - Microwave 310-0001 Patch Cord, RJ11, 60-in., White $13.00 60 Wavetronix 1048 SS-660-020-004-ar Wavetronix LLC Traffic Data Detection System - Microwave 310-0015 Patch Cord, RJ11, 60-in., Black $13.00 60 Wavetronix 1048 SS-660-020-004-as Wavetronix LLC Traffic Data Detection System - Microwave 310-0016 Patch Cord, RJ11, 6-in., White $12.00 60 Wavetronix 1048 SS-660-020-004-at Wavetronix LLC Traffic Data Detection System - Microwave 310-0017 Patch Cord, RJ11, 6-in., Black $12.00 60 Wavetronix 1048 SS-660-020-004-au Wavetronix LLC Traffic Data Detection System - Microwave 310-0403 RJ-11 to mini USB converter cable $18.00 60 Wavetronix 1047 SS-660-018-004-bz Wavetronix LLC Vehicle Detector - Microwave CLK-100 16 Output Contact Closure Module $597.00 60 Wavetronix 1047 SS-660-018-004-ca Wavetronix LLC Vehicle Detector - Microwave CLK-104 4-Channel Din Rail contact Closure Module $544.00 60 Wavetronix 1047 SS-660-018-004-cb Wavetronix LLC Vehicle Detector - Microwave CLK-110 4 Channel Contact Closure Eurocard $533.00 60 Wavetronix 1047 SS-660-018-004-cc Wavetronix LLC Vehicle Detector - Microwave CLK-112 2 Channel Contact Closure Rack Card $487.00 60 Wavetronix 1047 SS-660-018-004-cd Wavetronix LLC Vehicle Detector - Microwave CLK-114 4 Channel Contact Closure Rack Card $511.00 60 Wavetronix 1048 SS-660-020-004-av Wavetronix LLC Traffic Data Detection System - Microwave CLK-120 Screw Terminal Relay $32.00 60 Wavetronix 1048 SS-660-020-004-aw Wavetronix LLC Traffic Data Detection System - Microwave CLK-121 Spring Cage Relay $32.00 60 Wavetronix 1048 SS-660-020-004-ax Wavetronix LLC Traffic Data Detection System - Microwave CLK-200 Surge Protector $355.00 60 Wavetronix 1048 SS-660-020-004-ay Wavetronix LLC Traffic Data Detection System - Microwave CLK-202 AC to DC Power Converter, 2 Amp $248.00 60 Wavetronix 1048 SS-660-020-004-az Wavetronix LLC Traffic Data Detection System - Microwave CLK-203 UPS and Battery $802.00 60 Wavetronix 1048 SS-660-020-004-ba Wavetronix LLC Traffic Data Detection System - Microwave CLK-204 AC to DC Power Converter, 4 Amp $346.00 60 Wavetronix 1048 SS-660-020-004-bb Wavetronix LLC Traffic Data Detection System - Microwave CLK-210 0.5 amp AC Circuit Breaker $45.00 60 Wavetronix 1048 SS-660-020-004-bc Wavetronix LLC Traffic Data Detection System - Microwave CLK-210-02 2 amp AC Circuit Breaker $45.00 60 Wavetronix 1048 SS-660-020-004-bd Wavetronix LLC Traffic Data Detection System - Microwave CLK-211 AC Outlet $40.00 60 Wavetronix 1048 SS-660-020-004-be Wavetronix LLC Traffic Data Detection System - Microwave CLK-222 System Surge Protector $592.00 60 Wavetronix 1048 SS-660-020-004-bf Wavetronix LLC Traffic Data Detection System - Microwave CLK-223 Dual RS-485 Surge Protector $544.00 60 Wavetronix 1048 SS-660-020-004-bg Wavetronix LLC Traffic Data Detection System - Microwave CLK-224 Dual RS-485 Converter & Surge Protector $938.00 60 Wavetronix 1048 SS-660-020-004-bh Wavetronix LLC Traffic Data Detection System - Microwave CLK-230 120 VAC Surge Protector $239.00 60 Wavetronix 1048 SS-660-020-004-bi Wavetronix LLC Traffic Data Detection System - Microwave CLK-230-02 240 VAC Surge Protector $239.00 60 Wavetronix 1048 SS-660-020-004-bj Wavetronix LLC Traffic Data Detection System - Microwave CLK-250 Wireless Surge Protector $92.00 60 Wavetronix 1048 SS-660-020-004-bk Wavetronix LLC Traffic Data Detection System - Microwave CLK-301 Serial to Ethernet Converter $685.00 60 Wavetronix 1048 SS-660-020-004-bl Wavetronix LLC Traffic Data Detection System - Microwave CLK-304 RS232 to RS485 Converter $511.00 60 Wavetronix 1048 SS-660-020-004-bm Wavetronix LLC Traffic Data Detection System - Microwave CLK-400 900 MHz Spread Spectrum Radio $1,020.00 60 Wavetronix 201 659-031-018 Cost Cast Mast Arm Signal Mounting Value-Brac Model. 1416-SS-062. 1416 Saddle and Swivel Assembly. 63" Cable. Double Swage. SS3304 Certified $75.00 45 Transportation Solutions and Lighting 201 659-031-018 Cost Cast Mast Arm Signal Mounting Value-Brac Model. 1416-SS-120. 1416 Saddle and Swivel Assembly. 63" Cable. Double Swage. SS3304 Certified $81.00 45 Transportation Solutions and Lighting DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 581 660-015-048 NoTraffic 'Vehicle Detector - Video Single Video/Radar Vehicle Detection Sensor $3,900 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Single Video/Radar Vehicle Detection Sensor w/ RSU $4,310 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Power Rail for Cabinet $680 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Communiications Rail for Cabinet $1,400 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Control Unit for Cabinet $4,300 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Cabling. Includes 1000 ft. cable $900 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Red Light Running Platform - 5 year $2,500 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Performance Measures Package - 5 year $3,750 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video RSU enablement - 5 year $3,750 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Optimization - per intersection $12,500 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic 'Vehicle Detector - Video Extended Warranty $10,500 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic Vehicle Detector - Video Antenna for Cabinet $300.00 45 Transportation Solutions and Lighting 581 660-015-048 NoTraffic Vehicle Detector - Video Camera Mount $195.00 45 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Hand Held - Gen 3 Radio Remote 1 watt $1,649.00 45 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal PTL2.4x LA Battery Upgrade from 12 to 16 $1,175.00 45 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Directional Antenna Add On $492.00 45 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Generator Mount - PTL2.4x $879.00 45 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Remote Monitoring Systems Package (Gen 3 - Cellular) - per year 1279 45 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Emergency Vehicle Pre-Emption (Strobe - Tomar)1423 30 Transportation Solutions and Lighting 579 102-055-003 North America Traffic, Inc.Portable Traffic Signal Microwave Traffic Sensor Package 1269 45 Transportation Solutions and Lighting 580 102-060-001 North America Traffic, Inc.Automated Flagger Assistance Device (AFAD)Intrusion Alarm Complete 1645 45 Transportation Solutions and Lighting 580 102-060-001 North America Traffic, Inc.Automated Flagger Assistance Device (AFAD)RCF2.4 G3 Tandem Tow Pkg 325 45 Transportation Solutions and Lighting 580 102-060-001 North America Traffic, Inc.Automated Flagger Assistance Device (AFAD)Directional Antenna Add On 520 45 Transportation Solutions and Lighting 16 SS-685-002-020-a Alpha Technologies Uninterruptible Power Supply (4) AlphaCell XTV, 12v, 56 ah battery $1,132.00 56 Temple, Inc. 16 SS-685-002-020-b Alpha Technologies Uninterruptible Power Supply (12) AlphaCell XTV, 12v, 56 ah battery $2,954.00 56 Temple, Inc. 16 SS-685-002-020-c Alpha Technologies Uninterruptible Power Supply (24) AlphaCell XTV, 12v, 56 ah battery $5,856.00 56 Temple, Inc. 16 SS-685-002-020-d Alpha Technologies Uninterruptible Power Supply Rack mount kit, 2 Ru, for FXM HP-650 $33.00 56 Temple, Inc. 16 SS-685-002-020-e Alpha Technologies Uninterruptible Power Supply Battery cable kit, 24 vdc, for FXM HP-650-24 $128.00 56 Temple, Inc. 85 SS-654-001-012-a Carmanah RRFB Dual Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $350.00 45 Temple, Inc. 85 SS-654-001-012-b Carmanah RRFB Single Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $199.00 45 Temple, Inc. 85 SS-654-001-012-c Carmanah RRFB 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 85 SS-654-001-012-d Carmanah RRFB Replacement Energy Management System EMS, GenIII-U + radio $625.00 45 Temple, Inc. 86 SS-654-001-013-a Carmanah RRFB Dual Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $350.00 45 Temple, Inc. 86 SS-654-001-013-b Carmanah RRFB Single Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $199.00 45 Temple, Inc. 86 SS-654-001-013-c Carmanah RRFB 15' Pole & Base Assy $1,131.00 140 Temple, Inc. 86 SS-654-001-013-d Carmanah RRFB Replacement Energy Management System EMS, GenIII-U + radio $625.00 45 Temple, Inc. 87 SS-654-001-014-a Carmanah RRFB Dual Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $350.00 45 Temple, Inc. 87 SS-654-001-014-b Carmanah RRFB Single Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $199.00 45 Temple, Inc. 87 SS-654-001-014-c Carmanah RRFB 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 87 SS-654-001-014-d Carmanah RRFB Replacement Ambient brightness sensor snap-in cover, retrofit ki $25.00 45 Temple, Inc. 87 SS-654-001-014-e Carmanah RRFB Replacement Energy Management System EMS, GenIII-U + radio $625.00 45 Temple, Inc. 88 SS-700-019-001-a Carmanah ESFS Yellow 88 + yellow slow down LED boards, set of 2x $975.00 45 Temple, Inc. 88 SS-700-019-001-b Carmanah ESFS Replacement controller, incl. Bluetooth, Datalogger, Scheduler $799.00 45 Temple, Inc. 88 SS-700-019-001-c Carmanah ESFS Radar replacement kit, incl. bracket, harness, hw., radar module SC-15 $1,780.00 45 Temple, Inc. 88 SS-700-019-001-d Carmanah ESFS Replacement External radar kit, adjustable mount, 15' cable, SpeedCheck-15 $1,130.00 45 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 88 SS-700-019-001-e Carmanah ESFS 15' Pole & Base Assy $1,131.00 140 Temple, Inc. 88 SS-700-019-001-f Carmanah ESFS Beacon Assembly $868.00 45 Temple, Inc. 89 SS-700-019-002-a Carmanah ESFS Replacement External radar kit, adjustable mount, 15' cable, SpeedCheck-18 $1,130.00 45 Temple, Inc. 89 SS-700-019-002-b Carmanah ESFS Radar replacement kit, incl. bracket, harness, hw., radar module SC-18 $1,720.00 45 Temple, Inc. 89 SS-700-019-002-c Carmanah ESFS Replacement controller, incl. Bluetooth, Datalogger, Scheduler $799.00 45 Temple, Inc. 89 SS-700-019-002-d Carmanah ESFS 18' Pole & Base Assy $1,213.00 140 Temple, Inc. 89 SS-700-019-002-e Carmanah ESFS Beacon Assembly $868.00 45 Temple, Inc. 92 SS-700-026-013-a Carmanah Sign Beacon 15' Pole & Base Assy $1,131.00 140 Temple, Inc. 92 SS-700-026-013-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U $495.00 45 Temple, Inc. 93 SS-700-026-014-a Carmanah Sign Beacon 15' Pole & Base Assy $1,131.00 140 Temple, Inc. 93 SS-700-026-014-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U $495.00 45 Temple, Inc. 94 SS-700-026-020-a Carmanah Sign Beacon 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 94 SS-700-026-020-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U $495.00 45 Temple, Inc. 95 SS-700-026-021-a Carmanah Sign Beacon 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 95 SS-700-026-021-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U $495.00 45 Temple, Inc. 96 SS-700-026-022-a Carmanah Sign Beacon 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 96 SS-700-026-022-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U $495.00 45 Temple, Inc. 97 SS-700-026-023-a Carmanah Sign Beacon 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 97 SS-700-026-023-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U + radio $625.00 45 Temple, Inc. 97 SS-700-026-023-c Carmanah Sign Beacon Dual Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $350.00 45 Temple, Inc. 97 SS-700-026-023-d Carmanah Sign Beacon Single Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $199.00 45 Temple, Inc. 98 SS-700-026-024-a Carmanah Sign Beacon 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 98 SS-700-026-024-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U + radio $625.00 45 Temple, Inc. 98 SS-700-026-024-c Carmanah Sign Beacon Dual Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $350.00 45 Temple, Inc. 98 SS-700-026-024-d Carmanah Sign Beacon Single Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $199.00 45 Temple, Inc. 99 SS-700-026-025-a Carmanah Sign Beacon 12' Pole & Base Assy $1,050.00 140 Temple, Inc. 99 SS-700-026-025-b Carmanah Sign Beacon Replacement Energy Management System EMS, GenIII-U + radio $625.00 45 Temple, Inc. 99 SS-700-026-025-c Carmanah Sign Beacon Dual Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $350.00 45 Temple, Inc. 99 SS-700-026-025-d Carmanah Sign Beacon Single Fixture Mid-Block Crosswalk (RRFB, R820) 30" Sign Package $199.00 45 Temple, Inc. 133 SS-685-002-001-a Clary Corporation UPS Replacement SNMP Card $336.00 168 Temple, Inc. 133 SS-685-002-001-b Clary Corporation UPS Replacement Battery Cable $153.00 168 Temple, Inc. 133 SS-685-002-001-c Clary Corporation UPS Replacement ByPass Switch $865.00 168 Temple, Inc. 133 SS-685-002-001-d Clary Corporation UPS (1) set of 6 ea 41 ahr batteries $1,639.00 168 Temple, Inc. 133 SS-685-002-001-e Clary Corporation UPS (4) set of 6 ea 41 ahr batteries $6,093.00 168 Temple, Inc. 133 SS-685-002-001-f Clary Corporation UPS (12) set of 6 ea 41 ahr batteries $17,770.00 168 Temple, Inc. 133 SS-685-002-001-g Clary Corporation UPS (1) set of 8 ea 41 ahr batteries $2,460.00 168 Temple, Inc. 133 SS-685-002-001-h Clary Corporation UPS (4) set of 8 ea 41 ahr batteries $9,288.00 168 Temple, Inc. 133 SS-685-002-001-i Clary Corporation UPS (12) set of 8 ea 41 ahr batteries $26,626.00 168 Temple, Inc. 615 SS-700-012-013-a Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)Sign Mounting Hdwr set - Mast Arm $267.00 42 Temple, Inc. 615 SS-700-012-013-b Orange Traffic Electronic Display Sign (EDS) – Blank-Out Sign (BOS)Sign Mounting Hdwr set - Span Wire $236.00 140 Temple, Inc. 934 SS-663-001-011-a Temple, Inc Preemption System Glance TIMM 500: 10-yr Fixed Conn/Svc/Supp Plan Standard - Vehicle Kit $5,279.00 56 Temple, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 934 SS-663-001-011-b Temple, Inc Preemption System Glance TIMM Standard Five Year Data Plan - Renewal 5 Year Data Plan $1,805.00 56 Temple, Inc. 934 SS-663-001-011-c Temple, Inc Preemption System Glance TIMM Standard Ten Year Data Plan - Renewal 10 Year Data Plan $2,782.00 56 Temple, Inc. 934 SS-663-001-011-d Temple, Inc Preemption System Glance TIMM Passthrough w/ Video Five Year Data Plan - Renewal 5 Year Data Plan $3,610.00 56 Temple, Inc. 934 SS-663-001-011-e Temple, Inc Preemption System Glance TIMM Passthrough w/ Video Five Year Data Plan - Renewal 10 Year Data Plan $5,564.00 56 Temple, Inc. 944 SS-678-008-023-a Temple, Inc Time Switch Type 1 Pre-Assembled Back Plate $344.00 56 Temple, Inc. 944 SS-678-008-023-b Temple, Inc Time Switch Type 2 4G and GPS Time Clock Antenna $81.00 56 Temple, Inc. 944 SS-678-008-023-c Temple, Inc Time Switch Type 2 Renewal One Year Data Plan $228.00 56 Temple, Inc. 944 SS-678-008-023-d Temple, Inc Time Switch Type 2 Renewal 5 Year Data Plan $1,032.00 56 Temple, Inc. 944 SS-678-008-023-e Temple, Inc Time Switch Type 2 Renewal 10 Year Data Plan $1,520.00 56 Temple, Inc. 10 SS-700-019-007- k All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000519 - Traffic Data Collection; stores vehicle statistics locally for later analysis $525.30 28 All Traffic Solutions, Inc. 10 SS-700-019-007- l All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000631 - Bluetooth: allows wireless control from any Bluetooth enabled device (sold separately)$420.24 28 All Traffic Solutions, Inc. 10 SS-700-019-007- m All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000750 - App, Mobile User Interface perpetual license (only 1 req'd per account)$100.00 28 All Traffic Solutions, Inc. 10 SS-700-019-007- n All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4001626 - VZW communications prep $0.00 28 All Traffic Solutions, Inc. 10 SS-700-019-007- o All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000874 - All Options Activation: Bluetooth, Traffic Data ($3000 Value, requires Traffic or Message Suite)$0.00 28 All Traffic Solutions, Inc. 10 SS-700-019-007- p All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000743 - LFP Power kit, 10Ah battery (2), internal power controller, charger w/connector $748.08 28 All Traffic Solutions, Inc. 10 SS-700-019-007- q All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4001154 - YOUR SPEED wrap, 24" x 30" full size sign MUTCD, for Sh12, YELLOW HIP $240.34 28 All Traffic Solutions, Inc. 10 SS-700-019-007- r All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000744 - LFP Power kit, 16Ah battery (2), internal power controller, charger w/connector $912.20 28 All Traffic Solutions, Inc. 10 SS-700-019-007- s All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4001155 - YOUR SPEED wrap, 30" x 36" full size sign MUTCD, for Sh15, 5" char, YELLOW HIP $298.48 28 All Traffic Solutions, Inc. 10 SS-700-019-007- t All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000676 - Solar battery kit, (Sh12,Sh15,SA18,iA18): 18Ah batt & enclosure, w/solar control $605.20 28 All Traffic Solutions, Inc. 10 SS-700-019-007- u All Traffic Solutions, Inc.Electronic Display Sign (EDS) – Electronic Speed Feedback Sign (ESFS)4000659 - Solar panel, 50W; includes bracket for pole and harness $556.74 28 All Traffic Solutions, Inc. 882 676-035-003-SS-A Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet 340-DMS-FL-SS-GEN-REFURBISH KIT $3,000.00 30 Earnest Products dba Southern Manufacturing 883 676-035-005-SS-A Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet WE3RAL-334-FLDMS-G-REFURBISH KIT $2,200.00 30 Earnest Products dba Southern Manufacturing 884 676-035-012-SS-A Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet WE3RAL-336S-FLITS-REFURBISH KIT $2,200.00 30 Earnest Products dba Southern Manufacturing 885 676-035-015-SS-A Southern Mfg. Co. (Division of Earnest Products)ITS Field Cabinet WE-332D-FL-DMS-REFURBISH KIT $3,000.00 30 Earnest Products dba Southern Manufacturing 887 700-012-010-SS-A Southern Mfg. Co. (Division of Earnest Products)Electronic Display Sign (EDS) – Blank-Out Sign (BOS)LED BLANKOUT SERIES-REFURBISH KIT $7,500.00 30 Earnest Products dba Southern Manufacturing 889 700-015-021-SS-A Southern Mfg. Co. (Division of Earnest Products)Illuminated Sign - Internally Illuminated Sign SSLED SERIES-REFURBISH KIT $2,275.00 30 Earnest Products dba Southern Manufacturing 890 700-015-023-SS-A Southern Mfg. Co. (Division of Earnest Products)Illuminated Sign - Internally Illuminated Sign Clean Profile Series-REFURBISH KIT $2,275.00 30 Earnest Products dba Southern Manufacturing 294 SS-660-015-037-a WTI Vehicle Detector Vision camera 6054 84 Econolite 294 SS-660-015-037-b WTI Vehicle Detector COM MGR 3852 84 Econolite 294 SS-660-015-037-c WTI Vehicle Detector 1000' spool cable 3 wire 765 84 Econolite 294 SS-660-015-037-d WTI Vehicle Detector side of pole bracket (AMBKTM12S)210 100 Econolite 295 SS-671-017-010- a Econolite Controller EOS special license: J2735 or Exp 32 phases/OVLP or future dev (per license feature / per controller)300 20 Econolite 295 SS-671-017-010-b Econolite Controller Cobalt data key 8MB (32913P4)77 60 Econolite 295 SS-671-017-010-c Econolite Controller Mobility - new ATMS system setup, integration of 20 intersections, training 36720 120 Econolite DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 295 SS-671-017-010-d Econolite Controller Mobility – server, optional, may be provided by agency 10200 120 Econolite 295 SS-671-017-010-e Econolite Controller Annual Mobility ATMS Service for 20 intersections 5100 10 Econolite 295 SS-671-017-010-f Econolite Controller Mobility expansion integration - per intersection 893 60 Econolite 295 SS-671-017-010-g Econolite Controller Mobility expansion - ATMS per intersection, per year 255 60 Econolite 295 SS-671-017-010-h Econolite Controller Mobility expansion - Timing per intersection, per year 143 60 Econolite 295 SS-671-017-010-i Econolite Controller Mobility expansion – Edaptive per intersection, per year 245 60 Econolite 296 SS-671-019-003-a Econolite Controller 2070 Power Supply 673 84 Econolite 296 SS-671-019-003-b Econolite Controller 2070 1C CPU 1102 84 Econolite 296 SS-671-019-003-c Econolite Controller 2070 2E+ (specify WD enabled / or not)1060 84 Econolite 296 SS-671-019-003-d Econolite Controller Mobility - new ATMS system setup, integration of 20 intersections, training 36720 120 Econolite 296 SS-671-019-003-e Econolite Controller Mobility – server, optional, may be provided by agency 10200 120 Econolite 296 SS-671-019-003-f Econolite Controller Annual Mobility ATMS Service for 20 intersections 5100 10 Econolite 296 SS-671-019-003-g Econolite Controller Mobility expansion integration - per intersection 893 60 Econolite 296 SS-671-019-003-h Econolite Controller Mobility expansion - ATMS per intersection, per year 255 60 Econolite 296 SS-671-019-003-i Econolite Controller Mobility expansion - Timing per intersection, per year 143 60 Econolite 296 SS-671-019-003-j Econolite Controller Mobility expansion – Edaptive per intersection, per year 245 60 Econolite 296 SS-671-019-003-k Econolite Controller EOS special license: J2735 or Exp 32 phases/OVLP or future dev (per license feature / per controller)300 20 Econolite 296 SS-671-019-003-l Econolite Controller Cobalt data key 8MB (32913P4)77 60 Econolite 297 SS-671-024-003-a Econolite Controller Mobility - new ATMS system setup, integration of 20 intersections, training 36720 120 Econolite 297 SS-671-024-003-b Econolite Controller Mobility – server, optional, may be provided by agency 10200 120 Econolite 297 SS-671-024-003-c Econolite Controller Annual Mobility ATMS Service for 20 intersections 5100 10 Econolite 297 SS-671-024-003-d Econolite Controller Mobility expansion integration - per intersection 893 60 Econolite 297 SS-671-024-003-e Econolite Controller Mobility expansion - ATMS per intersection, per year 255 60 Econolite 297 SS-671-024-003-f Econolite Controller Mobility expansion - Timing per intersection, per year 143 60 Econolite 297 SS-671-024-003-g Econolite Controller Mobility expansion – Edaptive per intersection, per year 245 60 Econolite 297 SS-671-024-003-h Econolite Controller EOS special license: J2735 or Exp 32 phases/OVLP or future dev (per license feature / per controller)300 20 Econolite 297 SS-671-024-003-i Econolite Controller Cobalt data key 8MB (32913P4)77 60 Econolite 301 SS-676-023-005-a Econolite Cabinet ped iso panel -complete assy (45127G2)247 60 Econolite 301 SS-676-023-005-b Econolite Cabinet ped iso board (33500G1)102 60 Econolite 301 SS-676-023-005-c Econolite Cabinet little A cable (33274G4)244 60 Econolite 301 SS-676-023-005-d Econolite Cabinet RR panel (45120G1)266 60 Econolite 301 SS-676-023-005-e Econolite Cabinet FH panel (171-1942-502)426 60 Econolite 301 SS-676-023-005-f Econolite Cabinet 18" riser (for P44 cab) SK3051P10 592 60 Econolite 301 SS-676-023-005-f Econolite Cabinet 8 ped iso panel (107-1003-501)424 60 Econolite 306 SS-685-002-017-a Econolite UPS ZB2 inverter (1000 watt)3639 84 Econolite 306 SS-685-002-017-b Econolite UPS ZB2 inverter (1500 watt)3897 84 Econolite 306 SS-685-002-017-c Econolite UPS ZB2 500 Watt Nema living hinge battery panel 3735 84 Econolite 306 SS-685-002-017-d Econolite UPS ZB2 500 Watt NEMA Battery module 3735 84 Econolite 306 SS-685-002-017-e Econolite UPS ZB2 XRT battery system high capacity IMS and 4 monobloc batteries)11072 84 Econolite 306 SS-685-002-017-f Econolite UPS ZB2 PIM 1122 84 Econolite 306 SS-685-002-017-g Econolite UPS ZB angle connectors (specify side OR up) - need 2 per 28 84 Econolite 306 SS-685-002-017-h Econolite UPS ZB monobloc battery (1)1674 84 Econolite 306 SS-685-002-017-i Econolite UPS ZB AC adapter 47 84 Econolite 307 SS-685-002-017-a Econolite UPS ZB2 inverter (1000 watt)3639 84 Econolite 307 SS-685-002-017-b Econolite UPS ZB2 inverter (1500 watt)3897 84 Econolite 307 SS-685-002-017-c Econolite UPS ZB2 500 Watt Nema living hinge battery panel 3735 84 Econolite 307 SS-685-002-017-d Econolite UPS ZB2 500 Watt NEMA Battery module 3735 84 Econolite 307 SS-685-002-017-e Econolite UPS ZB2 XRT battery system high capacity IMS and 4 monobloc batteries)11072 84 Econolite 307 SS-685-002-017-f Econolite UPS ZB2 PIM 1122 84 Econolite 307 SS-685-002-017-g Econolite UPS ZB angle connectors (specify side OR up) - need 2 per 28 84 Econolite 307 SS-685-002-017-h Econolite UPS ZB monobloc battery (1)1674 84 Econolite 307 SS-685-002-017-i Econolite UPS ZB AC adapter 47 84 Econolite DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 308 SS-660-018-011-a Econolite Vehicle Detection EVO Sensor Kit (1 sensor, bracket, junction box and connecting cable)13806 60 Econolite 308 SS-660-018-011-b Econolite Vehicle Detection EVO HUB (confirm mounting option)9721 60 Econolite 308 SS-660-018-011-c Econolite Vehicle Detection Evo interface (confirm SDLC option)198 60 Econolite 308 SS-660-018-011-d Econolite Vehicle Detection C1Y harness EVOIO-5 708 60 Econolite 308 SS-660-018-011-e Econolite Vehicle Detection EVO conductor cable 500 foot spool EVOCBL-05 653 60 Econolite 308 SS-660-018-011-f Econolite Vehicle Detection EVO conductor cable 1000 foot spool EVOCBL-10 1275 60 Econolite 308 SS-660-018-011-g Econolite Vehicle Detection EVO radar head (head only - no bracket or J-box)12271 60 Econolite 308 SS-660-018-011-h Econolite Vehicle Detection EVO Sensor bracket 133 60 Econolite 308 SS-660-018-011-i Econolite Vehicle Detection J-Box 827 60 Econolite 910 SS-685-002-012-a TechPower UPS Techpower UPS inverter (DBLMX1000U-36U)3035 98 Econolite 910 SS-685-002-012-b TechPower UPS Techpower bypass switch - single source 750 98 Econolite 910 SS-685-002-012-c Techpower UPS Techpower bypass switch - rack mounted - single source input 1020 98 Econolite 910 SS-685-002-012-d Techpower UPS Techpower bypass switch - dual source input (with generator option)1160 98 Econolite 910 SS-685-002-012-e Techpower UPS Techpower bypass switch - rack mounted - dual source input (with genertator option)1375 98 Econolite 1054 SS-682-001-011-a Wireless Technology Inc Camera external positioner VIPER/ POE 590 98 Econolite 1054 SS-682-001-011-b Wireless Technology Inc Camera external positioner VIPER/ Camera Mount Pole top 235 98 Econolite 1054 SS-682-001-011-c Wireless Technology Inc Camera external positioner VIPER/ Hydra - digital video signal processor 2141 98 Econolite 1054 SS-682-001-011-d Wireless Technology Inc Camera external positioner VIPER/ Bracket - side mount with Vert pole adapter 294 98 Econolite 1054 SS-682-001-011-e Wireless Technology Inc Camera external positioner VIPER/ square mounting plate 121 98 Econolite 1054 SS-682-001-011-f Wireless Technology Inc Camera external positioner VIPER/ CAT 6 @ 300' RJ at both ends 989 98 Econolite 1054 SS-682-001-011-g Wireless Technology Inc Camera external positioner VIPER/ CAT 6 @ 150' RJ at both ends 502 98 Econolite 1054 SS-682-001-011-f Wireless Technology Inc Camera external positioner VIPER/ round riser 441 98 Econolite 1055 SS-682-001-011-a Wireless Technology Inc Camera external positioner VIPER/ POE 590 98 Econolite 1055 SS-682-001-011-b Wireless Technology Inc Camera external positioner VIPER/ Camera Mount Pole top 235 98 Econolite 1055 SS-682-001-011-c Wireless Technology Inc Camera external positioner VIPER/ Hydra - digital video signal processor 2141 98 Econolite 1055 SS-682-001-011-d Wireless Technology Inc Camera external positioner VIPER/ Bracket - side mount with Vert pole adapter 294 98 Econolite 1055 SS-682-001-011-e Wireless Technology Inc Camera external positioner VIPER/ square mounting plate 121 98 Econolite 1055 SS-682-001-011-f Wireless Technology Inc Camera external positioner VIPER/ CAT 6 @ 300' RJ at both ends 989 98 Econolite 1055 SS-682-001-011-g Wireless Technology Inc Camera external positioner VIPER/ CAT 6 @ 150' RJ at both ends 502 98 Econolite 1055 SS-682-001-011-f Wireless Technology Inc Camera external positioner VIPER/ round riser 441 98 Econolite 503 SS-102-059-002-a LiteSys Inc Truck Mounted Changeable Message Sign LiteReader VCMS Manual Swivel Mount Accessory Part Number MTS:MS10 $2,119.00 30 days Intelicom Inc. dba LiteSys, Inc. 503 SS-102-059-002-b LiteSys Inc Truck Mounted Changeable Message Sign LiteReader VCMS Powered Swivel Mount Accessory Part Number MTS:PS10 $5,813.00 30 days Intelicom Inc. dba LiteSys, Inc. 504 SS-102-059-003-a LiteSys Inc Truck Mounted Changeable Message Sign LiteReader VCMS Manual Swivel Mount Accessory Part Number MTS:MS10 $2,119.00 30 days Intelicom Inc. dba LiteSys, Inc. 504 SS-102-059-003-b LiteSys Inc Truck Mounted Changeable Message Sign LiteReader VCMS Powered Swivel Mount Accessory Part Number MTS:PS10 $5,813.00 30 days Intelicom Inc. dba LiteSys, Inc. 505 SS-102-059-004-a LiteSys Inc Truck Mounted Changeable Message Sign LiteReader VCMS Manual Swivel Mount Accessory Part Number MTS:MS10 $2,119.00 30 days Intelicom Inc. dba LiteSys, Inc. 505 SS-102-059-004-b LiteSys Inc Truck Mounted Changeable Message Sign LiteReader VCMS Powered Swivel Mount Accessory Part Number MTS:PS10 $5,813.00 30 days Intelicom Inc. dba LiteSys, Inc. 60 682-002-016 Axis Communications Pendant Kit T94A01D (5502-431)$49.00 10 - 15 Split Pine Technologies, LLC 61 682-005-002 Axis Communications Pole Mount T91B47 50-150 mm (01165-001)$75.00 10 - 15 Split Pine Technologies, LLC 61 682-005-002 Axis Communications Pole Mount T91B47 100-410 mm (01164-001)$84.00 10 - 15 Split Pine Technologies, LLC 61 682-005-002 Axis Communications Corner Bracket T94R01B (5507-601)$59.00 10 - 15 Split Pine Technologies, LLC 62 682-002-021 Axis Communications Pendant Kit T94A01D (5502-431)$49.00 10 - 15 Split Pine Technologies, LLC 62 682-002-021 Axis Communications Pole Mount T91B57 (01470-001)$110.00 10 - 15 Split Pine Technologies, LLC 62 682-002-021 Axis Communications Wall Mount T91G61 (5506-951)$187.00 10 - 15 Split Pine Technologies, LLC 1059 682-002-023 Axis Communications Pole Mount T91B57 (01470-001)$110.00 10 - 15 Split Pine Technologies, LLC 1059 682-002-023 Axis Communications Wall Mount T91G61 (5506-951)$187.00 10 - 15 Split Pine Technologies, LLC DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 442 684-002-028 ITS Express MFES SFP-1000-GX20 UHT OM $109.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-SXL UHT OM $99.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-LX10 UHT OM $109.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-LX20 UHT OM $109.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-LX30 UHT OM $119.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-LX40 UHT OM $129.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-EX40 UHT OM $139.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-EX60 UHT OM $149.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-ZX70 UHT OM $159.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-ZX80 UHT OM $179.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-ZX100 UHT OM $199.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-ZX120 UHT OM $219.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-ZX160 UHT OM $279.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-BX10 UHT OM Sold in Pairs $218.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-BX20 UHT OM Sold in Pairs $218.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-BX30 UHT OM Sold in Pairs $238.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-BX40 UHT OM Sold in Pairs $258.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-1000-BX80 UHT OM Sold in Pairs $358.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-LX10 UHT OM $109.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-LX20 UHT OM $109.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-EX40 UHT OM $139.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-EX60 UHT OM $149.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP 2.5G-ZX70 UHT OM $159.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-ZX80 UHT OM $179.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-ZX100 UHT OM $199.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-BX10 UHT OM Sold in Pairs $218.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-BX20 UHT OM Sold in Pairs $218.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-BX40 UHT OM Sold in Pairs $278.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-BX60 UHT OM Sold in Pairs $298.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP 2.5G-BX70 UHT OM Sold in Pairs $318.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP-2.5G-BX80 UHT OM Sold in Pairs $358.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-SR10 UHT OM $89.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-LR10 UHT OM $129.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-LR20 UHT OM $129.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-LR40 UHT OM $149.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-ER40 UHT OM $149.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-ER60 UHT OM $179.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-ZR70 UHT OM $199.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-ZR80 UHT OM $199.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-ZR100 UHT OM $399.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR10 UHT OM Sold in Pairs $258.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR20 UHT OM Sold in Pairs $258.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR40 UHT OM Sold in Pairs $298.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR60 UHT OM Sold in Pairs $358.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR80 UHT OM Sold in Pairs $999.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR100 UHT OM Sold in Pairs $1,499.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES SFP+-10G-BR120 UHT OM Sold in Pairs $1,699.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES QSFP+-40G-ER4 $799.99 30 Express Supply, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 442 684-002-028 ITS Express MFES QSFP+-28-100LR4 $399.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES QSFP+-40G-LR4 $249.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES QSFP+28-100SR4 $135.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES PS-24 power supply $29.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES PS-75 power supply $85.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES PS-80 power supply $99.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES DIN Rail $12.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES 80 Series PoE upgrade $179.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES 80 Series PoE upgrade II $389.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Standard Mount $179.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Mounting Kit Mini- P $89.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Mounting Kit P $229.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Mounting Kit Mini- A $69.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Mounting Kit-A $199.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES 80 Series MC $149.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Fiber Patch 1 meter UPC SM $8.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Fiber Patch 2 meter UPC SM $9.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Fiber Patch 3 meter UPC SM $10.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Fiber Patch 1 meter UPC MM $8.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Fiber Patch 2 meter UPC MM $9.99 30 Express Supply, Inc. 442 684-002-028 ITS Express MFES Fiber Patch 3 meter UPC MM $10.99 30 Express Supply, Inc. 37 SS-685-002-018-a APC by Schneider Uninterruptible Power Supply MFG# 10176636 AMER PWR XHXXS7A4F, APC XHXXS7A4F $442.86 70 GovBros, LLC dba Think IT Ai 37 SS-685-002-018-b APC by Schneider Electric Uninterruptible Power Supply MFG# 10162282 AMER PWR XHXXS7A8F, APC/SCHNEIDER ELECTRIC XHXXS7A $540.72 70 GovBros, LLC dba Think IT Ai 37 SS-685-002-018-c APC by Schneider Electric Uninterruptible Power Supply MFG# AMER PWR XS30ALLXXR2 SMARTUPS INDUSTRIAL SERVICE BYPASS UNIT 30A 120V RACK MOUNT 2U $529.37 70 GovBros, LLC dba Think IT Ai 37 SS-685-002-018-d APC by Schneider Electric Uninterruptible Power Supply MFG# AMER PWR XS30ALLXXR2G SMART-UPS INDUSTRIAL SERVICE BYPASS UNIT 30A 120V RACK MOUNT 2U WITH GENERA $617.54 70 GovBros, LLC dba Think IT Ai 37 SS-685-002-018-e APC by Schneider Electric Uninterruptible Power Supply MFG# 380948 AMER PWR WBEXTWAR3YR-SP-04 $504.08 70 GovBros, LLC dba Think IT Ai 37 SS-685-002-018-f APC by Schneider Electric Uninterruptible Power Supply MFG# 10162280 AMER PWR XB050XX1XS APC/SCHNEIDER ELECTRIC XB050XX $506.84 70 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE65W-PC-AC= Power Supply AC 100- 240V/1.4A 50-60Hz OR DC 125-250V/1.0A $393.11 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE170W-PC-AC= Power Supply AC 100- 240V/2.3A 50-60Hz OR DC 125-250V/2.1A $1,645.15 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE170W-PC-DC= Power Supply DC 12- 54VDC/23A $1,656.44 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-d Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE240W-PCAC-L= Power Supply Non-Rugged IP20 Rated AC 100-240V/3.5A 50-60Hz $1,439.43 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-e Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE480W-PCAC-L= Power Supply Non-Rugged IP20 Rated AC 100-240V/6.0A 50-60Hz $2,176.58 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-f Cisco Systems, Inc.Managed Field Ethernet Switch MFG# SD-IE-4GB= Industrial Ethernet (IE) 4-GB SD memory card for IE $238.04 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-g Cisco Systems, Inc.Managed Field Ethernet Switch MFG# STK-RACK-DINRAIL= 19” DIN Rail mount kit $124.24 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-h Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE3200-DNA-E-1Y Cisco DNA Essentials license for IE3200 Series $110.06 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-i Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE3200-DNA-E-5Y IE 3200 Cisco DNA Essentials, 5 Year Term license $332.97 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-j Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE32008E Cisco SMARTnet 5YR 8x5xNBD $1,870.88 60 GovBros, LLC dba Think IT Ai 108 SS-684-002-014-k Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE32008S Cisco SMARTnet 5YR 8x5xNBD $3,761.33 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-a2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-8P=$4,470.74 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-b2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-16P=$6,829.56 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-c2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-8S=$1,927.59 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-d2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-8T=$1,621.41 60 GovBros, LLC dba Think IT Ai DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 109 SS-684-002-014-e2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-16T=$3,048.68 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-f2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-6T2S=$1,693.84 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-g2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-14T2S=$3,122.39 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-h2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3400-8T=$2,913.68 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-i2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3300-4MU=$2,889.31 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-j2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE33008E Cisco SMARTnet 5YR 8x5xNBD $2,130.95 60 GovBros, LLC dba Think IT Ai 109 SS-684-002-014-k2 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE33008S Cisco SMARTnet 5YR 8x5xNBD $4,263.47 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-a3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3400-8S=$3,483.08 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-b3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IEM-3400-8P=$5,213.45 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-c3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE3400-DNA-E-1Y Cisco DNA Essentials license for IE3400 Series $299.39 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-d3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE3400-DNA-E-5Y IE 3400 Cisco DNA Essentials, 5 Year Term license $925.42 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-e3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE3400-DNA-A-1Y Cisco DNA Advantage license for IE3400 Series $970.79 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-f3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE3400-DNA-A-5Y IE 3400 Cisco DNA Advantage, 5 Year Term license $2,805.56 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-g3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# SD-IE-1GB= IE 1GB SD Memory Card - Spare $87.07 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-h3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE340088 Cisco SMARTnet 5YR 8x5xNBD $3,391.74 60 GovBros, LLC dba Think IT Ai 110 SS-684-002-014-i3 Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE34008E Cisco SMARTnet 5YR 8x5xNBD $5,200.49 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-E-L-1Y $107.97 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-E-L-5Y $332.97 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-E-M-1Y $205.96 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-d Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-E-M-5Y $635.09 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-e Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-A-L-1Y Cisco DNA Advantage license (up to 12 ports)$338.42 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-f Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-A-L-5Y Cisco DNA Advantage 5 year term license (up to 12 ports) option $1,018.06 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-g Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-A-M-1Y Cisco DNA Advantage license (up to 24 ports)$627.84 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-h Cisco Systems, Inc.Managed Field Ethernet Switch MFG# IE4000-DNA-A-M-5Y Cisco DNA Advantage 5 year term license (up to 24 ports) option $1,890.44 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-i Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE40004E Cisco SMARTnet 5YR 8x5xNBD $2,223.69 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-j Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE4004GE Cisco SMARTnet 5YR 8x5xNBD $3,098.22 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-k Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE40004G Cisco SMARTnet 5YR 8x5xNBD $4,210.92 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-l Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE40004P Cisco SMARTnet 5YR 8x5xNBD $4,999.56 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-m Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE40008P Cisco SMARTnet 5YR 8x5xNBD $6,041.46 60 GovBros, LLC dba Think IT Ai 111 SS-684-002-016-n Cisco Systems, Inc.Managed Field Ethernet Switch MFG# L-IE4000-RTU= Cisco IOS IP Services - License - ESD $2,504.52 60 GovBros, LLC dba Think IT Ai 112 SS-684-002-029-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IES12P50 Cisco SMARTnet 5YR 8x5xNBD $14,393.10 60 GovBros, LLC dba Think IT Ai 112 SS-684-002-029-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE50001S Cisco SMARTnet 5YR 8x5xNBD $6,662.88 60 GovBros, LLC dba Think IT Ai 112 SS-684-002-029-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# L-IE5000-RTU= Cisco - Right-To-Use license (RTU) (electronic delivery) - for P/N: IE-5000-12S12P-10G $2,508.70 60 GovBros, LLC dba Think IT Ai 112 SS-684-002-029-d Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-RGD-AC-DC-H Cisco - Power supply - hot-plug (plug-in module) - AC 100-240/ DC 100-250 V - for Industrial Ethernet 5000 Series $635.09 60 GovBros, LLC dba Think IT Ai 113 SS-684-002-030-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-E401016S Cisco SMARTnet 5YR 8x5xNBD $4,336.80 60 GovBros, LLC dba Think IT Ai DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 113 SS-684-002-030-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE40104S Cisco SMARTnet 5YR 8x5xNBD $4,603.50 60 GovBros, LLC dba Think IT Ai 113 SS-684-002-030-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE50W-AC= Power Supply AC 100-240V/1.25A 50-60Hz OR DC 125-250V/1.25A $426.09 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-a Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-EX-SMD= Cisco - SFP (mini-GBIC) transceiver module - GigE - 1000Base-EX - LC/PC single-mode - up to 24.9 miles - 1310 nm $1,246.84 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-b Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-FE-100FX-RGD= Cisco Rugged SFP - SFP (mini- GBIC) transceiver module - 100Mb LAN - 100Base-FX - LC multi-mode - up to 1.2 miles - 1310 nm $262.15 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-c Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-FE-100LX-RGD= Cisco Rugged SFP - SFP (mini- GBIC) transceiver module - 100Mb LAN - 100Base-LX - LC single-mode - up to 6.2 miles - 1310 nm $413.63 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-d Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-LH-SMD= Cisco - SFP (mini-GBIC) transceiver module - GigE - 1000Base-LX, 1000Base-LH - LC/PC single- mode - up to 6.2 miles - 1310 nm $615.21 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-e Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-LX-SM-RGD= Cisco Rugged SFP - SFP (mini- GBIC) transceiver module - GigE - 1000Base-LX, 1000Base- LH - LC single-mode - 1310 nm $676.99 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-f Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-SX-MM-RGD= Cisco Rugged SFP - SFP (mini- GBIC) transceiver module - GigE - 1000Base-SX - LC/PC multi-mode - up to 1800 ft - 850 nm $341.19 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-g Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-TE= Cisco - SFP (mini-GBIC) transceiver module - GigE - 1000Base-T - RJ-45 $282.41 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-h Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-T-RGD= Cisco - SFP (mini-GBIC) transceiver module - GigE - 1000Base-T / SFP (mini-GBIC)$371.92 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-i Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-ZX-SMD= Cisco - SFP (mini-GBIC) transceiver module - GigE - 1000Base-ZX - LC/PC single-mode - up to 43.5 miles - 1550 nm $2,393.93 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-j Cisco Systems, Inc.Managed Field Ethernet Switch MFG# GLC-ZX-SM-RGD= Cisco Rugged SFP - SFP (mini- GBIC) transceiver module - GigE - 1000Base-ZX - LC/PC single-mode - up to 43.5 miles - 1550 nm $3,790.75 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-k Cisco Systems, Inc.Managed Field Ethernet Switch MFG# L-IE2000-L-B= Cisco IOS LAN license from Cisco IOS LAN Lite to Base upgrade $270.83 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-l Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IES2000E4 Cisco SMARTnet 5YR 8x5xNBD $684.97 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-m Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE2K8TCG Cisco SMARTnet 5YR 8x5xNBD $1,182.50 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-n Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE2K4GB Cisco SMARTnet 5YR 8x5xNBD $905.58 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-o Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE2000GL Cisco SMARTnet 5YR 8x5xNBD $1,623.25 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-p Cisco Systems, Inc.Managed Field Ethernet Switch MFG# CON-SNT-IE20001B Cisco SMARTnet 5YR 8x5xNBD $1,682.38 60 GovBros, LLC dba Think IT Ai 114 SS-684-002-037-q Cisco Systems, Inc.Managed Field Ethernet Switch MFG# PWR-IE50W-AC= Power Supply AC 100-240V/1.25A 50-60Hz OR DC 125-250V/1.25A $426.09 60 GovBros, LLC dba Think IT Ai 258 SS-684-001-001-a DIGI Device Server MFG# 76000756 DiN Rail Mounting Bracket (Use on PortServer TS 1/2/4)$35.83 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-a Extreme Networks Managed Field Ethernet Switch MFG# 10051H 1000Base-SX SFP Transceiver (MMF, 850nm, 550m, LC, Rugged)$539.47 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-b Extreme Networks Managed Field Ethernet Switch MFG# 10052H 1000Base-SX SFP Transceiver (MMF, 850nm, 550m, LC, Rugged)$1,084.51 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-c Extreme Networks Managed Field Ethernet Switch MFG# 10053H 1000Base-ZX SFP Transceiver (SMF, 1550nm, 70km, LC, Rugged)$4,351.00 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-d Extreme Networks Managed Field Ethernet Switch MFG# 10056H 1000Base-BX SFP Transceiver (SMF, 1490nmTx/1310nmRx, 10km, LC, DOM, Rugged)$1,197.96 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-e Extreme Networks Managed Field Ethernet Switch MFG# 10057H 1000Base-BX SFP Transceiver (SMF, 1310nmTx/1490nmRx, 10km, LC, DOM, Rugged)$1,197.96 30 GovBros, LLC dba Think IT Ai DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 324 SS-684-002-034-f Extreme Networks Managed Field Ethernet Switch MFG# 10066 100Base-LX SFP Transceiver (SMF, 1310nm, 20km, LC)$322.10 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-g Extreme Networks Managed Field Ethernet Switch MFG# 10067 100Base-FX SFP Transceiver (MMF, 1310nm, 2km, LC)$163.44 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-h Extreme Networks Managed Field Ethernet Switch MFG# 10070H 10/100/1000Base-TX SFP Transceiver (Copper, 100m, RJ-45)$322.10 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-i Extreme Networks Managed Field Ethernet Switch MFG# 97004-16801 5YR NBD Advanced Hardware Replacement $780.00 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-j Extreme Networks Managed Field Ethernet Switch MFG# 97004-16802 5YR NBD Advanced Hardware Replacement $958.75 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-k Extreme Networks Managed Field Ethernet Switch MFG# 97004-16803 5YR NBD Advanced Hardware Replacement $1,002.11 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-l Extreme Networks Managed Field Ethernet Switch MFG# 97004-16804 5YR NBD Advanced Hardware Replacement $1,213.36 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-m Extreme Networks Managed Field Ethernet Switch MFG# 97004-ISW-4W-4WS-4X 5YR NBD Advanced Hardware Replacement $2,182.90 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-n Extreme Networks Managed Field Ethernet Switch MFG# 97004-ISW-24W-4X 5YR NBD Advanced Hardware Replacement $3,445.00 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-o Extreme Networks Managed Field Ethernet Switch MFG# 16807 AC-DC Rugged Power Supply 240W Output $539.47 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-p Extreme Networks Managed Field Ethernet Switch MFG# 16920 AC-DC Rugged Power Supply 480W Output $1,027.39 30 GovBros, LLC dba Think IT Ai 324 SS-684-002-034-q Extreme Networks Managed Field Ethernet Switch MFG# ISW-AC-DC-PS-960W AC-DC Rugged Power Supply 960W Output $1,979.41 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-a Extreme Networks Managed Field Ethernet Switch MFG# 10051H 1000Base-SX SFP Transceiver (MMF, 850nm, 550m, LC, Rugged)$539.47 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-b Extreme Networks Managed Field Ethernet Switch MFG# 10052H 1000Base-SX SFP Transceiver (MMF, 850nm, 550m, LC, Rugged)$1,084.51 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-c Extreme Networks Managed Field Ethernet Switch MFG# 10053H 1000Base-ZX SFP Transceiver (SMF, 1550nm, 70km, LC, Rugged)$4,351.00 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-d Extreme Networks Managed Field Ethernet Switch MFG# 10056H 1000Base-BX SFP Transceiver (SMF, 1490nmTx/1310nmRx, 10km, LC, DOM, Rugged)$1,197.96 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-e Extreme Networks Managed Field Ethernet Switch MFG# 10057H 1000Base-BX SFP Transceiver (SMF, 1310nmTx/1490nmRx, 10km, LC, DOM, Rugged)$1,197.96 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-f Extreme Networks Managed Field Ethernet Switch MFG# 10066 100Base-LX SFP Transceiver (SMF, 1310nm, 20km, LC)$322.10 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-g Extreme Networks Managed Field Ethernet Switch MFG# 10067 100Base-FX SFP Transceiver (MMF, 1310nm, 2km, LC)$163.44 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-h Extreme Networks Managed Field Ethernet Switch MFG# 10070H 10/100/1000Base-TX SFP Transceiver (Copper, 100m, RJ-45)$322.10 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-i Extreme Networks Managed Field Ethernet Switch MFG# 97004-16801 5YR NBD Advanced Hardware Replacement $780.00 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-j Extreme Networks Managed Field Ethernet Switch MFG# 97004-16802 5YR NBD Advanced Hardware Replacement $958.75 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-k Extreme Networks Managed Field Ethernet Switch MFG# 97004-16803 5YR NBD Advanced Hardware Replacement $1,002.11 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-l Extreme Networks Managed Field Ethernet Switch MFG# 97004-16804 5YR NBD Advanced Hardware Replacement $1,213.36 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-m Extreme Networks Managed Field Ethernet Switch MFG# 97004-ISW-4W-4WS-4X 5YR NBD Advanced Hardware Replacement $2,182.90 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-n Extreme Networks Managed Field Ethernet Switch MFG# 97004-ISW-24W-4X 5YR NBD Advanced Hardware Replacement $3,445.00 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-o Extreme Networks Managed Field Ethernet Switch MFG# 16807 AC-DC Rugged Power Supply 240W Output $539.47 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-p Extreme Networks Managed Field Ethernet Switch MFG# 16920 AC-DC Rugged Power Supply 480W Output $1,027.39 30 GovBros, LLC dba Think IT Ai 325 SS-684-002-033-q Extreme Networks Managed Field Ethernet Switch MFG# ISW-AC-DC-PS-960W AC-DC Rugged Power Supply 960W Output $1,979.41 30 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-a MOXA Device Server MFG# dk35a MOXA DIN RAIL MOUNTING KIT 35MM FOR DE-311/211 N $22.50 30 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-b MOXA Device Server MFG# PTC-101-M-LC-LV $877.50 60 GovBros, LLC dba Think IT Ai DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 567 SS-684-001-004-c MOXA Device Server MFG# PTC-101-S-LC-LV $1,202.50 60 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-d MOXA Device Server MFG# PWR-12150-WPUSJP-S4 $47.25 30 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-e MOXA Device Server MFG# PWR-12150-USJP-SA-T $55.35 30 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-f MOXA Device Server MFG# WK-35-02 $29.50 35 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-g MOXA Device Server MFG# CBL-PJ21NOPEN-BK- 30 $12.15 35 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-h MOXA Device Server MFG# NDR-240-48 $299.00 90 GovBros, LLC dba Think IT Ai 567 SS-684-001-004-i MOXA Device Server MFG# NDR-120-48 $123.50 30 GovBros, LLC dba Think IT Ai 209 (1)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS3-SYS GS3 System $12,765.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (2)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS3-RMB Rackmount Bracket for GS3 $110.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (3)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS3-TS1-OPT TS1 Module GS3 $220.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (4)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS3-TS2-OPT TS2 Module GS3 $220.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (5)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS3-ITS-OPT ATC Option Card ATC Module GS3 $220.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (6)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SMK Bell Camera Kit $4,275.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (7)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SMA Advanced Detection Camera $3,500.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (8)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SMS Stopline Detection Camera $3,500.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (9)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SMK-F Bell Camera Kit, Fiber $4,795.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (10)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-AC3-F Advanced Detection Camera, Fiber $4,935.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (11)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-SC3-F Stopline Detection Camera, Fiber $4,935.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (12)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-PFM+ Performance Plus (includes Streams)$4,545.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (13)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-PFM Performance $3,295.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (14)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-STR Streams $1,345.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (15)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-FCB1 Fiber Conversion Bundle for 1 Repeater (600’)$1,960.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (16)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-FCB2 Fiber Conversion Bundle for 2 Repeaters (1000’)$2,465.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (17)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SCT SMARTConnect Toolkit $4,900.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (18)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-FIB 1,000’ of Fiber Cable $2,355.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (19)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-FIB2 2,000’ of Fiber Cable $4,020.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (20)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-FIB-LG 10,000’ of Fiber Cable $17,030.00 30 Cubic ITS, Inc.(GRIDSMART) 209 (21)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SMK-F-MC Fiber Media Converters (set of 2, cabinet & camera) $995 1120 30 Cubic ITS, Inc.(GRIDSMART) 209 (22)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-15012 Fiber Fast LC Connector (Quantity 1) 45 30 Cubic ITS, Inc.(GRIDSMART) 209 (23)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-CAT5 1,000’ of CAT5e cable 585 30 Cubic ITS, Inc.(GRIDSMART) 209 (24)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-EPM KIT Ethernet Protection Module (for CAT5e cameras) 100 30 Cubic ITS, Inc.(GRIDSMART) 209 (25)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-JUN SMARTMOUNT Junction Box No Bid 30 Cubic ITS, Inc.(GRIDSMART) 209 (26)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS3-TS1 CBL GS3 TS1 Cables 425 30 Cubic ITS, Inc.(GRIDSMART) 209 (27)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-TS2 TS2 Cable 205 30 Cubic ITS, Inc.(GRIDSMART) 209 (28)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-ITS ATC / ITS Cable 90 30 Cubic ITS, Inc.(GRIDSMART) 209 (29)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-C12 C12 Cable 185 30 Cubic ITS, Inc.(GRIDSMART) 209 (30)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-CBL Cable Bracket 84” (2.13m) 195 30 Cubic ITS, Inc.(GRIDSMART) 209 (31)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-TEN Tenon Bracket 1.9” to 4.5” (0.05m to 0.11m) 195 30 Cubic ITS, Inc.(GRIDSMART) 209 (32)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-SMK-CAM Bell Camera (camera only)4105 30 Cubic ITS, Inc.(GRIDSMART) 209 (33)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-3-ETA External Switch (3+ cameras for GS2)635 30 Cubic ITS, Inc.(GRIDSMART) 209 (34)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-AC3 Advanced Detection Camera (AC3)3500 30 Cubic ITS, Inc.(GRIDSMART) 209 (35)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video GS-SC3Stopline Detection Camera 3500 30 Cubic ITS, Inc.(GRIDSMART) 209 (40)660-015-036 Cubic ITS, Inc. (GRIDSMART)Vehicle Detector - Video JUN2 P/N 10055286 Second Gen Juction box 400 30 Cubic ITS, Inc. (GRIDSMART) 213(1)671-016-014 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 1 SCOUT Local $700.00 60 Cubic ITS, Inc. (Trafficware) 213(2)671-016-014 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 1 SCOUT CV Module (DSRC, CV2X)$475.00 60 Cubic ITS, Inc. (Trafficware) 213(3)671-016-014 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 1 Scout TSP $700.00 60 Cubic ITS, Inc. (Trafficware) 215(1)671-017-014 Cubic ITS, Inc. (Trafficware)Controller - NEMA TS2 Type 1 Engine Board** to V6.2 ATC standards for 980ATC controller $650.00 60 Cubic ITS, Inc. (Trafficware) 506 654-002-005m Lux Solar, Inc.In-Roadway Lights LS1000+CWSYS (Module only) MLS1000+CW $840.00 45 Lux Solar, Inc. 506 654-002-005ah Lux Solar, Inc.In-Roadway Lights LS1000+CWSYS (AL. Housing only) ALS1000+CW $180.00 45 Lux Solar, Inc. 506 654-002-005c Lux Solar, Inc.In-Roadway Lights LS1000+CWSYS (Cup only) CLS1000+CW $78.00 45 Lux Solar, Inc. 507 706-005-001m Lux Solar, Inc.Raised Pavement Marker F LS1000+ (Module only) MLS1000+$145.00 45 Lux Solar, Inc. 507 706-005-001ah Lux Solar, Inc.Raised Pavement Marker F LS1000+ (AL. Housing only) ALS1000+$65.00 45 Lux Solar, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 507 706-005-001c Lux Solar, Inc.Raised Pavement Marker F LS1000+ (Cup only) CLS1000+$25.00 45 Lux Solar, Inc. 134 641-008-001-a CLS-North Star Lighting Camera Lowering Device LT-CC-100 - Internal Lowering Tool - Remove $2,326.00 30 Intelligent Transportation Services, Inc. 134 641-008-001-b CLS-North Star Lighting Camera Lowering Device LT-DRI-PWD - Lowering Drill and Clutch $1,429.00 30 Intelligent Transportation Services, Inc. 134 641-008-001-c CLS-North Star Lighting Camera Lowering Device FLA-110 - Flange to invert a Positioner CCTV $101.00 30 Intelligent Transportation Services, Inc. 135 641-008-001-a2 CLS-North Star Lighting Camera Lowering Device LT-4-100 - Exteranal Lowering Tool - Remove $2,177.00 30 Intelligent Transportation Services, Inc. 135 641-008-001-b2 CLS-North Star Lighting Camera Lowering Device LT-DRI-PWD - Lowering Drill and Clutch $1,429.00 30 Intelligent Transportation Services, Inc. 135 641-008-001-c2 CLS-North Star Lighting Camera Lowering Device FLA-110 - Flange to invert a Positioner CCTV $101.00 30 Intelligent Transportation Services, Inc. 206 682-001-005-a CostarHD Camera - External Positioner ITS-POS-P-MNT - Positioner Pole Mount Adapter $248.00 30 Intelligent Transportation Services, Inc. 206 682-001-005-b CostarHD Camera - External Positioner R-ITS-ADV-04 - RISE IV Analytics License - Advanced ITS $292.00 30 Intelligent Transportation Services, Inc. 206 682-001-005-c CostarHD Camera - External Positioner R-ITS-PED-04 - RISE IV Analytics License - Pedestrian Detection $390.00 30 Intelligent Transportation Services, Inc. 206 682-001-005-d CostarHD Camera - External Positioner R-ITS-ADP-04 - RISE iV Analytics License - Advanced ITS with Pedestrian Detection $682.00 30 Intelligent Transportation Services, Inc. 207 682-002-011-a CostarHD Camera - Dome ITS-DOM-P-MNT - Dome Pole Mount adapter $146.00 30 Intelligent Transportation Services, Inc. 207 682-002-011-b CostarHD Camera - Dome R-ITS-ADV-04 - RISE IV Analytics License - Advanced ITS $292.00 30 Intelligent Transportation Services, Inc. 207 682-002-011-c CostarHD Camera - Dome R-ITS-PED-04 - RISE IV Analytics License - Pedestrian Detection $390.00 30 Intelligent Transportation Services, Inc. 207 682-002-011-d CostarHD Camera - Dome R-ITS-ADP-04 - RISE iV Analytics License - Advanced ITS with Pedestrian Detection $682.00 30 Intelligent Transportation Services, Inc. 359 660-014-004-e GovComm, Inc.Wrong Way Vehicle Detection System GC-TH-Series / Thermal Camera / Bullet with 640 X 480 Thermal Resolution & Pole Mount Hardware 4,775$ 30 Days GovComm, Inc. 359 660-014-004-f Nvidia Wrong Way Vehicle Detection System GC-Nvidia-Series / AI Computer Module / Compute Module with GC WWVDS Software 9,750$ 30 Days GovComm, Inc. 359 660-014-004-g GovComm, Inc.Wrong Way Vehicle Detection System GC-DC1 / Direct Connect / PCB for Wired Sign Activation 975$ 30 Days GovComm, Inc. 359 660-014-004-h GovComm, Inc.Wrong Way Vehicle Detection System GC-FD1 / Controller Receiver / PCB for Wireless Sign Activation 975$ 30 Days GovComm, Inc. 359 660-014-004-i Generic Wrong Way Vehicle Detection System DZ47-63 / Breaker / Circuit Breaker 65$ 30 Days GovComm, Inc. 359 660-014-004-j Citel Wrong Way Vehicle Detection System DS72US-120S G / Surge Protection Device / 120VAC SPD 175$ 30 Days GovComm, Inc. 359 660-014-004-k MeanWell Wrong Way Vehicle Detection System DRC-100A / Power Converter / AC 12VDC Power Converter with Battery Charger 110$ 30 Days GovComm, Inc. 359 660-014-004-l MeanWell Wrong Way Vehicle Detection System NDR-120-24 / Power Converter / AC 24VDC Power Converter 150$ 30 Days GovComm, Inc. 359 660-014-004-m Power Sonic Wrong Way Vehicle Detection System SLA1280 F1 / Battery / 8aH Backup Battery 115$ 30 Days GovComm, Inc. 359 660-014-004-n GovComm, Inc.Wrong Way Vehicle Detection System GC-ENC-241612 / Small Equipment Enclosure / 23.75" X 15.75" X 11.75" Aluminum Enclosure 1,975$ 30 Days GovComm, Inc. 359 660-014-004-o GovComm, Inc.Wrong Way Vehicle Detection System GC-ENC-Series / NEMA Polycarbonate Small Equipment Enclosure - Large 975$ 30 Days GovComm, Inc. 359 660-014-004-p GovComm, Inc.Wrong Way Vehicle Detection System GC-ENC-Series / NEMA Polycarbonate Small Equipment Enclosure - Small 475$ 30 Days GovComm, Inc. 359 660-014-004-q Multilink Wrong Way Vehicle Detection System 030-238-50 / Battery Cabinet / 332 334 Battery Cabinet with 3 Adjustable Shelves 3,450$ 30 Days GovComm, Inc. 359 660-014-004-r Morningstar Wrong Way Vehicle Detection System TS-MPPT-60 / Solar Charge Controller / Tristar Solar Charge Controller 975$ 30 Days GovComm, Inc. 359 660-014-004-s GovComm, Inc.Wrong Way Vehicle Detection System GC-PoE-30 / PoE Injector / Single Port 30W PoE Injector 200$ 30 Days GovComm, Inc. 359 660-014-004-t GovComm, Inc.Wrong Way Vehicle Detection System GC-PoE-30 / PoE Injector / Single Port 60W PoE Injector 230$ 30 Days GovComm, Inc. 359 660-014-004-u GovComm, Inc.Wrong Way Vehicle Detection System On-Site Annual Maintenance / Update 1,500$ 30 Days GovComm, Inc. 361 700-027-007-e GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series / Highlighted Sign / Highlighted Sign Up to 12 SF (Sign Only)1,500$ 30 Days GovComm, Inc. 361 700-027-007-f GovComm, Inc.Illuminated Sign - Highlighted Sign GC-HS-Series / Highlighted Sign / Highlighted Sign 12 - 20 SF (Sign Only)1,750$ 30 Days GovComm, Inc. 361 700-027-007-g Generic Illuminated Sign - Highlighted Sign GC-APole20 / Aluminum Pole / 20' Schedule 40 Aluminum Pole 425$ 30 Days GovComm, Inc. DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 361 700-027-007-h Generic Illuminated Sign - Highlighted Sign GC-APole15 / Aluminum Pole / 15' Schedule 40 Aluminum Pole 375$ 30 Days GovComm, Inc. 361 700-027-007-i Generic Illuminated Sign - Highlighted Sign GC-APole13 / Aluminum Pole / 13' Schedule 40 Aluminum Pole 350$ 30 Days GovComm, Inc. 361 700-027-007-j Akron Foundry Co Illuminated Sign - Highlighted Sign TS-1000 / Transformer Base / T-Base APL 646-001-004 275$ 30 Days GovComm, Inc. 361 700-027-007-k Generic Illuminated Sign - Highlighted Sign GC-Anchor / Anchor Bolts / Anchor Bolts 4 pieces 100$ 30 Days GovComm, Inc. 361 700-027-007-l GovComm, Inc.Illuminated Sign - Highlighted Sign GC-FD1 / Controller Receiver / PCB for Wireless Sign Activation 975$ 30 Days GovComm, Inc. 361 700-027-007-m Citel Illuminated Sign - Highlighted Sign DS220S-24DC / Surge Protection Device / 24VDC SPD 53$ 30 Days GovComm, Inc. 361 700-027-007-n Citel Illuminated Sign - Highlighted Sign DS220S-12DC / Surge Protection Device / 12VDC SPD 50$ 30 Days GovComm, Inc. 361 700-027-007-o Citel Illuminated Sign - Highlighted Sign MLPC1-277L-V / Surge Protection Device / 110VAC SPD 80$ 30 Days GovComm, Inc. 361 700-027-007-p MeanWell Illuminated Sign - Highlighted Sign IRM-30-12ST / AC DC Converter / 12V 30W AC DC Converter 95$ 30 Days GovComm, Inc. 361 700-027-007-q Generic Illuminated Sign - Highlighted Sign DZ47-63 / Breaker / Circuit Breaker 65$ 30 Days GovComm, Inc. 361 700-027-007-r GovComm, Inc.Illuminated Sign - Highlighted Sign GC-ENC-Series / NEMA Polycarbonate Small Equipment Enclosure - Small 475$ 30 Days GovComm, Inc. 361 700-027-007-s GovComm, Inc.Illuminated Sign - Highlighted Sign GC-Solar-Sign / Solar Power Option for Highlighted Sign / Solar Option Includes Battery, Battery Cabinet, Solar Charger & Panel - Top of Pole Mount 1,100$ 30 Days GovComm, Inc. 361 700-027-007-t Pulse Electronics Illuminated Sign - Highlighted Sign W5010 / Antenna / RF IF Antenna 25$ 30 Days GovComm, Inc. 361 700-027-007-u Lighthorse Technologies Illuminated Sign - Highlighted Sign 415-0201-060 / Antenna Extension Cable / 60" Antenna Extension Cable with Pole Adapter 100$ 30 Days GovComm, Inc. 361 700-027-007-v Lighthorse Technologies Illuminated Sign - Highlighted Sign 415-0201-012 / Antenna Cable / 12" Antenna Extension Cable 35$ 30 Days GovComm, Inc. 363 682-002-022-c Comnet GC-ICPO-U Series CNGE1IPS75AC / PoE Injector / 75 Watt PoE Injector with Din Rail Mount 300$ 30 Days GovComm, Inc. 363 682-002-022-d GovComm, Inc.GC-ICPO-U Series GC-MWJP / Camera Mount / Mounting Arm, Junction Box & Pole Adapter 195$ 30 Days GovComm, Inc. 363 682-002-022-e Bent Metal Works GC-ICPO-U Series 74-CC-AL / Camera Mount / 74" Overall Length Aluminum Candy Cane Camera Mount 220$ 30 Days GovComm, Inc. 363 682-002-022-f Bent Metal Works GC-ICPO-U Series 96-CC-AL / Camera Mount / 96" Overall Length Aluminum Candy Cane Camera Mount 315$ 30 Days GovComm, Inc. 79 SS-682-001-009-a Bosch Security Systems, Inc.Camera - External Positioner MIC IP HD Series (MIC-ITS 1080P-W30x7) - IVA Pro Traffic License $650.00 10 Transportation Control Systems 357 SS-663-001-005-a Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 721 $1,450.00 60 Transportation Control Systems 357 SS-663-001-005-b Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 792 $2,650.00 60 Transportation Control Systems 357 SS-663-001-005-c Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 794 $2,950.00 60 Transportation Control Systems 357 SS-663-001-005-d Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 711 $1,250.00 60 Transportation Control Systems 357 SS-663-001-005-e Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 722 $1,850.00 60 Transportation Control Systems 357 SS-663-001-005-f Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - WC-02 $950.00 60 Transportation Control Systems 357 SS-663-001-005-g Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - WC-03 $1,650.00 60 Transportation Control Systems 357 SS-663-001-005-h Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 760 $1,150.00 60 Transportation Control Systems 357 SS-663-001-005-i Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 762 $5,250.00 60 Transportation Control Systems 357 SS-663-001-005-j Global Traffic Technologies, LLC Preemption System 762 IR Phase Selector - 770 $1,450.00 60 Transportation Control Systems 358 SS-663-001-006-a Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - 764 $5,950.00 60 Transportation Control Systems 358 SS-663-001-006-b Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - 3100 $6,100.00 60 Transportation Control Systems 358 SS-663-001-006-c Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - 3101 $6,100.00 60 Transportation Control Systems 358 SS-663-001-006-d Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - WC-01 $1,650.00 60 Transportation Control Systems 358 SS-663-001-006-e Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - 768 $1,550.00 60 Transportation Control Systems 358 SS-663-001-006-f Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - 76-1000-1155-0 $6,650.00 60 Transportation Control Systems 358 SS-663-001-006-g Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - CMS License $2,000.00 10 Transportation Control Systems 358 SS-663-001-006-h Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - CMS Annual Maintenance $1,000.00 10 Transportation Control Systems 358 SS-663-001-006-i Global Traffic Technologies, LLC Preemption System 764 GPS & IR Phase Selector - Cloud License $13,000.00 10 Transportation Control Systems 547 SS-660-015-047-a Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - TITU CORE $21,000.00 30 Transportation Control Systems 547 SS-660-015-047-b Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - SMARTVIEW-360 $3,450.00 30 Transportation Control Systems 547 SS-660-015-047-c Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - SMARTVIEW-APP $3,000.00 30 Transportation Control Systems DOT-ITB-24-9098-SJ FDOT Approved Products List (APL) Traffic Equipment APL Support Supplies Line Number (Sheet 1)APL Certification # Manufacturer Product Category Model/Product/Component Description Bid Price Estimated Delivery time (days)Vendor 547 SS-660-015-047-d Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - SMARTEXTENDER $2,000.00 30 Transportation Control Systems 547 SS-660-015-047-e Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - 2G CONNECTIVITY $1,200.00 30 Transportation Control Systems 547 SS-660-015-047-f Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - 5G CONNECTIVITY $2,250.00 30 Transportation Control Systems 547 SS-660-015-047-g Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - 1 YEAR COUNTS $2,000.00 30 Transportation Control Systems 547 SS-660-015-047-h Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - 1 YEAR PERFORMANCE $2,000.00 30 Transportation Control Systems 547 SS-660-015-047-i Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - SMARTMOUNT $1,250.00 30 Transportation Control Systems 547 SS-660-015-047-j Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - SURGE CABINET MOUNT $1,250.00 30 Transportation Control Systems 547 SS-660-015-047-k Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - SURGE CAMERA MOUNT $1,430.00 30 Transportation Control Systems 547 SS-660-015-047-l Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - DETECTION PLUS $10,000.00 30 Transportation Control Systems 547 SS-660-015-047-m Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - CONTINUOUS SAFETY $6,000.00 30 Transportation Control Systems 547 SS-660-015-047-n Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - TRAFFOP $3,000.00 30 Transportation Control Systems 547 SS-660-015-047-p Miovision Technologies, Inc.Vehicle Detector - Video NA-MIO-CTM-DCM-V1 - MID BLOCK COUNT $12,000.00 30 Transportation Control Systems 806 SS-700-026-016-a RTC Manufacturing, Inc.Sign Beacon Guardian Series - 4G Modem with cell service $2,400.00 60 Transportation Control Systems 806 SS-700-026-016-b RTC Manufacturing, Inc.Sign Beacon Guardian Series - Cell Service $1,400.00 30 Transportation Control Systems 1004 SS-685-002-008-a Transportation Control Systems (TCS)Uninterruptible Power Supply MP2000-ITS/PIGGYBACK SERIES - UPS UNIT ONLY $2,000.00 90 Transportation Control Systems 1004 SS-685-002-008-b Transportation Control Systems (TCS)Uninterruptible Power Supply MP2000-ITS/PIGGYBACK SERIES - TRANSFER SWITCH $1,250.00 90 Transportation Control Systems 1004 SS-685-002-008-c Transportation Control Systems (TCS)Uninterruptible Power Supply MP2000-ITS/PIGGYBACK SERIES - BATTERY $700.00 30 Transportation Control Systems 1004 SS-685-002-008-d Transportation Control Systems (TCS)Uninterruptible Power Supply MP2000-ITS/PIGGYBACK SERIES - SNMP CARD $500.00 30 Transportation Control Systems 1004 SS-685-002-008-e Transportation Control Systems (TCS)Uninterruptible Power Supply MP2000-ITS/PIGGYBACK SERIES - BATTERY MANAGER $1,100.00 30 Transportation Control Systems 1008 SS-700-026-012-a Transportation Control Systems (TCS)Sign Beacon TCSFLN202S - 15 FT POLE $1,950.00 30 Transportation Control Systems 1008 SS-700-026-012-b Transportation Control Systems (TCS)Sign Beacon TCSFLN202S - SOLAR PANEL $650.00 30 Transportation Control Systems 1008 SS-700-026-012-c Transportation Control Systems (TCS)Sign Beacon TCSFLN202S - P CABINET $5,500.00 180 Transportation Control Systems 524 SS-671-017-009-a McCain, Inc.Controller - NEMA TS2 Type 2 XATC eX Type 2 - Controller Software $3,000.00 30 Transportation Control Systems 524 SS-671-017-009-b McCain, Inc.Controller - NEMA TS2 Type 2 XATC eX Type 2 - Central Software License $2,000.00 30 Transportation Control Systems 524 SS-671-017-009-c McCain, Inc.Controller - NEMA TS2 Type 2 XATC eX Type 2 - Central Annual Cloud Software $2,500.00 30 Transportation Control Systems 543 641-008-002 MG-SQUARED, Inc.Camera Lowering Device Operational Accessory LWR6-100 Portable Lowering Winch - Includes up to 100ft of Factory Spooled 5/32" Stainless Steel Cable, Standard Manual Hand Crank and Attachment Hardware 1821 14-30 Days MG-SQUARED I N T R O D U C T I O N S E C T I O N 1) INVITATION The purpose of this Invitation to Bid is to obtain competitive bids to establish a two year contract for the purchase of FDOT Approved Products List (APL) Traffic Equipment by the Department of Transportation, hereafter referred to as the "Department". The contract will become effective on the date the successful bidder(s) receives an acceptance letter from the Department and will expire two years from that date. After the award, said bidder(s) will be referred to as the "Vendor(s)". All commodities identified in this Invitation to Bid will be subject to the availability of identical commodities as provided by mandatory Department of Management Services' State Contract(s) at such time these commodities become available. In the event of duplication(s) of commodities, the Department of Management Services' mandatory State Contract shall prevail. 2) TIMELINE Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (Addenda) will be posted on the Florida Vendor Information Portal at https://vendor.myfloridamarketplace.com/(click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. ACTION / LOCATION DATE LOCAL TIME DEADLINE FOR TECHNICAL QUESTIONS - 04-22-2024 05:00 PM EST (There is no deadline for administrative questions) BIDS DUE (ON OR BEFORE) - 05-02-2024 09:00 AM EST Florida Department of Transportation Central Procurement Office Sherill Johnson, Procurement Agent Phone: (850) 414.4381 CO.Purch@dot.state.fl.us PUBLIC OPENING - 05-02-2024 10:00 AM EST Florida Department of Transportation Central Procurement Office Sherill Johnson, Procurement Agent 605 Suwannee Street Tallahassee, FL 32399-0450 POSTING OF INTENDED DECISION/AWARD - 05-13-2024 3) BID OPENING AGENDA The sealed bids will be opened by the Department's Procurement Office personnel at the date, time and location in the Timeline. All bid openings are open to the public and will be conducted according to the following agenda: Opening remarks – Approximate time of 2 minutes by Department Procurement Office personnel. Public input period – To allow a maximum of 15 minutes total for public input related to the bid solicitation. Bids opened – At conclusion of public input or 15 minutes, whichever occurs first, bids received timely will be opened with bidder’s name and prices to be read aloud. Adjourn - After all bids received timely have been opened, the meeting will be adjourned. 4) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at a pre-bid conference, public meeting, and/or opening shall contact the contact person at the phone number, e-mail address provided on the title page at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD). 5) CONTRACT USE Use of the contract resulting from this bid will be optional for the Department. The Department reserves the right to solicit separate bids for any unusual or abnormal quantity requirements that may arise during the term of the contract. 6) RENEWAL Upon mutual agreement, the Department and the Contract Vendor may renew the contract for a period that may not exceed 3 years or the term of the original contract, whichever is longer. The renewal must be in writing and signed by both parties, and is subject to the same terms and conditions set forth in the initial contract and any written amendments signed by the parties. Any renewal shall specify the renewal price, as set forth in the solicitation response except that an agency may negotiate lower pricing. Renewal is contingent upon satisfactory performance evaluations and subject to the availability of funds. S P E C I A L C O N D I T I O N S 1) MyFloridaMarketPlace BIDDERS MUST BE ACTIVELY REGISTERED IN THE STATE OF FLORIDA’S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY MAY BE CONSIDERED NON-RESPONSIVE (see Special Condition 21). All prospective bidders that are not registered should go to https://vendor.myfloridamarketplace.com/ to complete on- line registration, or call 1-866-352-3776 for assisted registration. All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the referenced Form PUR 1000 General Contract Condition #14. The Transaction Fees imposed shall be based upon the date of issuance of the payment. 2) FLORIDA DEPARTMENT OF FINANCIAL SERVICES (DFS) W-9 REQUIREMENT The Florida Department of Financial Services (DFS) requires all vendors that do business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or FLW9@myfloridacfo.com with any questions. 3) QUESTIONS & ANSWERS In accordance with section 287.057(25), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72- hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. Questions must be received no later than the time and date reflected on the Timeline. The Department’s written response to written inquiries submitted timely by bidders will be posted on the Florida Vendor Information Portal at https://vendor.myfloridamarketplace.com/(click on “Search Advertisements”), under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid. WRITTEN TECHNICAL QUESTIONS should be submitted to: Sherill Johnson, Procurement Agent at CO.Purch@dot.state.fl.us Questions regarding administrative aspects of the bid process should be directed to the Procurement Agent in writing at the email address above. 4) ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA) No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (Addenda) will be posted on the Florida Vendor Information Portal at https://vendor.myfloridamarketplace.com/ (click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All Addenda will be acknowledged by signature and subsequent submission of Addenda with bid when so stated in the Addenda. 5) DIVERSITY ACHIEVEMENT The Department, in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d- 2000d-4, Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively ensure that in any contract/agreement entered into pursuant to this advertisement, minority and disadvantaged business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated on the basis of race, color, national origin, or sex in consideration for an award. The Department encourages the recruitment and utilization of small, minority, women, and service- disabled veteran businesses. The Department, its vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that small, minority, women, and service-disabled veteran businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. 6) PRICES/DELIVERY Prices shall be firm, net, delivered prices, F.O.B. destination. Delivery must be made within thirty (30) calendar days or less upon receipt of a purchase order by the contract vendor at their designated ordering location. If more time is needed, the bidder should state the extra time required and the reasons why, in their bid response. Acceptance will be subject to the Department’s approval. 7) IN-STATE PREFERENCE FOR COMMODITY BIDS Not applicable because federal funds may be used for this bid. 8) INTENDED AWARD As the best interest of the State may require, the right is reserved to make award(s) by individual item, group of items, all or none, or a combination thereof: on a geographical district basis and / or on a statewide basis with one or more suppliers to reject any and all bids or waive any minor irregularity or technicality in bids received. When it is determined there is competition to the lowest responsible bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions, unless their bid has been evaluated as being responsive. All awards made as a result of this bid shall conform to applicable Florida Statute. If the Department is confronted with identical pricing or scoring from multiple vendors, the Department shall determine the order of award using the following criteria, in the order of preference listed below (from highest priority to lowest priority): 1. Section 295.187(4), Florida Statutes; Veteran Business Enterprise 2. Section 287.087, Florida Statute; Drug Free Work Place 3. Section 287.057(11); Minority Business Enterprise In the event that the application of the above referenced preferences does not resolve the identical replies, the Department shall determine the award by means of random drawing. 9) PRE-BID CONFERENCE A PRE-BID CONFERENCE WILL NOT BE HELD. 10) ALTERNATES ALTERNATE BRANDS WILL NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED. 11) WARRANTY/SUBSTITUTIONS A warranty is required on all items purchased against defective materials, workmanship, and failure to perform in accordance with required industry performance criteria, for a period of not less than ninety (90) days from the date of acceptance by the purchaser. Any deviation from this criteria must be documented in the bid response or the above statement shall prevail. Delivery of substitute commodities requires prior written approval from the ordering location. 12) REPLACEMENT/RESTOCKING Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be the responsibility of the vendor. 13) PRODUCT REQUIREMENTS/SPECIFICATIONS Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unused, clean, and free from any defects or features affecting appearance, serviceability, or the safety of the user in normal intended use. Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s). 14) ACCEPTANCE All items listed in the specifications, delivered to the Department not meeting specifications or found to be poorly manufactured will not be accepted, but returned to the vendor, at their expense, for replacement. Replacement of all items found defective shall be made without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items, and returning those that are defective. 15) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on-site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the required items. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements. Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid. 16) PROTEST OF INVITATION TO BID SPECIFICATIONS Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, (the notice of protest may be Faxed to 850-414-5264), and 2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 17) UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 18) SCRUTINIZED COMPANIES LISTS ALL Responses, regardless of dollar value, must include a completed Vendor Certification Regarding Scrutinized Companies Lists to certify the respondent is not on either of those lists. The Form should be submitted with the bid package. A Vendor is ineligible to enter into a contract with the Department for goods or services of any amount if, at the time of entering into such contract, the Vendor is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, also prohibits companies from entering into a contract for goods or services of $1 million or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes. If the Department determines the Vendor submitted a false certification under Section 287.135 of the Florida Statutes, the Department shall either terminate the Contract after it has given the Vendor notice and an opportunity to demonstrate the Department’s determination of false certification was in error pursuant to Section 287.135 of the Florida Statutes, or maintain the Contract if the conditions of Section 287.135 of the Florida Statutes are met. 19) RESERVATIONS The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department. 20) ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of the bid documents by the bidder may result in the bid being rejected as a conditional bid (see “RESPONSIVENESS OF BIDS”). DO NOT TYPE OR WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written Addenda issued by the Department. 21) RESPONSIVENESS OF BIDS Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the items specified in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found to be non-responsive will not be considered. Bids may be rejected if found to be irregular or not in conformance with the specifications and instructions herein contained. A bid may be found to be irregular or non-responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid specifications, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other conditions which may cause rejection of bids include, evidence of collusion among bidders, obvious lack of experience or expertise to provide the required items, and failure to perform or meet financial obligations on previous contracts. ALL determinations of responsiveness will be the responsibility of the FDOT Procurement Office and/or the Department’s project manager. 22) REQUIRED DOCUMENTS The bidder must use the attached Bid Sheet to submit its bid. The Bid Sheet must be signed and dated by a representative who is authorized to contractually bind the bidder. All bid sheets and other documentation submitted in response to this solicitation must be executed and submitted in accordance with Section 26: Electronic Submission of Bids. 23) "DRUG-FREE WORK PLACE" PREFERENCE Whenever two or more bids which are equal with respect to price, quality, and service are received, the Department shall determine the order of award first in accordance with section 295.187(4), Florida Statutes, giving preference to “Veteran Business Enterprise” then to bid responses from vendors that certify the business has implemented a drug-free workplace program in accordance with Section 287.087, Florida Statutes. The “Drug-Free Workplace Program Certification” must be completed and submitted with the bid response to be eligible for this preference. 24) COPYRIGHTED MATERIAL Copyrighted material will be accepted as part of a bid only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. 25) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate document labeled "Vendor’s Name- Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the bid will be considered waived by the Bidder upon submission, effective after opening. 26) ELECTRONIC SUBMISSION OF BIDS: Please follow the below instructions for the submittal of electronic bids, failure to do so, may result in your bid being found non-responsive. Non-responsive replies will not be evaluated. a) Subject line must show: DOT-ITB-24-9098-SJ: Vendor’s Name b) Email shall contain file attachments marked as follows: 1. Vendor’s Name – Bid Sheet Excel 2. Vendor’s Name – Bid Sheet PDF 3. Vendor’s Name – Forms 4. Vendor’s Name – Confidential Material (if applicable) c) Documents shall be submitted in portable document format (PDF) and have a size limit of 20MB. d) Documents shall not be submitted in a ZIP (.zip) file. e) The body of the email shall not contain any information f) Bids shall be submitted to: CO.Purch@dot.state.fl.us It is the bidder’s responsibility to assure that the bid is delivered to the proper place on or before the Bid Due date and time (See Introduction Section 2 Timeline). Bids which for any reason are not so delivered, will not be considered. 27) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will not be considered unless resubmitted by the due date and time. Bidders may also send a change in a separate email to be opened at the same time as the bid. 28) POSTING OF INTENDED DECISION/AWARD 28.1 - General: The Department’s decision will be posted on the Florida Vendor Information Portal at https://vendor.myfloridamarketplace.com/, on the date in the Timeline, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, (the notice of protest may be Faxed to 850-414-5264), and 2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier’s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 28.2 - Inability to Post: If the Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Information Portal (see special condition 28.1, above) and/or telephone. The Department will provide notification of any future posting in a timely manner. 28.3 - Request to Withdraw Bid: Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable. 29) RECYCLED MATERIAL The Department encourages the use of products and materials with recycled content and post- consumer recovered materials. If the item(s) specified in the Technical Specification is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product. This information should be sent as part of your bid response or may be sent separately. 30) PRICE ADJUSTMENTS Price(s) shall remain firm for the life of the contract. Price adjustments will not be allowed. 31) DELIVERY LOCATION(S) The point of delivery for this contract will be specified by the customer. Bid prices will include delivery. 32) CANCELLATION All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of the contract. For the protection of both parties, this contract may be cancelled in whole or in part after one hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract party. The contract may, also, be cancelled by the Department for nonperformance (default) in accordance with Rule 60A-1.006(3), F.A.C. 33) ORDERING INSTRUCTIONS Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidders must include complete ordering instructions, including FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID), for invoicing dealers, with the bid on a separate sheet. 34) ORDER QUANTITIES No minimum order quantities will be accepted. The Department will order as needed in the quantities needed. 35) OPEN PURCHASE ORDERS The Department may, at its discretion, establish an open (estimated quantity) purchase order with the contract vendor(s) to facilitate the purchasing of materials. The purchase of materials may be placed by; (1) written purchase order, (2) telephone orders by authorized Department personnel, or (3) an itemized order in writing. The Department will supply the contract vendor(s) with a list of personnel authorized to order. Delivery of items on these open purchase orders shall not exceed the contract effective period. 36) INVOICING Invoices must match units specified on the Purchase Order. 37) FORMS The Bidder must complete all required items below and submit them as part of the Bid package. Any Bid in which these forms are not used or in which these forms are improperly executed may be considered non-responsive and the bid may be subject to rejection. Excel Workbook (all 4 Tabs) (PDF and Excel versions) Drug-Free Workplace Program Certification (if applicable) Vendor Certification Regarding Scrutinized Companies Lists (Form 375-030-60) E-Verify Form 38) TERMS AND CONDITIONS 38.1 General Contract Conditions (PUR 1000) The State of Florida’s General Contract Conditions are outlined in form PUR 1000, which is a downloadable document incorporated into this Invitation to Bid (ITB) by reference. Any terms and conditions set forth in this ITB document will take precedence over the PUR 1000 form where applicable. http://www.dms.myflorida.com/content/download/2933/11777/1000.pdf The following paragraphs do not apply to this Invitation to Bid: Paragraph 31, Dispute Resolution - PUR 1000 Paragraph 40, PRIDE – PUR 1000, when federal funds are utilized. 38.2 General Instructions to Respondents (PUR 1001) The State of Florida’s General Instructions to Respondents are outlined in form PUR 1001, which is a downloadable document incorporated into this Invitation to Bid (ITB) by reference. Any terms and conditions set forth in this ITB document take precedence over the PUR 1001 form where applicable. http://www.dms.myflorida.com/content/download/2934/11780/1001.pdf The following paragraphs do not apply to this Invitation to Bid: Paragraph 3, Electronic Submission – PUR 1001 Paragraph 4, Terms and Conditions – PUR 1001 Paragraph 5, Questions – PUR 1001 38.3 MFMP Purchase Order Terms and Conditions All MFMP Purchase Order contracts resulting from this solicitation will include the terms and conditions of this solicitation and the State of Florida’s standardized Purchase Order Terms and Conditions, which can be found at the Department of Management Services website at the following link: http://www.dms.myflorida.com/content/download/117735/646919/Purchase_Order_Terms_Sept_1,_2015_.pdf Section 8(B), PRIDE, is not applicable when using federal funds. 39) ORDER OF PRECEDENCE All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall have the following order of precedence listed: Special Conditions Technical Specifications Bid Sheet MFMP Purchase Order Terms and Conditions – Section 8(B), PRIDE, is not applicable when using federal funds. General Instructions to Respondents (PUR 1001) General Contract Conditions (PUR 1000) Introduction Section 375-040-40 PROCUREMENT 09/23 Page 1 of 4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): CONTRACT (Purchase Order) # APL Traffic Equipment Contracts During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “Contractor”) agrees as follows: A. It is understood and agreed that all rights of the Florida Department of Transportation relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of U.S. Department of Transportation (hereinafter “USDOT”), not withstanding anything to the contrary in this Agreement. C. Compliance with Regulations: The Contractor shall comply with the regulations relative to nondiscrimination in Federally-assisted programs of the USDOT, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. D. Nondiscrimination: The Contractor, with regard to the work performed during the Agreement, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in Appendix B of the Regulations. E. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this Agreement and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. F. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. G. Sanctions for Noncompliance: In the event of the Contractor’s noncompliance with the nondiscrimination provisions of this Agreement, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Agreement until the Contractor complies, and/or b. cancellation, termination or suspension of the Agreement, in whole or in part. H. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (C) through (I) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. In the event a Contractor becomes involved in, or is threatened with, litigation with a sub- contractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to 375-040-40 PROCUREMENT 09/23 Page 2 of 4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): protect the interests of the United States. I. Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 -- 12189) as implemented by USDOT regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). J. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. K. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. L. Participation by Disadvantaged Business Enterprises (“DBE”): The Contractor shall agree to abide by the following statement from 49 CFR 26.13(b). The statement that follows shall be included in all subsequent agreements between the Contractor and any sub-contractor or contractor: “The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.” Pursuant to 49 CFR 26.11(c) , the Contractor shall submit the bid opportunity list at the time of contract execution, and shall enter DBE commitment and payment information in the Florida Department of Transportation’s Equal Opportunity Compliance (EOC) system. The Contractor shall request access to the EOC system using Form No. 275-021-30. M. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. N. It is understood and agreed that if the Contractor at any time learns that the certification it provided the Florida Department of Transportation in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Contractor shall provide immediate written notice to the Florida Department of Transportation. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Contractor in all lower tier covered transactions and in all aforementioned federal regulation. 375-040-40 PROCUREMENT 09/23 Page 3 of 4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): O. The Florida Department of Transportation hereby certifies that neither the Contractor nor the Contractor's representative has been required by the Florida Department of Transportation, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this Agreement, to 1. employ or retain, or agree to employ or retain, any firm or person, or 2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; The Florida Department of Transportation further acknowledges that this Agreement will be furnished to a federal agency, in connection with this Agreement involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. P. The Contractor hereby certifies that it has not: 1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person to solicit or secure this contract (except a bona fide employee or Agency); or 2. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or 3. paid, or agreed to pay, to any firm, organization or person any fee contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract (except a bona fide employee or Agency). The Contractor further acknowledges that this Agreement will be furnished to the Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. Q. Federal-aid projects for highway construction shall comply with the Buy America provisions of 23 CFR 635.410, as amended (where applicable). R. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of federally assisted construction contract” in 41 CFR Part 60-1.3 shall comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor” (where applicable). S. Clean Air Act: The Contractor agrees to comply with applicable standards, orders or regulations issued pursuant to Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The Contractor agrees to report each violation to the Department of Transportation (Department) and understands and agrees that the Department will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. T. Federal Water Pollution Control Act: The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. U. Byrd Anti-Lobbying: Contractors awarded a contract of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL AID CONTRACTS: (Compliance with 49CFR, Section 20.100 (b)) (1) The Contractor certifies that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of any state or 375-040-40 PROCUREMENT 09/23 Page 4 of 4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): Federal agency, a member of the Florida Legislature, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities". (2) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (3) The Contractor also certifies by signing this contract that the Contractor shall require the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC RECORDS PROVISIONS FOR PURCHASE ORDERS (CONTRACTUAL SERVICES) 375-030-96 PROCUREMENT OGC – 07/16 Page 1 of 2 Purchase Requisition No.: All APL Traffic Equipment Contracts WHEREAS, the Parties have agreed to the terms and conditions set forth herein. The Consultant/Contractor/Vendor shall comply with Chapter 119, Florida Statutes. Specifically, the Consultant/Contractor/Vendor shall: (1) Keep and maintain public records required by the Department to provide goods and perform services. (2) Upon request from the Department’s custodian of public records, provide the Department with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Consultant/Contractor/Vendor does not transfer the records to the Department. (4) Upon completion of the Agreement, transfer, at no cost, to the Department, all public records in possession of the Consultant/Contractor/Vendor or keep and maintain public records required by the Department to perform the service. If the Consultant/Contractor/Vendor transfers all public records to the Department upon completion of the Agreement, the Consultant/Contractor/Vendor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant/Contractor/Vendor keeps and maintains public records upon completion of the Agreement, the Consultant/Contractor/Vendor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Department, upon request from the Department’s custodian of public records, in a format that is compatible with the information technology systems of the Department. Failure by the Consultant/Contractor/Vendor to comply with Chapter 119, Florida Statutes, shall be grounds for immediate unilateral cancellation of this Agreement by the Department. IF THE CONSULTANT/CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S/CONTRACTOR’S/VENDOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Central Office 850-414-5355 COprcustodian@ dot.State.fl.us Office of the General Counsel Florida Department of Transportation 605 Suwannee Street, MS 58 Tallahassee, Florida 32399-0458 Quotation PO Box 11605 Rock Hill, SC 29731 econolite.com/feedback Page 1 10/18/2024 (revised with proper rounding / final price) To: Item # Part Qty Description Contract price per Price Extended CABINET & Plug In Kit State contract APL#676-045-001 (see line 309 on page 76/121) $22,440.00 $157,080.00 1 CAB18947 & 151-1520 7 TS2-1 PNG FDOT, R77, 77” tall BM 16 HORIZ CAB IN- WHITE/OUT-BARE, 2 DETECTOR RACK (CUSTOM CAB Pinellas Spec) Includes Florida Plug in Kit: 6 FTR, 1 Power Supply, 1 MMU2-LEip-E, 16 Load switches, 1 Flasher Does not include switch or detector cards (controller priced below) $20196. $141372. CONTROLLER with EOS State contract APL#671-017-010-a (see line 295 on page 75/121) $4,290.00 $30,030.00 2 COBG2212240 0000000 7 COBALT G-SERIES SM EOS TS1/TS2-2 8MB DATAKEY NO COMM with EOS 3.2.24 $3861. $27027. CRM is -10% FDOT hurricane offer $168,399.00 NOTES: •Cabinet designs are considered final at time of order. Changes requested after quote or after order is placed may result in additional fees and extended shipping lead times. •Controllers are standard off-the-shelf models with standard ASC3 or EOS firmware installed. If your project requires special functions (CV, SPAT, MAP, etc) there may be extra fees for licensing. Please provide specs if you require special functions. •Standard warranty applies from ship date (please review per the devices in your quote): 1 year on cabinets, 2 years on Cobalts. If additional extended warranties are required, please ask for a quote. •Quote valid for duration of contract. Unless specifically requested or noted on this quotation, the product(s) quoted herein may or may not comply with any Buy America requirements. Cabinet designs are considered final at time of order. Changes requested after date of order may result in additional fees and extended shipping lead times. The information transmitted is intended only for the person or entity to which it is addressed and may contain confidential and/or Ted Mellis City of Clearwater Quote Name: FDOT State contract cab TS2T1 77" (with Gen panel) & Cobalt controller with EOS Project Ref: Spare cab /controller CONTRACT #: DOT-ITB-24-9098-SJ Econolite Reference: Q-46516 Shipping & Handling* included Taxes** included Tariffs** included TOTAL $187,110.00 Quotation PO Box 11605 Rock Hill, SC 29731 econolite.com/feedback Page 2 legally privileged material. Any review, retransmission, dissemination, or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited except as required by law. Quote Valid For Days: contract duration FOB: Econolite Factory Terms: Net 30 *Ship Terms: Included **Taxes and Tariffs Estimated (if included) Connie Braithwaite Connie Braithwaite, Senior Account Manager Mobile: 904-759-0745 CBraithwaite@econolite.com Shipping Date: 12-14 weeks ARO, approved credit terms and submittal approval when applicable Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1316 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Approve purchase order to Communications International of Vero Beach, FL for the maintenance and repair of the citywide two-way radio communication system and equipment in the amount of $210,912.00 for term October 1, 2024 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent). SUMMARY: Communications International is the authorized L3Harris Channel Partner assigned to the City. This is a renewal to the existing annual maintenance agreement and authorizes Communications International to provide preventive maintenance, repair and/or replacement, demand, and emergency services on all of the City’s owned two-way radios and terminals used by Clearwater Police Department, Solid Waste & Recycling, Clearwater Gas System, and other city departments. Use of another company to perform these services and repairs may void portions of coverage still under warranty. There are only two providers that provide this type of equipment and service, and they are L3Harris and Motorola. CI is the sole provider for L3Harris, and we utilize the L3Harris radio format as opposed to Motorola. There aren’t any immediate alternatives available. Staff is currently evaluating the costs and benefits of migrating to the Motorola radio maintained by Pinellas County. The term of this annual maintenance agreement is for one year, October 1, 2024 through September 30, 2025. APPROPRIATION CODE AND AMOUNT: Funds are available in Garage Fund-Radio Maintenance cost code 5666620-530300, contractual services, to fund this contract. The Garage Fund is an internal service fund of the City which supports city-wide fleet services and radio communications. Page 1 City of Clearwater Printed on 11/5/2024 L3Harris.com | #L3Harris Confidential, Proprietary and Competition Sensitive L3HARRIS TECHNOLOGIES, INC. Communication Systems 221 Jefferson Ridge Parkway Lynchburg, VA USA 24501-6952 Phone 1-800-368-3277 L3Harris.com March 6, 2024 Paul Kuhar General Services City of Clearwater 1900 Grand Avenue, Clearwater, FL 33765 Subject: Communications International, Inc., L3Harris Authorized Service Center and Dealer & Sole Source Provider This letter serves as written confirmation that Communications International, Inc. with offices in Vero Beach, Florida, is a L3Harris Dealer and Regional Center of Excellence-Elite Partner in good standing with L3Harris Technologies, Inc. As such, Communications International, Inc. is authorized to resell L3Harris Public Safety and Professional Communications products as outlined in the L3Harris dealer agreement. Additionally, Communications International, Inc. is a L3Harris PSPC Authorized Service Center (ASC) and is trained and certified to service & repair L3Harris PSPC products. Any services or repairs provided on L3Harris PSPC products by parties who do not hold ASC certification will automatically void the product warranty. In addition to the above, Communications International, Inc. is the sole authorized service provider for the City of Clearwater and their L3Harris communications equipment. Please contact me if you have any questions. Respectfully, Phil McTigue Sr Federal Channel Manager COMMUNICATIONS SYSTEMS / L3HARRIS TECHNOLOGIES Office +1-585-703-0441 / Mobile: +1-585-451-8992 L3Harris.com / phil.mctigue@L3Harris.com Terms N30 Salesperson Scot Macdonald Phone (813) 887-1888 E-mail smacdonald@ask4ci.com Communications International, Inc. 2150 15th Ave VERO BEACH, FL 32960 Bill to City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 Delivery address City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 Annual Maint. FY 24-25 Order Acceptance - Please sign below Signature Printed name Date By signing this quotation and/or submitting a purchase order pursuant to this quotation you acknowledge that you have read and agree to be bound by Communications International, Inc.’s terms and conditions of sale, service, and technical support. Orders may be subject to shipping & handling charges. All warranties are manufacturer’s warranties. Terms and Conditions: www.ask4ci.com/termsandconditions Not an Invoice – Do Not Pay Pre-tax Total $210,912.00 This quotation does not include tax Applicable taxes will be calculated during invoicing This proposal does not reflect (include) material/labor cost escalations beyond a standard inflationary rate (SIR) of 6.5%. We reserve the right to recover cost impacts above (SIR). Equipment will be invoiced upon delivery. Item Description Quantity Price Line Discount Net Price Extended Price (333) Police Portable Maintenance 12.00 4,995.00 0%4,995.00 59,940.00 (265) Police Mobiles Maintenance 12.00 3,975.00 0%3,975.00 47,700.00 (39) Control Stations 12.00 507.00 0%507.00 6,084.00 (126) City Mobiles 12.00 1,638.00 0%1,638.00 19,656.00 (497) City Portables 12.00 6,461.00 0%6,461.00 77,532.00 Quotation Page 1 of 1 Date 10/15/2024 11/14/2024Expiration date Quotation ID QO0034553 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1328 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors for the purchase of computer parts, product maintenance, servers, and network equipment in the cumulative not-to-exceed amount of $2,400,000.00, for term December 1, 2024 through either the expiration of the respective contract or September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Information Technology Department is requesting authorization to procure computer and network supplies from various vendors to include parts, cabling, servers, computers, power supplies, wireless and security technology for the maintenance and upgrade of the city’s computer network and equipment. Purchases will be obtained through various piggyback contracts. The list of vendors with their piggyback contracts are as follows: Amazon: ·Omnia Contract No. MA3457 (State of Utah) valid through 05/05/2025 https://www.omniapartners.com/suppliers/amazon-business/public-sector/contract-documents#contract- 390 <https://www.omniapartners.com/suppliers/amazon-business/public-sector/contract-documents> CDW-Government LLC: ·Omnia Contract No. MA3458 (State of Utah) valid through 05/05/2025 https://www.omniapartners.com/suppliers/cdwg/public-sector/contract-documents#contract-387 <https://www.omniapartners.com/suppliers/cdwg/public-sector/contract-documents> ·Sourcewell Contract No. 071321-CDW valid through 09/10/2025 <https://www.sourcewell-mn.gov/cooperative-purchasing/071321-CDW> ·Omnia 2024056-01 - GOV (City of Mesa, AZ) valid through 7/1/28 <https://www.omniapartners.com/suppliers/cdwg/public-sector/contract-documents> ·Sourcewell 121923-CDWG Tech Catalog valid through 2/27/2028 <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-CDW> ·State of Florida Contract No. 43230000-23-NASPO-ACS valid through 04/24/2027 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/software_value_added_reseller_svar> Carasoft, Inc: ·State of Florida Contract No. 43230000-NASPO-16-ACS valid through 09/30/2026 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/cloud_solutions> Page 1 City of Clearwater Printed on 11/5/2024 File Number: ID#24-1328 DGR: ·OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) (Region 14 ESC-TX) Valid Through 11/30/2025 https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents#contract-1517 <https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents> ·SOURCEWELL CONTRACT RFP #121923 Valid Through 02/27/2028 <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-dgr> ·SVAR 43230000-23-NASPO-ACS (State of Florida) Valid Through 04/24/2027 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/software_value_added_reseller_svar> DOF Creations: ·OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) (Region 14 ESC-TX) Valid Through 11/30/2025 https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents#contract-1517 <https://www.omniapartners.com/suppliers/fortinet/public-sector/contract-documents> GovConnection dba Connection Public Sector Solutions: ·Omnia Contract No. 01-144 (Region XIV Education Service Center) valid through 11/30/2025 https://www.omniapartners.com/suppliers/connection/public-sector/contract-documents#contract-1476 <https://www.omniapartners.com/suppliers/connection/public-sector/contract-documents> HP, Inc: ·FL - State of Florida (NVP PC5)43230000-23-NASPO-ACS Valid Through 04/24/2027 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/software_value_added_reseller_svar> ·FL - State of Florida MFD 44100000-24-NASPO-ACS Valid Through 07/31/2026 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/multi-function_devices_copiers_and_related_software_and_services> InSight Public Sector Inc: ·State of Florida Contract No. 43230000-23-NASPO-ACS valid through 04/24/2027 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/software_value_added_reseller_svar> ·State of Florida Contract No. 43230000-NASPO-16-ACS valid through 09/30/2026 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/cloud_solutions> SHI International Corp: ·State of Florida Contract No. 43230000-23-NASPO-ACS valid through 04/24/2027 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/software_value_added_reseller_svar> ·State of Florida Contract No. 43230000-NASPO-16-ACS valid through 09/30/2026 <https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreemen ts/alternate_contract_source/cloud_solutions> ·TIPS - Tech. Solutions, Products & Servies 230105 Valid Through 5/31/2028 <https://www.tips-usa.com/vendorProfile.cfm?RecordID=7D90DFBE5334489DF430FE8FF41599D3> ·Omnia 2024056-02 (City of Mesa, AZ) Valid Through 7/1/2028 <https://www.omniapartners.com/suppliers/shi/public-sector/contract-documents> Page 2 City of Clearwater Printed on 11/5/2024 File Number: ID#24-1328 Authorization to add additional vendors as needed is also requested following the proper procurement process with oversight from the Procurement Division to include small dollar purchases subject to Clearwater Code of Ordinances Section 2.561(5). APPROPRIATION CODE AND AMOUNT: Funds are available in various departmental cost centers in object codes 550100 (Office Supplies), 550400 (Operating Supplies), 550800 (Computer Parts), 530100 (Professional Services), 530300 (Contractual Services), and 530500 (Maintenance) as well as various Capital Improvement Projects to fund these purchases. STRATEGIC PRIORITY: These purchases help accomplish strategic objectives 1.2, 1.3, and 1.4. The Information Technology Department maintains critical public infrastructure to deliver sustain a high level of service to support a safe and healthy community. Page 3 City of Clearwater Printed on 11/5/2024 November 2025 Contracts Expiration Date 1. Omnia Contract MA3457 5/5/2025 https://www.omniapartners.com/suppliers/amazon-business/public-sector/contract- documents#contract-390 2. Omnia Contract MA3458 5/5/2025 https://www.omniapartners.com/suppliers/cdwg/public-sector/contract-documents#contract- 387 3. Sourcewell Contract 071321-CDW 9/10/2025 https://www.sourcewell-mn.gov/cooperative-purchasing/071321-CDW 4. Omnia Mesa 2024056-01 – GOV valid through 7/1/28 https://www.omniapartners.com/suppliers/cdwg/public-sector/contract-documents 5. Omnia Contract NCPA 01-144 11/30/2025 https://www.omniapartners.com/suppliers/connection/public-sector/contract- documents#contract-1476 6. State of Florida Contract No. 43230000-NASPO-16-ACS 9/30/2026 https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and _agreements/alternate_contract_source/cloud_solutions 7. Sourcewell 121923-CDWG Tech Catalog valid through 2/27/2028 https://www.sourcewell-mn.gov/cooperative-purchasing/121923-CDW 8. State of Florida Contract No. 43230000-23-NASPO-ACS valid through 04/24/2027 https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and _agreements/alternate_contract_source/software_value_added_reseller_svar 9. FL - State of Florida MFD 44100000-24-NASPO-ACS Valid Through 07/31/2026 https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and _agreements/alternate_contract_source/multi- function_devices_copiers_and_related_software_and_services 10. OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) Valid Through 11/30/2025 https://www.omniapartners.com/suppliers/fortinet/public-sector/contract- documents#contract-1517 11. SOURCEWELL CONTRACT RFP #121923 Valid Through 02/27/2028 https://www.sourcewell-mn.gov/cooperative-purchasing/121923-dgr 12. OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) Valid Through 11/30/2025 https://www.omniapartners.com/suppliers/fortinet/public-sector/contract- documents#contract-1517 13. Omnia Contract No. 01-144 (Region XIV Education Service Center) valid through 11/30/2025 https://www.omniapartners.com/suppliers/connection/public-sector/contract- documents#contract-1476 14. TIPS - Tech. Solutions, Products & Servies 230105 Valid Through 5/31/2028 15. Omnia 2024056-02 Valid Through 7/1/2028 https://www.omniapartners.com/suppliers/shi/public-sector/contract-documents Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1321 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve an increase to the existing purchase order with RDK Assets, Inc of Tampa, FL for solid waste and recycling truck rentals in the amount of $160,000.00, bringing the total not to exceed amount to $460,500.00, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: Due to the impacts from Hurricane Helene and in anticipation of Hurricane Milton, the Solid Waste/Recycling (SWR) department contacted RDK on October 7, 2024 to secure six additional rental trucks. These included three rear-end loader trucks and three grapple/jaws trucks, which were picked up to assist with storm debris removal after Hurricane Milton passed. The requested additional funds will allow the department to use these six trucks through the end of December 2024, supporting efforts to bring the city back to being bright and beautiful from bay to beach. The initial purchase order, approved by the City Manager in October 2023, amounted to $96,500.00 for truck rentals through a piggyback agreement with City of Boynton Beach ITB 011-2515-19/IT, valid through March 19, 2025. On May 16, 2024, Council approved an additional $204,000.00 to accommodate rentals due to significant operational challenges in SWR’s fleet, including mechanical failures and delayed deliveries of new trucks, bringing the purchase order to $300,500.00. Authorization is now requested for an additional $160,000.00 to cover more rental trucks for storm debris removal, bringing the total purchase order amount to $460,500.00. APPROPRIATION CODE AND AMOUNT: This purchase order will be coded to Solid Waste Fund cost code 4242083-544100-D2501, Rentals-Equipment-Hurricane Milton, which is used to track Hurricane Milton expenses. Reimbursement is anticipated from FEMA. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objective 1.3 (adopt responsive levels of service for public facilities and amenities) within High Performing Government. Page 1 City of Clearwater Printed on 11/5/2024 INVITATION TO BID FOR TRUCK RENTALS BID No.: 011-2515-19/IT BID OPENING DATE: February 11, 2019 BID OPENING TIME: 2:30 P. M. (LOCAL TIME) PURCHASING SERVICES, CITY HALL 1 The City of Boynton Beach INVITATION TO BID FOR “TRUCK RENTALS” BID No.: 011-2515-19/IT Sealed bids will be received in PURCHASING SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426 on or by: February 11, 2019; No Later Than 2:30 P.M. (Local Time). Bids will be opened in: PROCUREMENT SERVICES-CITY HALL unless otherwise designated. Bids received after the assigned date and time will not be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers with regard to mail being delivered by a specified time so that a bid can be considered. If no award has been made, the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Sealed bids or proposals received by the City in response to an invitation to bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the proposal/bid, whichever is sooner. If the City rejects all bids or proposals submitted in response to an invitation to bid or request for proposals and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids or proposals remain exempt from public records disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all bids, proposals, or replies. Requests for bid or proposal documents should be submitted to the City Clerk's Office. Documents may be inspected without charge, but a charge will be incurred to obtain copies. Purchasing Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6323 FAX: (561) 742-6316 2 LOBBYING / CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation from the time of advertisement and shall remain in effect until Council awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this bid should be directed to Ilyse Triestman, Purchasing Manager; Telephone: (561) 742-6322, E-mail: triestmani@bbfl.us SCOPE OF BID: The purpose of this bid is to establish fixed prices for a two-year term, for the rental of trucks that will be used throughout the City of Boynton Beach for all operational functions. Contact: City of Boynton Beach Purchasing Services 3301 Quantum Boulevard, Suite 101 Boynton Beach, FL 33426 Ilyse Triestman, Purchasing Manager (561) 742-6322 or triestmani@bbfl.us Office Hours: MONDAY – FRIDAY, 8:00 A.M. TO 5:00 P.M. CITY OF BOYNTON BEACH ______________________________ TIM W. HOWARD ASSISTANT CITY MANAGER – ADMINISTRATION 3 INVITATION TO BID FOR “TRUCK RENTALS” BID No.: 011-2515-19/IT Section 1 – SUBMITTAL INFORMATION A. The City of Boynton Beach will receive bid responses until February 11, 2019 at 2:30 P.M. (LOCAL TIME) in Purchasing Services located at City Hall, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 B. Any responses received after the above stated time and date will not be considered. It shall be the sole responsibility of the proposer to have their bid response delivered to Purchasing Services for receipt on or before the above stated time and date. It is recommended that responses be sent by an overnight air courier service or some other method that creates proof of submittal. Bid responses that arrive after the above stated deadline as a result of delay by the mail service shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the proposer’s request and expense. The City reserves the right to consider submittals that have been determined by the City to be received late due solely to mishandling by the City after receipt of the bid and prior to the award being made. C. If any addendum(s) are issued to this Bid, the City will attempt to notify all prospective bidders who have secured same, however, it shall be the responsibility of each bidder, prior to submitting the bid response, to contact the City Procurement Services at (561) 742-6322 to determine if any addendum(s) were issued and to make any addendum acknowledgements as part of their bid response. D. One (1) original, so marked, and two (2) copies, of the bid response shall be submitted in one sealed package clearly marked on the outside “INVITATION TO BID FOR TRUCK RENTALS” to: City of Boynton Beach, Purchasing Services, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 E. Responses shall clearly indicate the legal name, address and telephone number of the bidder (firm, corporation, partnership or individual). Responses shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to contractually bind the proposer to the submitted bid. Bidder must note their Federal I.D. number on their bid submittal. 4 GENERAL CONDITIONS FOR BIDDERS FAMILIARITY WITH LAWS: The bidder is presumed to have full knowledge of and be in compliance with all Federal, State, and Local laws, ordinances, rules, and regulations that in any manner affect the equipment and the services provided to the City. Ignorance on the part of the bidder will in no way relieve bidder of responsibility to adhere to such regulations. BID FORMS: The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive information must be legibly entered. The bidder must state the price and the time of delivery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company’s name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with these conditions are subject to rejection. EXECUTION OF BID: Proposal must contain an original signature of an authorized representative in the space provided on all affidavits and proposal sheets. NO BID: If not submitting a proposal, respond by returning one copy of the “STATEMENT OF NO BID” and explain the reason by indicating one of the reasons listed or in the space provided. Repeated failure to quote without sufficient justification shall be cause for removal of the vendor’s name from the mailing list. NOTE: To qualify as a respondent, bidder must submit a “NO BID” and it must be received no later than the stated bid receiving date and hour. BID DEADLINE: It is the bidder’s responsibility to assure that the bid is delivered at the proper time and place prior to the bid deadline. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regards to mail being delivered by a specified time so that a proposal can be considered. Bids which for any reason are delivered by the deadline will not be considered. If no award has been made, the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Offers by telegram or telephone are not acceptable. MINOR IRREGULARITIES/RIGHT TO REJECT: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder’s risk. The City of Boynton Beach reserves the right to waive irregularities or informalities in Bids or to reject all Bids or any part of any Bid deemed necessary for the best interest of the City. The City may reject any response not submitted in the manner specified by the solicitation documents. 5 RIGHTS OF THE CITY: The City expressly reserves the right to: A. Waive as an informality, minor deviations from specifications at a lower price than the most responsive, responsible bidder meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; B. Waive any defect, irregularity or informality in any bid or bidding procedure; C. Reject or cancel any or all bids; D. Reissue an Invitation to Bid; E. Extend the bid deadline time and date; F. Procure any item by other means; G. Increase or decrease the quantity specified in the Invitation to Bid; H. Consider and accept an alternate bid as provided herein when most advantageous to the City. STANDARDS: Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective bidder has: A. Available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain such, necessary to indicate its capability to meet all contractual requirements; B. A satisfactory record of performance; C. A satisfactory record of integrity; D. Qualified legally to Contract within the State of Florida and the City of Boynton Beach; E. Supplied all necessary information in connection with the inquiry concerning responsibility. INFORMATION AND DESCRIPTIVE LITERATURE: Bidders must furnish all information requested in the spaces provided on the bid form. Further, as may be specified elsewhere, each bidder must submit for bid evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered. Reference to literature submitted with a previous bid or on file with the buyer will not satisfy this provision. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed to this office in writing no later than ten (10) days prior to the bid deadline. Inquiries must reference the date by which the bid is to be received. CONFLICT OF INTEREST: The award hereunder is subject to all conflict of interest provisions of the City of Boynton Beach, Palm Beach County, of the State of Florida. ADDITIONAL QUANTITIES: The City reserves the right to acquire additional quantities of the bid products or services at the prices bid in this invitation. If additional quantities are not acceptable, the bid sheets must be noted “BID IS FOR SPECIFIED QUANTITY ONLY”. 6 SAMPLES: Samples of items, when called for, must be furnished free of expense, and if not used, tested or destroyed, upon request, will be returned at the bidder’s expense. Request for the return of samples may be made within ten (10) days following the bid deadline. Each individual sample must be labeled with the bidder’s name, manufacturer’s brand name and number, and item reference. DEMONSTRATIONS: Performance of the equipment/services upon request can be deemed a part of the evaluation process in determining the award of bidder. Demonstrations of the merits of the equipment/services that meet City requirements shall be requested by Procurement Services. Equipment demonstrated shall be a minimum of one (1) year old. All required staff, to be assigned per the individual bid product or service application, will form the Bid Award Committee to evaluate and submit a group award recommendation. The City reserves the right to make separate and independent awards based on its needs and the combined evaluation results. SUBCONTRACTING: If a bidder subcontracts any portion of a Contract for any reason, the bidder must state the name and address of the subcontractor and the name of the person to be contacted on the attached “Schedule of Subcontractors”. The City of Boynton Beach reserves the right to accept or reject any or all bids wherein a subcontractor is named and to make the award to the bidder, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject a bid of any bidder if the bid names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. ADDENDA: From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Since all addenda are available to bidders at Procurement Services, it is each bidder’s responsibility to check with Procurement Services and immediately secure all addenda before submitting bids. It is the usual practice for the City to mail an addendum to known bidders, but it cannot be guaranteed that all bidders will receive ALL addenda in this manner. Each bidder shall acknowledge receipt of ALL addenda by notation on the bid and shall adhere to all requirements specified in each addendum prior to submission of the bid. ESCALATOR CLAUSE: Any bid which is submitted subject to an escalator clause will be rejected, unless addressed in the Special Conditions Section of the bid documents. EXCEPTIONS: Incorporation in a bid of exceptions to any portion(s), of the Contract documents may invalidate the bid. Exceptions to the Technical and Special Provisions shall be clearly and specifically noted in the bidder’s submittal on a separate sheet marked “EXCEPTIONS TO THE SPECIFICATIONS” and this sheet shall be attached to the bid. The use of bidder’s standard forms, or the inclusion of manufacturer’s printed documents shall not be construed as constituting an exception within the intent of the Contract documents. ALTERNATES: Where a base bid is provided for, the bidder shall submit a bid on the base bid and may exercise their own prerogative in submitting a bid on alternate items. The Owner reserves the right to accept or reject the alternates or base bid or any combination thereof. The Owner, or a representative, further reserves the unqualified right to determine whether any particular item or items of material, equipment, or the like, is an approved equal, and reserves the unqualified right to a final decision regarding the approval or rejection of the same. 7 NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications under the direction of appropriate testing laboratories. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at vendor’s expense. These items and items not delivered as per delivery date in the bid and or Purchase Order may result in the bidder being found in default in which event any and all procurement costs may be charged against the defaulted Contractor. Any violation of these stipulations may also result in the vendor’s name being removed from the City of Boynton Beach’s vendor mailing list. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. ANTITRUST CAUSE OF ACTION: In submitting a bid to the City of Boynton Beach, the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the City of Boynton Beach all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City of Boynton Beach. At the City of Boynton Beach’s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the bidder. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this submittal prior to their delivery, it shall be the responsibility of the successful bidder to notify the City at once, indicating in a letter the specific regulation which required an alteration. The City reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract at no expense to the City. LEGAL REQUIREMENTS: Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. PUBLIC ENTITY CRIMES: As provided in Fla. Stat. § 287.133(2)(a), a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in excess of the threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. ADVERTISING: In submitting a bid, the bidder agrees not to use the results as a part of any commercial advertising. Violation of this stipulation may be subject to action covered under “NONCONFORMANCE WITH CONTRACT CONDITIONS”. ASSIGNMENT: Any Purchase Order issued pursuant to this bid invitation and the funds which may be come due hereunder are not assignable except with the prior written approval of the City. LIABILITY: The selected bidder(s) shall hold and save harmless the City of Boynton Beach, Florida its officers, agents, volunteers and employees from liability of any kind in the 8 performance of this Contract. Further, the selected bidder(s) shall indemnify, save harmless and undertake the defense of the City, its City Commissioners, agents, servants an employees from and against any and all claims, suits, actions, damages, or causes of action arising during the term of this Contract, for any personal or bodily injury, loss of life, or damage to property arising directly or indirectly from bidder’s operation pursuant to this Contract and from and against all costs, counsel fees, expenses and liabilities incurred in an about any such claims, the investigation thereof, or the defense of any action or proceedings brought thereon, and from and against any orders or judgments which may be entered therein. The City shall notify the bidder within ten (10) days of receipt by the City of any claim, suit or action against the City arising directly or indirectly from the operations of the bidder hereunder, for which the City may be entitled to a claim or indemnity against the bidder, under the provisions of this Contract. Bidder shall have the right to control the defense of any such claim suit or actions. The bidder shall also be liable to the City for all costs, expenses, attorneys’ fees and damages which may be incurred or sustained by the City by reason of the bidder’s breach of any of the provision of the contract. Bidder shall not be responsible for negligent acts of the City or its employees. OPTIONAL CONTRACT USAGE BY OTHER GOVERNMANTAL AGENCIES: If a bidder is awarded a contract as a result of the solicitation, if bidder has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the solicitation and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. AWARD OF CONTRACT: The low monetary bid will NOT in all cases be awarded the Contract or Purchase Order. Contracts or Purchase Orders will be awarded by the City to the most responsive, responsible bidder whose bid represents the most advantageous bid to the City, price and other factors considered. Evaluation of bids will be made based upon the evaluation factors and standards set forth herein. The City reserves the right to reject any and all bids and to waive technical errors as set forth herein. In the event of a Court challenge to an award by any bidder, damages, if any, resulting from an award shall be limited to actual bid preparation costs incurred by the challenging bidder. In no case will the award be made until all necessary investigations have been made into the responsibility of the bidder and the City is satisfied that the most responsive, responsible bidder is qualified to do the work and has the necessary organization, capital and equipment to carry out the required work within the time specified. AS SPECIFIED: A Purchase Order will be issued to the successful bidder with the understanding that all items/services delivered must meet the specifications herein. Items/services delivered not as specified, will be returned at no expense or penalty to the City of Boynton Beach. DELIVERY: Prices shall be quoted F.O.B. Boynton Beach, Florida. F.O.B. destination indicates that the seller is responsible for the shipment until it reaches its destination. Any and all freight charges are to be included in the bid total. The bidder’s invoice payment terms must be shown. WARRANTY REQUIREMENTS: Each item, including all components and all installed accessories and equipment, shall be guaranteed by the bidder to be free of defective parts and workmanship. This warranty shall be for a period of 365 days or the time designated in the standard factory warranty, whichever is longer. The warranty will be the same as that offered to the commercial trade and shall be honored by any of the manufacturer’s authorized dealers. Warranty will cover parts, labor and any necessary shipping. Warranty repairs may be accomplished on City property, if space is available; this will be at the sole discretion of the City. Contact Procurement Services for permission to perform warranty service on City property. Warranty to start at the time of acceptance by the City; however, in cases where vehicles or 9 equipment are not immediately placed in service, the bidder will provide a delay of warranty start-up time. The period of warranty delay will be coordinated by Procurement Services. PRICES, TERMS AND PAYMENT: Firm prices shall be quoted, typed or printed in ink, and include all packing, handling, shipping charges and delivery to the destination shown herein. Bidder is requested to offer a cash discount for prompt invoice payment. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. Upon delivery, the City shall make final inspection. If this inspection shows that the equipment/service has been delivered/performed in a satisfactory manner in accordance with the specifications, the City shall receive the same. Final payment due the bidder shall be withheld until visual inspection is made by the SOLID WASTE DIVISION and merits of performance evaluated. This total acceptance will be done in a reasonable and timely manner. Acceptance shall not exceed thirty (30) days. If any equipment/service has to be rejected for any reason, the bidder shall be required to pick up the equipment, accomplish the necessary repairs and return the equipment to the City. Warranty repairs may be accomplished on City property if space is available; this will be at the discretion of the City. Title to or risk loss or damage to all items shall be the responsibility of the bidder, unless such loss or damages have been proven to be the result of negligence by the City. A. TAXES: Do not include State or Federal taxes. Not applicable to municipalities. B. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at bidder’s risk. C. DISCOUNTS: Will be considered in determining the lowest net cost. D. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. E. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall carry U.L. approval and reexamination listing where such has been established. TIME OF DELIVERY: The bidder shall state in the bid the time of delivery of the equipment. Time is of importance to the City and the bidder is hereby notified that the date of delivery will be considered as a factor in the evaluation of the bids LICENSE AND PERMITS: It shall be the responsibility of the successful bidder to obtain all licenses and permits, if required, to complete this service at no additional cost to the City. Licenses and permits shall be readily available for review by the Purchasing Agent and City Inspectors. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Bidder certifies that all material, equipment, etc., contained in this bid meets all O.S.H.A. requirements. Bidder further certifies that if awarded as the successful bidder, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the bidder. 10 Bidder certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. PALM BEACH COUNTY INSPECTOR GENERAL: The contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation, and in furtherance thereof, may demand and obtain records and testimony from the contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the municipality to be a material breach of this contract justifying its termination. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY’s custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY’s custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BLVD., SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 PYLEJ@BBFL.US 11 QUESTIONS: Any questions relative to any item(s) or portion of this bid or Invitation to Bid should be directed to Ilyse Triestman, Purchasing Manager, Monday through Friday, 8:00 A.M. to 5:00 P.M. at (561) 742-6322; E-mail triestmani@bbfl.us LOCAL BUSINESS PREFERENCE The City of Boynton Beach Administrative Policy No. 10.16.01 provides for a local business preference. “For all acquisitions made pursuant to Sealed Competitive Bid, as provided in Sec. 10.05, the City shall give preference to a Local Business if the Local Business’ bid is determined to be within five percent (5%) or five thousand dollars ($5,000.00), whichever is less, of the lowest responsible and responsive bidder. In revenue generating contracts where award, if any, is to be made to the bidder returning the highest amount to the City, the same preference set forth herein shall be applied with respect to the highest bid.” In order to be considered for a local business preference, a bidder must include the Local Business Status Certification Form at the time of bid submittal. Failure to submit this form at the time of bid submittal will result in the bidder being found ineligible for the local business preference for this solicitation. SCRUTINIZED COMPANIES - 287.135 and 215.473 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Solicitation responses of $1 million or more must include the attached Scrutinized Companies form to certify that the Proposer is not on either of those lists. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. 12 SPECIAL TERMS AND CONDITIONS PURPOSE: The purpose of this bid is to establish firm fixed prices for the rental of trucks that will be used throughout the City of Boynton Beach for all operational functions on an as needed month to month bases. The estimated annual expenditure for this contract is $100,000 TERM OF CONTRACT: The initial term of the contract awarded shall be for two (2) years from the effective date of the contract and by mutual agreement between the City and the awardee(s), may be renewable for three (3) additional one (1) year periods. The City reserves the right to exercise the option to renew annually. The City reserves the right to extend automatically for a period not to exceed an additional twelve (12) months in order to provide the City with continual service while a new contract is solicited, evaluated and/or awarded. No price increase will be accepted during the initial or renewal terms of the contract. METHOD OF AWARD: Successful Bidder awarded shall ensure that proper and sufficient staff, equipment, organization, etc. will be provided for this contract to meet the specifications denoted herein at a paramount level. Once opened, the bids will be tabulated and evaluated by the City before recommendation and/or notice of intent to award. The City, in its sole discretion, reserves the right to accept or reject any or all bids for any reason whatsoever. The City further reserves the right to waive irregularities and technicalities and/or to request resubmission. There is no obligation on the part of the City to award the bid to the lowest bidder, or any bidder. The City reserves the right to make the award to a responsible bidder submitting a responsive bid most advantageous and in the best interest of the City. The City shall be the sole judge of the bids and the City’s decision shall be final. It is the intent of the City to award up to three vendors that submit the lowest priced responsive and responsible offer per item; it is the intent of the City to place orders with the lowest priced vendor per line item. Individual line item awards will be extended to the vendor offering the lowest monthly rental rate for the truck required. The lowest priced vendor will be designated as the primary vendor per line item; the next low vendor will be designated as the secondary vendor per line item; and the third low vendor will be designated as the tertiary vendor per line item. COST ADJUSTMENTS: Prices quoted shall be firm for the initial bid term. No cost increases shall be accepted in this initial bid term. Please consider this when providing pricing for this Bid. Cost increases for any extension terms shall be subject to City approval. Any requested adjustment shall be fully documented and submitted to the City at least ninety (90) days prior to the bid term anniversary date. Any approved cost adjustments shall become effective on the beginning date of the approved bid extension. The City, may, after examination, refuse to accept the adjusted costs if they are not properly documented, or considered to be excessive, or if decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the Contract will be considered cancelled on the scheduled expiration date. 13 PERFORMANCE DURING EMERGENCY: By submitting a bid, bidder agrees and promises that, during and after a public emergency, disaster, hurricane, flood, or acts of God, City of Boynton Beach shall be given "first priority" for all goods and services under this contract (if applicable). Bidder agrees to provide all goods and services to City of Boynton Beach throughout the emergency/disaster at the terms, conditions, and prices as provided in this solicitation, and with a priority above, a preference over, sales to the private sector. Bidder shall furnish a 24-hour phone number and address to the City in the event of such an emergency. Failure to provide the stated priority/preference during an emergency/disaster shall constitute breach of contract and make the bidder subject to sanctions from further business with the City. INSURANCE: It shall be the responsibility of the successful bidder to maintain workers’ compensation insurance, property damage, liability insurance and vehicular liability insurance, during the time any of bidder’s personnel are working on City of Boynton Beach property. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best’s Key Rating Guide, latest edition. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. 14 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPECIFICATIONS AND REQUIREMENTS The purpose of this bid is to establish firm fixed prices for the rental of trucks that will be used throughout the City of Boynton Beach for all operational functions on an as needed month to month bases. The estimated annual expenditure for this contract is $100,000 Delivery shall be made FOB Destination to: City of Boynton Beach Public Works, 222 NE 9th Avenue, Boynton Beach, Florida 33435. Delivery hours are from: 7 AM to 3 PM, Monday thru Friday. The Bidder should submit with its bid, a listing or report of inventory of all of their equipment that meet the specifications contained herein. The listing or report should contain information including but not limited to: year, make, manufacture, capacity, type, etc. of equipment to be supplied. If not submitted with the bid, bidder must submit documentation within three (3) calendar days of City’s request or bid may be deemed non-responsive. Every truck must have automatic transmission, air conditioned and power steering. Prior to ordering rental, the City may request additional technical information (i.e. equipment drawings, diagrams, etc.) on the equipment to supplied. This information should be submitted within three (3) business days after request from City representative. Vendor shall be responsible to provide a service plan for all normally serviced items as per the chassis and body manufacturer’s owner’s manual. The City will do routine maintenance and be responsible for any damage due to mis-use or accident. Vendor shall be responsible for all other maintenance and/or repairs on the units. City will be responsible to keep unit clean and to thoroughly clean unit(s) prior to returning unit to the vendor when City has finished with them. City of Boynton Beach will require successful vendor to sign a service contract with the City and purchase orders will be issued for the rental. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. 15 Attachment “A” City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of “B+” or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------------------------------------------------------------------------------------------------- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ------------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Contractor's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined ------------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------- Other - As Risk Identified to be determined THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 16 BIDDER ACKNOWLEDGEMENT Submit Bids to: PURCHASING SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Telephone: (561) 742-6310 Bid Title: “TRUCK RENTALS” Bid Number: 011-2515-19/IT Bid Due: February 11, 2019, NO LATER THAN 2:30 P.M. (LOCAL TIME) Bids will be opened in Purchasing Services unless specified otherwise and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Bidder: Federal I.D. Number: A Corporation of the State of: Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: City/State/Zip: Vendor Mailing Date: E-Mail Address: Authorized Signature Name Typed THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 17 BID NO. 011-2515-19/IT TRUCK RENTALS BID FORM To All Bidders: The undersigned declares that he/she has carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of product/service called for. When submitting more than one bid proposal price for this product and/or service, indicate how many individual and/or combination item(s) are to be tabulated and considered. Attach a separate sheet for each. Basis of Award: It is the intent of the City to award up to three vendors that submit the lowest priced responsive and responsible bid per item; it is the intent of the City to place orders with the lowest priced vendor per line item. Individual line item awards will be extended to the vendor offering the lowest monthly rental rate for the truck required. The lowest priced vendor will be designated as the primary vendor per line item; the next low vendor will be designated as the secondary vendor per line item; and the third low vendor will be designated as the tertiary vendor per line item. Vendors shall attach a list of all rental trucks offered. List shall include, but not be limited all the information requested below for items. ITEM 1 RENTAL OF 26 - 35 CUBIC YARD AUTOMATIC SIDE LOADER REFUSE COMPACTOR TRUCK WITH JOYSTICK MONTHLY RENTAL RATE: ______________________ per vehicle DELIVERY CHARGE: ______________________ per vehicle PICK-UP FEE: ______________________ per vehicle CHASSIS DEALER SERVICE LOCATION: ___________________________________ BODY DEALER SERVICE LOCATION: ___________________________________ COMPANY NAME: _____________________________________ THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 18 BID NO. 011-2515-19/IT TRUCK RENTALS BID FORM (CONT’D.) ITEM 2 RENTAL OF ROLL OFF (CAB OVER OR CONVENTIONAL) MONTHLY RENTAL RATE: ______________________ per vehicle DELIVERY CHARGE: ______________________ per vehicle PICK-UP FEE: ______________________ per vehicle CHASSIS DEALER SERVICE LOCATION: ___________________________________ BODY DEALER SERVICE LOCATION: ___________________________________ ITEM 3 RENTAL OF 26 - 35 CUBIC YARD COMMERCIAL FRONT LOAD MONTHLY RENTAL RATE: ______________________ per vehicle DELIVERY CHARGE: ______________________ per vehicle PICK-UP FEE: ______________________ per vehicle CHASSIS DEALER SERVICE LOCATION: __________________________________ BODY DEALER SERVICE LOCATION: __________________________________ COMPANY NAME: _____________________________________ THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 19 BID NO. 011-2515-19/IT TRUCK RENTALS BID FORM (CONT’D.) ITEM 4 RENTAL OF 22 - 31 CUBIC YARD CHERRY PICKER MONTHLY RENTAL RATE: ______________________ per vehicle DELIVERY CHARGE: ______________________ per vehicle PICK-UP FEE: ______________________ per vehicle CHASSIS DEALER SERVICE LOCATION: ___________________________________ BODY DEALER SERVICE LOCATION: ___________________________________ ITEM 5 RENTAL OF 30-40 YARD TRASH HAULER BODY REFUSE TRUCK Gross Vehicle Weight (GVW): _____________________________ MONTHLY RENTAL RATE: ______________________ per vehicle DELIVERY CHARGE: ______________________ per vehicle PICK-UP FEE: ______________________ per vehicle CHASSIS DEALER SERVICE LOCATION: ___________________________________ BODY DEALER SERVICE LOCATION: ___________________________________ COMPANY NAME: _____________________________________ THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20 BID NO. 011-2515-19/IT TRUCK RENTALS BID FORM (CONT’D.) ITEM 6 RENTAL OF 27 – 30 CUBIC YARD REAR LOADER REFUSE TRUCK WITH 2 CART TIPPERS Gross Vehicle Weight (GVW): _____________________________ MONTHLY RENTAL RATE: ______________________ per vehicle DELIVERY CHARGE: ______________________ per vehicle PICK-UP FEE: ______________________ per vehicle CHASSIS DEALER SERVICE LOCATION: ___________________________________ BODY DEALER SERVICE LOCATION: ___________________________________ ______________________________ ____________________________________ COMPANY NAME SIGNATURE OF AUTHORIZED OFFICIAL ____________________________________ (_____)_____________________________ PRINTED NAME OF AUTHORIZED OFFICIAL TELEPHONE NUMBER ___________________________ ( )____________ ________________________ TITLE FAX NUMBER E-MAIL ADDRESS THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 21 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of _____________________________) : County of____________________________) ________________________________________, being first duly sworn, deposes and says that: 1) He is_________________________ of ________________________________, (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed)_____________________________ Subscribed and sworn to before me (Title) ______________________________ This ______ day of ________, 20 _____ My commission expires ______________________________ THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: NAME - SIGNATURE Sworn and subscribed before me this day of ,20 Printed Information: NAME TITLE NOTARY PUBLIC, State of Florida at Large COMPANY “OFFICIAL NOTARY SEAL” STAMP THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? ___________ ____________ Yes No If Yes, please indicate by an “X” in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER _______________________________________ (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES _____ NO _____ If YES, Name the Organization from which this certification was obtained and date: _________________________________________________________________ Issuing Organization for Certification ____________________________ Date of Certification 24 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ______________________________ Vendor’s Signature THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 25 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. _______________________________ CONTRACTOR NAME By_____________________________ Title: ___________________________ Date: ___________________________ 26 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, _____________________________, the ______________________________ of (Name of officer of company) (Title of officer of company) _____________________________, located at ____________________________, (Name of Corporation/Company) (Business Address) Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS:_________________________________________ 1. Is the business located within the City limits of Boynton Beach, Florida? YES NO Number of Years: ____________ 2. Does the business have a business tax receipt issued in the current year? YES NO Business License Number: _____________ 3. Is the business registered with the Florida Division of Corporations? YES NO I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: ____________________________ Signature: ___________________________ ***FOR PURCHASING USE ONLY*** Business License Active: Verified by: ____________________________ Date: ______________ Year Established: 27 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 I, _______________________, on behalf of ________________________ certify Print Name and Title Company Name that ______________________________does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted 28 a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. _____________________________ _________________________ COMPANY NAME SIGNATURE __________________________ _________________________ PRINT NAME TITLE 29 STATEMENT OF NO BID If you are not bidding this service/commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 Failure to respond may result in deletion of vendor’s name from the qualified bidder’s list for the City of Boynton Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No.: 011-2515-19/IT to “TRUCK RENTALS” because of the following reasons: Specifications too “tight”, i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: "Offers from the vendors listed herein are the only offers RFP DUE DATE: February 11, 2019 received timely as of the above receiving date and time. RFP DUE TIME: 2:30 P.M.All other offers submitted in response to this solicitation,RFP No.: 011-2515-19/IT if any, are hereby rejected as late" VENDORS Business Name: Environmental Products Group Business Name: GT Supplies, Inc.Business Name: Petersen Industries Business Name: RDK Truck Sales Address: 2525 Clacona Rd Address: 7010 Barbour Road Address: 4000 S.R. 60 West Address: 3214 Adamo Dr. Apopka, FL 32703 Riviera Beach, FL 33407 Lake Wales, FL 33859 Tampa, FL 33605 Tel: 561-719-1395 Tel: 561-881-8101 Tel: 863-676-1493 Tel: 813-241-0711 Email: phart@myepg.com Email: tr@gtsupplies.com Email: nfiler@petersenind.com Email: joanie@rdk.com MONTHLY RENTAL RATE:No-Bid No-Bid No-Bid $6,500.00 DELIVERY CHARGE:No-Bid No-Bid No-Bid $500.00 PICK-UP FEE:No-Bid No-Bid No-Bid $500.00 MONTHLY RENTAL RATE:No-Bid No-Bid No-Bid $6,500.00 DELIVERY CHARGE:No-Bid No-Bid No-Bid $500.00 PICK-UP FEE:No-Bid No-Bid No-Bid $500.00 MONTHLY RENTAL RATE:No-Bid No-Bid No-Bid $6,500.00 DELIVERY CHARGE:No-Bid No-Bid No-Bid $500.00 PICK-UP FEE:No-Bid No-Bid No-Bid $500.00 MONTHLY RENTAL RATE:$8,500.00 $6,000.00 $6,000.00 $6,500.00 DELIVERY CHARGE:$750.00 $0.00 $566.00 $500.00 PICK-UP FEE:$750.00 $0.00 $566.00 $500.00 MONTHLY RENTAL RATE:No-Bid No-Bid No-Bid $6,500.00 DELIVERY CHARGE:No-Bid No-Bid No-Bid $500.00 PICK-UP FEE:No-Bid No-Bid No-Bid $500.00 MONTHLY RENTAL RATE:No-Bid No-Bid No-Bid $6,500.00 DELIVERY CHARGE:No-Bid No-Bid No-Bid $500.00 PICK-UP FEE:No-Bid No-Bid No-Bid $500.00 Opened and tabulated by: Eric Marmer, 2/11/19 Witnessed by: I. Triestman TRUCK RENTALS ITEM 1: RENTAL OF 26 - 35 CUBIC YARD AUTOMATIC SIDE LOADER REFUSE COMPACTOR TRUCK WITH JOYSTICK ITEM 2: RENTAL OF ROLL OFF (CAB OVER OR CONVENTIONAL) ITEM 3: RENTAL OF 26 - 35 CUBIC YARD COMMERCIAL FRONT LOAD ITEM 4: RENTAL OF 22 - 31 CUBIC YARD CHERRY PICKER ITEM 5: RENTAL OF 30-40 YARD TRASH HAULER BODY REFUSE TRUCK Item 5 & 6 Gross Vehicle Weights both 66,000k ITEM 6: RENTAL OF 27 – 30 CUBIC YARD REAR LOADER REFUSE TRUCK WITH 2 CART TIPPERS COMMENTS: The City of Boynton Beach America’s Gateway to the Gulfstream Procurement Services P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 March 21, 2019 RDK Truck Sales 3214 Adamo Dr. Tampa, FL. 33605 RE: “TRUCK RENTALS” BID #: 011-2515-19/IT CONTRACT PERIOD: MARCH 20, 2019 THRU MARCH 19, 2021 Dear Joanie Beckwith: At the Commission meeting on March 19, 2019, the BID for “TRUCK RENTALS” was awarded to your company for the following items: Primary Vendor Item 1 Item 2 Item 3 Item 5 Item 6 Tertiary Vendor Item 4 A Blanket Purchase Order will be issued to your company. We would like to thank you for responding to this Bid. If you have any questions regarding this Bid, please contact Michael Dauta, Acting Purchasing Manager, at dautam@bbfl.us Sincerely, Tim Howard Assistant City Manager, Administrative Services Enclosure: Tabulation Sheet City of Boynton Beach Agenda Item Request Form 7.D Consent Bids and Purchases over $100,000 06/ 6/2023 Commission Meeting Date: 06/ 6/2023 Bid Extensions and Piggy-Backs Over $100,000 Requested Action by Commission: Approve the one-year extension for RFPs/Bids and/ or piggy-backs for the procurement of services and/or commodities over $100,000 as described in the written report for June 6, 2023 - "Request for Extensions and/or Piggybacks." Explanation of Request: As required, the Finance/Procurement Department submits requests for award to the Commission; requests for approval to enter into contracts and agreements as the result of formal solicitations; and to piggy-back governmental contracts. Options to extend or renew are noted in the “Agenda Request Item” presented to Commission as part of the initial approval process. Procurement seeks to provide an accurate and efficient method to keep the Commission informed of pending renewals and the anticipated expenditure by reducing the paperwork of processing each renewal and/or extension individually and summarizing the information in a monthly report (as required). VENDOR(S) DESCRIPTION OF SOLICITATION SOLICITATION NUMBER RENEWAL TERM AMOUNT RDK Truck Sales Truck Rentals for Solid Waste Division City of Boynton Beach Bid No. 011-2515-19/IT March 20, 2023 to March 19, 2024 Annual Estimated Expenditure (includes cost adjustment increase). Vendor has requested to exercise its right to include a cost increase adjustment during the renewal term. $150,000 Bill2Pay, LLC Bill Printing, Mailing and Electronic Bill Presentment and Payment City of Boynton Beach RFP No. 074-2821-15/KTR August 1, 2023 to July 31, 2024 Annual Estimated Expenditure $385,000 Not to Exceed J & J, Inc. dba Eagle Painting; All Counties Painting, LLC Citywide Painting Services City of Boynton Beach Bid No. 013-2511-19/IT July 3, 2023 - July 2, 2024 Estimated Annual Expenditure $250,000 Professional Security Concepts, Inc. Unarmed Roving Security Guard Services - City Hall, Cultural Center, Other City Facilities/Land and Special Events as designated by Chief of Police Piggyback City of Pompano Beach CRA RFP No. P- 15-19 Resolution No. 2019-35 - City of Boynton Beach Resolution No. R20-036 June 25, 2023 - September 30, 2023 Estimated Annual Expenditure (includes new hourly rates) $100,000 Dartco, Expert Diesel, Innovative Equipment, Lou Bachrodt, Nacarato, Nextran, Pat's Pump, Southern Sewer, Sunbelt, The Pete Store Annual Supply of Original Equipment Manufacturer (OEM) Service and Parts For Medium/Large and Heavy Duty Vehicles and Equipment City of Boynton Beach Bid No. 029-1412-19/MFD September 4, 2023 - September 3, 2024 Annual Estimated Expenditure $350,000 How will this affect city programs or services? This renewal report will be used for those solicitations, contracts/agreements and piggy-backs that are renewed/extended with the same terms and conditions and pricing as the initial award. Fiscal Impact: Funds have been budgeted under line items as noted on the attached report. Attachments: $100K over REQUEST FOR BID EXTENSIONS REPORT June 6 2023 Renewal Interest Letter - RDK Truck Sales 2023-2024 - Rate Increase Request Included Renewal Interest Letter - Bill2Pay LLC - 2023-2024 Signed Renewal Interest Letter - All Counties Painting dba PeoplesChoicePCP 2023-2024 -Signed Extension Interest Letter - Professional Security Concepts PSC 2023-2024 - Rate Increase - Signed.pdf Renewal Interest Letter - Dartco 2023-2024 Renewal Interest Letter - Expert Diesel 2023-2024 Renewal Interest Letter - Freightliner 2023-2024 Renewal Interest Letter - Nacarato 2023-2024 Renewal Interest Letter - Nextran 2023-2024 Renewal Interest Letter - Pat's Pump 2023-2024 Renewal Interest Letter - Southern Sewer 2023-2024 Renewal Interest Letter - Sunbelt 2023-2024 Renewal Interest Letter - The Pete Store 2023-2024 Renewal Interest Letter - Trekker (Innovative Equipment) 2023-2024 Renewal Interest Letter - J-J Inc dba Eagle Painting 2023-2024 - Signed File #:ID#24-0541 Version: 1 Name: Approve a purchase order to RDK Assets, Inc of Tampa, FL for solid waste and recycling truckrentals in the not to exceed amount of $300,500.00 pursuant to City Code 2.563 (1)(c) Piggyback off City of Boynton Beach, ITB# 011- 2515-19/IT through March 19, 2 Type:Action Item Status:Passed File created:4/29/2024 In control:Solid Waste On agenda:5/16/2024 Final action:5/16/2024 Title:Approve an increase on purchase order to RDK Assets, Inc of Tampa, FL for solid waste and recycling truck rentals inthe amount of $204,000.00 for a total not to exceed amount of $300,500.00 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) Attachments: 1. 011-2515-19 - TRUCK RENTALS FINAL EM 1.9.19, 2. Boyton Beach RDK BID, 3. Tabulation Sheet - Pricing - Truck Rental, 4. RDK Award Letter, 5. City Boyton Beach Agenda Item Request Form_Renewal, 6. Boynton Beach -Extended Agreement, 7. PO#24000159, 8. city_of_clearwater_terms_and_conditions SUBJECT/RECOMMENDATION: Title Approve an increase on purchase order to RDK Assets, Inc of Tampa, FL for solid waste and recycling truck rentals in the amount of $204,000.00 for a total not to exceed amount of $300,500.00 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) Body SUMMARY: The City's fleet of solid waste/recycling collection vehicles has encountered significant operational challenges due to mechanicalfailures and the delayed delivery of new trucks. To ensure uninterrupted solid waste and recycling services to our residents, it is essential to procure additional trucks on a rental basis. Authorization to piggyback City of Boynton Beach ITB 011-2515-19/IT which has been extended through March 19, 2025 is requested. This contract provides for the monthly rental of trucks under the same terms, conditions and pricing as the currentbid agreement term. On October 24, 2024, Assistant City Manager approved a purchase order to RDK Assets Inc in the amount of $96,500.00. With this increase, the total amount needed for truck rentals will be $300,500.00. APPROPRIATION CODE AND AMOUNT: A mid-year budget amendment will increase operating cost code 4242083-544100, Equipment Rental, by $204,000.00 to fund this work order. Offsetting revenues will be recognized from an allocation of Solid Waste and Recycling Fund reserves. USE OF RESERVE FUNDS: Funding for this contract will be provided by mid-year budget amendment allocating Solid Waste and Recycling Fund reserves of $204,000. The remaining reserve balance, after 50% working capital reserves, is approximately $24.3 million or 67% of the current Solid Waste and Recycling Fund operating budget. STRATEGIC PRIORITY: This item falls under objective 1.3 (adopt responsive levels of service for public facilities and amenities) within High PerformingGovernment. Sign In Home Legislation Calendar City Council Departments People Archived Meetings Details Reports History (2)Text 10/17/24, 3:12 PM City of Clearwater - File #: ID#24-0541 https://clearwater.legistar.com/LegislationDetail.aspx?ID=6658790&GUID=E5D768BD-0AB8-4C0E-89B3-86D79E87E883 1/2 10/17/24, 3:12 PM City of Clearwater - File #: ID#24-0541 https://clearwater.legistar.com/LegislationDetail.aspx?ID=6658790&GUID=E5D768BD-0AB8-4C0E-89B3-86D79E87E883 2/2 THIS NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES AND SHIPPING PAPERS. Purchase Order # Purchase Order is subject to standardTermsand Conditions posted atwww.myclearwater.com/purchaseorder-TandC BILL TO Purchase Order VENDOR SHIP TO Vendor Email Delivery Contact Date Ordered Date Required Contract Number Department/Location Vendor No. Payment Terms Item#Description/PartNo QTY UOM Unit Price Extended Price By:Procurement Manager Page 1 of 1 24000159 RDK ASSETS, INC RDK TRUCK SALES3214 E ADAMO DRTAMPA, FL 33605 SOLID WASTE - ADMIN 1701 N HERCULES AVECLEARWATER, FL 33765Phone: 727-562-4930 10/24/2023 SW & RECYC 205856 30 >FOB DESTINATION unless otherwise indicated>DISCOUNT (if shown) reflects payment terms 1 EA6.0 $51,000.00$8,500.0026-35 CUBIC YARD FRONT LOAD RENTAL 2 EA5.0 $42,500.00$8,500.0026-35 CUBIC YARD AUTOMATED SIDE LOADER (ASL)RENTAL 3 EA3.0 $3,000.00$1,000.00FREIGHT$500.00 DELIVERY/$500.00 PICK-UP PER VEHICLE PRICING BASED OFF BOYTON BEACH CONTRACT011-2515-19/IT VALID THROUGH MARCH 19, 2024. THE CITY AND VENDOR AGREE TO BE BOUND BY THETERMSAND CONDITIONS OF BOYTON BEACH CONTRACT011-2515-19/IT WITH RESPECT TO THIS PURCHASE ORDER. THE GOVERNMENT ENTITY NAMED IN SAID CONTRACTSHALLBE REPLACED WITH CITY OF CLEARWATER. GOVERNING LAW SHALL BE THE STATE OF FLORIDA ANDVENUESHALLBE PINELLAS COUNTY FLORIDA. IN THEEVENTOF A CONFLICT BETWEEN THE PRICE OR TERMSAND CONDITIONS CONTAINED IN ANY INVOICE OR THERSUBSEQUENTDOCUMENT, THE PRICES, TERMS ANDCONDITIONSOF BOYTON BEACH CONTRACT 011-2515-19/ITSHALLCONTROL. Total Ext. Price $96,500.00PO TOTAL $96,500.00 (01/2021) City of Clearwater, Florida – Purchase Order Terms and Conditions 1. CHANGES: No alteration in any of the terms, conditions, delivery, price, quality, quantities, or specifications of this purchase order (PO) will be effective without written consent of the City of Clearwater, Florida (City). 2. HANDLING: No charges will be allowed for handling which includes, but is not limited to, packing, wrapping, bags, containers, or reels, unless otherwise stated herein. 3. DELIVERY: For any exception to the delivery date as specified on this order, Vendor shall give prior notification and obtain written approval thereto from the City. With respect to delivery under this order, time is of the essence, and the order is subject to termination for failure to deliver as specified. The acceptance by the City of late performance with or without objection or reservation shall not waive this right to claim damage for such breach nor constitute a waiver of the requirement for the timely performance of any obligation remaining to be performed by Vendor. 4. MSDS AND SAFETY: Material Safety Data Sheets shall be included with shipments of any material requiring this documentation, per OSHA regulations, and comply with the Consumer Products Safety Act, and all other applicable state and Federal laws or agency regulations. 5. PAYMENT AND TERMS: The terms of payment shall be as stated. PO numbers must be noted on all invoices. Payment will not be processed until items invoiced are received and accepted. All payments shall be made in accordance with the Local Government Prompt Payment Act, Florida Statutes § 218.70. The City offers a credit card payment process (ePayables) and encourages vendors to participate in this program. 6. CASH DISCOUNT: In the event that the City is entitled to a cash discount, the period of computations will commence on the date of receipt of a correctly completed invoice. 7. ASSIGNMENTS. The provisions of monies due under this PO shall only be assignable with prior written consent of the City. 8. INSURANCE. The Vendor shall maintain insurance acceptable to the City, in full force and effect throughout the term of this purchase order. The Vendor must provide a Certificate of Insurance with endorsement, naming the City as Additional Insured, in accordance with the insurance requirements, evidencing such coverage prior to the commencement of work under this agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s),when applicable. Vendor shall provide thirty (30) days written notice of any cancellation, non- renewal, termination, material change or reduction in coverage. Vendor’s insurance shall be primary and non-contributory coverage for Vendor’s negligence. The stipulated limits of coverage provided by the City, if any, shall not be construed as a limitation of any potential liability to the Vendor, and failure by the City to request evidence of this insurance shall not be construed as a waiver of Vendor’s obligations to provide the insurance coverage specified. 9. APPLICABLE LAWS: Vendor shall comply with all applicable federal, state, and local laws and regulations. The sole venue of any legal action arising from execution of this PO, shall be the Pinellas County Superior Court of the State of Florida and the interpretation of the terms of the PO shall be governed by the laws of the State of Florida. 10. LICENSES: As applicable, vendor shall have a valid and current Business Tax Receipt (BTR) to do business in the City. Said BTR shall be obtained prior to the award of any purchase order. BTR information available at https://www.myclearwater.com/government/city-departments/planning- development/divisions-/construction-services-building/business-tax-receipts-btr 11. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, FOB Destination. When shipping address indicates a room number and/or inside delivery, it is the Vendor’s responsibility to make delivery to that location at no additional charge. Where specific authorization is granted to ship goods to FOB shipping point, Vendor agrees to prepay all shipping charges and route as instructed. No COD shipments will be accepted. 12. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at the Vendor’s risk and expense. 13. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, correspondence, and other written documents affecting this order shall reference the applicable purchase order number. Packing lists shall be enclosed in each and every box or package shipped pursuant to this order, indicating the contents therein. 14. INFRINGEMENTS: Vendor agrees to protect and save harmless, the City against all claims, suits, or proceedings for patent, trademark, copyright, or franchise infringement arising from the purchases, installation, or use of goods and materials ordered and to assume all expenses and damages arising from such claims, suits, or proceedings. 15. WARRANTIES: Vendor represents and warrants that the goods are new, current, fully warranted by the manufacturer, and fit for the intended purpose. Delivered goods will comply with specifications and be free from defects in labor, material, and manufacture. All UCC implied and expressed warranties are incorporated in this purchase order. Vendor shall transfer all warranties to the City. 16. LIENS, CLAIMS, AND ENCUMBRANCES: Vendor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 17. RISK OF LOSS: Regardless of FOB Point, vendor agrees to bear all risks of loss, injury, or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury, or destruction shall not release Vendor from any obligation hereunder. 18. HOLD HARMLESS: Vendor shall indemnify, defend, and hold harmless the City and its agencies, their divisions, officers, employees, and agents, from all claims, suits, or actions of any nature arising out of or related to the activities of vendor, its officers, subcontractors, agents, or employees under this purchase order. Notwithstanding anything contained herein to the contrary, this indemnification provision shall not be construed as a waiver of any immunity to which City is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall be interpreted as limiting or in any way affecting any defense City may have under § 768.28, Florida Statutes or as consent to be sued by third parties. 19. FORCE MAJEURE: Vendor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, war, riot, delay in transportation or railcar transport shortages, provided Vendor notifies the Purchasing Manager immediately in writing of such pending or actual (01/2021) delay. Normally, in the event of any such delays the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 20. TERMINATION: (i) The parties may terminate this PO by mutual agreement. (ii) The City may terminate this PO at any time with written notice to Vendor; upon receipt of the notice, Vendor shall stop performance and the City shall pay Vendor for goods and/or services delivered and accepted. (iii) The City may terminate this PO at any time if City fails to receive funding, appropriations, or other expenditure authority. (iv) If Vendor breaches any PO provision or is declared insolvent, the City may terminate this PO for cause with written notice to Vendor, and Vendor shall be liable for all incidental and consequential damages resulting from its breach, including all damages as provided in the UCC. 21. PUBLIC RECORDS: Vendor will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time. IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO VENDOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS PO, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. Vendor shall comply with the following: Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by vendor hereunder; 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; 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 PO term and following completion of the PO if vendor does not transfer the records to the public agency; and Upon completion of the PO, transfer, at no cost, to the public agency all public records in possession of vendor or keep and maintain public records required by the public agency to perform the service. If vendor transfers all public records to the public agency upon completion of the PO, vendor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If vendor keeps and maintains public records upon completion of the PO, vendor 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. 22. ANTI-TRUST: Vendor and the City recognize that in actual economic practice, overcharges resulting from anti-trust violations are in fact borne by the City, therefore, Vendor hereby assigns to the City any and all claims for such overcharges. 23. DEFAULT: Vendor covenants and agrees that in the event suit is instituted by the City for any default on the part of Vendor and Vendor is adjudged by a court of competent jurisdiction to be in default, Vendor shall pay to the City all costs and expenses incurred by the City in connection therewith, and reasonable attorneys’ fees. 24. SEVERABILITY: If a court of competent jurisdiction declares any provision of the PO to be invalid, the other provisions and the rights and obligations of the parties remain in effect. 25. ACCEPTANCE: This order expressly limits acceptance to the terms and conditions stated herein. All additional or different terms proposed by Vendor are objected to and hereby rejected, unless otherwise accepted in writing by the City. 26. ORDER OF PRECEDENCE: When this PO is issued subsequent to the results of a request for quote, bid, or proposal, additional terms and conditions, if any, contained in the solicitation or resulting contract shall control. 27. NONDISCRIMINATION: During the performance of this PO, the Vendor agrees as follows: (i) The Vendor will not discriminate against any employee or applicant for employment because of race, creed, color, religion, age, marital status, disability, sex, sexual orientation, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. (ii) The Vendor will furnish all information and reports required by the City and will provide on request evidence to substantiate compliance with non-discrimination clauses of this PO. (iii) In the event of the Vendor’s noncompliance with the clauses of this PO or with any of such rules, regulations, or orders, this PO may be canceled, terminated, or suspended in whole or in part, and the Vendor may be declared ineligible for any future City PO. 28. CODE OF ETHICS: Florida Statutes §112.313 provides ethical standards for City personnel; and unethical conduct by others including bidders and vendors is grounds for debarment. City employees may neither solicit, accept, or agree to accept any gratuity for themselves, their families or others that results in their personal gain which may affect their impartiality in making decisions on the job. Further, City Procurement staff are also held accountable to the National Institute of Government Procurement (NIGP) Code of Ethics. 29. COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986. Vendor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 located at 8 U.S.C. 1324 et. seq., and regulations thereto, as either may be amended from time to time. Failure to comply with the above provisions shall be considered a material breach and shall be grounds for immediate termination of the agreement, at the discretion of the City. 30. E-VERIFY: Vendor and its Subcontractors shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. Vendor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. Subcontractor must provide Vendor with an affidavit stating that Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Vendor shall maintain a copy of such affidavit. The City may terminate this PO on the good faith belief that Vendor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). If this PO is terminated pursuant to Florida Statute 448.095(2)(c), Vendor may not be awarded a public contract for at least 1 year after the date of which this PO was terminated. Vendor is liable for any additional costs incurred by the City as a result of the termination of this PO. See Section 448.095, Florida Statutes (2020). 31. TAX EXEMPTION: The City’s Florida State Sales Tax Exemption Number is 85-8012740095C-1 and Federal Tax ID Number is 59-6000289. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1325 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Ratify and confirm a purchase order with CrowderGulf Joint Venture, Inc. of Mobile, AL for Hurricane Helene debris removal in an amount of $4,146,250.00, pursuant to RFP 08-24. (consent) SUMMARY: On February 9, 2024, Procurement issued Request for Proposal (RFP) 08-24, Disaster Debris Removal and Disposal Services for debris removal and disposal services in the event of a major disaster and received nine responses on March 12, 2024. The evaluation committee consisting of representatives from Clearwater Fire & Rescue, Finance, Parks and Recreation and Solid Waste & Recycling carefully reviewed each submittal and recommended a primary award to CrowderGulf Joint Venture, Inc. (CrowderGulf) with a secondary award to Ceres Environmental Services (Ceres). CrowderGulf (primary) and Ceres (secondary) have the experience, equipment, manpower, permits and licenses to perform all related debris management services (DMS). The contracts to CrowderGulf and Ceres were executed by the City with the respective vendors on May 13, 2024. In the aftermath of Hurricane Helene on September 26-27, 2024, CrowderGulf was activated by the City to provide additional debris removal and management services. On October 7, 2024, the City Manager approved this estimate of $4,146,250.00 under an emergency declaration, per City Code of Ordinances Section 2.563(1)(k). Assuming Council ratification and confirmation of this purchase order, Solid Waste will return to Council for approval on a separate purchase order with CrowderGulf for Hurricane Milton additional debris removal and management services. APPROPRIATION CODE AND AMOUNT: This purchase order will be coded to Solid Waste Fund cost code 4242088-546300-D2402, Disaster Response-Hurricane Helene, which is used to track Hurricane Helene expenses. Based on FEMA guidelines, 100% reimbursement is anticipated from FEMA so long as debris is removed within 90 days. This cost is estimated to be $5,000,000 requiring a first quarter budget amendment to this cost code and authorize the use of $3,010,640 of fund reserves to cover this budget increase. USE OF RESERVE FUNDS: Funding for this contract will be provided by a first quarter budget amendment allocating Solid Waste and Recycling Fund reserves in the amount of $3,010,640.00 to provide the balance of funding needed for this purchase order. The remaining balance of Solid Waste and Recycling Fund reserves after 50% working capital reserves is approximately $24.7 million, or 78% of the current Solid Waste and Recycling Fund operating budget. STRATEGIC PRIORITY: This item falls under objective 1.3 (adopt responsive levels of service for public facilities and amenities) and objective 1.4 (foster safe and healthy communities in Clearwater through first-class public safety and emergency response services) within High Performing Government. Page 1 City of Clearwater Printed on 11/5/2024 Contract for Disaster Debris Removal and Disposal Services THIS CONTRACT entered into this / 3 day of May 2024, by and between Crowder Gulf Joint Venture, Inc. (herein referred to as "Contractor") and the City of Clearwater a political subdivision of the State of Florida (herein referred to as "City"). WHEREAS it is foreseen that it may be in the public interest to provide for the expedient removal of storm debris within the corporate limits of the City plus recovery Technical Assistance to the appointed and elected officials resulting from a natural or manmade event; WHEREAS, the City has in the past suffered the full force and effects of major storms and the resulting destruction brought upon the City by such storms or manmade disasters; WHEREAS the Public Health and Safety of all the citizens will be at serious risk; WHEREAS the immediate economic recovery ofThe City and its citizens is a major concern and the primary priority for recovery; WHEREAS the availability of experienced prime debris contractors may be severely limited; WHEREAS, Contractor has the experience, equipment, manpower, permits and licenses to perform all related debris management services; WHEREAS, the City and the Contractor have agreed to the Scope of Services, prices, terms, and conditions as set out in this Contract; THEREFORE, in considerations acknowledged by both parties, said parties do agree to the following stipulations and conditions. 1.0 SERVICES 1.1 Scope of Contracted Services: As per RFP 08-24 the Primary Contractor Crowder Gulf Joint Venture shall provide all expertise, personnel, tools, materials, equipment, transportation, travel, supervision and all other services and facilities of any nature necessary to execute, complete and deliver the timely removal and lawful disposal of all eligible disaster -generated debris (herein referred to as "debris'), including but not limited to hazardous and industrial waste materials within the time specified in this Contract. Emergency push, debris removal and demolition of structures will be limited to 1) that which is determined to eliminate immediate threats to life, public health, and safety; 2) that which has been determined to eliminate immediate threats of significant damage to improved public or private property; and 3) that which is considered essential to ensure the economic recovery of the affected community to the benefit of the community at large. These contracted services shall provide for the cost effective and efficient removal and lawful disposal of debris accumulated on all public, residential, and commercial properties, streets, roads, other rights-of-way, and public -school properties, including any other locally owned facility or site as may be directed by the City. Contracted services will only be performed when requested and as designated by the City. The Contractor shall load and haul the debris from within the legal boundaries of the municipality to a site(s) specified by the City as set out in Section 5.1 of this Contract. 1.2 Emergency Push/ Road Clearance: The Contractor shall accomplish the cutting, tossing and/or pushing of debris from the primary transportation routes as identified by and directed by the City. This operational aspect of the scopeofcontractedservicesshallbeforthefirst72 hours after an event, or as notified by the City and will be billed on a time and material basis. Once this task is accomplished, the following additional tasks will begin as required. 1.3 Right -of -Way (ROW) Removal: The Contractor shall clear and haul all eligible debris from the ROW of the City to an approved Debris Management Site (DMS) or other disposal destination, in accordance with Federal requirements, as specified or agreed to by the City when directed to do so by the City. The Contractor shall use reasonable care not to damage, or further damage any City or private property not already damaged by the event. Should any property be damaged due to work on the part of the Contractor, the City may either bill the Contractor for damages or withhold funds due to the Contractor in an amount not to exceed the dollar amount of compensatory damages that the landowner is able to prove. 1.4 Right -of -Entry (ROE) Removal (if implemented by the City): The Contractor will remove ROE debris from private property with due diligence, as directed by the City. The Contractor also agrees to make reasonable efforts to save from destruction items that the property owners wish to save, (i.e., trees, small buildings, etc.). The Contractor will exercise caution when working around public utilities (i.e., gas, water, electric, etc.). Every effort will be made by the City to mark these utilities, but the City does not warrant that all will be located before debris removal begins, nor does the Contractor warrant that utility damages will not occur as a result of properly conducting the contracted services. 1.5 Demolition of Structures (if implemented by the City): The Contractor will remove structures designated for removal by and at the direction of the City. The Contractor agrees to remove in a timely manner all structures as determined bythe City asset out in Section 1.1 of this Contract. The Contractor is responsible for permitting. 1.6 Private Property Waivers: The City will secure all necessary Right -of -Entry Agreements from property owners as prescribed bythe Government forthe lawful removal of debris and/or demolition of structures from real properties. All such actions will be consistent with Federal requirements applicable to the disaster event. 1.7 Disaster Recovery Technical Assistance: The Contractor will provide Disaster Recovery Technical Assistance to the City to assist with guidance and consultation on all aspects of the recovery process. This assistance shall include documentation and management for the Public Assistance Program pertaining to debris management, planning, training, and exercise development, as well as attendance at the City's Emergency Operations Center (EOC) during activations of the EOC for exercise and actual disasters events as requested by the Contract Administrator. If Contractor must hire a consulting firm, then the Contractor will passthrough the applicable charges to the City. 1.8 Debris Separation/Reduction and Debris Management Site(s) (DMS) The Contractor shall operate and manage the DMS to accept and process all event debris. All actions will be implemented by the Contractor only with prior approval of the City. Actions by the Contractor will include, but are not limited to the following: Ensure that only debris authorized the City's Contract Administrator will be allowed in the DMS sites. Provide the City a video record of the pre- and post -use site conditions. Prepare a plan of the proposed site layout and review with the City prior to its implementation. Prepare a plan for site security and traffic control for both on the site and adjacent roadways and review with the City prior to its implementation. Provide adequate fire prevention/firefighting equipment, including a water truck and hoses, on- site throughout the operational period of the DMS. Build and or maintain roads as necessary for DMS operation. Provide and/or construct and maintain stabilized roofed inspection towers enough for a minimum of three (3) inspectors. Towers will be positioned at any entrance and any exit of the DMS. Comply with any applicable environmental requirements, to include litter control fencing, silt fencing, dust control, hazardous materials containment area, and/or water retention berms. Confine hours of operation of the DMS to those determined by the City. Process debris by methods that may include, but not limited to, reduction by grinding, or other alternate methods or reduction, such as compaction. Prior to reduction, segregate all debris between vegetative debris, construction and demolition debris, white goods, and hazardous waste. Develop and implement, with the approval of the City, a procedure for management of the receipt of unauthorized and/or ineligible debris at the DMS. Provide the City with proper and acceptable documentation (including destination, weight tickets) for final disposal of debris accepted at the DMS. Upon closure of the DMS, restore the site to its pre -use condition, meeting all regulatory requirements for the site closure. Survey the site to verify that it has been restored to pre -use elevation and condition. As directed by the City, sod, hydro -seed or sprig the property once all other site closure issues have been addressed. 1.9 Designation and Management of Staging Areas Contractor shall identify staging areas in collaboration with the City for the purposes of truck/equipment certification; provision of temporary fueling or vehicle maintenance (as required), and other operational service functions related to debris removal efforts. Contractor shall provide temporary tent, sanitary and other appropriate conveniences necessary for the care and wellbeing of all Contractor and Sub -Contractor personnel. The City will approve of the location, size, layout, and services to be provided at any staging area established by the Contractor, who will ensure that each are managed in accordance with all applicable regulatory requirements and in a manner to minimize disruption to the surrounding neighborhoods. 2.0 PERFORMANCE OF SERVICES 2.1 Description of Service: The Contractor agrees to perform the contracted services in a professional and workman like manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality workmanship will be acceptable. Services, equipment, and workmanship not conforming to the Contract documents or meeting the approval of the City may be rejected. Replacements and/or rework, as required, will be accomplished at no additional cost to the City. 2.2 Cost of Services: The Contractor shall bear all its own operating costs, is responsible for all permits and fees, and maintenance of its own trucks and equipment to keep such property in a condition and manner adequate to accomplish contracted services. Upon receipt and acceptance of full documentation of the performance of services and an accurate invoice as specified by the City, the Contractor shall be reimbursed on a unit price basis — Exhibit A — Fee Schedule. Unknown and/or unforeseen events or conditions may require an adjustment to the unit costs established in the Agreement. Any amendments, extensions or changes to the scope of the contracted services or unit prices are subject to full negotiations between the Contractor and the City. Matters Related to Performance: 2.3 Subcontractor(s): The Contractor may utilize the service of subcontractors and shall be responsible forthe acts or omissions of its subcontractors to the same extent the Contractor is responsible for the acts and omissions of its employees. The Contractor shall ensure that all its subcontracts have and carry the same major provisions of this Contract and that the work of their subcontractors is subject to said provisions. Nothing contained in this Contract shall create any contractual relationship between any subcontractor and the City. The Contractor shall supply the names and addresses of subcontractors and materials suppliers when requested to do so by the City. 2.4 Indemnification: Subject to Section 768.28, Florida Statutes, The Contractor agrees to indemnify, hold harmless and defend the City from and against any and all liabilities, suits, actions, legal proceedings, claims, demands, damages, costs, and expenses (including attorney's fees) rising out of any act or omission of the Contractor, its agents, subcontractors, or employees in the performance of this Contract, but excluding any damage, injury, or loss to person or property solely the result of the City's negligent, reckless, or willful acts or omissions or those of its employees, agents, or other contractors or subcontractors. In no event shall Contractor's liability hereunder exceed the dollar amount paid or to be paid to Contractor for its services under this Contract. Nothing herein shall be construed as consent by the Customer to be sued by third parties, or as a waiver or modification of the provisions or limits of Section 768.28, Florida Statutes, or the Doctrine of Sovereign Immunity. 2.5 Insurance: The Contractor agrees to keep the following Insurance in full force and effect during the term of this contract. The Contractor must also name the City, as additional insured, while working within the boundaries of the City. Worker's Compensation: Coverage per City requirements. Automobile Liability: Coverage per City requirements. Comprehensive General Liability: Coverage per City requirements. Contractors Pollution Liability Coverage Includes Transportation Pollution Coverage Professional Liability Coverage The Contractor will notify the City at least thirty (30) days in advance of cancellation, non -renewal, or adverse change to the required insurance. New certificates of insurance are to be provided to the City at least ten (10) days following coverage renewals or changes. 3.0 STANDARDS OF PERFORMANCE 3.1 Contractor Representative: The Contractor shall have a knowledgeable and responsible Contractor Representative Report to the City's designated Contract Representative within 24 hours following the activation of this Contract. The Contractor Representative shall have the authority to implement all actions required to begin the performance of contracted services as set out in this Contract and the Contractor's General Operations Plan. 3.2 Mobilization: When the written Noticeto Proceed has been received bythe Contractor and/or the on-site Contractor Representative, he/she will make all necessary arrangements to mobilize a minimum of 50% of the required resources within 48 hours and 100% of the required resources within 96 hours to commence and conduct these contracted services. 3.3 Payment and Performance Bonds: Contractor shall provide payment and performance bonds seven (7) to ten (10) days following activation of contract the bond will be requested by the City at the time a major event is anticipated approximately four (4) to seven (7) days in advance. 3.4 Time to Complete: The Contractor shall complete all directed work as set out this Contract within (number of days will be determined once extent of damage has been determined) working days and in accordance with this Contract. 3.5 Completion of Work: The Contractor shall be responsible for removal of all debris associated with an event up to the point where remaining debris can only be described as litter and additional collection can only be accomplished using hand labor. 3.6 Extensions (optional): In as much as this is a "time is of the essence" based Contract, the commencement of contracted services will be as set out in Section 3.2. If the completion of this Contract is delayed by actions of the City, then and in such event the time of completion of this Contract shall be extended for such additional time within which to complete the performance of the Contract as is required by such delay. This Contract may be extended by mutual consent of both the City and the Contractor for reasons of additional time, additional services and/or additional areas ofwork. 3.7 Term of Contract: The term of the Contract shall be for three (3) one (1) year renewal options at the City's discretion, beginning on the date of acceptance by and signatures of the City and Contractor, whichever comes later. 3.8 Contract Renewal: 1. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI -U) for All Urban Consumers, All Items, Tampa -St. Petersburg -Clearwater, FL. (https://www.bls.gov/cpi/home.htm) The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. 3.9 Contract Termination: This Contract shall terminate upon (six) 6 months written notice from either party and delivered to the other party, as set out in Section 8.1 of this Contract. 4.0 GENERAL RESPONSIBILITIES 4.1 Other Agreements: The City may be required to enter into agreements with Federal and/or State agencies for disaster relief. The Contractor shall be bound by the terms and conditions of such agreements. The City shall provide Contractor with copies of any such federal or state agreements within seven (7) days of the execution thereof. 4.2 City Obligations: The City shall furnish all information and documents necessary for the commencement of contracted services, including but not limited to a valid written Notice to Proceed. A representative will be designated by the City to be the primary point of contact for inspecting the work and answering any on-site questions prior to and after activation of this Contract via a written Notice To Proceed. The City is responsible for issuing all Public Service Announcements (PSA) to advise citizens and agencies of the available debris services. The Contractor may assist the City with the development of debris - based PSA(s), if requested. 4.3 Conduct of Work: The Contractor shall be responsible for planning and conducting all operations in a satisfactory workman like manner. The Contractor shall exhibit respect for the citizens and their individual private properties. All operations shall be conducted under the review of a City Representative. The Contractor will supervise and/or direct all contracted services. The Contractor is solely responsible for the means, methods, techniques, safety program and procedures. The Contractor will employ and maintain on the work site a qualified supervisor who shall have full authority to act on behalf of the Contractor and all communications given to the supervisor by the City's Authorized Representative shall be as binding as if given to the Contractor. 4.4 Damages: The Contractor shall be responsible for conducting operations in such a manner as to cause the minimum damage possible to existing public, private, and commercial property and/or infrastructure. Contractor shall also be responsible for any property damages solely caused or the result of the negligence of its employees and subcontractors as set out in this Contract. Contractor must report any damage to the City in writing within 24 hours. The City may either bill the Contractor for the damages, withhold funds due to the Contractor or require the Contractor to repair the damage(s)to the satisfaction of the City. The City shall make the determination of whether "negligence" has occurred. However, in no event shall the Contractor's liability here under exceed the dollar amount paid or to be paid to Contractor for its services under this Contract. 4.5 Other Contractor(s): The Contractor shall acknowledge the presence of other contractors involved in disaster response and recovery activities by the federal, state, and local government and of any private utility, and shall not interfere with their work. 4.6 Ownership of Debris(optional): All debris, including regulated hazardous waste, shall become the property of the Contractor for removal and lawful disposal. The debris will consist of, but not limited to vegetative, construction and demolition, white goods, and household solid waste. 4.7 Disposal of debris: Unless otherwise directed by the City, the Contractor shall be responsible for determining and executing the method and manner for lawful disposal of all eligible debris, including regulated hazardous waste. The primary location of the reduction and disposal site(s) shall be determined by the City and Contractor. Other sites may be utilized as directed and/or approved by the City. 4.8 Federal -Aid Requirements: The Contract provisions of the Federal Highway Administration's Form FHWA-1273 Appendix C), titled "Required Contract Provisions- - Federal -Aid Construction Contracts" and FEMA FACT SHEET 9580.214, "Debris Removal on Federal- Aid Highways, shall apply to all work performed by the Contractor or any of its Subcontractors. 4.9 Compliance with Federal Laws: This Contract is subject to Federal Laws. The Federal laws applicable to and incorporated into this Contract are 2 C.F.R. 200.326 as described in Appendix II to Part 200 • Contract Provisions for non -Federal Entity Contracts Under Federal Awards, FEMA Public Assistance Program and Policy Guide, FEMA 325 Debris Management Guide, FEMA Recovery Policy 9500 series and any other Federal rule, regulation or policy relating to disaster debris. 4.10 Non -Exclusivity: The City, in its sole discretion, reserves the right to request the services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Contract. 5.0 GENERAL TERMS AND CONDITIONS 5.1 Geographic Assignment: The geographic boundary for work by the Contractor's crews shall be as directed by the City and will be limited to properties located within the City's legal boundaries. 5.2 Multiple, Scheduled Passes (optional): The Contractor shall make scheduled passes at the direction of the City and/or unscheduled passes of each area impacted by the event. The City shall direct the interval timing of all passes. Sufficient time shall be permitted between subsequent passes to accommodate reasonable recovery and additional debris placement at the ROW by the citizens and the City. 5.3 Operation of Equipment: The Contractor shall operate all trucks, trailers, and all other equipment in compliance with any/all applicable federal, state, and local rules and regulations. Equipment shall be in good working condition. All loading equipment shall be operated from the road, street or ROW using buckets and/or boom and grapple devices to collect and Toad debris. No equipment shall be allowed behind the curb or outside of the public ROW unless otherwise directed by the City. Should operation of equipment be required outside of the public ROW, the City will provide a Right -of -Entry Agreement, as set out in Section 1.6 of this Contract. 5.4 Certifications: The Contractor will be responsible for the certification of personnel and vehicles. 5.5 Certification of Vehicles Load Carrying Capacity: The Contractor shall submit to the City a certified report indicating the type of vehicle, make and model, license plate number and/or trailer VIN number, assigned debris hauling number and measured maximum volume, in cubic yards, of the load bed of each piece of equipment to be utilized to haul debris. The measured volume of each piece of equipment shall be calculated from the actual physical measurement performed by the City and Contractor Representative(s). A standard measurement form certifying actual physical measurements of each piece of equipment shall be an attachment to the certified report(s) submitted to the City. 5.6 Vehicle Information: The maximum load capacity of each hauling vehicle will be rounded to the nearest whole cubic yard (CY). Decimal values of .1 through .4 will be rounded down and decimal values of .5 through .9 will be rounded up. The measured maximum Toad capacity (as adjusted) of any vehicle load bed will be the same as shown on the trailer measurement form and painted on each numbered vehicle or piece of equipment used to haul debris. All vehicles or equipment used for hauling will have and use a Contractor approved tailgate, and sideboards will be limited to those that protect the load area of the trailer. 5.7 Security of Debris During Hauling: The Contractor shall be responsible for the security of debris on/in each vehicle or piece of equipment utilized to haul debris. Prior to leaving the loading site(s), the Contractor shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted and secured during transport. As required, the Contractor will survey the primary routes used by the Contractor and recover fallen or blown debris from the roadway(s). 5.8 Traffic Control: The Contractor shall mitigate impact on local traffic conditions to all extents possible. The Contractor is responsible for establishing and maintaining appropriate traffic control in accordance with the latest Manual of Uniform Traffic Control Devices. The Contractor shall provide sufficient signing, flagging, and barricading to ensure the safety of vehicular and pedestrian traffic at all debris removal, reduction and/or disposal site(s). 5.9 Work-Days/Hours: The Contractor may conduct debris removal operations from sunup to sundown, seven days per week. Any mechanical, debris reduction operations or burning operations may be conducted 24 hours a day, seven days per week. Adjustments to workdays and/or work hours shall be as directed by the City following consultation and notification to the Contractor. 5.10 Hazardous and Industrial Wastes: The Contractor shall set aside and reasonably protect all hazardous or industrial materials encountered during debris removal operations for collection and disposal in accordance with the Contractor's Hazardous and Industrial Materials Cleanup and Disposal Plan. The Contractor will build, operate, and maintain a Hazardous Waste and Industrial Material Storage area until proper disposal of such waste is feasible. The Contractor may use the subcontracting services of a firm specializing in the management and disposal of such materials and waste, if/when directed by the City. 5.11 Stumps: All hazardous/eligible stumps identified by the City will be pulled, loaded, transported, stored, reduced, and disposed in accordance with the standards of this Contract. All stumps will be documented, invoiced, and paid in accordance with Stump Conversion Table -Diameter to Volume Capacity. 5.12 Utilizing Local Resources: The Contractor shall, to the extent possible, give priority to utilizing resources within the City. Debris Contract local preferences will include, but not limited to, procurement of services, supplies and equipment, plus awarding service subcontracts and employment to the local work force. 5.13 Work Safety: The Contractor shall provide and enforce a safe work environment as prescribed in the Occupational Safety and Health Act of 1970, as amended. The Contractor will provide such safety equipment, training and supervision as may be required by the City and/or Government. The Contractor shall ensure that its subcontracts contain a similar safety provision. 5.14 Inspection and Testing: All debris shall be subject to adequate inspection by the City or any public authority in accordance with generally accepted standards to ensure compliance with the Contract and applicable federal, state, and local laws. The City will, at all times, have access to all work sites and disposal areas. In addition, authorized representatives and agents of the Government shall be permitted to inspect all work, materials, invoices and other relevant records and documentation. 5.15 Other Agencies: The term "Government" as used in this Contract refers to those governmental agencies, which may have a regulatory or funding interest in this Contract. 6.0 REPORTS. CERTIFICATIONS AND DOCUMENTATION 6.1 Accountable Debris Load Forms: The City shall accept the serialized copy of the Contractor's debris reporting ticket(s) as the certified, original source documents to account for the measurement and accumulation of the volume of debris delivered and processed at the reduction and/or disposal site(s). The serialized ticketing system will also be used in the event of additional debris handling for volume reduction and/or the possible requirement for a debris transfer station(s). These tickets shall be used as the basis of any electronic generated billing and/or report(s). 6.2 Reports: The Contractor shall submit periodic, written reports to the City as requested or required, detailing the progress of debris removal and disposal. These reports may include, but not limited to: 6.3 Daily Reports: The daily reports may detail the location where passes for debris removal were conducted, the quantity of debris (by type) removed and disposed, and the total number of personnel crews engaged in debris management operations and the number of grinders, chippers, and mulching machines in operation. The Contractor will also report damages to private property caused by the debris operation or damage claims made by citizens and such other information as may be required to completely describe the daily conduct of the Contractor's operations. 6.4 Weekly Summaries: A summary of all information contained in the daily reports as set out in this Section 6.0 of this Contract or in a format required by the City. 6.5 Report(s) Delivery: The scheduling point of delivery and receiving personnel for the debris operations report(s) will be directed by the City in consultation with the Contractor. 6.6 Data Reconciliation: Reconciliation of data will be accomplished weekly between the Contractor and the City's representative. All discrepancies will be resolved within five days. 6.6 Final Project Closeout: Upon final inspection and/or closeout of the project by the City, the Contractor shall prepare and submit a detailed description of all debris management activities to Include, but not limited to the total volume, by type of debris hauled, reduced and/or disposed, plus the total cost of the project invoiced to the City. If requested, any other additional information as may be necessary to adequately document the conduct of the debris management operations for the City and/or Government. 6.7 Additional Supporting Documentation: The Contractor shall submit sufficient reports and/or documentation for debris loading, hauling, disposal, and load capacity measurements as may reasonably be required by the City and/or Government to support requests for debris project reimbursement from external funding sources. 6.8 Report Maintenance: Contractor will be subject to audit by federal, state, and local agencies pursuant to this Contract. The Contractor will maintain all reports, records, debris reporting tickets and contract correspondence for a period of not less than three (3) years. 6.9 Contract File Maintenance: The Contractor will maintain this Contract and the invoices that are generated for the contracted services for a period of five (5) years or the period of standard record retention of the City, whichever is longer. 6.10 Public Records: The Contractor agrees to comply with the provisions of Chapter 119, Florida Statutes, as may be applicable. 7.0 UNIT PRICES and PAYMENTS RFP 08-24 Fee Schedule per Exhibit A dated March 12, 2024 (RFP 08-24 Response). 7.1 Billing Cycle: The Contractor shall invoice the City on a 30 -day basis reflecting the close of business on the last working day of the billing period. Serialized debris reporting tickets and disposal site verification of the actual cubic yardage for each load of debris or itemized stumps will support all invoices. 7.2 Payment Responsibility: The City agrees to accept the Contractor's invoice(s) and supporting documentation as set out in Section 6.0 of this Contract and process said invoices for payment within 30 business days of the receipt thereof. The City will advise the Contractor within five (5) working days ofreceiving any debris service invoice that requires additional information for approval to process for payment. 7.3 Ineligible Work: The Contractor will not be paid for the removal, transportation, storage, reduction and/or disposal of any material or stumps as may be determined by the City and/or Government as ineligible debris. 7.4 Eligibility Inspections: The Contractor and the City will inspect each load to verify the contents are in accordance with the accepted definition of eligible debris, as set out in Section 1.0 of this Contract. 7.5 Eligibility Determinations: If any load is determined to contain material that does not conform to the definitionofeligible debris,the load will be orderedtobe deposited at another landfill or receiving facility and no payment will be allowed for that load and the Contractor will not invoice the City for such loads. 7.6 Unit Price/Service Negotiations: Unknown and/or unforeseen events or conditions may require an adjustment to the stated unit prices in Section 7.0 of this Contract. Any amendments, extensions, or changes to the scope of contracted services or unit prices are subject to full negotiation(s) between the City and the Contractor and subject to the review of the Government and must comply with Section 8.3 of this Contract. 7.7 Specialized Services: The Contractor may invoice the City for costs incurred to mobilize and demobilize specialized equipment required to perform services in addition to those specified under Section 1.0 of this Contract. Additional specialized services will only be performed if/when directed by the City. The rate for specialized mobilization and demobilization shall be fair and reasonable as determined bythe City. 8.0 MISCELLANEOUS 8.1 Notice: Whenever in this Contract it is necessary to give notice or demand by either party to the other, such notice or demand shall be given in writing and forwarded by certified or registered mail and addressed as follows: Contractor: City: CrowderGulf ATTN: Ashley Ramsay-Naile, President 5629 Commerce Blvd E Mobile, AL 36619 jramsay@crowdergulf.com City of Clearwater Solid Waste/ Recycling Attn: Kervin St. Aimie — Solid Waste Director 1701 N. Hercules Ave. Clearwater, FI 33765 727-642-1693 Kervin.staimiena myclearwater.com 8.2 Applicable Law: The laws of the Florida shall govern this Contract. Any and all legal action necessary to enforce the Contract will be held in Pinellas County, Florida. The Contract shall be interpreted by the laws of Florida. 8.3 Entire Contract/Amendments: This Contract (including any schedules or exhibits attached hereto) constitutes the entire Contract and understanding between the parties with respect to the matters contained herein. This Contract supersedes any prior contracts, negotiations, proposals, agreements and/or understandings, whether verbal or written, relating to the subject matter hereof. This Contract may be modified, amended, or extended only by a written instrument executed by both parties. 8.4 Waiver: In the event one of the parties waives a default by the other, such a waiver shall not be construed or deemed to be a continuing waiver of any subsequent breach or default of the other provisions of this Contract, by either party. 8.5 Severability: If any provision of this Contract is deemed or becomes invalid, illegal, or unenforceable under the applicable laws or regulations of any jurisdiction, such provision will be deemed amended to the extent necessary to conform to applicable laws or regulations. If it cannot be so amended without materially altering the intention of the parties, it will be stricken, and the remainder of this Contract will remain in full force and effect. Remainder of Page Left Blank Intentionally] IN WITNESS WHEREOF, the Contractor has caused this Contract to be signed in its corporate name by its authorized representative and the City has caused this Contract to be signed in its legal name by persons authorized to execute said Contract as ofthe day and year first written above on page one. CROWDER GULF JOINT VENTURE, INC. Ashley Ra y- aile President Attest: 4)0,11 Wesley e Contrac Manager CITY OF CLEARWATER Jbr(nif oirrier City M ager Appr, d as to Q/7 Owen Kohler Lead Assistant City Attorney Attest: Rosemarie CaII City Clerk O 0C,0 0 0 C, o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O 0 0 00 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 00 vi 4 o 66 0 0 0 0 o o g o 0 0 Ln o 0 0 0 0 0 o m oriLnM1 Lf) N 0 d' N In O Nr, n O Ln O O O 10 O lD M 61 O o 0 0 r-0 0 1n 1 N O d' 00 CD''...N w e-I '4, M i-i 6 6 6 d 00 d' o 1n r1 N 1-1 d O O r-I .--1 e-1 N to N y O H a a a0 m V If)- v> in V> 4^ in -(n v>. V). V> in V). in• tn• V). ti} 1/1 i/} ih ih V? V). tn• in- f0 LO In Ln o O o 0 0 o O o 0 o O o 0 CDCDOOOO 0 0 0HN0) 1, O O O O 0 0 0 0 0'..0 0 0 0 0 0 0 0 0 0 0 0 0 'H O al Ol tD lD Ln' m Ln* m N M 07 O O o o o O O m O 1n N O O O O oo u'1VVc-I M M' O 0... O V1 d' 01 M 01 r-I N Ln In N SN M d' r-I N M m d' N (V r-I a C a/ D IA Vj- V> V} V? in V). V> V} if). In in V} V? V? V} in. V1• V1• VF V? V1• XG7a) L N oaof N V u u u O D 0. u a t t t t t t r t t u u D m n M u u p CL •i 0 Q L L L L u u u u u u u u u a L aJ L cu 3 3 a) m a) a) m m m m m m m m m = a) +_ m rMaUUUCLD. d U O_ W W W W W W W W W U U D_ J D_ J U U AAd 0 0 0 N 0 o 0 o In 00 oO o o o Ln r4 Lno o ,n 0 0 0 0 0 0 0InLnndNm1-4 d• r1 O o o d M d f0 r ! W C Ln kD O O to 0 4.0 4, 41 B r o o y t m 3 : Q aXa- ate+ O m 6 "'W t 4 µ fu ca vb. 0fuoawm0oNLLo a CUajtTQya v a) a)a a mE3 m m a o c 0 0 Q N v E E E CL O _ L t0 m co L CLLG L CL a N o an ai ` c a v v a; aai R Q s o -0 c c 0 0 0M of M L° a)cu o N 4A 3 p O O N O Ol 01 Ol EcnammT m a) 0 CL CL C 3 t O +O+ m N N m d• C a a) O U O 'in O E a i o o o m 0 41 41 cv — m C ai ._' aui v m in r m a N 1 ai L L — Q a L L V) [0 N !0 z r-1 N m is +t+ C al E -a m Q o 7 > > 7 m a a O a 0 a) 0 0 0 0 M m > L m 3 a t a 0 u tm a E E E o 0 0 0 0 a'E E bA M of >. a) ++ a) 00 OD a) a) a)E la O m a) 0 c C C C L L L E E E E w m a o L L O IA E 3 E E E E v a 0 N u m m ,, m o Ln m m a) a) 0 v v bA u _ E L •L L J T O N t t 7 3 7 a) a) Q) a) Y E +., C CU i+ 4- U m 00 m a+ L L L i _ L a) m O L NN750 -0 a m u a a N N N + ++ + N - v1 a sV,W C a) C -0 3 C L C s= N ,v, a) v, "a v o m a m O m m m 3 7 7 7 7 7 7 7 0 _ a) an on y L O E m 00 0 0 0 0 0 0 0 0 0 `u O n, v 3 3 a 0 a E a a a a a a -0 a s N > LLZn 1 m L L L L L L L L L ' O u L 'r o f :a a m m m m m m cc m m a 0 o m m m m m N N N N N N N N N E m m m L 0 en 0 N d0 v E 0 p m m m m m m m m m m m a) c a) U J a J cl '.. w Q J J 2 S = 2 5 2 2 = S U v1 G > J L:o a-i N m d In D 1 00 rn o r 1 N m 0 r-I N m d' L!1 LD r, 00 0) r-I r-I a--1 r-I . 1 LIn I-i a--1 00 r-1 N N N N d• a rl a a a a a a a a a a a a a a a a a a ¢ a a a a a Q O N'tD LD Ln m m N m a 0 H A/)- A/).! 0 o O o d O N cD tD Lnc,r m m N m a r c N C = O H L ccardg _ ri H W N WN J a L Z O O a Q O m a v o0 3a V) ai s o L LN C to O C jLLCQON O L QyCU O v n o O b N c ami o m c 0 E0.Q Y E nj E O V) +-h0 n cu L — -0 LQ) Y 0 O ami m m j O L o NrQ C N M M1 1 if Ln Ln O O O C1' 00 N l0 O I F O ll O O O O lD O' N O lD V1 M N O r^I M h M1 ha O ri N M Ln tD r9 N N N M w W l0 M Ln' W Ln Ol O lD qt N N N r 4 ri M M M N N (N N N N N mrq oo ri N Ln M rd i m4 rl M1 m 0 O' i O d V} V) V? th tR -Ln i/)- V)- t/} V} to if). Ln V} t!A V). IA- I. th...V). V). t/}..VA VD V). L O'..0 0 0 0 0 0 0 O O O O 0 0 0 O O O O O O O O O O O O O O H u Le Ln M F j F4 Fl Ln ® ® 0 0 0 0 0 0 0 Ln '.In O O O ®..'.O 6n Ln O Ln Ln Vl U U ct Ln lD N N N I q In Ln lD M1 W rl 1Pl lD Lo q ' tD O O N Ln lb N ct M1 to d d a-i rl r-1 r-1 ri rI ri r4 rl r4 ri eq ri ri ri rl lD ri C N d in VF V? V? V? V} V? to t!F ih V? V> V4 V} V} Vf V? V> If)- V} If)- V1 th t/} V} t/} V VD th U y l0 L Q) i - i' i i i r i , ` i - f0 CL O 3 7 7 3 O 7 7 3 7 O O 3 3 7 7 O 0 O 3 O O 7 7 O 3 O 0 O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Q 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 = 5 2 2 2 2 2 L ` i L i i - i i i i i L CL CD C t'Q d d d d d d d d d d d d d d d d d d d d d d d d d d d a O t6 O O O O O O O o 0 0 0 0 d 0 0 0 00 0 O O O 0 0.ct d `t d d O O O ct v ¢t a 7 d o ct cr O w w d d 3 e-9 r4 4 ri rd m N N a--I r-1 rl ri ri ri ri N N N ri ri rl N ri N N rl 'rl rB N ch O m w O dE W dLL0 r v c m 0 to lidN o ECL y y o o ELn aj C G1 ® Dl Ln ®CLLJLd V ri N ai ai E n ro e`a H v uv as a E E Q' ro ei O d ° an d ro L s s Oro vs LL 0 ai ai ai do 00 L o a n Q' a9L ai v o m aoi ro s C ai cy LtoaA >. t v u v 0 3 0 Y Y = Y 4r X Ln Ln - a O u Y c m w .b cc c c c r; C14 n. ro CUEcccvv ; Qia Y u on 1teaO+ 3 Y- O n +- ec eo eo ro ro O O -Os> > v ro NY O E Y do U a cr 6 0, 4' 1.0 22roroaxx ® uuaa O o o o o o O 47 O a ® ro m zC O O O O I'D Q(uLpZQO. ® OOOOO 11 .O ® ® 0 7 O cstEE 3 a( L® 3J cualD3 ro o uooocuuNh _3 ® O 0 n 0 2 M !e 2 oo m Ln -i 7 0 LL `S J u a v9 C L c ra N M 6PS l0 P'v O Ql ® r-I N J,-ct n lD M1 W ®l O'.... rl N m ct Ln w M1 W C31 O a d m m m m m m m m ° ` ri N N N N N N N N N N m cmmmmmmmmmmmmmmmmmmmmm 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0'0 0 O O 0 0 00 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0' 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CD qT r-I LD O O O W O O'.....a0 Ln O'.... O'.....Ln 0 0 d LO W O lD Lf1 l0 01 fl 01 N'....N e T & I-I N CLl' r-I V r C6 Lr 1 L!1 Lr N ri -4 a--1 M Ln O ri co qr Ln M Ln i N N r-I f0 Ln OH to th t/1 th't/ t/} in th t/> t/> tn• tn. t/> to v> tn• V). t/)• 4A. tJ} t/]• th 0 0 Cl 0 0 0 0 0 O O O O O O O 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 a a) Ln O o O Ln Ln O O O O O Ln O O Ln Ln 00 N Ln O Ln Ln U 0) -1 r-I d' 00 c}' r-I N O O l0 N O o N N M Lfl 0) N Lfl d --I a--I e-I ei d' l4'. N M Ch '.N N I O V t/)• to th i/? t/)- t/)• th V). 1j), to ih t/>-'.. i!} V). t!} t/7• t/} V) A- t/> ih V). H G a J L L L L L L L L L L L L L L L L L L L L L L Q CG 0 0 0 0 0 0 0 O O O O O O O O o 0 0 O O O O LLL L L L L L L L L L L L L L L L L L L L L L L Qa) (1) (U (3) v Q) Q) a) cu cu (D a) a) v (D (J a) a) a) a) v Q) a s o. a a a a a a CL a a a a a a a a a m a a 41 0 0 0 0 0 0 0 0 0 0 0 0 o O O 0 0 0 0 0 0 0 w v v v 0 0 0 v cr w v v v ct RT o o -* t 0 -* Z y 7 N ri r-I ri N N N r-1 a-i r-I N r-I e q r-I '4 N N N N N N N LLJ CCWCa CG Q W aC N f0 0 W c0 m v v g on c c aJc J a O O O JOQ 0 m O Zmmc _ O az t t ra 00 L a o o a) m N V) m O da a a o ooN u OL 3 .0 u u L) c0 @ O C -lC0cuT .Q a 4J Y Y = N 0U 3 = Q) T en C O > ,C rccN N l!] O. 00 T a Ln Ln U E L O Q) N N f=Q Ln N N `' E Y L U QJ 3ivNDviIZ -C IOL Ln u u u m ra m y E n Ou O = .— c a e 7 3 3'. a a U 3 O 3 i O N O O a a a L U G c C C m Y_ to C 0a a _ Ln 0o Ln u a a L ro ns o w 6 _d Q) _N _ Ln N N = d 2 = _ m E i 7 v x x x v o i 6. L. 4+ 2 0 O = E " 3 (D = s v t? CL cu co f0 [6 f6 al ON + Lfl y . Ou : cn o O T a N a) a) a) s" s Ln L L L a Q o a 0 a L v L a u- fQ •U i 3 c c c 3 u c c c t E a E a E o v -0 o v 3 '', 0) w L3) o m c0 c0 O +• s Q) Q) Q) 0D = = = j 7 j L OO Y L CL N U N F- m Ln U (D LD (D J 0_ N 0_ N a H Q G J V) V O '- fn rl N M d Ln lD 1- 00 Ol O N m 'r Ln LD I 00 cn O -1 N O aL m m m m m m m m m v v v v v v Ln Ln Ln m m m m m m m m m m m m m m m m m m m m m m Q) CrowderGulf Pricing Notes & Additional Pricing Line Items for City of Clearwater, FL Line Item A3—CrowderGulf will honor this rate for C&D Compaction as well. Line Item A21—our rate is for Vessels up to 35'—for anything over 35'we will negotiate on a case by case basis. Line Item A24a—our rate is for debris up to 35'—for anything over 35'we will negotiate on a case by case basis. Line Item A7—our rate is priced as debris from contractors DMS to Final Disposal Site. Line Items Al2-A17—rate is to cut and drop only. Resulting debris will be hauled at the ROW rates. Tipping/disposal fees for all line items will be a pass through cost at no markup. Item UNIT LS A1 CY A2 CY A3 CY A4 Unit A5 UNIT A6 LB A7 CY A8 LB A9 Each A10 Each A11 Each A12 Each A13 Each A14 Each A15 Each A16 Each A17 Each A18 CY A19 CY A20 UNIT A21 Linear Foot A22 Per Unit A23 Linear Foot A24a Cubic Yard A24b Cubic Yard A25 Day CY CY CY City of Clearwater, FL: Hurricane Helene Debris Cost Estimate Date 10/3/24 Debris Qty Estimate based on assessment and industry standards Description Hourly Sand Push Loading and hauling debris from public property and rights-of-way to a disaster debris management site (DDMS) Loading and hauling debris from public property, rights-of-way, or the DDMS, to a final disposal site Debris Reduction by chipping/grinding/ or C&D Compaction Right of way white goods removal Freon management and recycling Animal carcass collection, hauling, and final disposal Loading and hauling debris reduction by-products to a final disposal site Loading and hauling household hazardous waste to a final disposal site Hazardous stump removal 24" to 36.99" diameter Hazardous stump removal 37" to 48.99" diameter Hazardous stump removal 49" and larger Hazardous tree removal 6" to 12.99" diameter Hazardous tree removal 13" to 24.99" diameter Hazardous tree removal 25" to 36.99" diameter Hazardous tree removal 37" to 48.99" diameter Hazardous tree removal 49" and larger Hazardous limbs larger than 2" diameter Clean, fill dirt - supply and delivery Sand screening Removal of electronic waste Marine vessel removal Vehicle removal Land vessel removal Waterway debris removal- land based Waterway debris removal- marine based Estimated Tipping Fees Please note this is only an estimate. Invoicing will be based on actual quantities reconciled by the monitoring firm. Office Trailer, temporary Beach Debris Removal and Hauled to DMS Hauling tailings from screening operation to final disposal Hauling debris from City owned property, other than ROW. Total Contract Items Estimated Pass Through Items ESTIMATED QUANTITY UNIT RATE ESTIMATED COST $ 100,000.00 109,000.00 9.25$ 1,008,250.00$ 30,000.00 16.95$ 508,500.00$ 100,000.00 6.75$ 675,000.00$ 1,000.00 35.00$ 35,000.00$ 500.00 35.00$ 17,500.00$ 2.00$ -$ 50,000.00 3.00$ 150,000.00$ 20,000.00 9.00$ 180,000.00$ 200.00$ -$ 300.00$ -$ 400.00$ -$ 50.00$ -$ 140.00$ -$ 290.00$ -$ 330.00$ -$ 395.00$ -$ 40.00$ -$ 5.00$ -$ 9,000.00 12.00$ 108,000.00$ 1,000.00 40.00$ 40,000.00$ 450.00$ -$ 150.00$ -$ 250.00$ -$ 48.00$ -$ 125.00$ -$ 350.00$ -$ 32.00$ -$ 9,000.00 36.00$ 324,000.00$ 26.00$ -$ 3,046,250.00$ 1,100,000.00 4,146,250.00$ Estimated Tipping Fees Total Estimate Please note this is only an estimate. Invoicing will be based on actual quantities reconciled by the monitoring firm. Total Contract Items Estimated Pass Through Items THIS NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES AND SHIPPING PAPERS. Purchase Order # Purchase Order is subject to standardTermsand Conditions posted atwww.myclearwater.com/purchaseorder-TandC BILL TO Purchase Order VENDOR SHIP TO Vendor Email Delivery Contact Date Ordered Date Required Contract Number Department/Location Vendor No. Payment Terms Item#Description/PartNo QTY UOM Unit Price Extended Price By:Procurement Manager Page 1 of 1 25000048SOLIDWASTE- ADMIN 1701 N HERCULES AVECLEARWATER, FL 33765Phone: 727-562-4930 CROWDERGULF JOINT VENTURE INC 5629 COMMERCE BLVD EMOBILE, AL 36619Email: JRAMSAY@CROWDERGUTF.COM SOLID WASTE - ADMIN 1701 N HERCULES AVECLEARWATER, FL 33765Phone: 727-562-4930 JRAMSAY@CROWDERGUTF.COM 10/07/2024 902178 SW & RECYC 203720 0 >FOB DESTINATION unless otherwise indicated>DISCOUNT (if shown) reflects payment terms 1 DL1.0 $4,146,250.00$4,146,250.00HURRICANE HELENE DEBRIS OCTOBER 2024 Total Ext. Price $4,146,250.00PO TOTAL $4,146,250.00 INDIVIDUAL SPEAKER Citizen Comment Card Name: 514 i 2,( Address: Co v l7 o o (o o g)\-) n City L1 W I 1r )f)4 Zip: Telephone uNumber: N mb2-4 311) 1/`J 451 Email Address: Speaking under citizens to be heard re items not on the agenda? eli Agenda item(s) to which you wish to speak. What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1322 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Approve the 2025 city council meeting schedule. (consent) SUMMARY: Per City Council Rule 1, Scheduling Council Meetings/Work Session Agendas, city council meetings are at 6:00 p.m. on the first and third Thursday of each month. The accompanying work sessions are at 1:30 p.m. on the preceding Monday, unless the Monday is a holiday, in which case the work session is on Tuesday. No meetings are held the first Thursday in January and July, or the third Thursday in December. Staff has identified the following conflicts: 1.To accommodate the observance of the following holidays, staff recommends scheduling a council meeting only that week (no consent agenda): a.Presidents Day - Monday, February 17, 2025. Council Meeting: Thursday, February 20, 2025 b.Juneteenth - Thursday, June 19, 2025. Council Meeting: June 18, 2025. c.Labor Day - Monday, September 1, 2025 Council Meeting - Thursday, September 4, 2025 d.Yom Kippur - Wednesday, October 1, 2025 through Thursday, October 2, 2025. Council Meeting: Monday, September 29, 2025 2.To accommodate Jazz Holiday (October 16-19, 2025), staff recommends moving the Thursday, October 16 council meeting to Wednesday, October 15. In addition, staff is proposing a special work session on Thursday, January 30, 2025, from 9:00 am to 12:00 pm, for the annual strategic planning session. Page 1 City of Clearwater Printed on 11/5/2024 2025 Council Schedule Draft 2025 CITY COUNCIL MEETING SCHEDULE DRAFT WORK SESSION Time CITY COUNCIL MEETING Time ITEMS MUST COMPLETE THE ENTIRE WORKFLOW BY NOON Agenda published by 1:00 p.m. Monday January 13 1:30 p.m. Thursday January 16 6:00 p.m. January 2 January 6 Thursday January 30 **Strategic Planning Session 9:00 a.m. January 15 January 23 Monday February 3 1:30 p.m. Thursday February 6 6:00 p.m. January 22 January 27 NO WORK SESSION Thursday February 20 6:00 p.m. February 6 February 10 Monday March 3 1:30 p.m. Thursday March 6 6:00 p.m. February 26 February 24 Monday March 17 1:30 p.m. Thursday March 20 6:00 p.m. March 5 March 10 Monday March 31 1:30 p.m. Thursday April 3 6:00 p.m. March 19 March 24 Monday April 14 1:30 p.m. Thursday April 17 6:00 p.m. April 2 April 7 Monday April 28 1:30 p.m. Thursday May 1 6:00 p.m. April 16 April 21 Monday May 12 1:30 p.m. Thursday May 15 6:00 p.m. April 30 May 5 Monday June 2 1:30 p.m. Thursday June 5 6:00 p.m. May 21 May 27 NO WORK SESSION Thursday June 18 6:00 p.m. June 4 June 9 Monday July 14 1:30 p.m. Thursday July 17 6:00 p.m. July 2 July 7 Monday August 4 1:30 p.m.. Thursday August 7 6:00 p.m. July 23 July 28 Monday August 18 1:30 p.m. Thursday August 21 6:00 p.m. August 6 August 11 NO WORK SESSION Thursday September 4 6:00 p.m. August 20 August 25 Monday September 15 1:30 p.m. Thursday September 18 6:00 p.m. September 3 September 8 NO WORK SESSION Monday September 29 6:00 p.m. September 17 September 22 2025 Council Schedule Draft NO WORK SESSION Wednesday October 15 6:00 p.m. October 1 October 6 Monday November 3 1:30 p.m. Thursday November 6 6:00 p.m. October 22 October 27 Monday November 17 1:30 p.m. Thursday November 20 6:00 p.m. November 5 November 10 Monday December 1 1:30 p.m. Thursday December 4 6:00 p.m. November 19 November 24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1317 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Approve a license agreement between the City of Clearwater and PLDD Harborview, LLC (PLDD) to allow PLDD to use the Clearwater Main Library Parking Lot located at 100 N. Osceola Ave, Clearwater, FL 33755 for access, ingress, and egress privileges and authorize the appropriate officials to execute the same. (consent) SUMMARY: On August 4, 2022, the City of Clearwater (City), the DeNunzio Group, LLC (DeNunzio), and Gotham Property Acquisitions, LLC entered into a development agreement in part for the construction of a new hotel at the site of the former Harborview Center located at 50 N. Osceola Avenue, Clearwater, Florida 33755 (Hotel Property). As a part of the development agreement, the City and DeNunzio were required to enter into a license agreement allowing access to the Hotel Property through the Clearwater Main Library parking lot located at 100 N. Osceola Ave., Clearwater, FL 33755 and adjacent to the Hotel Property (Parking Lot). The license provides DeNunzio’s special purpose entity, PLDD Harborview, LLC (PLLD), access, ingress, and egress privileges to the Parking Lot for an initial term of 30 years with perpetual automatic renewal terms of ten years each for the life of the hotel project. Ownership of the Parking Lot will remain with the City and no real property or leasehold interests are being conveyed to PLDD. Page 1 City of Clearwater Printed on 11/5/2024 7/28/22 Upload version with corrections DEVELOPMENT AGREEMENT This DEVELOPMENT AGREEMENT (this "Agreement"), being signed this 4th day of August, 2022 (the "Execution Date"), is entered into between the THE CITY OF CLEARWATER ("the City"), a municipal corporation within the State of Florida; GOTHAM PROPERTY ACQUISITIONS, LLC ("Gotham"), a New York limited liability company; and THE DENUNZIO GROUP, LLC ("DeNunzio"), a Florida limited liability company, collectively, the "Developers," and sometimes referred to herein individually as a "Developer" RECITALS WHEREAS, Clearwater's former City Hall, which is located on a portion of 112 S. Osceola Avenue, has remained a vacant structure since January 2019; and WHEREAS, the unoccupied property contributes no taxable value to the City, nor does it provide housing, jobs, or amenities for Clearwater residents; and WHEREAS, a new City Hall is planned for construction near the intersection of S. Myrtle A venue and Pierce Street; and WHEREAS, Clearwater residents amended the City Charter to adopt the Imagine Clearwater plan for Coachman Park, which identified potential complementary redevelopment of certain downtown core properties adjacent to Coachman Park; and WHEREAS, the site of the former Harborview Center, which was located at 320 Cleveland Street, is a vacant property as defined by the Pinellas County Property Appraiser; and WHEREAS, the property on which the former Harborview Center was located is being re- addressed to 50 N. Osceola Ave.; and WHEREAS, the former Harborview Center also contributes neither taxable value nor housing, jobs, or amenities for Clearwater residents; and WHEREAS, the Clearwater City Council would like to stimulate downtown redevelopment for the benefit of all Clearwater residents; and WHEREAS, pursuant to the Community Redevelopment Act, the City of Clearwater issued a Call for Development Concepts (No. 28-22) for Downtown Clearwater Waterfront Development Opportunities for the old City Hall Site and the Harborview Site; and WHEREAS, Developers presented a development concept in response to the Call for Development Concepts, that proposed creating multi-family rental housing and amenities at the unoccupied City Hall site, and a full-service hotel, retail, restaurant, cultural uses and event space on a portion of the former Harborview Center; and, 1 7/28/22 Upload version with corrections WHEREAS, the Developers are controlled by the Key Principals; and WHEREAS, Developers are willing and financially able to develop both properties for the purpose of creating multi-family rental housing, retail and restaurant and associated amenities at the unoccupied City Hall site, and a full-service hotel, retail, restaurant, cultural, and event space at the site of the former Harborview Center; and WHEREAS, the City Council on June 16, 2022, unanimously selected Developers, as the City's development partners following a competitive process under the Community Redevelopment Act; and WHEREAS, the City Council has determined that Developers are committed to the long- term success of this project and downtown Clearwater; and WHEREAS, Developers (through their Affiliate entities) have offered to purchase a portion of the former City Hall parcel, and a portion of the former Harborview Center parcel, for the purpose of fulfilling their development potential; and WHEREAS, City and Developers are entering into a Purchase and Sale Agreement for the Properties on even date herewith; and, WHEREAS, the sale and development of the Property requires an amendment to the City Charter; and WHEREAS, a referendum with the required ballot question to amend the City Charter is expected to be offered to voters on November 8, 2022, in concert with the general election, such question as approved by the City Council on August 4, 2022 as Ordinance 9597-22 ("Charter Amendment"); and . WHEREAS, the Charter Amendment provides the voters of Clearwater certainty as to the Developers' intended uses, construction timelines, and design features; and WHEREAS, the Florida Local Government Development Agreement Act, Florida Statutes Sections 163.3220-163.3243, authorizes municipalities to establish, by ordinance, procedures and requirements to consider and enter into appropriate development agreements; and WHEREAS, Section 4-606 of the Community Development Code describes the process by which potential development agreements will be considered, including the required content for any application and agreement; and WHEREAS, the Parties wish to enter into this Agreement in accordance with the Florida Local Government Development Agreement Act, as implemented by Section 4-606 of the Community Development Code. 2 7/28/22 Upload version with corrections NOW, THEREFORE, in consideration of the foregoing Recitals, the parties agree as follows: ARTICLE I DEFINITIONS Section 1.01 Definitions. The following defmed terms shall have the meanings set out below: (a) "Affiliate" or "Affiliates" means, with respect to a person, any other person directly or indirectly controlling, controlled by, or under common control with such first person. As used in this Agreement, the term "control" means the possession, directly or indirectly, ofthe power to direct or cause the direction of the management and policies of a person, whether through ownership of voting securities, by contract, or otherwise. (b) "Agreement" shall mean this Development Agreement which is project DVA 2022-06001. (c) "Architect" means an architect licensed by the state of Florida. (d) "Bankruptcy" means any of the following: (i) the filing of a voluntary petition under any federal or state law for the relief of debtors; or (ii) the filing of an involuntary proceeding under any such law. (e) "Call for Development Concepts" refers to the Call for Development Concepts (No. 28-22) for Downtown Clearwater Waterfront Development Opportunities for the old City Hall Site and the Harborview Site, located at Cleveland Street and North Osceola A venue; (f) "Change in Control" occurs during any of the following events: neither David L. Picket nor Matthew Picket directly or indirectly serve as the managing member of Gotham Property Acquisitions, LLC (or any of its affiliates, successors or assigns); Dustin DeNunzio no longer serves as the managing member of The DeNunzio Group, LLC (or any of its affiliates, successor or assigns). (g) "City" refers to the City of Clearwater, Florida, a party to this agreement. (h) "City Hall Project" means the mixed use multifamily rental project to be constructed on the City Hall Site. (i) "City Hall Site" or "old City Hall Site" refers to that portion of 112 S. Osceola Avenue, which is a portion of parcel identification number 16-29-15-20358-001- 0040, as more particularly described in Exhibit "A", attached hereto and made part hereof, which will be conveyed to Developer in fee simple through a separate Purchase and Sale Agreement. 3 7/28/22 Upload version with corrections G) "Code" refers to the Community Development Code of Clearwater, Florida. (k) "Commercially Reasonable Efforts" means the efforts that a reasonable person in position of the Developers would use to achieve a specific goal; provided, however, that an obligation to use Commercially Reasonable Efforts under this Agreement does not require the Developers to take any action or expenditure that is disproportionate or unduly burdensome. (1) "Concept Plan" means the conceptual plans and designs approved by the City as part of application DV A2022-0600 1 and attached hereto and made part hereof as Exhibit "C". (m) "Corporate Housing" means an apartment unit that is owned or leased by a for-profit business entity that is available for rent for occupancy at least ninety (90) days in duration, where said units will be occupied solely by the business entity's officers, employees, family members of the officers or employees, consultants, vendors or contractors. (n) "CRA" refers to the Clearwater Community Redevelopment Agency, a special dependent district operating within the municipality of Clearwater. ( o) "DeNunzio" means the DeNunzio Group, LLC, a Florida limited liability company, its successors and assigns. (p) "Developer" refers individually to Gotham Property Acquisitions, LLC, a New York limited liability company or The DeNunzio Group, LLC, a Florida limited liability company, or their successors and assigns, as provided for herein. ( q) "Developers" refer jointly to both Developers. · (r) "Effective Date" means the date on which this Agreement goes into effect and binds the Parties. The Effective Date refers specifically to the day after it is fully executed and recorded in the Pinellas County public records, which shall be no later than fourteen (14) days after approval. In the event that the voters ofthe City do not approve the City Charter amendments proposed in City Ordinance 9597-22, then the Parties will record a notice of termination in the Public Records and this Agreement shall terminate and be of no further effect. (s) "Electric vehicle" or "EV" shall have the same definition as provided in Florida Statute 320.01, as amended from time to time. (t) "Environmental Site Assessment" or "ESA" refers to the evaluation process by which commercial property is evaluated for potential contamination and other environmental hazards, in accordance with federal law and rules properly promulgated by the Environmental Protection Agency. As used in this Agreement, the term ESA refers to both Phase I and Phase II ESAs, including, onsite soils, ground water, and/or vapor testing. 4 7/28/22 Upload version with corrections (u) "Event of Default" means a failure to comply with or fulfill any material term of this agreement. (v) "Execution Date" or "Signing Date" means the date on which the agreement is signed or has been signed by all parties. Notwithstanding the Parties' signatures, this agreement shall not go into effect or bind the Parties until the Effective Date. (w) "Final Completion" as used in this Agreement, means the issuance of a Certificate of Occupancy by the City of Clearwater, meeting all Florida Building Code requirements, and meeting all City of Clearwater standards necessary to legally and safely occupy a building. Final Completion of the hotel located on the Harborview Site and the first residential tower to be located on the City Hall Site is anticipated to occur no later than nine (9) months following Substantial Completion. Failure to obtain Final Completion in such timeframe shall not be considered an Event of Default under this Agreement so long as the Developers are using Commercially Reasonable Efforts to achieve Final Completion. (x) "Floor Area Ratio" or "FAR" refers to a measure of commercial intensity commonly used in planning and development, and used specifically by the City in its Code and this Agreement. (y) "Force Majeure Event" means any delay that is directly attributable to and caused by flood, fire, earthquake, hurricanes, tornadoes, wind storms, "named storms," riots, national emergency, sabotage, strikes, labor dispute, wars, pandemics, unavailability of labor or materials; events of similar or greater magnitude; terrorist threats or actions; or directives or orders issued by Governmental Authorities that explicitly or implicitly prohibit construction for more than forty-eight (48) hours, including quarantine requirements; the failure or refusal of Governmental Authorities to act and process applications within the time-frame allowed by law or ordinance, or otherwise hold public or private meetings due to COVID-19 or any other public health reason; delay by Governmental Authorities to act and process applications, permits and approvals with respect to the Approvals, an emergency order issued by Pinellas County, other emergency order issued by the City of Clearwater or other applicable governmental entities, agencies or authorities having jurisdiction, due to COVID-19 or any other public health reason or other causes beyond the reasonable control of Developer. For the avoidance of doubt, a Force Majeure Event shall not include (1) financial distress or the inability of the Developer to make a profit or avoid a financial loss; (2) changes in market prices; or (3) Developers' financial inability to perform its obligations hereunder. ( z) "Gotham" means Gotham Property Acquisitions, LLC, aNew York limited liability company, its successors and assigns. (aa) "Governmental Authorities" means any and all federal, state, county, city, town, other municipal corporation, governmental or quasi-governmental board, agency, authority, department, or body having jurisdiction over the Project. 5 7/28/22 Upload version with corrections (bb) "Governmental Delay" means any actual delay in the Project Schedule (including delays in the granting of entitlements or execution of agreements) to the extent that such delay is actually caused by any act or failure to act by the City or any of its employees, public officials, officers or committees/agencies (collectively, the "Government"). ( cc) "Harborview Site" or "former Harborview Site" refers to that portion of parcel identification number 16-29-15-57996-000-0030, as more particularly described in Exhibit "B", attached hereto and made part hereof, and which will be conveyed to Developer in fee simple through a separate Purchase and Sale Agreement. (dd) "Harborview Project" means the mixed use project which includes a hotel, retail, restaurant space and other commercial uses to be constructed on the former Harborview Center. (ee) "Key Principals" means David Picket, Matthew Picket and Dustin J. DeNunzio. (ff) "Landscape Architect" refers to a professional landscape architect engaged by the Parties. (gg) "License Agreement" means the license agreement to be entered into by the City, as licensor, and Developer, as licensee, simultaneously with the Developer's acquisition of the Property pursuant to the Purchase and Sale Agreement, which will grant Developer access to and use of the portion of the Main Library Lot in connection with the development of the Project. (hh) "Main Library Lot" refers to that portion of parcel identification number 16-29-15-43956-000-0010 adjacent to the Clearwater Main Library and more particularly described in Exhibit "D", attached hereto and made part hereof, said lot being owned by the City; and will continue to be owned by the City, and to which the Developer will be granted access and use as defined in the License Agreement. (ii) "Nightclub," for purposes of this Agreement only, refers to any use that encompasses all of the following criteria: (1) the business operates for-profit, (2) the business operates primarily during evening hours, (3) the business sells liquor for consumption on premises, (4) the business routinely imposes a cover charge or admission fee in exchange for the privilege of entering the building or structure in which the business operates, ( 5) the business routinely imposes a minimum age on entrants, ( 6) the business routinely provides live entertainment through bands or disc jockeys, and (7) the business provides a dedicated area for dancing, whether by patrons or by employees. Notwithstanding this definition, any activities, events, or business operations occurring entirely inside the hotel shall not be considered "nightclubs" for purposes of this Agreement. Gj) "Ordinance 9597-22" means the ordinance that authorizes the placement of the Charter Amendment on the ballot as a public referendum and allows for the sale of the Property to the Developer. 6 7/28/22 Upload version with corrections (kk) "Parking Contribution" refers to a Twenty-Two Million Dollars and no/100 Cents ($22,000,000.00) sum of money allocated by the City to offset the Developer's costs associated with designing, constructing, and maintaining underground parking within the Project Site; of this sum, Seventeen Million Dollars and no/100 Cents ($17,000,000.00) shall be allocated to the old City Hall site, and Five Million and no/1 00 Cents ($5,000,000.00) shall be allocated to the Harborview Site. (ll) "Parties" or "The Parties" refer collectively to all of the signatories to this Development Agreement. (mm) "Pedestrian Bridge" refers to an attractive, elevated walkway available as a free amenity to the general public that connects the old City Hall site to the former Harborview Center, and will complement the design of the Project. (nn) "Person" means any one or more natural persons (regardless of age, mental competency, physical capacity, or legitimacy ofbirth), corporation for-profit, not-for-profit entities, mutual companies, joint-stock companies, partnerships, associations, firms, joint ventures, labor organizations, unincorporated organizations, syndicates, estates, trusts, trustees in bankruptcy, receivers, fiduciaries, legal representatives, personal representatives, heirs, devisees, spouses, creditors, debtors, beneficiaries, attorneys-in-fact, property owners, landlords, tenants, contract purchasers, contract sellers, public agencies (whether federal, state, or local), public officers, public employees, resident aliens, foreign governments, and any other group or combination of natural or artificial persons or entities." ( oo) "Plan" or "Downtown Plan" means the City of Clearwater Downtown Redevelopment Plan which is part of and incorporated in its Comprehensive Plan. (pp) "Project" is defined individually or collectively as the City Hall Project and Harborview Project. ( qq) "Prohibited Person" means (i) any Person identified on the OF AC List, (ii) any other Person or foreign country or agency thereof with whom a U.S. Person may not conduct business or transactions by prohibition of Federal law or Executive Order of the President of the United States of America, (iii) any Person who is prohibited from doing business with the municipality in which the Property is located; or (iv) any not-for-profit entity. (rr) "Project Schedule" means the schedule for the completion of the design and construction of the Project, identifying the required dates for the achievement of major milestones in the development process, which Project Schedule shall be subject to extension in the event of Governmental Delay or Force Majeure Event including any Executive Order issued by the Governor regarding an emergency which affects Pinellas County. (ss) "Public Realm Improvements" means the sidewalks, decorative paving, tree grates, pedestrian surfaces, trees, landscaping, irrigation, street furniture, sidewalk cafe furnishings, art, pedestrian lighting, accent/landscape lighting, trash receptacles, bike racks, wayfinding improvements, water features, bollards, and other similar streetscape 7 7/28/22 Upload version with corrections furnishings, facilities, and elements constructed by or placed within the government-owned areas identified as Public Realm on Exhibit "E" attached hereto and made part hereof. (tt) "Purchase and Sale Agreement(s)" means a Purchase and Sale Agreement entered into by the City, as seller, and Developers, their successors or assigns, collectively or individually as purchaser, dated as of the Execution Date for the sale ofthe City Hall Site for Fifteen Million and Four Hundred Thousand Dollars and no/100 Cents ($15,400,000.00) and the Harborview Site for Nine Million and Three Hundred Thousand Dollars and no/1 00 Cents ($9,300,000.00). Nothing herein shalllimitthe Developers' election to enter into two Purchase and Sale Agreements (one for each Property). (uu) "Qualified Transferee" means a Person who (i) either has a direct or indirect tangible net worth of at least $20,000,000.00 or is a publicly traded company, regardless of net worth, (ii) through its principals or Affiliates, has at least ten (1 0) years of experience in the ownership and operation of either apartment units rented at market rate to the general public, or the same experience in the ownership and operation of overnight accommodations rented to the general public at market rates, (iii) has at least one thousand (1,000) apartment units or at least one thousand (1,000) hotel units under management, or owns at least ten (1 0) hotel properties , and (iv) is not a Prohibited Person. (vv) "Site Plan Approval" means the future application for Flexible Development Approval required by the Code for the allocation of the units from the Public Amenities Incentives Pool and issuance of a Development Order. (ww) "Special Purpose Entities" means single purpose limited liability companies and/or limited partnerships formed for the purpose of directly or indirectly owning all or any portion of the Project, which entities shall be directly or indirectly controlled by one or more of the Key Principals. (xx) "Substantial Completion" means receipt of a Temporary Certificate of Occupancy (if requested) or Certificate of Occupancy. Substantial Completion shall be determined separately for the City Hall Project and Harborview Project. For the purpose of the City Hall Project, Substantial Completion shall require a minimum of93% of residential units in the constructed tower sought to be occupied, shall be available to occupy. For the purpose of the Harborview Project, Substantial Completion shall require a minimum of93% of overnight accommodation units to be available for occupation. (yy) "the Property" or "the Project Site" refers, collectively, to all parcels to which the City, by separate agreement, is conveying title, along with any land owned by the City and for which the City executes a license agreement with the Developer for access and use. Section 1.02. Terms used but not defined herein shall have the meanings provided in the Clearwater Community Development Code, as applicable. ARTICLE II LEGAL DESCRIPTION OF THE PROPERTY 8 7/28/22 Upload version with corrections Section 2.01 The old City Hall site, in addition to the definition provided in Section 1.01, is more particularly described by the description and sketch attached to this agreement as "Exhibit A," attached hereto and made part hereof. Section 2.02 The former Harborview Site, in addition to the definition provided in Section 1.01, is more particularly described by the description and sketch attached to this agreement as "Exhibit B," attached hereto and made part hereof. Section 2.03 The Main Library Lot, in addition to the definition provided in Section 1.01, is more particularly described by the description and sketch attached to this agreement as "Exhibit D," attached hereto and made part hereof. Section 2.04 As ofthe Execution Date, the City is the legal owner of the Property. The Developers hold an equitable interest in the Property, said interest being created by the execution of the Purchase and Sale Agreement dated of even date herewith. ARTICLE III DURATION OF THE AGREEMENT Section 3.01 Duration of the agreement. The Parties agree that this Development Agreement shall last for thirty (30) years after the Effective Date, but may be extended or renewed at the option of The Parties, pursuant to Section 3.02. Section 3.02 Expiration and renewal. The Parties recognize and agree that Florida Statute 163.3229 allow the Parties to extend this agreement by mutual consent, following a public hearing. The Parties retain and reserve the right to consider this option. ARTICLE IV DEVELOPMENT USES, DENSITY,INTENSITY, HEIGHT, AND PARKING Section 4.01 Authorized uses of The Property. As to the old City Hall site, authorized uses include multifamily rental housing (apartments), retail and other commercial uses, and all associated appurtenances and amenities, such as minimal surface parking such as loading and drop off areas and an underground parking garage. As to the site of the former Harborview Center, authorized uses include overnight accommodations in the form of a full- service hotel, retail and other commercial uses, along with associated appurtenances and amenities, such as minimal surface parking, loading and drop off areas and underground parking. Section 4.02 Prohibited uses of The Property. As to both sites, prohibited uses include any use that is disallowed by the Code on the Effective Date. In addition, prohibited uses include self-storage facilities, nightclubs (as specifically defined in Section 1.01), and light assembly, even ifthe Code would otherwise now or in the future authorize such use on the Property. Section 4.03 Amplified sound restrictions. Following Substantial Completion, the Developer, contractors, agents, and commercial tenants shall: (1) coordinate with the 9 7/28/22 Upload version with corrections operators of Coachman Park to ensure that any programming that includes broadcasting amplified sound from any outdoor location on the site of the former Harborview Center does not conflict with programming at Coachman Park or any of its venues, specifically including the amphitheater; (2) only use amplified sound in the outdoor areas between the hours of9:00 am and 12:00 am; and (3) limit amplified sound to a maximum 50dB(A) or 50dB(C), as measured from any point within the boundary line of the nearest residentially occupied property at the street level, unless an exception is granted by the City. A copy of these restrictions shall be included in the rules and regulations applicable to all commercial tenants. For purposes of this section, "amplified sound" refers to any sound broadcast through mechanical speakers or similar powered devices, where such speakers are located or positioned outdoors. Requests for exceptions shall be submitted at least ten (10) days in advance to the City Manager, or designee, who shall grant or deny the request, in his sole discretion. This provision shall be included or recited in any commercial lease entered into between a Developer and a commercial tenant on the Property. Section 4.04 Minimum multi-family housing stock. Recognizing the urgent need to significantly increase the supply of housing options within the City, Gotham through its Affiliate entities shall cause the construction of at least five hundred (500) attached dwelling units on the old City Hall site. Any site plan or site plan amendment that contemplates fewer than five hundred (500) units on the site or a building permit submittal for the first tower (in the event construction is phased) that includes fewer than two hundred fifty (250) units, will not be considered by the City for approval and the City may choose, without penalty and without offering a right to a cure, to terminate this Agreement as to the old City Hall Site within thirty (30) days of such submittal. Section 4.05 Availability of multi-family housing to the general public. After Substantial Completion, and for the duration of this agreement, Developer through its Affiliate entities shall ensure at least eighty percent (80%) of the completed units are made available for rent by the·general public at market rates and for periods of tenancy that equal or exceed seven (7) months. Up to twenty percent (20%) of all units may be reserved by Developer through its Affiliate entities, in its sole discretion, for Corporate Housing. Section 4.06 Option to set-aside for workforce housing. Developer, in its sole discretion and at its sole expense, may elect at no cost to the City to reserve up to ten percent (10%) of its housing units for prospective tenants whose income does not exceed up to one hundred and twenty percent (120%) of area median income, adjusted for household size. As a condition precedent to Final Completion, Developer shall notify the City if Developer intends to exercise this option. If Developer initially declines to exercise this option, or fails to notify City, Developer may decide, in its sole discretion and at no cost to the City, to offer the option at any time in the future. Section 4.07 Professional apartment management. Developer shall either manage through an Affiliate or retain the services of a nationally recognized apartment management company to advertise and maintain the buildings and associated appurtenances. Developer or its apartment management company shall, no later than Substantial Completion, create and maintain a publicly accessible website containing rental, 10 7/28/22 Upload version with corrections pricing and other information consistent with those of other apartments in the Pinellas County market. Section 4.08 Maximum density and intensity. The old City Hall site shall be developed with up to two-hundred and fifty-three (253) units per acre, or six hundred (600) attached dwellings; and up to forty thousand ( 40,000) square feet of commercial space, which is currently estimated at 0.35 FAR. The maximum density at the Harborview Site shall include up to one hundred and twenty-four (124) units per acre or 158 overnight accommodation units and up to twenty-one thousand (21,000) square feet of commercial space and an FAR of 0.36 .. 1 Section 4.09 Public Amenities Incentive Pool. The maximum density and intensity includes an allocation from the Downtown Plan Public Amenities Incentive Pool of four hundred and twenty-two ( 422) dwelling units for the old City Hall property and twenty-nine (29) dwelling units (which equates to thirty-six (36) overnight accommodation units.2) for Harborview. These allocations shall be reviewed and decided by the Community Development Board ("CDB") pursuant to a Flexible Development Application in conjunction with site plan approval. In anticipation of receiving the additional units described in the Downtown Redevelopment Plan, and in return for such amenities, the City agrees to support the Developers' request for this allocation, and to recommend approval to the CDB. Section 4.10 Tolling of Time for Approvals. In the event the CDB denies the Flexible Development Application, or approves said application with a lesser amount of units from the Public Amenities Incentive Pool, the Developers, in their sole discretion, may either appeal the CDB ruling at the Developers' sole cost and expense but with the support of the City so long as the submitted plans for Flexible Development Approval are substantially in conformity with the Concept Plan; in the event of a condition of approval regarding the Public Amenities Incentive Pool resulting in less density or intensity, accept the CDB ruling and continue with the Project; revise the concept Plan and proceed with new approvals for the revised concept plan; or, terminate this Development Agreement and the Purchase and Sale Agreement. In the event of a denial, or, an approval that requires a Major Amendment to the Concept Plans or this Agreement, the time periods contained herein shall toll for the time period necessary to prepare and submit a new FLD application consistent with the recommendations ofthe CDB. Section 4.11 Maximum height. Maximum height for the Harborview Project is one hundred and fifty-seven (157) feet for the hotel, and fifty-three (53) feet for any other building or structure on the site, all as defined by the Code. Maximum height for the City Hall Site Project is two hundred and eight-nine (289) feet as defined by the Code. 1 For purposes of this Agreement and consistent with the City Code, the actual density and intensity is calculated pursuant to sec. 3-902(F) and this Agreement reflects the actual non-residential area proposed. 2 The Downtown Plan allows for a residential density of75 units/acre in the Downtown Core and a density of95 units/acre for Overnight Accommodations. 11 7/28/22 Upload version with corrections Section 4.12 Parking. The Project shall include the Code required3 parking which is anticipated to be six hundred (600) parking spaces at the City Hall Site and one hundred and nineteen (119) parking spaces at the former Harborview Site plus an additional fifty (50) spaces for the benefit of the City at the Harborview Site for a total of one hundred sixty nine (169) spaces all as shown on the Concept Plan. The parking garage shall be predominantly subterranean, and any required surface features must comply with the Code. A total of seven hundred sixty-nine (769) parking spaces are intended to be constructed between the two sites by the parties, including valet parking spaces. In the event there are fewer than seven hundred sixty-nine (769) total parking spaces approved by the building permits on the City Hall Site and Harborview Site (collectively), including valet parking spaces, or, in the event the total parking spaces are distributed between the two sites resulting in less than six hundred ( 600) spaces on the City Hall Site, the City may reallocate the Parking Contribution between the two sites pro rata. For example, if the City Hall Site were to ultimately include five hundred fifty (550) rental apartments and five hundred fifty (550) parking spaces and the Harborview Site were to include fifty (50) additional parking spaces, then a proportional increase in the Parking Contribution shall be made to the Harborview Site and a proportional decrease to the City Hall Site. In the event the constructed parking does not comply with the anticipated number of parking spaces, including valet parking spaces, the City shall have the right to a refund of the pro rata share of the Parking Contribution per space ($30,000 per space) that is not constructed. Section 4.13 City Parking Spaces. A minimum of fifty (50) parking spaces at the Harborview Site shall be reserved and allocated to the City, which shall have the right to enforce all parking rules and restrictions related to those fifty (50) spaces. The City shall promptly deliver to the Developer any rules or policies enacted as related to the City parking spaces. Location, operation, and signage related to those fifty spaces shall be determined at the time of Site Plan Approval in cooperation with the Parties and, to the extent practical, located in the same general area. Section 4.14 Harborview Access. Access to the Harborview Site shall be shared with the Clearwater Main Library as shown on the Concept Plan and as encouraged by the shared access provisions of the Code. Such access shall be further memorialized in a renewable License Agreement for the Main Library Lot. The grant of such License Agreement is required for the development of the Harborview Site as contemplated by the Parties. ARTICLEV PUBLIC FACILITIES SERVING THE PROPERTY Section 5.01 Public Safety Services. The Clearwater Police Department and the Clearwater Fire Department shall provide primary public safety services to the Property. Section 5.02 Utility Service Providers. The Project will be served by City of Clearwater utilities (including Solid Waste), the Clearwater Gas System; Duke Energy 3 The Code requires a minimum parking of 1 parking space per unit for attached dwellings in the Downtown Core and 0.75 spaces to one overnight accommodation unit in the Downtown Core, as may be adjusted by the terms of the Code. 12 7/28/22 Upload version with corrections and other service providers which have cuiTent utilities located in or near the Project Site(s). In the event new City facilities are required to support the Project, the City has agreed to construct them as part of its continuing capital improvements. The City agrees that any such construction shall be completed prior to commencement of construction. In the event the City does not provide the site with all City utility connections with sufficient capacity to serve the Project, Developers may construct such facilities as necessary and seek reimbursement from the City for same. Section 5.03 Connections for public utilities. The City will provide all necessary connections for potable water, sewer, and other municipal utilities (excluding those provided by third parties, such as Duke Energy for electric service) to the Project sites. Pursuant to a separate authorization, any and all connection and impact fees (including Mobility Fees) that may be assessed by the City shall be paid by the CRA directly to the City prior to the issuance of a Building Permit for the portion of the Project anticipated to be issued. ARTICLE VI RESERVATION, DEDICATION OF LAND, AND LICENSE AGREEMENT Section 6.01 Subdivision and Platting. The Parties agree that both Properties must be formally subdivided and, if necessary, anew plat approved by the City of Clearwater and recorded in the Official Records of Pinellas County to formalize the subdivision. The City shall prepare the Preliminary Plat application, apply for, and obtain Preliminary Plat approval; pursue fmal plat approval; and prepare the Property for development and conveyance prior to the Closing Date as defmed in the Purchase and Sale Agreement. Section 6.02 Dedication to the public. The Parties agree that upon replatting the area described in Section 6.01, the ingress and egress to the publicly accessible areas shall be dedicated to the general public, either by plat or by separate agreement. This dedication shall not preclude Developer from creating or enforcing reasonable rules relating to access and conduct within the boundaries of the Property. Section 6.03 Dedication of the Pedestrian Bridge. The Parties agree that any portion of the Pedestrian Bridge that may be constructed shall be dedicated to the general public. Section 6.04 License as to the Main Library Lot. The Parties shall enter into a separate License Agreement for access, ingress/egress and temporary parking on the Main Library Lot. Such access and use shall be governed by the terms of the License Agreement. Upon execution of the License Agreement, the License Agreement will be considered incorporated by reference into this Agreement. The term of the License Agreement shall be for at least the entire duration of this Agreement and shall include provisions to allow for the automatic renewal of such access, ingress/egress and temporary parking during the existence of the Harborview Project. Any breach or violation of the License Agreement may be enforced by remedies specified therein. 13 7/28/22 Upload version with corrections ARTICLE VII REQUIRED PERMITS AND PROJECT SCHEDULE Section 7.01 Conditions precedent to closing on the old City Hall site. Closing on the Property, as defined in the City Hall Site Purchase and Sale Agreement, and any development contemplated herein, may not occur until: (i) Ordinance 9597-22 is enacted by the Clearwater City Council; (ii) the Clearwater Charter is amended by an affirmative vote of the electorate and the results certified by the Pinellas County Supervisor ofElections; (iii) approval of a Preliminary Plat application; (iv) approval of a Flexible Development Approval application ("FLD Application"), substantially conforming to the Concept Plan; and (v) issuance by the City of a building permit for the first individual phase of development which shall, at a minimum, include the podium and one residential tower on the old City Hall Site; (vi) payment by the CRA to the City of any required impact fees and mobility fees; and (vii) payment of the portion of the Parking Contribution allocable to the City Hall Site, which shall be paid at the time of closing pursuant to the Purchase and Sale Agreement. In the event any of these conditions precedent fail to occur by December 31, 2024, subject to extension by Force Majeure Event, Governmental Delays, or extended pursuant to Section 7.03 of this Agreement, the City shall have the option, at its sole discretion, to terminate the portions of this Agreement related to the old City Hall site. Section 7.02 Conditions precedent to closing on the former Harborview Site. Closing on the Property, as defined in the Harborview Site Purchase and Sale Agreement, and any development contemplated herein, may not occur until: (i) Ordinance 9597-22 is enacted by the Clearwater City Council; (ii) the Clearwater Charter is amended by an affirmative vote of the electorate and the results certified by the Pinellas County Supervisor of Elections; (iii) approval of a Preliminary Plat application; (iv) approval of a Flexible Development Approval application ("FLD Application"), substantially conforming to the Concept Plan; and (v) issuance by the City of a building permit for the first individual phase of development which shall, at a minimum, include the hotel located on the former Harborview Site; (vi} payment by the CRA of any required impact fees and mobility fees; and (vii) payment of the portion of the Parking Contribution allocable to the Harborview Site, which shall be paid at the time of closing pursuant to the Purchase and Sale Agreement. In the event any of these conditions precedent fail to occur by December 31, 2024, subject to extension by Force Majeure Event, Governmental Delays, or extended pursuant to Section 7.03 of this Agreement, the City shall have the option, at its sole discretion, to terminate the portions of this Agreement related to the former Harborview Site. Section 7.03 Extension of Closing. The Parties recognize that additional time may be necessary to close pursuant to the Purchase and Sale Agreement. Notwithstanding anything contained herein to the contrary, and provided that Developers are using Commercially Reasonable Efforts to obtain approval of any necessary permits, the Developers shall be entitled to an extension of ninety (90) days by delivering written notice thereof prior to December 31, 2024, and submitting payment to the City a non-refundable, additional sum of two hundred thousand dollars ($200,000.00) for each site to which the extension option has been exercised, as more fully set forth in the Purchase and Sale Agreement. 14 7/28/22 Upload version with corrections Section 7.04 Site plan review, Building Permit, and Closing. The Developers will use Commercially Reasonable Efforts to submit, as to each site, (1) an application for Flexible Development Approval, and (2) and an application for building permit in a manner to be deemed complete and on a schedule that will allow the issuance by the City of a building permit and closing by December 31, 2024 for the first individual phase of development, subject to extension in the event of Force Majeure Event or Governmental Delay. The plans submitted in support of the application for Flexible Development Approval and the building permits shall be substantially in conformance with the Concept Plan. Changes to the Concept Plan shall be governed by Sec. 4-606(i)(1) of the Code. Section 7.05 Other Permits. The Project development will require the following permits: (i) City of Clearwater Building Permits; (ii) City of Clearwater right of way permit; (iii) Southwest Florida Water Management District Environmental Resource Permit; and (iv) Florida Fish and Wildlife Commission (if required). Section 7.06 Code amendments. The Parties acknowledge that text amendments to the Code may be necessary for the Developers to comply with their obligation to construct a project that substantially conforms to the Concept Plan. To the extent that Code amendments are necessary to achieve this objective, the Community Development Coordinator will initiate a text amendment in the manner described in Section 4-601 of the Code. The Parties recognize that text amendments can be approved only by the City Council, and nothing in this agreement shall obligate the City Council to approve a text amendment. However, any time spent by the City in processing or considering a text amendment shall be considered a Governmental Delay. In addition, if the City ultimately declines to adopt a text amendment that would enable or assist the developers in fulfilling or complying with the Concept Plan, the Developer shall in that case resubmit plans within a commercially reasonable amount of time that conforms to the Code and, to the extent allowed by the Code, also fulfill the Concept Plan. "Section 7.07 Private provider reviews. The Parties acknowledge a fee owner's entitlem,ent under Florida Statute 553.791 to utilize a private provider for plans review and building code inspection services. To ensure the Developer can exercise this option, the City, as the current fee owner of the Property, hereby designates the Developer, for purposes of Section 7.07 only, as the City's authorized "contractor" under Florida Statute 553.791(2)(a). Should the Developer exercise this option, either prior to or after acquiring title to the Property, the City shall charge the minimum administrative fees as provided for in Florida Statute 533.791, or the maximum extent allowed by Florida Statute 553.791, whichever fee is less. Pursuant to the City Code, permit fees shall also be reduced accordingly. Section 7.08 Certificate of occupancy. Developer shall apply for and obtain a certificate of occupancy for each phase of the Project that is constructed. ARTICLE VIII CONSISTENCY FINDINGS 15 7/28/22 Upload version with corrections Section 8.01 City's Comprehensive Plan. This Agreement is consistent with the City's Comprehensive Plan, as well as the City's Downtown Redevelopment Plan. Section 8.02 City's Land Development Regulations. The Concept Plans, as attached hereto, comply with the City's Code, or will comply prior to submittal of the FLD application. Section 8.03 Concurrency finding. As required by Code Section 4-606(G)l, the Parties stipulate that the requirements for concurrency have been satisfied or will be satisfied by the City's obligations prior to construction. ARTICLE IX TERMS AND CONDITIONS FOR PUBLIC WELFARE Section 9.01 Alignment with Concept Plan. All future plans shall substantially comply with the Concept Plan as provided for in the Code. Section 9.02 Sustainability, Health and Wellness, and Resilience Features. In furtherance of the City's Greenprint 2.0, an environmental plan designed to create a sustainable future, the Project will be designed and constructed to achieve LEED Silver Certification. Section 9.03 EV-capability and EV-readiness. At least ten percent (1 0%) of all parking spaces within the Projects shall be EV-capable by Final Completion, and at least five percent (5%) of all parking spaces shall be EV-installed or EV-operational by Final Completion. Section 9.04 Landscaping and hardscaping. The Developers shall provide landscape plans for the Properties as required by the City's Flexible Development Approval process. The Developers shall select landscaping and hardscaping designs of their choosing, but must utilize the services of the Landscape Architect in their selection, who will consult with the City to ensure botanical and aesthetic compatibility with the public right-of-way and other abutting City property. The Developers shall be responsible, at their sole expense, for the design, erection, installation, and maintenance of all landscaping and hardscaping located on the Property unless otherwise provide for herein. City shall provide and construct complementary landscape and hardscape to ensure the appropriate transition from Coachman Park to the Properties, as indicated on the Public Realm Improvements Exhibit "E". Section 9.05 Pedestrian Bridge. The Parties agree to share equally costs and responsibilities associated with designing and constructing the Pedestrian Bridge, with 50% of such costs to be paid by the City and 50% of the costs to be paid by the Developers, who will be held jointly and severally liable for payment of those costs, provided that the total cost associated with designing and constructing the Pedestrian Bridge shall not exceed Four Million Dollars and no/100 Cents ($4,000,000.00) for design and construction. If the Parties determine that the design and construction cost of the Pedestrian Bridge exceeds Four Million Dollars and no/100 Cents ($4,000,000.00), then the City, at its option, may approve additional funding; evaluate and select a possible alternative design that would reduce the cost of the Pedestrian Bridge, construct a pedestrian walkway partially at grade instead of a Pedestrian 16 7/28/22 Upload version with corrections Bridge; or delete the Pedestrian Bridge from the Project. If the City decides to approve an alternative design or to remove the Pedestrian Bridge from the Project, Developers will not be found in default under this Agreement. In no event shall the Developers be responsible for contributing more than Two Million Dollars and no/100 Cents ($2,000,000.00) to the design and construction cost of the Pedestrian Bridge, or any alternative design. Section 9.06 Impact fees and Utility Connection Fees. To ensure continued high quality Public Utility service, and in furtherance of the City's continued investment in multi-modal transportation, all impact fees (including Mobility fees) and necessary connection fees due to the City will be paid by the CRA on the Developer's behalf. The Parties acknowledge the CRA's approval of this expenditure on July 18,2022, which will be paid pro rata directly to the City by the CRA at time of permit issuance. Section 9.07 Change in control provisions. The Developer and the City acknowledge and agree that the conveyance of the Property by the City to Developer is expressly conditioned on Developer's agreement to develop the Property in accordance with this Development Agreement and within the time set forth herein, which shall be extended in the event of Force Majeure Event and/or Governmental Delay. Developer shall not sell, transfer, bequeath, or otherwise dispose of the Property, or any part thereof, until the City Hall Project or Harborview Project, as applicable, is Substantially Complete in accordance with this Development Agreement, provided, however, that Developer shall have the right to (i) assign its interest in this Agreement to one or more Special Purpose Entities and (ii) transfer membership interest in the Developer and/or Special Purpose Entities to third party investors provided that one or more of the Key Principals retain direct or indirect control of the Developer and/or Special Purpose Entities, major decision and removal rights of such lenders and/or investor members. Subject to the remedies of lenders and equity investors, Developers agree there shall be no Change in Control prior to Substantial Completion. Developer and/or the Special Purpose Entities shall be entitled to collaterally assign its interest in the Property to institutional lenders and/or investors in connection with the construction and/or permanent financirig ofthe Project. Section 9.08 Future conveyance. The Parties agree that the long-term ownership of the Properties by professional developers or owner-operators is crucial to the success of the Project and the downtown. For these reasons, the Parties agree that any future conveyance of the Property, or those portions of the Property that are residential and overnight accommodation uses, whether prior to Substantial Completion or at any time after Substantial Completion, shall be to a Qualified Transferee. For the avoidance of doubt, leasing or subleasing the Property to residential or commercial tenants shall not be deemed a conveyance of the Property. Section 9.09 Assignment of Development Agreement. Pursuant to Florida Statute§ 163.3239, the burdens of this Agreement shall be binding upon and the benefits shall inure to all successors in interest to the parties to the Agreement, including any Special Purpose Entities, Qualified Transferees and, to the extent provided in Section 4.03, commercial tenants. Any attempted assignment or transfer in violation of this section shall be void ab initio. 17 7/28/22 Upload version with corrections Section 9.10 Timing of construction activity. The Parties understand that construction activities can be disruptive to residents, especially during evening hours. Therefore, all construction activities shall occur during the times described in Section 3-1508 of the Code, except in cases of emergency, or where prior approval has been granted by the City Manager, in his or her sole discretion. The City may give advance notice to cease outside or exterior construction that may conflict with a previously scheduled event at Coachman Park, but not more than four (4) times per calendar year. Section 9.11 Time is of the Essence. The Parties agree that timely completion of this Project is of paramount importance, and time is of the essence regarding the calendar dates and milestones described in this agreement. The Developer's failure, after its commercially reasonable efforts, to obtain Substantial Completion, or any other timeline established in this agreement, as such timeline shall be extended in the event of Force Majeure Event or Governmental Delay, shall result in a material default of this Agreement. Section 9.12 Default. A material breach of any term of this agreement by either party shall constitute an Event of Default. Upon an Event of Default, the aggrieved party shall promptly notify all other Parties of the basis for concluding that an Event of Default has occurred. In such event, the accused Party shall have thirty (30) days to respond and cure the Event of Default or one hundred and eighty (180) days if such Event of Default is not capable of being cured within thirty (30) days provided the accused Party is making good faith efforts to cure such Event of Default. If the Party fails to respond, or fails to cure the Event of Default, the aggrieved Party shall have, except as limited by Sections 9.13 and 9.14 of this Agreement, the ability to exercise any and all rights available in law, in equity, and under this contract, provided, however, that in no event shall the Parties be liable for punitive, consequential or special damages. At the request of Developer, the City shall enter into an amendment to this Agreement or subordination, recognition and standstill agreement pursuant to which among other things (i) the rights of the City following an Event of Default by the Developer will be subject and subordinate to the rights of the institutional lenders and/or investors, (ii) the institutional lenders and/or investors will have the right, but not the obligation to cure the Event of Default on behalf of Developer, during an extended notice and cure period, and (iii) the City will recognize the institutional lenders and/or investors right to remove and replace the Key Principals and/or the Developer with a Qualified Transferee. Notwithstanding this provision, the extended notice and cure period shall not apply prior to Closing unless the Developer gives notice to City of an institutional lender and/or investor who has been admitted and demands such right but in no way will diminish the City's right to terminate under Section 4.04. Section 9.13 No cross-default. Notwithstanding anything to the contrary, the City Hall Project and Harborview Project shall not be cross defaulted and in the event there are multiple Developers and/or Special Purpose Entities pursuant to the assignment provisions herein, the obligations hereunder applicable to the City Hall Project and Harborview Project shall be several and not joint and several obligations of the Developers and/or Special Purpose Entities formed to undertake the City Hall Project and Harborview Project. Notwithstanding anything to the contrary, an Event of Default in connection with the Harborview Project shall not be deemed an Event of Default in connection 18 7/28/22 Upload version with corrections with the City Hall Project; and an Event of Default in connection with the City Hall Project shall not be deemed an Event of Default in connection with the Harborview Project. The Parties hereby agree that the City will only pursue remedies against the individual Developer or Special Purpose Entities formed to undertake the portion of the Project for which an Event of Default has been claimed. Notwithstanding anything to the contrary herein, no default by either the City or the Developer under this agreement shall be deemed to constitute an Event of Default under any other document or instrument now or hereafter in effect between the Parties, including without limitation the Purchase and Sale Agreement for the Property or the License Agreement for the Main Library Lot. It is the intent of the parties that this agreement and the parties' rights, duties and obligations hereunder are intended to be separate and distinct from any other contract or agreement, and not subject to "cross default." A party in breach of the Purchase and Sale Agreement of the Property or the License Agreement for the Main Library Lot, may seek redress only as provided in those agreements. Section 9.14 Remedies Not Exclusive. Except as provided in Sections 9.12 and 9.13, (a) the exercise of one or more of the rights and remedies under this agreement shall not preclude the exercise of any other right or remedy under this agreement, at law, or in equity; and (b) damages at law may not be an adequate remedy for a breach or threatened breach of this agreement and in the event of a breach or threatened breach of any provision hereunder, the respective rights and obligations hereunder shall be enforceable by specific performance, injunction, or other equitable remedy. In no event shall the Parties have the right to seek punitive, consequential or special damages. Section 9.15 Force Majeure. None of The Parties shall be liable or responsible to any other party, nor be deemed to have defaulted under or in breach of this development agreement, for any failure or delay in performing any term of this agreement when and to the extent such failure or delay is directly caused by and attributed to a Force Majeure Event. Section 9.16 Tolling of Time Periods for Force Majeure Event. When a Developer claims that it has been affected by a Force Majeure Event in accordance with this paragraph, the time periods set forth in this Agreement shall be tolled, to the extent that those obligations are affected by the Force Majeure Event, from the date of the Force Majeure Event (provided that Developer provides written notice to the City of such event) until cessation of that Force Majeure event (or the consequences thereof). If one or more Force Majeure Events overlap, the time periods set forth in this paragraph shall be tolled only for the longest period of the overlapping Force Majeure Events (i.e., such events shall run concurrently, not consecutively). Developer shall use Commercially Reasonable Efforts to resume, with the shortest possible delay, compliance with obligations under this Development Agreement. Section 9.17 Governmental Delay. Notwithstanding anything to the contrary contained in the Agreement, all time periods applicable to Developer shall be subject to day- for-day extensions in the event of any Governmental Delay. Section 9.18 Tolling of Time Periods Generally. Notwithstanding anything to the contrary, in the event that there is an appeal or legal proceeding challenging this Agreement or challenging other matters affecting the purpose, intent, or rights of a Developer, the Developers or the City to develop the Project as contemplated hereby, a Force Majeure 19 7/28/22 Upload version with corrections Event, or Government Delay, all time periods shall be extended on a day-for-day basis; provided, however, that this Agreement shall not exceed the duration ofthirty (30) years as set forth in Section 3.01 herein, unless extended pursuant to Section 3.02. ARTICLE X CITY OBLIGATIONS Section 10.01 City's cooperation. The City agrees to assist in carrying out the Project by preparing, submitting to the voters of Clearwater, and promoting a referendum (to the extent permitted by Florida law) approving the sale of the Property to the Developers (Ordinance 9597-22); completing the sale of the Property to the Developers, subject to the mutual agreement of the Parties memorialized in a separate Purchase and Sale Agreement; and completing the Public Realm Improvements described in Section 10.09. In addition, the City will provide financial support to support the public benefits associated with the Project to the extent required by this Agreement. Section 10.02 Development review, permitting and platting. The City agrees to diligently proceed with and complete its development review and permitting processes for each phase of the Project, and respond to the Developer as soon as reasonably possible after receipt thereof and advise the Developer in writing of the City's comments and objections, if any, thereto. The City shall, at minimum, comply with the responsiveness requirements, including timelines, specified in Florida Statute 166.033. Section 10.03 Prioritization of resources. Recognizing the urgency of creating additional housing stock within the City, the City shall, to the extent practical, prioritize all site plan reviews, applications for building permits, and other matters relating to the Project. Section 10.04 Cooperation for waterborne transportation. The Parties fully support and endorse the concept of waterborne public transportation. The Parties·. acknowledge the City's current support for the Clearwater Ferry, and further acknowledge the efforts of the Pinellas Suncoast Transit Authority ("PST A'') to expand access to waterborne transportation. The City agrees to collaborate with PSTA with a goal toward increasing access and usage as opportunities for collaboration arise. Section 10.05 Cooperation regarding marina facilities. The City and Developer shall explore and cooperate regarding the construction and use of new boat slips or use of existing boat slips at the Clearwater Harbor Marina. Section 10.06 Cooperation as to Tourist Development Council ("TDC"). The City agrees to recommend and support the Developer's request for supplemental funding from the TDC. The Parties acknowledge that the City does not control the TDC, and cannot assure the Developer of a particular outcome. Section 10.07 Demolition and remediation of City Hall. The City agrees to demolish the old City Hall site, clear the land, obtain a Phase I ESA, obtain a Phase II ESA if required based upon Phase I ESA findings, and provide a copy of the same to the Developer. If the ESA identifies the need for environmental remediation, the City will 20 7/28/22 Upload version with corrections perform or arrange the remediation at no cost to the Developer. The City will perform the remediation prior to, and as a condition precedent to, closing on the sale of the Property. If remediation is required, any remediation performed by the City after the Developer receives a building permit for the old City Hall site shall toll the due diligence period while the remediation occurs. Section 10.08 Remediation of Harborview Site. The City agrees to obtain a Phase I ESA for the Harborview Site, obtain a Phase II ESA if required based upon the Phase I ESA findings, and provide a copy of the same to the Developer. If the ESA identifies the need for environmental remediation, the City will perform or arrange the remediation at no cost to the Developer. The City will perform the remediation prior to, and as a condition precedent to, closing on the sale of the Property. If remediation is required, then all timelines shall be tolled as needed to account for the time for remediation to occur. Section 10.09 Public Realm Improvements. The City shall complete, at its own expense, the improvements located on the public property identified on the Public Realm Improvements Exhibit E attached hererto. The Public Realm Improvements include anticipated improvements to Osceola A venue including the construction of improved intersections. The City and Developer will coordinate the design and construction of such Public Realm Improvements to ensure completion of such improvements prior to Substantial Completion. The City shall identify the funding source for the Public Realm Improvements and commit such funds prior to and as a condition of Developers Closing on the purchase of the properties. The Public Realm Improvements shall be completed prior to Substantial Completion. In the event the City does not complete the Public Realm Improvements, Developer, at its option, may proceed to complete such improvements to ensure the continuity and integration of the Projects to the Public Realm and seek reimbirrsement for the actual costs thereof. Notwithstanding this section 10.09, the Pedestrian Bridge construction shall be pursuant to the terms of this Agreement. Section 10.10 Financial Commitments. The City shall maintain its fmancial capability to carry out its responsibilities as contemplated by this Agreement along with the terms of any executed Purchase and Sale Agreement, and shall notify the Developer of any event, condition, occurrence, or change in its financial condition which adversely affects, or with the passage of time is likely to adversely affect, the City's fmancial capability to carry out its responsibilities contemplated hereby. With respect to the public funds of the CRA and the City that shall be contributed for the success of the Project, the Parking Contribution and any other funds obligated herein shall be deposited into an escrow account for the benefit of Developer to directly pay Developer expenses (such as the CRA' s payment of impact fees and connection fees) or be paid at Closing as provided for in the Purchase and Sale Agreement. ARTICLE XI DEVELOPER'S REPRESENTATIONS AND WARRANTIES Section 11.01 Developer Representations. Each Developer hereby represents, warrants, and covenants to the City as follows: 21 7/28/22 Upload version with corrections (a) The Developer has all requisite power and authority, has taken all actions required by its organizational documents and applicable law, and has obtained all necessary consents, to execute and sign this Agreement. This Agreement has been duly authorized and properly executed and delivered and constitutes the valid and binding obligations of Developer, enforceable in accordance with its terms, subject to principles of equity, bankruptcy, insolvency, and other laws generally affecting creditors' rights and the enforcement of debtors' obligations. (b) The Developer is qualified and has the skill and professional competence, expertise, and experience to undertake the obligations imposed, and to perform the Services contemplated, by this agreement and the requirements of a project of the magnitude and scope of the Project. (c) The Developer and is contractors hold and will at all times during the term of this Agreement maintain all licenses, permits, or other certifications necessary to comply with the Agreement. (d) The Developer will be solely responsible for evaluating its responsibility and liability, if any, under Florida Statute 448.095. ARTICLE XII MISCELLANEOUS Section 12.01 Statutory Development Agreement Requirements. Pursuant to the requirements of the Florida Local Government Development Agreement Act, Sections 163.3220-163.3243, Florida Statutes, are incorporated herein. Accordingly, the failure of the Agreement to address a particular permit, condition, term, or restriction shall not relieve the Developer of the necessity of complying with the law governing said permitting requirements, conditions, terms, or restrictions. Subsequently adopted ordinances and codes of the City which are of general application not governing the development ofland shall be applicable to the lands subject to this Agreement. Section 12.02 Notices. Unless specifically stated otherwise in this Agreement, all notices, waivers, and demands required or permitted under this Agreement shall be in writing and delivered to all other parties at the addresses below, both by certified or registered U.S. Mail, and by electronic transmission (facsimile or e-mail). Where time is of the essence, delivery shall be considered complete forty-eight ( 48) hours after sending the electronic transmission. To City: 22 Name: Gina Clayton, Community Development Coordinator Address: 100 S. Myrtle Ave., Clearwater, FL 33756 Telephone: 727-562-4587 Email: gina.clayton@myclearwater.com 7/28/22 Upload version with corrections with a copy to: To Developer: To Developer With a copy to: Name: David Margolis, City Attorney Address: 600 Cleveland Street, Ste 600 Clearwater, FL 33755 Telephone: (727) 562-4010 Email: David.Margolis@MyClearwater.com Name: Bryan Kelly Gotham Property Acquisitions, LLC Address: 432 Park Ave South, 2nd Floor, New York, NY 10016 Telephone: (212) 599-0520 Email: bkelly@gothamorg.com Name: Dustin J. DeNunzio The DeNunzio Group, LLC Address: 3060 Alternate 19 North, Palm Harbor, FL 34683 Telephone: (727)259-7160 Email: djd@thedenunziogroup.com Name: Katherine E. Cole, Esq. Hill Ward Henderson Address: 600 Cleveland Street, Ste. 800 Clearwater, FL 33755 Telephone: (727) 259-6791 Facsimile: (727) 724-2900 Email: katie.cole@hwhlaw.com Any party shall change its address for purposes of this Section 12.02 by giving written notice as provided in this Section 12.02. All notices and demands delivered by a party's attorney on a party's behalf shall be deemed to have been delivered by said party. Notices shall be valid only if served in the manner provided in this Section 12.02. Section 12.03 Governing Law. This Agreement shall be governed and construed in accordance with the laws of the State of Florida, without giving effect to any choice or conflict oflaw provision or rule that would cause the application oflaws of any jurisdiction other than those of the State of Florida. Section 12.04 Attorneys' Fees. Each party to this development agreement shall be responsible for all legal fees and costs it incurs in connection with the preparation, review, and negotiation of this agreement, and any pursuit or defense of any claim relating to this agreement. Section 12.05 Submission to Jurisdiction and Venue. The parties hereby agree that any suit, action, or proceeding seeking to enforce any provision of, or based on any 23 7/28/22 Upload version with corrections matter arising out of, relating to, or in connection with, this Development Agreement or the transactions contemplated hereby, whether in contract, tort, or otherwise, shall be brought in the state court located within Pinellas County, Florida, and that any cause of action arising out of this Agreement shall be deemed to have arisen from a transaction of business in the State of Florida. Each of the parties hereby irrevocably consents to the jurisdiction of such courts (and of the appropriate appellate courts therefrom) in any such suit, action, or proceeding and irrevocably waives, to the fullest extent permitted by law, any objection that it may now or hereafter have to the laying of the venue of any such suit, action, or proceeding in any such court or that any such suit, action, or proceeding that is brought in any such court has been brought in an inconvenient forum. Section 12.06 Interpretation and Construction. (a) Drafting Party. The Parties acknowledge that, in connection with negotiating and executing this Agreement, each has had its own counsel and advisors and that each has reviewed and participated in drafting this Agreement. The fact that this Agreement was prepared by any Party's counsel as a matter of convenience shall have no import or significance to the construction of this agreement. Any rule of construction that requires any ambiguities to be interpreted against the drafter shall not be employed in the interpretation of: (i) this Agreement; (ii) any exhibits to this Agreement; or (iii) any document drafted or delivered in connection with the transactions contemplated by this Agreement. (b) Headings. Any captions or headings used in this Agreement are for convenience only and do not define or limit the scope of this agreement. (c) Pronouns and singular usage. The singular of any term, including any defined term, shall include the plural and the plural of any term shall include the singular. The use of any pronoun regarding gender shall include the neutral, masculine, feminine, and plural. Section 12.07 Severability. If any term or provision of this Agreement is determined to be invalid, illegal, or unenforceable in any jurisdiction, such invalidity, illegality, or unenforceability shall not affect any other term or provision of this Agreement or invalidate or render unenforceable any other term or provision. Section 12.08 Estoppel Certificates. Within twenty (20) days after request in writing by any Party or lender, the other Party will furnish a written statement in form and substance reasonably acceptable to the requesting Party, duly acknowledging the fact that (a) this Development Agreement is in full force and effect, (b) there are no uncured defaults hereunder by the City or a Developer, if that be the case, and (c) additional information concerning such other matters as reasonably requested. In the event that either Party shall fail to deliver such estoppel certificate within such twenty (20) day period, the requesting Party shall forward such request directly to the City Manager and the City Attorney or to the Developer with copies to the Developer's counsel by certified mail, return receipt requested or by Federal Express or other courier service requiring signature. In the case where a Developer is the requesting Party, the Developer may, in its sole discretion but 24 7/28/22 Upload version with corrections without obligation, appear at a public meeting and request the estoppel certificate to insure that the City Manager and staff are aware of the request and the Developer may rely on the statement of the City Manager at such public meeting or may request that the City Manager be directed by the City Council to respond to the estoppel certificate request in a timely manner. Section 12.09 Entire Agreement. The Parties' entire agreement is encompassed within this Development Agreement, two Purchase and Sale Agreements for the Property, the License Agreement for the Main Library Lot, and the exhibits to each of those agreements, and any resolution, ordinance, or action approved by the City in furtherance of the provisions herein. Together, those documents constitute the sole and entire agreement of The Parties, notwithstanding any prior statements or representations, whether written or oral. Section 12.10 Waiver. No waiver by any party of any of the provisions hereof shall be effective unless explicitly set out in writing and signed by the party so waiving. No waiver by any party shall operate or be construed as a waiver in respect to any failure, breach, or default not expressly identified by such written waiver, whether of a similar or different character, and whether occurring before or after that waiver. No failure to exercise, or delay in exercising, any right, remedy, power, or privilege arising from this Agreement shall operate or be construed as a waiver thereof; nor shall any single or partial exercise of any right, remedy, power, or privilege hereunder preclude any other or further exercise thereof or the exercise of any other right, remedy, power, or privilege. Section 12.11 Days; Performance on a Saturday, Sunday, or Holiday. Whenever the term "day" is used in this agreement, it shall refer to a calendar day unless otherwise specified. A "business day" shall mean any weekday except for holidays on which the City is closed for normal business. Should this agreement require an actto be performed or a notice to be given on a Saturday, Sunday, or City holiday, the act shall be performed or notice given on the following business day. Section 12.12 Further Assurances. Each party agrees to do such things, perform such acts, and make, execute, acknowledge, and deliver such documents as may be reasonably necessary and customary to carry out the intent and purposes of this Agreement, so long as any of the foregoing do not materially increase any party's obligations hereunder or materially decrease any party's rights hereunder. Section 12.13 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed an original, but all of which together shall be deemed to be one and the same Agreement. Section 12.14 Exculpation. Notwithstanding anything to the contrary, in no event shall the partners, officers, directors, employees, affiliates or subsidiaries of the Developers have any liability whatsoever pursuant to this Agreement and, subject to Section 9.02, the City agrees to look solely to Developers and subsequent Property owners in connection with the remedies provided for in this Agreement. 25 7/28/22 Upload version with corrections [SIGNATURE PAGE FOLLOWS] 26 7/28/22 Upload version with corrections SIGNATURE PAGE TO DEVELOPMENT AGREEMENT IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date set forth above. Countersigned: CITY OF CLEARWATER, FLORIDA -1~_2-J~By: %Ilk Hibbard Mayor Approved as to form: j}J~ David Margolis City Attorney -=~=---c::-._'7_. _57_~ Jon Jennings City Manager ~~~ou.z Rosemarie Call City Clerk 27 SIGNATURE PAGE TO DEVELOPMENT AGREEMENT DEVELOPER: STATE OF ~€~ 'l~r\S COUNTY OF ,$U. Ffo L t~ GOTHAM PROPERTY ACQUISITIONS, LLC a New York limited liability company By:~~ BfYcliY Its: ~~s1 cf~, p~ ~ The foregoing instrument was acknowledged before me by means of ~J~al presence or D online notarization, this day of , 2022 by Bryan Kelly, as ~vesi~~~of GOTHAM PROPERTY ACQUISITIO}(S, LLC, a New York limited liability company, on behalf of the said company, who is IH"Personally known to me or D has produced a valid driver's license as identification. [Notary Seal] 28 Notary Publirj:kJ ~ Ia;/' PrintName:L\Y\~~~ MV\ /Ct'll) My Commission Expires: 0 (a -0 3 -o1 a;;)-J LINDSEY ANN. KELLY NOTARY PUBLIC-STATE OF ~W YORK No. 02KE639~911 Qualified in Suffolk County My Commission Expires 06·03·2023 SIGNATURE PAGE TO DEVELOPMENT AGREEMENT (\'l fl-SS ~ CH U.SE:'lT~ STATE OF·FLORIDA} COUNTY OF -;PINELLAS) ~«;S"e,K THEDE By: Its: The foregoing instrument was acknowledged before me by means of 5fphysical presence or 0 online notarization, this IS' day of f\u.bU..S"\ , 2022 by Dustin J. DeNunzio, as 'fresf&etLt-of THE DENUNZIO GROUP, LLC, a Florida limited liability company, on behalf of the said company, who is &fpersonally known to me or D has produced a valid driver's license as identification. [Notary Seal] · ~ . KEN CLORE W Notary Public ' COMMONWEAlTH OF MASSACH Attachments: My Commission EJCplres On <;)ctober 10, 202!5 Exhibit A: City Hall Site Legal Description Exhibit B: Harborview Site Legal Description Exhibit C: Concept Plan Exhibit D: Main Library Lot Exhibit E: Public Realm Improvements Exhibit 17111172v2 29 NotaryPublic ~~ PrintName: \C~ tv\cG\IA..r~ My CommissionExpires:Oo+obc-r 101 ~o~ -·-····-·-. --·--·-J . ·-··· -·-- DESCRIPTION That portion of the East 402.04 feet of Lots 3, 4, & 5 of Block A, John R Davey's Re-subdivision as shown on plat recorded in Plat Book 1, page 87 of the Public Records of Hillsborough County, Florida, of which Pinellas County was formerly a part; lying South of those lands described in Official Records Book 14700, page 1498 of the Public Records of Pinellas County, Florida; LESS the East 15 feet of said Block A; And LESS the South 20 feet of said Lot 5 per City of Clearwater Resolution 64-180, recorded in Official Records Book 2059, page 493 of said Pinellas County Public Records. Said portion of Lots 3, 4, & 5 being more particularly described as follows: Commence at the Southeast corner of Lot 5, Block A, John R Davey's Re-subdivision as shown on plat recorded in Plat Book 1, page 87 of the Public Records of Hillsborough County, Florida, of which Pinellas County was formerly a part; thence N oo· 06' 32" E along the East line of said Lot 5, a distance of 20.00 feet to a point on the North line of the South 20 feet of said Lot 5; thence S 89' 20' 12" W along said North line of the South 20 feet, a distance of 15.00 feet to the West line of the East 15 feet of said Block A and the Point of Beginning; thence continue S 89' 20' 12" W along said N line of the South 20 feet, a distance of 387.07 feet; thence N oo· 06' 32"E, a distance of 300.20 feet to the Westerly extension of the Southernmost line of those lands described in Official Records Book 14700, page 1498 of the Public Records of Pinellas County, Florida; thence S 88' 25' 09" E along said line, a distance of 387.17 feet to the said West line of the East 15 feet; thence S oo· 06'32"W along said West line of the East 15 feet. a distance of 285.04 feet to the Point of Beginning. Containing 113,256 square feet, or 2.60000 acres, more or less. NOTES 1. THIS IS A SKETCH TO ACCOMPANY A DESCRIPTION AS DEFINED IN CHAPTER 5J-17.052 OF THE FLORIDA ADMINISTRATIVE CODE AND IS NOT A FIELD SURVEY. 2. BEARINGS SHOWN HEREON ARE BASED ON GRID NORTH, AS REFERENCED TO THE FLORIDA STATE PLANE COORDINATE SYSTEM, WEST ZONE, AS ESTABLISHED BY THE NATIONAL OCEAN SERVICES' PROGRAM OFFICE NATIONAL GEODETIC SURVEY AND THE WEST LINE OF OSCEOLA STREET BEING SOUTH 00'06'32" WEST. 3. COORDINATES SHOWN HEREON ARE REFERENCED TO FLORIDA STATE PLANE COORDINATES, WEST ZONE, NORTH AMERICAN DATUM OF 1983, 2011 ADJUSTMENT AS ESTABLISHED USING THE FLORIDA DEPARTMENT OF TRANSPORTATION'S FLORIDA PERMANENT REFERENCE NETWORK OF BASE STATIONS. THE COORDINATES ARE DISPLAYED IN US SURVEY FEET. 4. THIS DESCRIPTION IS BASED ON THE DIMENSIONS PROVIDED IN A BOUNDARY SURVEY TITLED "THE CITY OF CLEARWATER'S TITLE IN COACHMAN PARK" AND OTHER CITY PROPERTIES, PREPARED BY MACSURVEY, INC., ITS PROJECT 2018-023, AND HAVING A SURVEY DATE OF 11 /1 /2019. NOTE THAT THE BEARING OF PIERCE STREET SHOWN ON THE SURVEY HAS BEEN REVISED FROM S89i0'11"W TO S89'20'12"W, HOWEVER THE REVISED SURVEY HAS NOT YET BEEN COMPLETED. PREPAAED FOR: DESCRIPTION City of Clearwater 1 00 S. Myrtle Avenue Clearwater FL 33756 Sketch of Description ffi BY DATE l---~~~~~~~~·~~tt~~r;~~--~~r~~r6~fi6~n~~o=~~a=~~P~~~e--------------~ 2. Oac Old 1ty al arcel ~ SECTION 16. TOWNSHIP 29 S. RANGE 15 E. IN!TIAI..S DATE lf Since 1919 CREW CHIEF N/ A N/A DRAWN Cl't.l 5/31/~ CHECKED CPN 5/31/22. AELD BOOK N/A AELD DAlE N/A George F. Young, Inc. 2.99 DR. MARliN LUlHER KING JR. STREET. N. ST. PElERSSURG, FLORIDA 33701 PHONE (72.7) 822-4317 FAX (727) 822-2919 BUSINESS ENTITY LB21 WWIY.GEORGEF'IOUNG.CON CML &! 1RANSPORTA110N ENQNEERING I ECOLOGY I GIS I lANDSCAPE ARCHITECTURE PLANNING I SIJR'JE'IING I SUBSURFACE UTIUlY ENGINEERING GAINESVIU.E•LAKEWOOD RANCH•ORLANDO•ST. PEIERSBURG•TANPA JOB NO. 20004101SS SHEET NO. 1 OF 2 ..: X. a. z z (5 g :::!; Cl. It) It) 'i "' ~ ~ ........ (I) f:i 15 ...I Cl. / I I I LOT 2, BLOCK A (PBH 1/87) ORB 14700/1498 &: ORB 16335/11 WATER'S EDGE, A CONDOMINIUM r----- ----f--r--'-":!~ REMAINDER OF LOT 3 (NOT INCLUDED) I ~ ----------402.04'-----------t--1 .;:Q'>I I R' r!sff E UNE BLOCK A (PBH 1/87) ~~ ~P r---------~s=e~8~.2~5~'o~e~-~E~~~~----------~~/ ; ~~'< 387.17' -~ -40' (b ~~ < I ) ........ lO .e-1 !i) ~;::_ LOT 3, BLOCK A PBH 1 87 15._ § t -........ [!! q;: VESTED IN CITY PER DB 113/176 < ,.... ~ ±83.40' ~ I-I ~~----:-~ -------- ---- ------~0 ~c tJ g: ' 2 . a::: 0::: it .!J';;;.. .. ... ll) z r-1 w ~ &§/ d CX) ...... (/)0.. :1 ~$p ~ LOT 4, BLOCK A (PBH 1 /87) N ~~ :5 § o § 1-. VESTED IN CITY PER DB 113/176 3: ~ 0 <( {g/ ,§~ LaJ a cl W ~ 1 ~/ ~ ~;::_ • N !!! o o w N ,, s f!1 N t')~(f)~J fo;r -- --, Cog' 0 SCALE 1"=100' ! .$~ sg -LOT 5,~cKIA (PBH 1/87)---§~~~ E LSI k ~ g VESTED IN CITY I E 236' VESTED IN CITY 0 w L 0::: •dJ O.::;s z PER DB 1493/403 PER DB 361/249 (/) rn lo ~# 15'-~ .:!, POINT OF BEGINNING I ~,... b I 0 ~~ I C\1 ~ 5/8" IRC C\1 ~ 1;::_ • '12•w 387 01' I 1 _.......v "FLoRIDA DoT" ~ l ±129.62' 589 20 . t _...v- 1-I ____ LESS S. ~ ~ (~Ull~64 180, ORB 2059/493) _l ~ ---'-:",_ -0 -r--H !'--S89'20'12"W TI "-a· srRiPTo CITY(DB838/93) ~ s UNE LOT~ (PBH 1/87) C\1 .!._ .__ 15•00• 1----.t_,;....:__ ~ PIERCE STREET f J (20' HALF R/W PER PBH 1 /87) N00'06'32"E 20.00' POINT OF COMMENCEMENT SE COR OF LOT 5, BLOCK A (PBH 1 /87) NLD "MACSURVEY LB 7929" N=1,320,476.388' E=397,529.630' LEGEND ct = CENTERUNE COR = CORNER DB#/# = DEED BOOK/PAGE ORB#/# = OFFICIAL RECORDS BOOK/PAGE PB#/# = PLAT BOOK/PAGE PBH#/# = HILLSBOROUGH PLAT BOOK/PAGE R/W = RIGHT-OF-WAY N= = NORTHING(Y) COORDINATE E= = EASTING(X) COORDINATE PREPARED FOR: DATE DESCRIPTION City of Clearwater 1 00 S. Myrtle Avenue Clearwater FL 33756 Sketch of Description o BY l---::::2:::·=60~a=:c~O=I~d=.:C~ity~H::-a;;.;I~P=a~rc.;:.:e~l:-----l! GN SECTION 16. TOWNSHIP 29 S. RANGE 15 E. 6/6/22. Deed Bock Page INITW..S DATE ,, Since 1919 CREW CHIEF N/ A N/A DRAWN CI'N 5/31/22. CHECKED CPN 5/31/22. AELD BOOK N/A AElO DAlE N/A George F. Young, Inc. 299 DR. MARliN LUTHER KINO JR. STREET. N. ST. PE1ER5BURC, FUlRIDA 33701 PHONE (727) 822-4317 FAX (777) 822-2919 BUSINESS ENTITY l.B21 WWW.GEORGEFYOUNG.COII aVIl. lc lRANSPORTATION ENGINEERING IECOLOGYIOISII.ANIISCAPE ARCHIT£C'!URE PI..ANNING I SURVEYING I SUBSURFACE UTIUIY ENCINEERING GAINESVIU.E•L.AKEWOOD RANCH•ORLANOO•ST. PErERSBURG•TANPA JOB NO. 2000410155 SHEET NO. 2 OF 2 0> ~ "'C! ~ ~ I 0 c rn I rn rn 0 :; 0 0 ~ -& i5 ~ rn 0 :; 0 0 ~ ~ ~ ('I < ::> ., c () " e Q. ~ I .a-> a.. ~ I it ~ / li.i ...I Li: a> ~ (!) .: " Q. Q. z :Z 8 g ::::!: a.. 10 10 ~ N ~ N ....... U) ....... U) 0 § ...I a.. ~.1\.IIILJII. L.1 -I IQILJVI Yl..:;oVV VU • ..:;o DESCRIPTION A portion of Lot 3 of Edward Mills Subdivision, as shown on the plat recorded in Plat Book 9, page 36 of the Public Records of Pinellas County, Florida, AND a portion of Lots 1 & 5 of Rompon's & Baskin's Corrected Map of Causeway Business District, as shown on the plat recorded in Plat Book 57, page 1 of said Public Records of Pinellas County, said portions being more particularly described as follows: Beginning at the Northeast corner of said Lot 3 of Edward Mills Subdivision; thence S 00' 06' 32" W along the East line of said Lot 3, a distance of 21.59 feet; thence N 76' 40' 00" W, a distance of 216.39 feet; thence N 00' 43' 12" E, a distance of 278.93 feet; thence S 89' 11' 37" E, a distance of 192.69 feet to the East line of said Lot 5 of Rompon's & Baskin's plat; thence S 00' 06' 32" West, a distance of 304.12 feet to the Southeasterly corner of Lot 1 of said Rompon's & Baskin's plat, said point also being a point on the North line of said Lot 3, Edward Mills Subdivision; thence S 88' 29' 57" E along the North line of said Lot 3, a distance of 15.00 feet to the Point of Beginning. Containing 58,727 square feet, or 1.34818 acres, more or less. NOTES 1. THIS IS A SKETCH TO ACCOMPANY A DESCRIPTION AS DEFINED IN CHAPTER SJ-17.052 OF THE FLORIDA ADMINISTRATIVE CODE AND IS NOT A FIELD SURVEY. 2. BEARINGS SHOWN HEREON ARE BASED ON GRID NORTH. AS REFERENCED TO THE FLORIDA STATE PLANE COORDINATE SYSTEM. WEST ZONE, AS ESTABLISHED BY THE NATIONAL OCEAN SERVICES' PROGRAM OFFICE NATIONAL GEODETIC SURVEY AND THE WEST LINE OF OSCEOLA STREET BEING SOUTH 00'06'32" WEST. 3. COORDINATES SHOWN HEREON ARE REFERENCED TO FLORIDA STATE PLANE COORDINATES, WEST ZONE, NORTH AMERICAN DATUM OF 1983, 2011 ADJUSTMENT AS ESTABLISHED USING THE FLORIDA DEPARTMENT OF TRANSPORTATION'S FLORIDA PERMANENT REFERENCE NETWORK OF BASE STATIONS. THE COORDINATES ARE DISPLA YEO IN US SURVEY FEET. 4. THIS DESCRIPTION IS BASED ON THE DIMENSIONS PROVIDED IN A BOUNDARY SURVEY TITLED "THE CITY OF CLEARWATER'S TITLE IN COACHMAN PARK" AND OTHER CITY PROPERTIES, PREPARED BY MACSURVEY, INC., ITS PROJECT 2018-023, AND HAVING A SURVEY DATE OF 11 /1 /2019. 5. PROPOSED INFORMATION PER STANTEC BULLETIN 1 FILE OOC-DB01 DATED 11/12/2021. LEGEND ~ = CENTERLINE COR = CORNER DB#/# = DEED BOOK/PAGE ORB#/# = OFFICIAL RECORDS BOOK/PAGE PB#/# = PLAT BOOK/PAGE PBH#/# = HILLSBOROUGH PLAT BOOK/PAGE R/W = RIGHT-OF-WAY N= = NORTHING(Y) COORDINATE E= = EASTING(X) COORDINATE PREPARED FOR: City of Clearwater 1 00 S. Myrtle Avenue Clearwater Fl 33756 1---==S~k;.;e~t~ch~o~f::-:::::-D=::e::=:sc:.;:r;;..ip:=:=:t':"i:io:=-n~=-----l~ : 1.35ac Commercial Parcel ~ SECTION 16. TOWNSHIP 29 S. RANGE 15 E. DATE DESCRIP110N 6/6/22. Ad)lst west Une locatkn INIIW.S DATE lf George F. Young, Inc. JOB NO. CREW CHIEf N/ A N/A DRAWN Cf't.t 5/31/22. CHECKED CPN 5/31/22. Since 1919 AELD BOOK N/A AELD DAlE N/A 299 DR. MARliN WTHER KING JR. STREET. N. ST. PElERSIIURG, FI..ORIDA 33701 PHONE (721) 822-4317 FAX (n7) 822-2919 BUSINESS ENTITY I.B21 WV.W.GEORGEI')OIJNG.COII CMl &c 1RANSPORTA110N ENGINEERING IECOL.OGYIGISILANDSCAPE ARCHITECTURE PLANNING I SURVEYING I SUBSURFACE U11U1Y ENGINEERING GAJN£SVIU£•LAKEWOOO RANCH•ORLANOO•ST. PEIERSBURG•TAIIPA 20004101SS SHEET NO. 1 OF 2 .: 8. Q. :Z z (5 9 :::!: D. ~ Iii C'l C'l 0 ~ ' <D i:i IJJ 5 ....J 0.. BOUNDARY 1'E OF PROPOSED FACE OF WALK & EXTENSION -- -- -- BOUNDARY 1'N OF PROPOSED FACE OF WALK PREPAAED FOR: .......... <(..-1"'-..-[0 f-Oal _IQ_ ..._,. City of Clearwater 1 00 S. Myrtle Avenue Clearwater FL 33756 INITW..S DATE CREW CHIEF N/ A N/A DRAWN CPN 5/31/22. CHECKED CPN 5/31/22. AEID BOOK N/A AEID DATE N A LOT 5 (PBH 7/19 & PB 4/10) 192.69' BOUNDARY ALONG PROPOSED BACK NE COR OF LOT 5 (PB 57 /1) OF CURB & EXTENSION I I LOT 5 (PB 57/1) VESTED IN CITY PER DB 1003/499 LOT 1 (PB 57 /1) VESTED IN CITY PER ORB 7998/606 LOT UNE POINT OF BEGINNING NE COR OF LOT 3 (PB 9/36) NLD "MACSURVEY LB 7929" N=1 ,321,201.959' E=397,531.011' ......... (0 ~~ f-Ol 0 .-I!D a_ '-" S88"29'57•E Sketch of Description 1.35ac Commercial Parcel SECTION 1 TOWNSHIP 29 S. RANGE 15 E. w ~ !D ...-r-a.. OW a::: t')Ww O:::a_ 1--~(/)8 • <( f-N < t')~(.) • 0-COw8 Puo 0(f) 003:; en -........ a::: it> LO '-" N s SCALE 1 "=50' soo-oa'32·w 21.59' E 15' OF LOT 3 FOR R/W (ORB 1570/301) UKELY EXTINGUISHED BY "MERGER DOCTRINE" DESCRIPTION JOB NO. E lf George F. Young, Inc. 2000410155 Since 1919 299 DR. MARliN LUTHER KING JR. S!REET. N. ST. PElERSBURG, FUIRIDA 33701 PHONE (727) 822-4317 FAX (72.7) 822-2919 BUSINESS ENT11Y LS21 WV.W.GEORGEFYOUNG.COII aiJII. & lRANSPORTAllON ENGINEERING IECOLOGYIGISILANDSCAPE ARCHilECliJRE PLANNING I SURVEYING I SUBSURFACE UllUlY ENGINEERING GAINESVIIl.E•LAKEWOOD RANCH•ORLANDO•ST. PEIERS8URG•TANPA SHEET NO. 2 OF 2 "' ;r: "<! ~ rt: I I'") 0 c (/) I (/) (/) 0 :; 0 0 ~ (!) 15 ~ (/) 5 :; 0 0 0 N -c; N ~ .( ::> ., c 0 ., ·~ ~ <>. <-1 .e-l ~ I ~ ~ / w ..... r;: ::I! Cl. N <'I Iii N <'I 0 N ' (I) ';;;- ffi s ..... Cl. AERIAL VIEW THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. Exhibit "C" -Concept Plans SITE AERIAL VIEW SCALE: nts \·\ BeharPeteranecz r ARCHITECTURE/ INTERIORS 001 29JUNE2022 This drawing and the contents herein are the property of Behar & PeteranecL Inc. and may not be used or reproduced without written permission from Behar & PeteranecL Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA260017041B26001704 LEGEND 0 IMAGINE Q.EARWATER PARK 0 COVEReDBANOSHEU 0 CI..EARWATER MAIN U8AARY 0 HARSORVEW SITE PROPOSED HOTEL 0 VEGETATED RETAIL COORIDOR cv~lALBUI.DING 0 PUBliCLY ACCESSIBLE ROOFTOPAMENllY 0 CMC GATEWAY 0 ELEVATEOBlUfFWALK ® EXISnNG CONDO BUII..DWG ® CITY HALLSrTEPROPOSEO RESIDENTIAL BUILDING @GRE£NROOI' @)POOL e TERRA.CEDL.AMDSCA.PEfSEATlNGWALLS @ t..AM)SCAP£8LFFER G DROP-CfF ® PMOONG GARAGe ACCESS @ SERVICE AREA ACCESS @ Sl..OPEDROOF/LAWNWITHTERRACESEATlNG -------~--~-----· ---------·---~""'~ed;::====== • -n-n-,.-~ PRELIMINARY NOT FOR CONSTRUCTION Notlorpem>:~>.rwodngorolhefotrocd ~Thddocune<llhasnotbeen ~Q.'Illlat.-dorchKtedardGbQOI*::I h~C<CO'I"ttle1llatt. S.'<Y'Jecl'l:nlf9cndlcr'4loeopeAtch"tecll.I!!P.C.. 226C<:n.MwovSteet loslcn."""(I1JJ4 Tet.(&11}S238IOJ -.Jtorolcc~ Copyright Reserved ...,.,_,...,."".~""'-"'''",_,...,.,..,_ ... ~co..,.-~ .... ,.._.g ,...,..,.,,.,.....,.,~~""-""'-. .... .,.,,....,. ..,c,....,...,.,.,.,.........,_ ...... .,...,...."-..,...,_.<r"'~"'"''"""'"'~,...,.~"'..........._..., .. -.,....,,._ Cleawoter. R =.1; CH.<l TTYl.w ... o::> ... SITE-WIDE RENDERING Pro;ectNo. Sheet Scote ot ""'""" [lrow;ngNo. If '""""" ' -;;;;-;;;;;:;;DO ===--======.::-..:: = == ----= 1 H ----~ fi ISsued -;;-l;i ;m:;::;:ux; Permit/Seal PRELIMINARY NOT FOR CONSTRUCTION NotiO<PII"!rih.~tfoli'>ew()IIO::ia: ~fli!cloel.n'e'\lh::IIIIOIDetlf't eompkltoao<chco;l(!(IO'Id'<ilcrgcnld i-I~OI~r#r. () Stantec S~ee PbrnngoncllMdscopeM;hlecluei'.C. 226COU\fWO'/SIIee' 5olfo"l.M110'211• Tet.l&l7)~2381C3 www.'IIO!Itec.com Copyright Reserved ::~:~-;;~:;.~:;:;,::,=.;-;';!'-.~.=:.":'!,:"'..'7',.;.~·::;.:,.=~;':.:'.:."<~"':. Cient/Pto;ect Logo Gz Client/Protect CITY OF CLEARWATER CleotWOter. FL LEGEND 0 DROP OFF 0 PRIVATE AMENllY TERRACE 0 OUTDOOR DINING 0 PRESERVED EXISTING TREES 0 SERVICE AREA ACCESS 0 PARKING GARAGE ACCESS 0 ACCESSIBLE PEDESTRIAN WALK 0 PLANTERS WITH INTEGRATEDSEAnNG 0 lANDSCAPE BUFFER e TERRACEDLANOSCAPEISEATINGWAU.S ®GREEN ROOF @POOL 0 " ,. L. .L. Tille CITY HAll CONCEPTUAL LANDSCAPE & HARDSCAPE PLAN Proje<:INo. !heel Scole ol Revision Drav.i'lgNo. not-_..cYo'Ctoo.oWDn»< --~ OM'. "";'" c;:t ~ Pemii/Seol PREUMINARY NOT FOR CONSTRUCTION Noi/Q<ptm"~oll.pcivC<oll'letotlieicl p..r.l01til'hlidoa.tne1'11hasrotoeen :oT.plelcdD<o;/ll!el~crd~bger.cr:J ir<'orr.o.'io:nQrCO"''"tftlorty, () Stantec ~f'tnvucnG~CIPftNd'li!!IGI\;fltP.C. m~s-�'\,'IAAaill" ll!t;j!lj"JQ38.'0l -·~c:lll'l Copyright R:eiei'Yed ~:;:;:~::;:!!.'=.'''::!.""~:,."';~..;<.=.::~::..-;~~·=.::.:::::.::::~:-.:.:~.~= Client/Project Logo Gz C6ent/Projec.l CITY OF CLEARWATER Cleawoter. Fl LEGEND 0 OROPOFF 0 PRIVATE ANENITY TERRACE 0 OUTDOOR DINING 0 PARKING GARAGE ACCESS 0 SERVICE AREA ACCESS 0 ACCESSIBLE PEDESTRIAN WALK 0 PlANTERS WITH INTEGRATED SEATING 0 ELEVATED BLUFF WALK 0 PUBLICLY ACCESSIBLE ROOFTOP AMENITY @ SLOPED ROOF /LAWN WITH TERRACE SEATING G TERRACEOtANOSCAPEISEATINGWAUS @)POOL 0 30 "' L.--.... ___ l 'lie HARBORVIEW CONCEPTUAL LANDSCAPE & HARDSCAPE PLAN Project No. Sheet Scole of Revision Cl'o'NingNo. ~;;;;;;;E§~~== ----r .. -~CO\IINlli"'Nl ;.rmu.t: ~."'D:;:'"""CN:d~ SITE PLAN THE BLUFFS CLEARWATER, FLORIDA "' ;;: "' ?( ?( ?( ;:_ >.:'_ ;,:i< ;;: ?( o, ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. ~i ~· fiji 0: "'I ··-.. -..................... ~~~~---~~.-~.-~~ BALCONY ABOVE LOBBY SOUTHERLY DEVELOPMENT PARCEL SCALE: nts S OSCEOlA AVE 0 0 ''·l m ? .. BeharPeteranecz _r ARCHITECTURE/ INTERIORS 6 002 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz_ Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800·5300 I ARCITECTUREBP.COM I AA260017041B26001704 ELEVATIONS I I I !81 q LEVEL26 LEVEL25 LEVEL24 LEVEL23 LEVEL22 LEVEL21 LEVEL20 LEVEL19 LEVEL18 LEVEL17 LEVEL16 LEVEL15 lEVEL14 LEVELH lEVEL12 LEVEL11 LEVEL10 ~ LEVELS !&Eli !&ill LEVELS ___________________________________________________________ j THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. SOUTHERLY DEVELOPMENT PARCEL SCALE: nts \l § BeharPeteranecz r ARCHITECTURE/ INTERIORS MATERIAL LEGEND PAINTED STVCCO FINISH 1·:.·::.1 GlASS 003 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz. Inc. and may not be used or reproduced without written permission from Behar & Peteranecz, Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA26001704 1826001704 ELEVATIONS EAST ELEVATION THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. ADJACENTWATER'5 EDGE CONDOM!NIVM SOUTHERLY DEVELOPMENT PARCEL SCALE: nts ~~ BeharPeteranecz r ARCHITECTURE/ INTERIORS 004 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz, Inc. and may not be used or reproduced without written permission from Behar & Peteranecz, Inc. © 2022 (727) 800·5300 I ARCITECTUREBP.COM I AA260017041B26001704 ELEVATIONS .,:If:, .,§ . I~. , I ' l I I I I I I I I I I I I THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY, "1!;;;',1 . ~ -l'llLillfl!1fJtrtr'II!THR'IRIIL &411&1 -··-m~:iWIIITU>l· ' ~ ' ·I I I i I .{ I ,. I I I I I I I I ~ . SOUTHERLY DEVELOPMENT PARCEL SCALE: nts ;_ _____..~ __ _______BQQ£ LEVEL I -~27 LEVEL26 LEVEL25 LEVEL24 LEVEL23 LEVEL22 lEVEL21 LEVEL20 LEYEL19 LEVEL18 ~ lEVEL16 LEVEL15 LEVEL14 IE LEVE113 li ~ LEVEL11 LEVEl 10 ~ lEVEl 8 lEVEL7 lEVEl6 LEVELS ~ ~ LEVEL2 RESIDENTIAL COMMERCIAl LOBBIES& AMENITIES BELOWGMDE PARKING GARAGE ? ... BeharPeteranecz L ARCHITECTURE/ INTERIORS MATERIAL LEGEND PAINTED STVCCO FINISH l.:•J GLASS 005 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz, Inc. and may not be used or reproduced without written permission from Behar & Peteranecz, Inc.© 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA26001704IB26001704 ELEVATIONS ~~ ~I ~I I I I I I I I I I I I I ·' " ·-·--·---·-·; L_ I I I _____________________________________________________________________________ j NORTH ELEVATION THE BLUFFS CLEARWATER, FLORIDA SOUTHERLY DEVELOPMENT PARCEL SCALE: nts ~.' c: I .i, · -: ; '·: j______.. _______ROOE_L~l :.1''.;' I I I I I I I ___LEVEL27 LEVEL26 LEVEL25 LEVEL24 LEVEL23 LEVEL22 LEVEL21 LEVEL20 LEVEL19 LEVEL18 LEVEL17 LEVEL16 LEVEL15 LEVEL14 ~ LEVELH LEVEL12 LEVEL11 LEVEL10 LEVEL9 LEVELS LEVEL7 LEVEL6 ~ LEVEL4 lEVEL3 ~ DE RESIDENTIAL COMMERCIAL LOBBIES& AMENITIES BELOW GRADE PAP . .KING GARAGE ? ... BeharPeteranecz r ARCHITECTURE/ INTERIORS MATERIAL LEGEND PAINTED STIJCCO FINISH r:::;:J GWS 006 29JUNE2022 ARTISTIC REPRESENTATION, FOR IlLUSTRATIVE PURPOSES ONLY. This drawing and the contents herein ore the property of Behar & Peteranecz. Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800·5300 I ARCITECTUREBP.COM I AA260017041B26001704 SITE PLAN THE BLUFFS CLEARWATER, FLORIDA LIBRARY ENTRANCE ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. SOSCEOLA AVE NORTHERLY DEVELOPMENT PARCEL SCALE: nts ~ .. BeharPeteranecz r ARCHITECTURE/ INTERIORS zE) I 007 29JUNE2022 This drawing and the contents herein ore the property of Behar & Peteronecz_ Inc. and may not be used or reproduced without written permission from Behar & Peteronecz, Inc.© 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA260017041826001704 ELEVATIONS WEST ELEVATION THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. ROOF LEVEL LEVElt::; LEVEL 12 Qj LEVEL11 ~ z LEVEL10 0 ~ lEVEL9 ~ LEVELS ~ ~ ~ LEVEL4 LEVEll 1:}~, .. ,"'" •'"~-·>. '""""''''' ""' ,,q,,~ ""'--" •. ~l"'l-~fYTllf""C""'il'"""'"""l-lEVEL2 iUI"' -*U.:~:f'?i:~t.; -~!!~;.~:-1 ;~;~;;,;,: \.;;;.~;!-'tt!CRC!l: $ ;t; ~ ; ~L LEVEL13 LEVEL12 Qj LEVEL11 ~ z LEVEL10 0 ~ LEVEL9 ~ lEVELS LEVEL7 ~ ~ LEVEL4 LEVEL3' LEVEL2 SOUTH ELEVATION NORTHERLY DEVELOPMENT PARCEL SCALE: nts ~~ BeharPeteranecz r ARCHITECTURE/ INTERIORS MATERIAL LEGEND &ai PAINTED STVCCO FINISH G!f.i2.:i! ACCENT GREY COLOR ~WOOD TONE PANELS [."::.""J GLASS 008 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz. Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA26001704 1626001704 CONCEPTUAL RENDERINGS THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. VIEW FROM PARK SCALE: nts ?~ BeharPeteranecz r ARCHITECTURE/ INTERIORS 009 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz. Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA260017041B26001704 VIEW FROM S OCEOLA AVE THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. -.~ ... 1""" i .... >..,.. ... . . •'""'"• .. ·.'i·,"f' ~··1•·r •. I 'I• ,• SOUTHERLY DEVELOPMENT PARCEL I SCALE: nts ...""" .... ,.. ........ -r-.,. ·-·:~ Ji:·:~ L'" ?, BeharPeteranecz r ARCHITECTURE/ INTERIORS 0010 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz, Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA260017041B26001704 STREET VIEW FROM S OCEOLA AVE THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. SOUTHERLY DEVELOPMENT PARCEL SCALE: nts ?, BeharPeteranecz r ARCHITECTURE/ INTERIORS 0011 29JUNE2022 This drawing and the contents herein are the properly of Behar & Peteranecz_ Inc. and may not be used or reproduced without written permission from Behar & Peteranecz, Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I M260017041B26001704 PUBLIC PLAZA FROM S OCEOLA AVE THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. SOUTHERLY DEVELOPMENT PARCEL SCALE: nts 1-;l"' BeharPeteranecz r ARCHITECTURE/ INTERIORS 0012 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz. Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA260017041826001704 VIEW FROM S OCEOLA AVE THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. NORTHERLY DEVELOPMENT PARCEL I SCALE: nts ~.~ ·~ BeharPeteranecz r ARCHITECTURE/ INTERIORS 0013 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz, Inc. and may not be used or reproduced without written permission from Behar & Peteranecz, Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA260017041B26001704 VIEW FROM PARK THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. NORTHERLY DEVELOPMENT PARCEL I SCALE: nts ~)' BeharPeteranecz L ARCHITECTURE/ INTERIORS 0014 29JUNE 2022 This drawing and the contents herein are the property of Behar & PeteranecL Inc. and may not be used or reproduced without written permission from Behar & PeteranecL Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA26001704 1826001704 VIEW OF PLAZA THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. I NORTHERLY DEVELOPMENT PARCEL I SCALE: nts ? .. BeharPeteranecz r ARCHITECTURE/ INTERIORS 0015 29JUNE2022 This drawing and the contents herein are the property of Behar & Peteranecz. Inc. and may not be used or reproduced without written permission from Behar & Peteranecz. Inc. © 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA26001704 1826001704 VIEW FROM HOTEL THE BLUFFS CLEARWATER, FLORIDA ARTISTIC REPRESENTATION, FOR ILLUSTRATIVE PURPOSES ONLY. NORTHERLY DEVELOPMENT PARCEL I SCALE: nts ?~ BeharPeteranecz r ARCHITECTURE/ INTERIORS 0016 29JUNE2022 This drawing and the contents herein are the properly of Behar & Peteranecz, Inc. and may not be used or reproduced without written permission from Behar & Peteranecz, Inc.© 2022 (727) 800-5300 I ARCITECTUREBP.COM I AA26001704 1626001704 Exhibit "D" -Main Library Lot SUNSET COURT REMAINDER OF LOT 4 (30' R/W PER PBH 7/19 & PB 4/10, VACATED PER RES 76-156 ORB 4488/1864) (NOT INCLUDED) ~ r------- LOT A (~~TI~~% .I 1 ' sag·o4·so·~MAIN~~6oF L01T 5 (NoT INCLUDED) f-~ VESTIED IN CITY PER ~ c,cl '==--==----;=;==="~~= • 79 3: ~ ffi ORB 2253/76 & 2284/554 I 'i--; LIJ t-:j I ,~ ~ ~ 0.. :! • r-1 LoT 5 (/) • (f) Cl j 6r ~ ~b· ~;--:x ~{ (OOH ;/~1 & PB 4/10) l<cc, S1 <C t:! ORIGINAL W UNE LOT 5 ~ it) n L T . £~ Q )' ftS I CITY PER @...-• _l (} (PBH 7/19 & PB 4/10) ~ ~ (~BH &~ ~~5/259, 260, & 262 ar' 8 0 i5 W 15' LOT 4 REPLATTED h,, 0 ii VES~IN IT P~ER __ '\ ~ 0 1' O W W IN PB 20/7 & ] 0 pRB ~ ~, ':P,8 /~y/ __-__d! 0 O U Cl AGAIN IN PB 21/74 [ .;1. Z it/ <~.';f \.f .r'Y .;-("'"-11 ~ ~ (/) ~ 3'; IUJ.i ~ / N~04 ~ 15. ~ ________ !i LOTUNE~--______ ~ r\ _ BOUNDARY 1'E OF i PORTION OF LOT 5(PB~S.'b:L4f /. ~ oF :~~oE~~Js~~~_/ i ~. ~ N89"11'37•w 192.69':} /~ ....... ~'. BOUNDARY ALONG NE COR OF LOT 5 (PB 57/1) __/ ' w , PRoPosED sACK 500•06•32·w 7 09• o ....... OF\CURB & EXTENSION • ..., '. \ POINT OF BEGINNING 15 ~ \ LOT 5 (PB 57/1) SE COR OF LOT 5 fii ~ ~ \ VESTIED IN CITY PER (PBH 7/19 & PB 4/10) o'-" ! \ DB 10°3/499 NLD "MACSURVEY LB 7929" ~ ~ N ,, s L_l ' N=1,321,513.426' . iJ E=397,531.603' SCALE 1"=50' DESCRIPTION E A portion of Lots 4 & 5 of Jeffords and Smoyer's First Addition to the Town of Clearwater, as shown on the plat recorded in Plat Book 7, page 19 of the Public Records of Hillsborough County, Florida, of which Pinellas County was formerly a part; also according to the corrected plat thereof recorded in Plat Book 4, page 10 of the Public Records of Pinellas County, Florida; AND a portion of Lot A, Sunset Court, as shown on the plat recorded in Plat Book 21, page 74 of said Public Records of Pinellas County; AND a portion of Lot 5 of Rompon's & Baskin's Corrected Map of Causeway Business District, as shown on the plat recorded in Plat Book 57, page 1 of said Public Records of Pinellas County, said portions being more particularly described as follows: Beginning at the Southeast corner of Lot 5 of said Jeffords and Smoyer's plats; thence N 89' 30' 04"W along the South line of said Lot 5, a distance of 15.00 feet to the Northeast comer of Lot 5 of said Rompon's & Baskin's plat; thence S 00' 06'32"W along the East line of said Lot 5 of Rompon's & Baskin's plat, a distance of 7.09 feet; thence N 89" 11'37"W, a distance of 192.69 feet; thence N 00' 43'12"E, a distance of 84.73 feet; thence S 89' 04'50"E, a distance of 206.79 feet to the East line of said Lot 5 of Jeffords and Smoyer's plat; thence S 00' 06'32"W along the East line of said Lot 5 of Jeffords and Smoyer's plat, a distance of 77.16 feet to the Point of Beginning. Containing 17,411 square feet, or 0.39970 acres, more or less. NOTES 1. THIS IS A SKETCH TO ACCOMPANY A DESCRIPTION AS DEFINED IN CHAPTER SJ-17.052 OF THE FLORIDA ADMINISTRATIVE CODE AND IS NOT A FIELD SURVEY. 2. BEARINGS SHOWN HEREON ARE BASED ON GRID NORTH, AS REFERENCED TO THE FLORIDA STATE PLANE COORDINATE SYSTEM, WEST ZONE, AS ESTABLISHED BY THE NATIONAL OCEAN SERVICES' PROGRAM OFFICE NATIONAL GEODETIC SURVEY AND THE WEST LINE OF OSCEOLA STREET BEING SOUTH 00'06'32• WEST. LEGEND Cf. = CENTERLINE COR = CORNER DB#/# = DEED BOOK/PAGE ORB#/# = OFFICIAL RECORDS BOOK/PAGE PB#/# = PLAT BOOK/PAGE 3. COORDINATES SHOWN HEREON ARE REFERENCED TO FLORIDA STATE PLANE COORDINATES, WEST ZONE, NORTH AMERICAN DAlUM OF 1983, 2011 ADJUSTMENT AS ESTABLISHED USING THE FLORIDA DEPARTMENT OF TRANSPORTATION'S FLORIDA PERMANENT REFERENCE NETWORK OF BASE STATIONS. THE COORDINATES ARE DISPLAYED IN US SURVEY FEET. PBH#/# = HILLSBOROUGH PLAT BOOK/PAGE R/W = RIGHT-OF-WAY 4. THIS DESCRIPTION IS BASED ON THE DIMENSIONS PROVIDED IN A BOUNDARY SURVEY TITLED "THE CITY OF CLEARWATER'S TITLE IN COACHMAN PARK" AND OTHER CITY PROPERTIES, PREPARED BY MACSURVEY, INC., ITS PROJECT 2018-023, AND HAVING A SURVEY DATE OF 11/1/2019. N= = NORTHING(Y) COORDINATE E= = EASTING(X) COORDINATE 5. PROPOSED INFORMATION PER STANTEC BULLETIN 1 FILE OOC-DB01 DATED 11/12/2021. PREPARffi FOR: City of Clearwater 100 S. Myrtle Avenue Clearwater FL 33756 INITW.S DATE Sk t h f D • t' BY DATE DESCRIPTION e c o escrtp ton tjj GN 616122 Ad)Jst West Lne l.occltloo 0.40ac Libra .... , Parkin"' Lot Parcel t:; .-~~~~~~~~~~y~~~~·~~~~~~~~~r--r----r-----------------------~ SECTION 1 6, TOWNSHIP 29 S. RANGE 15 E. JOB NO. CREW CHIEF N/ A N/A lf George F. Young, Inc. 20004101SS DRAWN CPN 5/31/22. CHECKED CPN 5/31/22. Since 1919 AELD BOOK N/A REID DA1E N/A 299 DR. MARliN LUTHER KING JR. STREET. N. ST. PElERSBURG, FLORIDA 33101 PHONE (727) 822-4317 FAX (72.7) 822-2919 BUSINESS ENTITY LB21 WV.W.GEORGEF'rOUNG.COII avtL I< TRANSPORTA110N ENGINEERING IECOLOGYIGISILANDSCAPE ARCHIT£CTURE PLANNING I SUIMYING I SUBSURFACE unUlY ENGINEERING GAINESVIU.E •LAKEWOOD RANCH• ORLANOO •ST. PEIERSBURG • TAIIPA SHEET NO. 1 OF 1 "' f 0 ..: " 0. 0. z :Z 5 g :::E []_ ~ Iii <'I ~ <'I -;;;. ' co c .... 6 -' []_ fl --~ J --------··--~ II. ---J RcvSIOfl 1r ......, i"M,\I\IJlO ~ == !> -~ U.=-· . ·-~-Poonit/Seol PRELIMINARY NOT FOR CONSTRUCTION Nolkw~prd'lgc;•OI'*<J1iclal I:=JI;:;:.e> N!<.ko;-~·ntnl>ut-olllt!tl, ~~~~c:~ana·IIOI(;11!1WD 1-blrt:":.nrrcmrrentorv ()stantec ~l'lcnhilli'I:I~AIC'I"''eturer.c. mOo.,m.oor.>~~ect Bos!o'l.!oM.o:i'l'-4 1111l(!17152U13l --= Copyfght RB!eN"ed ::~=.-::~,~~'~'.:.'!..'".::~'"::',.'!!;;.~::..':':~.;;.-;~-:.:.::::..~:::::.~.;~~~::~ c~entf4'ojecl Logo Harbor VIew Site 1:::3 Property Area 1::3 Building Footprint llWliii1il Publicly Accessible Open Space within Property line e:::::iJ Publicly Accessible Rooftop Amenity IIIIi Service Access in Public Realm Area -Service Access Off Site Park 1::3 On Grade Site Improvements E:SI Elevated Bluff Walk City Hall Site .::::3 Property Area 1::3 Buidling Footprint ·· · · ' Publicly Accessible Open Space within Property line I1Z1l Private Amenity Terrace l!l:lil!l Service Access in Public Realm Area Gz Clieni/Projecl "' I nre 1.35acres 0.74acres 0.48acres 0.15acres 0.02 acres 0.09acres 3.87 acres 16 ft Wide, 550 LF 2.60 acres 0.92 acres 1.36acres 0.32acres 0.07 acres CITY OF CLEARWATER SITE-WIDE AREAS Project No. ,,.., Stole of Clearwaler. F~ ReWbn DIOW'r.gN:~. ----IJI'ot:mo~Qol&l.U::P.»< --~ ~ Do;it>. (;-A;I,Yf'PJ~ FIRST AMENDMENT TO DEVELOPMENT AGREEMENT THIS FIRST AMENDMENT TO DEVELOPMENT AGREEMENT (this "Amendment"), being signed this e day of. ip , 2024 (the "Effective Date"), is entered into between THE CITY OF CLEARWATER, FLORIDA ("the "City"), a Florida municipal corporation; GOTHAM PROPERTY ACQUISITIONS, LLC ("Gotham"), a New York limited liability company; and THE DENUNZIO GROUP, LLC ("DeNunzio"), a Florida limited liability company (collectively Gotham and DeNunzio are referred to as the "Developers", and sometimes each referred to herein individually as a "Developer".) RECITALS WHEREAS, the Florida Local Government Development Agreement Act, Florida Statutes Sections 163.3220 — 163.3243 (the "Act"), authorizes municipalities to establish, by ordinance, procedures and requirements to consider and enter into appropriate development agreements; and WHEREAS, Section 4-606 of the Community Development Code (the "Code") describes the process by which potential development agreements will be considered, including the required content for any application and agreement; and WHEREAS, the Parties previously entered into a development agreement in accordance with the Florida Local Government Development Act, as implemented by Section 4-606 of the Code; said development agreement was approved by the Clearwater City Council on August 4, 2022 by Resolution No. 22-15, and subsequently recorded in Official Records Book 22172, Page 916 in the Public Records of Pinellas County, Florida (the "Original Development Agreement"); and WHEREAS, the Developers have requested that the project approved in the Original Development Agreement be modified as follows: To revise the City Hall Project to a multifamily residential project containing 400 dwelling units in a single tower; To revise the minimum required parking ratio to 1.1:1 for 440 parking spaces; To revise the City Hall Project requirements to provide that fifty percent (50%) of the parking spaces may be above -ground but not visible from Osceola Avenue (but may be visible from Coachman Park); To clarify that the rate and schedule of impact fees in effect upon the date of execution of the Original Development Agreement will apply to the City Hall Project and the Harborview Project; To revise the Original Development Agreement to remove provisions relating to the construction and funding of the Pedestrian Bridge and to reserve the right of the Buyers to request future CRA funding for the construction of a pedestrian bridge or walkway; KEN BURKE, CLERK OF COURT AND COMPTROLLER PINELLAS COUNTY, FLINST# 2024151027 06/13/202411:02 AM 1 OFF REC BK: 22830 PG: 404-440DocType:AGM RECORDING: $316.00 To revise the purchase price for the City Hall Site to Three Million Four Hundred Fifty Thousand Dollars and 00/100 Cents ($3,450.000.00); To provide up to Two Million Two Hundred Fifty Thousand Dollars and 00/100 Cents ($2,250,000.00) in CRA funding at Substantial Completion, or upon commencement of construction if closing occurs no later than March 1, 2026; To provide an additional One Million Dollars and 00/100 Cents ($1,000,000.00) in CRA funding as an incentive grant to be paid upon commencement of construction if closing occurs no later than March 1, 2026; To provide for up to six (6) Two (2) -month closing extensions at a cost of Two Hundred Thousand Dollars and 00/100 Cents ($200,000.00) each; To establish December 31, 2028 as the date of Substantial Completion, subject to extension for Events of Force Majeure and Governmental Delay; To provide for liquidated damages in the amount of One Million Dollars and 00/100 Cents ($1,000,000.00) if Substantial Completion is not achieved by December 31, 2028, subject to extensions for Events of Force Majeure and Governmental Delay, which Liquidated Damages shall be secured, at Purchaser's option, by any of the following: cash collateral from Purchaser or a provision for payment of the same to the City from the contractor under the Construction Agreement; To provide that the City will be an additional insured in insurance policies for the City Hall Project and the Harborview Project with the same insurance amounts as Purchaser; To provide for indemnification of the City in an amount ofup to maximum amount of Five Hundred Thousand Dollars and 00/100 Cents ($500,000.00) for any legal challenges related this Amendment; and To provide for any other changes necessary to conform the Development Agreement with the terms and conditions of this Amendment. the "Amended Project"); and WHEREAS, the City and the Developers desire to amend certain terms and provisions of the Original Development Agreement as more fully set forth herein below. NOW, THEREFORE, in consideration of the foregoing Recitals, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and correct and are a part of this First Amendment. Section 2. Incorporation of the Act. This Amendment is entered into in compliance with and under the authority of the Code and the Act, the terms of which as of the date of this Amendment are incorporated herein by this reference and made a part of this Amendment. Words used in this Amendment without definition that are defined in the Act shall have the same meaning in this Amendment as in the Act. 2 Section 3. Amendments to Development Agreement. Notwithstanding anything contained in the Original Development Agreement to the contrary, the Original Development Agreement shall be amended as follows and all other references in the Original Development Agreement and exhibits regarding the Amended Project shall be consistent with the following: a. Article I, Section 1.01 "Definitions", subparagraph (1) "Concept Plan" shall be amended to strike the reference to application DVA2022-06001 and to replace the conceptual plans for the City Hall Project attached as Exhibit "C" to the Original Development Agreement with the conceptual plans and designs attached to this Amendment as Exhibit "C-1", with the amended subparagraph to provide as follows: 1) "Concept Plan" means: (1) with reference to the Harborview Project, the conceptual plans and designs for the Harborview Project attached to the Original Development Agreement; and (2) with reference to the City Hall Project, the conceptual plans and designs attached to this Amendment and made part hereof as Exhibit "C-1". For the sake of clarity, it is intended that this Amendment only modify the design of the City Hall Project and not the Harborview Project." b. Article I, Section 1.01 "Definitions", subparagraph (mm) "Pedestrian Bridge" shall be deleted in its entirety. c. Article I, Section 1.01 "Definitions", subparagraph (tt) "Purchase and Sale Agreement(s)" shall be amended to modify the purchase price for the City Hall Site to Three Million Four Hundred Fifty Thousand Dollars and 00/100 Cents ($3,450,000.00). d. Article IV, Section 4.04 "Minimum multi -family housing stock" shall be amended by deleting the section in its entirety and replacing in lieu thereof the following: Section 4.04 Minimum multi -family housing stock. Recognizing the urgent need to significantly increase the supply of housing options within the City, Gotham through its Affiliate entities shall cause the construction of at least four hundred (400) attached dwelling units on the City Hall site. Any site plan or site plan amendment that contemplates fewer than four hundred (400) units on the site, or a building permit submittal that contemplates fewer than four hundred (400) dwelling units on site, will be considered a breach of this Agreement and not considered by the City for approval. Upon receipt of a site plan application, amended site plan application, or building permit submittal in violation of this section, the City may choose, without penalty, to terminate this Agreement as to the City Hall Site." e. Article IV, Section 4.08 "Maximum density and intensity" shall be amended by deleting the section in its entirety and replacing in lieu thereof the following: Section 4.08 Maximum density and intensity. The City Hall Site shall be developed with up to 153.85 units per acre, or four hundred (400) attached dwellings; and up to twelve 3 thousand, four hundred (12,400) square feet of commercial space, which is currently estimated at 0.027 FAR. The maximum density at the Harborview Site shall include up to one hundred twenty-four (124) dwelling units per acre or one hundred fifty-eight (158) overnight accommodation units and up to twenty-one thousand (21,000) square feet of commercial space and an FAR of 0.361." f. Article IV, Section 4.09 "Public Amenities Incentive Pool" shall be amended by deleting the Section in its entirety and replacing in lieu thereof the following: Section 4.09 Public Amenities Incentive Pool. The maximum density and intensity includes an allocation from the Downtown Plan Public Amenities Incentive Pool of 211 dwelling units for the City Hall property and 29 dwelling units (which equates to 36 overnight accommodation units2) for Harborview. These allocations shall be reviewed and decided by the Community Development Board (the "CDB") pursuant to a Flexible Development Application in conjunction with site plan approval. In anticipation of receiving the additional units described in the Downtown Redevelopment Plan, and in return for such amenities, the City agrees to support the Developers' request for this allocation, and to recommend approval to the CDB." g. Article IV, Section 4.11 "Maximum Height" shall be amended to revise the maximum height for the City Hall Project from two hundred eighty-nine (289) feet to two hundred ninety-five (295) feet as defined by the Code, with the amended section to provide as follows: Section 4.11 Maximum height. Maximum height for the Harborview Project is one hundred fifty-seven (157) feet for the hotel, and fifty-three (53) feet for any other building or structure on the site, all as defined by the Code. Maximum height for the City Hall Project is two hundred ninety-five (295) feet as defined by the Code." h. Article IV, Section 4.12 "Parking" shall be amended by deleting the Section in its entirety and replacing in lieu thereof the following: Section 4.12. Parking. The Project shall include a minimum of four hundred forty 440 parking spaces at the City Hall Site (or a ratio of 1.1:1 parking spaces, whichever is greater). These City Hall Site parking spaces shall be within a parking garage that shall be constructed to include approximately 50% of the spaces above ground and 50% subterranean spaces. The above ground spaces shall be designed so that they are not visible from Osceola Avenue, but may be visible from Coachman Park. For purposes of this Agreement and consistent with the City Code, the actual density and intensity is calculated pursuant to sec. 3-902(F) and this Agreement reflects the actual non-residential area proposed. 2 The Downtown Plan allows for a residential density of 75 units/acre in the Downtown Core and a density of 95 units/acre for Overnight Accommodations. 4 The Harborview Site shall include the Code required' parking which is anticipated to be one hundred nineteen (119) parking spaces at the former Harborview Site plus an additional fifty (50) spaces for the benefit ofthe City at the Harborview Site for a total of one hundred sixty-nine (169) spaces. The Harborview Site parking garage will be subterranean." i. Article VI, Section 6.03 "Dedication of the Pedestrian Bridge" shall be deleted in its entirety, without substitution. j. Article VII, Section 7.01 "Conditions precedent to closing on the City Hall site" shall be amended to modify the date for completion of the conditions precedent of December 31, 2024 to March 1, 2026, subject to extension by Force Majeure Event, Governmental Delays, or extended pursuant to Section 7.03 of this Agreement. k. Article VII, Section 7.03 "Extension of Closing" shall be amended to provide up to six (6) extension of Closing periods for the City Hall Project, with the amended section to provide as follows: Section 7.03 Extension of Closing. tql Extension of Closing for the City Hall Site. The Parties recognize that additional time may be necessary to close pursuant to the Purchase and Sale Agreement. Notwithstanding anything contained herein to the contrary, and provided that Developer is using Commercially Reasonable Efforts to obtain approval of any necessary permits, the Developer shall be entitled to up to six (6) additional extensions of sixty (60) days each by delivering written notice thereof prior to March 1, 2026 or the date of the immediately prior exercised extension period, as applicable, and submitting payment to the City a non- refundable, additional sum of Two Hundred Thousand Dollars and 00/100 Cents 200,000.00) for each extension option, as more fully set forth in the Purchase and Sale Agreement. fb) Extension of Closing for the Harborview Site. The Parties recognize that additional time may be necessary to close pursuant to the Purchase and Sale Agreement. Notwithstanding anything contained herein to the contrary, and provided that Developer is using Commercially Reasonable Efforts to obtain approval of any necessary permits, the Developer shall be entitled to an extension of ninety (90) days by delivering written notice thereofprior to December 31, 2024, and submitting payment to the City ofa nonrefundable, additional sum of Two Hundred Thousand Dollars and 00/100 Cents ($200,000.00), as more fully set forth in the Purchase and Sale Agreement, as amended." 1. Article VII, Section 7.04 "Site plan review, Building Permit, and Closing" shall be amended to modify the date for closing for the City Hall Site from December 31, 2024 to March 1, 2026, subject to extension in the event of Force Majeure Event or Governmental Delay. m. Article VII "Required Permits and Project Schedule" shall be amended to add a new Section 7.09 "Community Redevelopment Area Grant" which shall read as follows: 3 The Code requires a minimum parking ratio of 1 parking space per unit for attached dwellings in the Downtown Core and 0.75 spaces to one overnight accommodation unit in the Downtown Core, as may be adjusted by the terms of the Code. 5 Section 7.09 Community Redevelopment Area Grant for City Hall Project. The City and the Developer expect that City Hall Project, during and after construction, will provide necessary or desirable public benefits, including public infrastructure, public improvements, increased employment opportunities, and other economic benefits for the City and its residents. Accordingly, the City agrees that its CRA shall provide a grant of Two Million Two Hundred Fifty Thousand Dollars and 00/100 Cents ($2,250,000.00) in Community Redevelopment Area funding the "CRA Grant") to Developer upon Substantial Completion. In order to incentivize the timely delivery of the Project, the City further agrees that if the Closing shall occur by March 1, 2026, the amount of the CRA Grant shall be increased by One Million Dollars and 00/100 Cents 1,000,000.00) for a total CRA Grant of Three Million Two Hundred Fifty Thousand Dollars and 00/100 Cents ($3,250,000.00), which shall become payable upon the commencement of construction, rather than at Substantial Completion." n. Article VII "Required Permits and Project Schedule" shall be amended to add a new Section 7.10 "Time for Completion; Liquidated Damages; Performance Security for Payment of Liquidated Damages" which shall read as follows: Section 7.10 City Hall Project Time for Completion; Liquidated Damages; Performance Security for Payment of Liquidated Damages. The Developer will be responsible for complying with a Project Schedule that includes a date of Substantial Completion for the City Hall Project that is no later than December 31, 2028. The City and the Developer acknowledge and agree that if Substantial Completion is not achieved by December 31, 2028, subject to extensions for Events of Force Majeure and Governmental Delay, then the Developer shall be responsible for payment to the City of liquidated damages in the amount of One Million Dollars and 00/100 Cents ($1,000,000.00), which Liquidated Damages shall be secured, at Purchaser's option, by any of the following: cash collateral from Purchaser or a provision for payment of the same to the City from the contractor under the Construction Agreement. The City and the Developer acknowledge and agree that due to the unique nature of the City Hall Project, it will be difficult or impossible to ascertain the precise amount of delay damages which the City may incur. Accordingly, the City and the Developer agree that the amount set forth in this Section 7.10 represents a fair and reasonable estimate thereof and constitutes liquidated damages and not a penalty." o. Article IX, Section 9.05 "Pedestrian Bridge" shall be deleted in its entirety, without substitution. p. Article IX, Section 9.06 "Impact fees and Utility Connection Fees" shall be deleted in its entirety and substituted with a new section 9.06 that clarifies that all fees shall be calculated based upon the rate and schedule effective on the date of the execution of the Original Development Agreement, which shall read as follows: Section 9.06 Impact Fees and Utility Connection Fees. To ensure continued high quality Public Utility service, and in furtherance of the City's continued investment in multi -modal transportation, all impact fees (including Mobility fees and Parks and Recreation fees) and necessary connection fees due to the City will be paid by the CRA on the Developers' behalf at the rate and schedule effective on the date of the execution of the original Development 6 Agreement. The Parties acknowledge the CRA's approval of this expenditure on July 18, 2022, which will be paid pro rata directly to the City by the CRA at time of permit issuance." Article IX shall be amended to add a new Section 9.19 which shall read as follows: q. Section 9.19 Insurance Provisions for City Hall Project. With respect to the City Hall Project, the Developer shall provide, pay for and maintain for the duration of this Agreement all insurance of the types and in the amounts it deems necessary, and all such policies of insurance shall provide that the City is an additional insured as to the operations of the Developer, and shall provide the severability of interest provision. Such insurance shall be from responsible companies eligible to write business in the State of Florida and reasonably acceptable to the City. The insurance coverages and limits must be evidenced by properly executed certificates of insurance on Acord forms issued by insurance companies which are to be furnished to the City. The Developer shall give written notice in the event of any proposed termination in insurance within five (5) business days after the Developer becomes aware ofthe same." r. Article IX shall be amended to add a new Section 9.20 which shall read as follows: Section 9.20 Indemnification in the Event of Third Party Legal Challenge to the Amendment of the Development Agreement. In the event of any third party legal challenge to this Amendment, subject to Florida Statute § 768.28, the Developers and their successors and assigns shall indemnify, defend, reimburse, and hold harmless the City, its successors and assigns, and its/their directors, officers, employees, agents, stockholders, and affiliates, from and against any and all claims, demands, losses, damages, actions, causes of action, costs and expenses, including reasonable attorney's fees for injury, death, and damage arising from the approval of this Amendment up to a maximum amount of Five Hundred Thousand Dollars and 00/100 Cents ($500,000.00)." Section 4. No Further Amendment. The Parties agree that except as otherwise specifically modified in this First Amendment, the Original Development Agreement has not been modified, supplemented, amended, or otherwise changed in any way and the Original Development Agreement remains in full force and effect between the Parties as modified by this First Amendment. The Parties further agree that the Buyers shall make no further requests for modifications to the concept, the timelines for closing and construction, or the timing or amount of public funding for either the City Hall Project or the Harborview Project (collectively, the Substantial Project Changes"). In addition to this written commitment, the Parties acknowledge that Dustin DeNunzio from the DeNunzio Group and David Picket from Gotham Property Acquisitions attended the public meeting on February 1, 2024 at which the City Council approved the amended Purchase and Sale Agreement, and publicly affirmed the commitment to the City Council that no further Substantial Project Changes shall be requested by either Developer. Notwithstanding the previous two sentences, the Developers reserve the right to make the following requests: 1) requests for amendments or modifications relating to the servicing and administration of City and CRA funds if said request does not impact the amount of funding or require the City 7 or CRA to disburse any funds to the Buyers at an earlier point in time than those specified in this Agreement; 2) requests for additional CRA funding for the construction of a pedestrian bridge or elevated walkway that will serve as a free amenity to the general public and connect the Old City Hall Site to the Harborview Site; and 3) requests for changes that are not Substantial Project Changes. Section 5. Miscellaneous. In the event of a conflict between the Original Development Agreement and this Amendment, this Amendment shall control and govern. This Amendment shall not be effective unless fully executed by the each of the parties hereto. Section 6. Remaining Provisions Enforceable. Ifany provision ofthis Amendment shall be found invalid, illegal or unenforceable by a court ofcompetent jurisdiction, the validity, legality and enforceability ofthe remaining portions hereof shall in no way be affected or impaired. Section 7. Authority. Each party represents and warrants that it has the power and authority to execute this Amendment and that there are no third -party approvals required to execute this Amendment or to comply with the terms or provisions contained herein. Section 8. Counterparts. This Amendment may be executed in counterparts, each of which will be deemed an original, and both of which together shall be deemed to constitute one and the same instrument. Each ofthe parties hereto shall be entitled to rely upon a counterpart of the instrument executed by the other parties and sent by facsimile transmission or other electronic format. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date set forth above. 8 SIGNATURE PAGE TO DEVELOPMENT AGREEMENT Countersigned: THE CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. Bruce Mayor Date: 6'6 - By: Jeni ifeYPoirrier City Mag r Date: (y/i-//0)(../ Approved as to form: Attest: David Margolis City Attorney /, 9Date: rf.al CC- C L.. Rosemarie Call City Clerk Date: 0/401.20.9) 9 SIGNATURE PAGE TO DEVELOPMENT AGREEMENT STATE OF 7O W ) COUNTY OF I -IMS The foregoing instrument was acknowledged before me by means of II physical. presence or 0 online notarization, this 22 day of Aril , 2024 by Bryan Kelly, as k'1 k iu1 <S14Viviti of GOTHAM PROPERTY ACQUISITIONS, LLC, a New York limited liability company, on behalf bf the said company, who is Jgt personally known to me or 0 has produced a valid driver's license as identification. DEVELOPER: GOTHAM PROPERTY ACQUISITIONS, LLC a New York limited liability company Notary Seal] Notary Public Print Name: L (SG 6tvt tliv10 LISA GERECITANONOTARYPUBLIC, STATE OF NEW YORKRegistrationNo. 01GE6350245 Commis' uaified in Kings CountyxmExpiresNovember 7, 2024 10 My Commission Expires: 1111 IL SIGNATURE PAGE TO DEVELOPMENT AGREEMENT DEVELOPER: THE DENUNZIO GROUP, LLC, a Flori limited li bi ompany By: '!I. d9,5 - D 1stip J. D Its: N oLvl ecq STATE OF FLORIDA) COUNTY OF PINELLAS) The foregoing instrument was acknowledged before me by means of physicalpresence or El online notarization, this 01.71".±day of P -r l , 2024 by Dustin J. DeNunzio, as o,B . of THE DENUNZIO GROUP, LLC, a Florida limited liability company, on behalf of the said mpany, who is E personally known to me or has produced a valid driver's license as identification. Notary Seal] SA SSIOIV .. 4( " V'> O T A R Y ``4' . PUBLIC 4p S,;,EOFF•PN\ 11 AtAlf AIM Notary -ublic, Print Nam/ My Com 0.(l ission Expires: C,c,r 0 (do a-cs • a-5 Exhibit C- 1 BLUFF RESIDENTIAL 1 12 S OSCEOLA AVE. CITY OF CLEARWATER PINELLAS COUNTY, FLORIDAel 23. 009 16 MARCH 2024 11111111111112-- COVER SHEET ININFIONE- A- 000 LEGEND 1. PROPOSED CITY HALL SITE PROJECT. 2. POOL 3. VEGETATED ROOF 4. UTILITY EASEMENT 5. WATER' S EDGE CONDOMINIUMS 6. PROPOSED HARBOR VIEW PROJECT 7. COACHMAN PARK 8. CLEARWATER MAIN LIBRARY 9. STREET END PARK C OVERALL SIZE PLAN amA 23. 009 14 MARCH 2024 OVER ALL SITE PLAN A- 001 LEGEND 1. PROPOSED RESIDENTIAL TOWER. 2. AMENITY DECK 3. POOL DECK 4. VEGETATED ROOF 5. DROP OFF AREA 6. PARKING ENTRANCE 7. LOADING ZONE B. COMMERCIAL BUILDING 9. EXISTING TREE TO REMAIN 10. UTILITY EASEMENT 11. ACCESS TO COACHMAN PARK 12. COACHMAN PARK TOSITE PLAN 1: 70 23. 009 14 MARCH 2024 SITE PLAN p A- 002 0 BELOW GRADE PARKING PLAN isn 2t. W9 Id MARCH 2W4 BELOW CR AIDE PARKING PLAN A- 003 12111411, 1. = WM I IHGH 1f VV• OA 41'1 IA WING 11, 11. V. V I0 E or 1- I1_1- N- H- i° Ii111111 1 LIP I- wlw w w PC all Cr ON 1 I OP GI 1 5 OSCEOLA AVENUE f. 0 aLEVEL ONE PLAN - AT GRADE T 150 MIME pp icetods. c.,, on 10 Fci 23. 009 WNW- 14 MARCH 2024 LEVEL ONE PLAN A1 - CR AIDE A- 004 efiviarr cram 5 OSCEOLA AVENUE z OLEVEL TWO iso rr- 14 12 VAN1 6 Fdi os 2]. 009 14 MARCH 2020 LEVEL T WO- AMENIT Y LEVEL PLAN 1= 110101- A- 005 S OSCEOLA AVENUE OTYP. FLOOR PLAN ( LEVELS 3- 18) 1 iso vs - 1- 1 if No!vtttm2 11111, 11 23. 009 14 MARCH 2020 7 YPICAL FLOOR LEVEL PLAN- LEVEL5& 18 A- 006 li 1— POOP OP COMO, . PCP. I 1 5 OSCEOLA AVENUE C.. 011,41,110 TYP. FLOOR PLAN ( LEVELS 19- 28) 1 . 50 N maw- 23. 039 INCENNt- 14 MARCH 2024 YPICAL FLOOR LEVEL PLAN- LEVELS I9- 25 Min - A - 007 DOW OP MOVC S OSCEOLA AVENUE OAMENITY PLAN ( LEVEL 29) 150 La- 27. 009 14 MARCH 2020 ININEWER ROOF TOP AMENITY PLAN- LEVEL 29 A- 008 eraerr common AMENITY 0 0 0 1 4- 1BR 7YF 2' BR 1- 1ER* iii 2 - 28R 5. 4,4 LEVEL 8- 1BR 735 n 7- 1BR 735 6- 1 BIR 0 161BRIDEN 934 4- 1ER 735 3 2ER 1, 150 y -e LEVE L5 3- 18 10- 3BR 1, 300 9- 1ER 734 6- 1BR 735 7- 1BR 735 Ala 6- 1BR Wu 1 11- 3BR 1, 535 3 2ER 14 1BRIDEN LEVELS 19- 28 11_, EXTERIOR DECK L- 29 3, 200 SF AMENITY 2, 400 MECHANICAL EQUIPMENT AREA LEVEL29 TYP. FLOOR PLANS N alb ISi YAM it ItIGVOCS 114. 3 23. 09 111111M-- 14 MARCH 2024 11111111M1113 -- ENLARGED TYPICAL LEVEL PLANS A- 009 eermEm101 1,111, 1 tif OC. 1101, If 10. 171f1C 1 L01. 111 1.0141f I COMM 1, 1, C-1 O CONCEPTUAL SECTION - NORTH / SOUTH Lso CL) CL) J 9 14 miummn1 R C 11 2024 N- 55ECTION A- 010 11O11, CRIL OINICINT EIM101. OVERRUN ROOF LEVEL o LEVEL29 4 AMENITY DECK/ MECH. LEVEL28 '- LEVEL 27 0` LEVEL26 a` LEVEL 25 LEVEL 24 0` LEVEL 23 0` LEVEL22 LEVEL21 m, I FVFI 20 H LEVEL 19 LEVEL 18 U LEVEL 17 ''` LEVEL 16 a` H LEVEL 15 LEVEL 14 a, LEVEL 13 0' a LEVEL 12 LEVEL 11 H LEVEL 10 0` LEVEL9 a, LEVELS o` H LEVEL? A LEVELS S LEVEL5 a LEVEL 4 0, LEVEL3 b, LEVEL 2 1 L I L 1 Z LEVEL 1 G 1 0SOUTH ELEVATION - PIERCE STREET 1132 = 1U2' 23 004 NIKER 14 MARCH 2024 SOUTH ELEVATION OVERRUN V ROOF LEVEL 1 LEVEL 23 q AMENITY DECK/ MECH. 2 V LEVEL 28 LEVEL 27 a , LEVEL 28 LEVEL 25 LEVEL 24 0` LEVEL 23 w LEVEL 22 0, LEVEL21 ; 9 LEVEL20 LEVEL 18 a' LEVEL 18 LEVEL 17 a` w LEVEL IS 0 LEVEL 15 a` LEVEL 14 a o' LEVEL 13 ` LEVEL 12 a' LEVEL 11 a LEVEL 10 a0 LEVEL? P q LEVELS a, LEVEL a, S LEVELS a` LEVELS o1 LEVEL4 w 8• a LEVELS o 23. 009LEVEL2enunirme_ 1E MARCH 2O24 V LEVEL I O NORTH ELEVATION ILS V G 1 2 NORTH ELEVATION OMOIMOr A- 012 CONCEIT L• 91101 OVERRUN or ROOF LEVEL 4 LEVEL29 R AMENITY DECK/ MECH. LEVEL28 _ 4 LEVEL 27 LEVEL26 0, LEVEL25 1 LEVEL24 a LEVEL 23 LEVEL 22 a, LEVEL21 LEVEL20 LEVEL 19 LEVEL 1S S LEVEL 17 LEVEL 16 6. LEVEL 15 LEVEL 14 a LEVEL 13 a LEVEL 12 LEVEL 11 " 1 a LEVEL 10 _ LEVELS LEVE LEVEL7 LEVE LEy LEVELS S LEVEL4 a LEVE_ L3 LEVEL2 0 LEVEL 1 O EAST ELEVATION - S. OSCEOLA AVENUE ps- 1- 4 23. 009 14 MARCH 2094 EAST ELEVATION A- 013 alli- OVERRUN ROOF LEVEL o LEVEL 29 AMENITY DECK/ MECH. LEVEL28 LEVEL 27 LEVEL28 ° LEVEL 25 Wt LEVEL24 0, LEVEL23 a LEVEL22 LEVEL21 0, LEVEL20 a w LEVEL 19 0` 4 LEVEL 18 2 LEVEL 17 0 III F- F IF I Im I Im I UIm I Illi I U 11111 ILL I M I tI 1L Ll r It I LEVEL IB a p LEVEL 15 1 LEVE LEVEL 13 LEVEL I2 0 LEVEL 11 0 LEVEL 10 a LEVEL 9 a w LEVEL 8 a LEVEL7 a LEVEL 8 LEVEL5 8 LEVEL 4 a LEVEL 3 _ 0 LEVEL 2 — 4 LEVEL I G I OWEST ELEVATION - PARK / WATER SIDE T 1 / 3° = 1'- 0' X"")'. O rNg: 23 009 14 MARCH 111. 11111181L. W EST ELEVATION A- 014 earaeorr rem,. Th AERIAL VIEW OF PROPOSED PROJECT 1.) NE A cn 23. 009 11111TOO 14 MARCH 2024 CONCEPTUAL RENDER INCS 110111111110r - A - 015 OWEST VIEW OF PROPOSED PROJECT NF o, a d cico En Pn 11,8 23 009 numenti16 MARCH 2024 CONCEPTU AL RENDERINGS A - 016 Mal Oft 0111125. 1. 1291101 OVIEW FROM PARK OF PROPOSED PROJECT r1. 1 Phrangk 4.1 CU rn th mormwst- 1101 23. 009 14 MARCH 2OQ4 CONCEPTUAL RENDER INCA A- 017 11111iR2Pr MINIM VIEW FROM S OSCEOLA AVE AND PIERCE ST OF PROPOSED PROJECT HE 9111 25. 009 IQ MARCH 2024 CONCEPT U AL RENDER INCA A- 018 VIEW FROM S OSCEOLA AVE OOF PROPOSED PROJECT Jr 9 etr 11.( 09 1! MARCH 2014 CONCEPTUAL RENDER INCA WORK - A - 019 CeNCISTEISNXIN VIEW FROM S OSCEOLA AVE AND OPARK ACCESS PLAZA OF PROPOSED PROJECT NTS G au cu 55 r23. 009 MEM - 14 MARCH 2024 1110211111, 11 CONCEPTUAL RENDER INCA A- 020 1OPARK ACCESS PLAZA OF PROPOSED PROJECT NTS 23E09 14 MARCH 2024 eoaa1RE- CONCEPTUAL RENDER INC5 A- 021 MITIONG WIMP" EMI= 1QSOUTH VIEW FROM PIERCE ST NTS ISI YANK Pt lell414, 2 23 COs waeea r- 14 MARCH 2O24 CONCEPTUAL RENDER INGS 11111, 10111E -- A- 022 DDDDCCCD aoaBluffsResidential zZmn112S. OSCEOLAAVE CLEAEWAIELFLORA Behar -ecz ARCHITECTUREu1PTSRIORS toreismouescumierisieieannnauersna psieoemoIHnneviuVINX• MUMMOM P1111111110i" ti 44* i r". I S! 7\ NOR 1HEAST VIEW NIS o: 0IF. U ISSN.. IN11.R.I.S.C. 23. 009 Ogrffil 14 MARCH 2024 111111WIFIV- CONCEPTUAL RENDERINGS 111• 11011. 11k - A - 024 MainIS]MEua 11IIIBluffsResidential 1111 1'12S. SOLAAVE. eCEARWATER, FLORIDA 2 BeharPeterr ARCHITECTUREIE+1TER1oRs 2011411WJAMEearthar0.91.10.11E. FLOIUMAN MICR= IMar1101uCILIaoIMOWN11¢10710FI Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1334 Agenda Date: 11/7/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.14 SUBJECT/RECOMMENDATION: Approve updated legal services agreement between the City and Bush Graziano Rice and Hearing, P.A. for the legal representation in the matter of Nathaniel Brooks v. City of Clearwater and Joseph Roseto, Civil Action No. 8:21-CV-02967-SDM-TGW, and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater was served with a lawsuit alleging that Mr. Brooks’ civil rights were violated by events that occurred between 2014 and 2018. The Code of Ordinances requires the City to protect and defend both current and former employees in any civil action or proceeding in any state or federal court arising out of any alleged act or omission which occurred or is alleged in the complaint to have occurred while the employee was acting within the scope of his public employment or duties. Mr. Roseto was the former HR Director and named as a co-defendant with the City. The claims against Mr. Roseto were dismissed in December 2023. In April 2023, the City Attorney initially assigned defense of this lawsuit to the law firm of GrayRobinson, P.A., with Gregory Hearing, Esq. being the lead attorney. In October 2023, Mr. Hearing moved to the law firm of Bush Graziano Rice & Hearing, P.A., and the City continued to use the services of Mr. Hearing. Due to the ongoing litigation, the case involving multiple defendants (City and Mr. Roseto), and the unusually long eight-day jury trial, it is necessary to increase the budget. This supplement is for $60,000.00, which includes approximately $21,000.00 for trial related services and the remainder for post-trial motions. This purchase is exempt from bidding requirements pursuant to Section 2.563(1)(g), Clearwater Code of Ordinances. APPROPRIATION CODE AND AMOUNT: Funding for outside counsel is budgeted in the City Attorney’s Office cost code 0109600- 530100, Professional Services. Page 1 City of Clearwater Printed on 11/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 24-17 Agenda Date: 11/7/2024 Status: Public HearingVersion: 1 File Type: ResolutionIn Control: Fire Department Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Confirm the Declarations of a State of Emergency due to conditions surrounding Hurricane Helene and adopt Resolution 24-17. SUMMARY: The entire City of Clearwater was impacted by the wind, rain, and storm surge of Hurricane Helene and the disruption of services. The State of Emergency was extended by Mayor Bruce Rector on October 7, 2024, October 14, 2024, and October 21, 2024. Section 15.07(2) of the Code of Ordinances requires the City Council to confirm the Declarations of a State of Emergency at the next regularly scheduled meeting. Page 1 City of Clearwater Printed on 11/5/2024 Resolution No. 24-17 RESOLUTION NO. 24-17 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, CONFIRMING DECLARATIONS OF A STATE OF EMERGENCY; ESTABLISHING EMERGENCY PROCUREMENT PROCEDURES; ESTABLISHING EMERGENCY EMPLOYEE WORK SCHEDULES; WAIVING CERTAIN BUILDING PERMIT FEES; PROVIDING AN EFFECTIVE DATE. WHEREAS, based on conditions surrounding Hurricane Helene, a state of emergency in the City of Clearwater was proclaimed by Mayor Bruce Rector on September 24, 2024, extended on September 30, 2024, and confirmed by City Council in Resolution 24-16; and WHEREAS, the state of emergency was extended by Mayor Bruce Rector on October 7, 2024, October 14, 2024, and October 21, 2024, based on conditions surrounding Hurricane Helene; and WHEREAS, the entire City of Clearwater was impacted by the wind, rain, and storm surge of Hurricane Helene and the disruption of services; and WHEREAS, conditions arising from the above-stated emergency necessitated the establishment of emergency procurement procedures; and WHEREAS, conditions arising from the above-stated emergency necessitated the establishment of emergency employee work schedules and compensation; and WHEREAS, conditions arising from the above-stated emergency necessitated the waiver of certain types of building permit fees; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The declarations of a state of emergency extended on October 7, 2024, October 14, 2024, and October 21, 2024, are hereby confirmed. Section 2. It was necessary to establish the following emergency procurement procedures: • The bid/quote requirements were suspended; • Awards of contract for specified department directors were increased from $25,000 to $50,000; • The City Manager and Assistant City Manager were authorized to award contracts without bid through $100,000; Resolution No. 24-17 • The City Manager had emergency authority above $100,000 and was required to present an after-action ratification item to the City Council for approval at the next available Council Meeting; and • Department directors involved in emergency and public services and other selected personnel were increased to a "reasonable" amount with the top limits reserved for the City Manager and Assistant City Manager only. Section 3. It was necessary to implement emergency employee work schedules and compensation in accordance with established city policy and procedure as deemed appropriate by the City Manager. Section 4. It was necessary to temporarily waive certain types of building permit fees in accordance with Section 553.7922, Florida Statutes. PASSED AND ADOPTED on this November 7, 2024. ________________________________ Bruce Rector Mayor Approved as to form: Attest: ___________________________ ___________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 24-18 Agenda Date: 11/7/2024 Status: Public HearingVersion: 1 File Type: ResolutionIn Control: Fire Department Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Confirm the Declarations of a State of Emergency due to conditions surrounding Hurricane Milton and adopt Resolution 24-18. SUMMARY: The entire City of Clearwater was impacted by the wind, rain, and storm surge of Hurricane Milton and the disruption of services. A State of Emergency was proclaimed by Mayor Bruce Rector on October 7, 2024, and extended on October 14, 2024, and October 21, 2024. Section 15.07(2) of the Code of Ordinances requires the City Council to confirm the Declarations of a State of Emergency at the next regularly scheduled meeting. Page 1 City of Clearwater Printed on 11/5/2024 Resolution No. 24-18 RESOLUTION NO. 24-18 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, CONFIRMING DECLARATIONS OF A STATE OF EMERGENCY; ESTABLISHING EMERGENCY PROCUREMENT PROCEDURES; ESTABLISHING EMERGENCY EMPLOYEE WORK SCHEDULES; WAIVING CERTAIN BUILDING PERMIT FEES; PROVIDING AN EFFECTIVE DATE. WHEREAS, a state of emergency in the City of Clearwater was proclaimed by Mayor Bruce Rector on October 7, 2024, and extended on October 14, 2024, and October 21, 2024, based on conditions surrounding Hurricane Milton; and WHEREAS, the entire City of Clearwater was impacted by the wind, rain, and storm surge of Hurricane Milton and the disruption of services; and WHEREAS, conditions arising from the above-stated emergency necessitated the establishment of emergency procurement procedures; and WHEREAS, conditions arising from the above-stated emergency necessitated the establishment of emergency employee work schedules and compensation; WHEREAS, conditions arising from the above-stated emergency necessitated the waiver of certain types of building permit fees; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The declaration of a state of emergency proclaimed on October 7, 2024, and the extensions on October 14, 2024, and October 21, 2024, are hereby confirmed. Section 2. It was necessary to establish the following emergency procurement procedures: • The bid/quote requirements were suspended; • Awards of contract for specified department directors were increased from $25,000 to $50,000; • The City Manager and Assistant City Manager were authorized to award contracts without bid through $100,000; • The City Manager had emergency authority above $100,000 and was required to present an after-action ratification item to the City Council for approval at the next available Council Meeting; and Resolution No. 24-18 • Department directors involved in emergency and public services and other selected personnel were increased to a "reasonable" amount with the top limits reserved for the City Manager and Assistant City Manager only. Section 3. It was necessary to implement emergency employee work schedules and compensation in accordance with established city policy and procedure as deemed appropriate by the City Manager. Section 4. It was necessary to temporarily waive certain types of building permit fees in accordance with Section 553.7922, Florida Statutes. PASSED AND ADOPTED on this November 7, 2024. ________________________________ Bruce Rector Mayor Approved as to form: Attest: ___________________________ ___________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1257 Agenda Date: 11/7/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve amendments to the Clearwater Code of Ordinances Chapter 22, Article II, Section 22.24, to correct the name of McKay Playfield to McKay Park; change the operating hours of McKay Park from closed between sunset to sunrise to closed between 9:00 p.m. and 7:00 a.m.; add five parks to be closed between sunset to sunrise (Bayshore Trail, North Betty Lane Neighborhood Park, Lake Chautauqua Equestrian Park and Nature Preserve, McLennan Circle Park and Rainbow Drive Park); remove one park (Holt Avenue); and pass Ordinance 9770-24 on first reading. SUMMARY: Proposed Ordinance No. 9770-24 will correct the name of McKay Playfield to McKay Park as consistent with existing nomenclature which typically calls other similar Department facilities “Parks” and change the operating hours of same from closed between sunset to sunrise to closed between 9:00 p.m. and 7:00 a.m. The City is in the process of updating and renovating McKay Park with a new playground and six pickleball courts. These upgrades are the result of public input. That same public input also suggested that the current hours were too limiting with which the Department agrees. It should be noted that the immediate area is generally within the Old Florida character district of the Beach by Design planning area, Tourist (T) zoning district and the Resort Facilities High (RFH) future land use classification. The Old Florida District envisions the redevelopment of this area primarily with overnight accommodation and attached dwelling uses with some limited retail/commercial and mixed-use developments along Mandalay Avenue. The immediate vicinity is characterized by a variety of overnight accommodation, retails sales and service, restaurants, bars, and attached dwelling uses. The properties to the north are predominantly developed with attached dwellings, overnight accommodations, restaurants, retail sales and service and bars. The proposed hours of operation are anticipated to the compatible with the character of the surrounding area. The Department has determined that the proposed change in the hours of operation are consistent with Goals PPP 1 and 2 and Policies PPP 1.1.1 and 2.2.5 of the Parks & Public Places Element of the City’s Comprehensive Plan as well as the intent and purpose of the Open Space/Recreation zoning district of the City’s Community Development Section 2-1401 which provides that is to establish areas where public and private organizations can establish and operate passive and active open space and recreation facilities which are important to the quality of life and economic vitality of the City of Clearwater without adversely impacting the integrity of adjacent residential neighborhoods, diminishing the scenic quality of the City of Clearwater or negatively impacting the safe and efficient movement of people and things within the City of Clearwater. In addition, the proposed Ordinance will be updated to reflect five existing parks including Bayshore Trail, North Betty Lane Neighborhood Park, Lake Chataqua Equestrian Park & Nature Preserve, McLennan Circle Park and Rainbow Drive Park. All of these parks will be closed Sunset to Sunrise. Finally, the proposed Ordinance will remove the Holt Avenue Property as that land area has been incorporated into the Phillip Jones Park and used as overflow parking. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the name and operating hours modifications support several Strategic Plan Objectives, Page 1 City of Clearwater Printed on 11/5/2024 File Number: ID#24-1257 including: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.1: Support neighborhood identity through services and programs that empower community pride and belonging. ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 11/5/2024 ORDINANCE NO. 9770-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA MAKING AMENDMENTS TO THE CODE OF ORDINANCES BY AMENDING CHAPTER 22; ARTICLE 2; SECTION 22.24(2); CERTIFYING CONSISTENCY WITH THE CITY’S COMPREHENSIVE PLAN AND PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater adopted the Code of Ordinances on February 4, 1993; and WHEREAS, the City has made numerous amendments to the Code of Ordinances to account for changing conditions within the City; and WHEREAS, the City is in the process of updating and renovating McKay Park to include six new pickleball courts, a new playground equipment and renovated bocci ball courts; and WHEREAS, the City wishes to provide for adequate and reasonable hours of operation of the Park and its facilities while also maintaining the character of the surrounding neighborhood; and WHEREAS, the City wishes to correct the name of McKay Playfield to McKay Park in accordance with existing nomenclature; and WHEREAS, the City wishes to change the hours of operation for several parks to provide notice to the public and create consistency with each park’s use; WHEREAS the City wishes to add five existing parks to the ordinance list including Bayshore Trail, Betty Lane Park, Lake Chataqua Equestrian Park & Nature Preserve, McLennan Circle Park and Rainbow Drive; and WHEREAS the City wishes to remove one park from the ordinance list, Holt Avenue Property, because that land area has been incorporated into Phillip Jone Park; and WHEREAS, the City wishes to address the varying needs of the City's diverse population when creating and implementing parks and recreation plans pursuant to Goals PPP 1 and 2 and Policies PPP 1.1.1 and 2.2.5 of the Parks & Public Places Element of the City’s Comprehensive Plan; and WHEREAS, the proposed amendment is consistent with Section 2-1401. Intent and Purpose of the City’s Community Development Code where the intent and purpose of the Open Space/Recreation District is to establish areas where public and private organizations can establish and operate passive and active open space and recreation facilities which are important to the quality of life and economic vitality of the City of Clearwater without adversely impacting the integrity of adjacent residential neighborhoods, diminishing the scenic quality of the City of Clearwater or negatively impacting the safe and efficient movement of people and things within the City of Clearwater; and WHEREAS, the City has determined that this amendment to the Code of Ordinances promote and support the public health, safety, morals, and welfare, of the City’s residents. 2 Ordinance No. 9770-24 BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Chapter 22 – Parks, Beaches, Recreation, Article 2 – Use Regulations, Section 22.24 - Authority to regulate beaches, park property, and the Courtney Campbell Recreation Area, (2) The hours of operation for each city park, as may be amended from time to time, be amended to read as follows: CLOSED FROM SUNSET TO SUNRISE ALLEN'S CREEK PARK ALLIGATOR LAKE ANN CIRCLE PARK BAY PARK ON SAND KEY BAYSHORE TRAIL MYRON A. SMITH BAYVIEW PARK BETTY LANE PARK CEDAR GROVES CHARLES PARK CHARTER OAKS COURTNEY CAMPBELL TRAIL LAKE CHAUTAUQUA PARK CHAUTAUQUA PARK SOUTH LAKE CHAUTAUQUA EQUESTRIAN PARK & NATURE PRESERVE CHERRY HARRIS PARK CLEARWATER MUNICIPAL CEMETERY 3 Ordinance No. 9770-24 CLIFF STEPHENS PARK COOPERS BAYOU PARK COUNTRY HOLLOW PARK CYPRESS BEND PARK CYPRESS POINT PARK D.D. DAVIS PARK DEL ORO PARK TRAIL DREW PLAZA EDGEWATER DRIVE PARK ENTERPRISE DOG PARK GARDEN AVENUE PARK GLEN OAKS PARK GLENWOOD PARK HARDING PLAZA HIBISCUS LAKE HILLCREST PARK HOLT AVE. PROPERTY KAPOK PARK LAKE HOBART SOUTH LAKE LUCILLE LAWN BOWLS & SHUFFLEBOARD COMPLEX - PARK AREA ONLY 4 Ordinance No. 9770-24 MAGNOLIA STREET DOCK MANDALAY PARK McKAY PLAYFIELD MCLENNAN CIRCLE PARK NORTH GREENWOOD REC. & AQUATIC COMPLEX PLAYGROUND NORTHEAST COACHMAN PARK NORTHWOOD PARK OVERBROOK PARK PLAZA PARK PROSPECT LAKE PARK RAINBOW DRIVE PARK REAM WILSON TRAIL SALLS LAKE 1 & 2 SAND KEY BAYSIDE PARK SEMINOLE DOCK PARKS SOULE ROAD PARK SPRING LAKE PARK STATE STREET PARK STATION SQUARE PARK SUNSET POINT ROAD PLAYFIELD SUNSET SAM PARK AT ISLAND ESTATES 5 Ordinance No. 9770-24 TERRACE LAKE TOWN PLACE PARK TURNER STREET DOCK CLOSED FROM 12AM TO 5AM COACHMAN PARK CLOSED FROM 9PM TO 6AM BELMONT PARK COURTNEY CAMPBELL RECREATION AREA CREST LAKE PARK ED WRIGHT PARK MORNINGSIDE RECREATION COMPLEX PIER 60 PARK ROSS NORTON COMPLEX WOOD VALLEY RECREATION CENTER CLOSED FROM 9PM TO 7AM MCKAY PARK CLOSED FROM 10PM TO 6AM CLW. BEACH FAMILY AQUATIC & REC. COMPLEX COACHMAN RIDGE PARK COUNTRYSIDE COMMUNITY PARK DEL ORO PARK 6 Ordinance No. 9770-24 FOREST RUN PARK LONG CENTER MARYMONT PARK MARTIN LUTHER KING RECREATION PARK AREA MONTCLAIR PARK NORTH GREENWOOD REC. & AQUATIC COMPLEX VALENCIA PARK WOODGATE PARK OPEN 24 HOURS PER DAY CLEARWATER BEACH CLEARWATER BEACH FAMILY AQUATIC & REC. COMPLEX BOAT RAMP MEMORIAL CAUSEWAY SEMINOLE DOCKS (BOAT LAUNCHING} OPEN FOR PERMITTED USE ONLY CARPENTER FIELD COOPERS POINT NATURE PARK COUNTRYSIDE SPORTS COMPLEX DAVID MARTIN SOCCER FIELDS E. C. MOORE COMPLEX (1-9) FRANK TACK PARK HENRY L. MCMULLEN TENNIS COMPLEX 7 Ordinance No. 9770-24 JACK RUSSELL STADIUM JOE DIMAGGIO SPORTS COMPLEX MISSOURI AVENUE (DOT} MOCCASIN LAKE NATURE PARK PHILLIP JONES PARK ROSS NORTON BALLFIELDS SID LICKTON PARK WALTER C CAMPBELL PARK & BUCCANEER FIELD CITY OWNED PROPERTY LEASED TO OTHERS (HOURS OF OPERATION ESTABLISHED BY LESSEE) BAYCARE BALLPARK CHI-CHI RODRIGUEZ GOLF COURSE CLEARWATER GOLF CLUB THE LANDINGS GOLF CLUB KINGS HIGHWAY RECREATION CENTER LAWN BOWLS & SHUFFLEBOARD COMPLEX PERFORMING ART CENTER & THEATER (PACT} SAILING CENTER Section 2. Amendments to the Code of Ordinances of the City of Clearwater are hereby adopted to read as set forth in this Ordinance. Section 3. The City of Clearwater does hereby certify that the amendment contained herein, as well as the provisions of this Ordinance, are consistent with and in conformance with the City’s Comprehensive Plan. 8 Ordinance No. 9770-24 Section 4. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 5. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Section 6. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ____________________________ PASSED ON SECOND AND FINAL ____________________________ READING AND ADOPTED ____________________________ Mayor Approved as to form: Attest: ____________________________ ____________________________ Melissa Isabel, Esq. Rosemarie Call, MPA, MMC Senior Assistant City Attorney City Clerk Downtown Signs -Analysis by Bill Jonson (updated 8/13/2024) 1. What ever the code is, should be consistently communicated and enforced to promote an equal playing field. Mary Jo Weaver approach - long time Clw sign inspector. 2. Goal: a. Vibrant community b. Attract and encourage pedestrians to hang out on the streets i. Signs in human scale ii. Windows invite pedestrians to shop/dine/drink inside c. Further build on Downtown's authenticity and organic diversity of businesses d. Communicate business name and location 3. History a. City in 2009 hired the consulting firm Streetsense to make recommendations for downtown Clearwater. Report wasn't implemented. b. 2012 City Council got consensus from the entire council to implement key Streetsense recommendations. Staff instructed to proceed. No changes brought back for implementation. Delay delay delay. c. 2018 New council pushed, and staff recommended changes and Council adopted staff developed changes independent of the Streetsense recommendations. 4. Current situation a. Drawing in the DTN sign code is misleading in it understates the size of window signs as currently permitted! b. Some business signs are consistent with existing code (ex. Clear Sky) c. Other business signs are inconsistent with code (ex. Soul and Downtown Pizza) d. Recent code enforcement action was at Downtown Pizza where they were cited for excessive window signage. But Planning staff didn't show the problem to Council at the WS discussion on 7/29. Dtn Pizza covered an entire window pane with a semitransparent film containing multiple sign messages. 5. Current Clearwater Code for window signs a. Downtown: i. window signs shall not exceed 10 percent of any "window or glass door opening," subject to total area of window signs erected along a street frontage shall not exceed 50 sq ft. nrsi,\ 239 2024-08-13 Clw Dtn Sign History Observations.docx 1 Printed 11/7/2024 5:05:35 PM ii. Building frontage signage minimum allowed 24 sq ft or 1 sq ft for each linear foot of building fagade with a maximum of 100 sq ft. b. Rest of Clearwater: i. Window signs: combined not exceed 25% of the total window area on any fagade, subject to no more than 50 sq ft on any fagade. ii. Building frontage signage minimum allowed 24 sq ft to 3% of the primary building fagade with a maximum of 36 sq ft. 6. Streetsense recommendation for downtown Clearwater (June 9, 2009) a. Window signs are part of the total signage for the fagade calculated at 2 sq ft per front foot subject to a maximum of 20% of window glass area. Prohibits window signs made of paper or cardboard (must be adhered directly to the interior surface or hung behind window.) 7. Portsmouth NH a. Window signs are part of the total signage for the fagade calculated at 2.0 b. sq ft per front foot' in the commercial downtown area with limit that no sign can be greater than 40 sq ft each). 8. Recommendation: a. Downtown signs calculated at 2.0 sq ft per frontage and include window signs to allow more flexibility like Soul where used window signs instead of one on the fagade above the window. b. Max window signs at 20%. It is a walkable pedestrian area not a strip center accessible from a parking lot. c. Continue to prohibit whole window films that reduce visibility into storefront. d. Encourage creativity and diversity of storefronts to avoid Ft. Harrison artificial look. 1 Corrected to reflect Downtown Portsmouth commercial district CR5 or Sign District 3 2024-08-13 Clw Dtn Sign History Observations.docx 2 Printed 11/7/2024 5:05:35 PM ON itiok X. 4?,, jr4V/" 4: it' t -' 4:,.' :‘, 1 I: ) 1. 1 . - 1. , . /'- 1: rib. 03. 641141Me5M11111111111: 11 IMMINM"'" 0N INDIVIDUAL SPEAKER Citizen Comment Card Name: lG L, c A1c5 & U Address: City: , r l, Zip: 3'3 7 6 Telephone Number: 7°7- 7- 2/6-3 -66 &e Email Address: w T0 CD/O( C 1 Lo, c.644 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 7, 1 What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TA2024-08003 Agenda Date: 11/7/2024 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Approve amendments to the Community Development Code clarifying definitions for artwork and murals (applicable citywide) and modifying window signage standards in Downtown and pass Ordinance 9791-24 on first reading. SUMMARY: Proposed Ordinance No. 9791-24 addresses two items discussed by City Council at its July 29, 2024, work session. Specifically, there was consensus by City Council for consistent window signage allowances throughout the city; therefore, the proposed amendment increases the amount of window signage allowed for businesses in the Downtown District from 10% to 25%. Additionally, during the work session discussion, City Council showed support for murals and the vibrancy they can bring to the city. Proposed amendments modify the definitions for artwork and mural, providing clearer guidance on what components would constitute signage. The Planning and Development Department has determined that the proposed text amendments to the Community Development Code are consistent with and further the goals, objectives and policies of the Comprehensive Plan and the Community Development Code as outlined in the staff report. The Community Development Board, in its capacity as the Local Planning Agency (LPA), reviewed the proposed amendments to the Community Development Code at its meeting on October 15, 2024 and unanimously recommended approval. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: These proposed amendments support the Economic & Housing Opportunity goal of the city’s Strategic Plan by providing amendments to the Community Development Code that further support businesses. Page 1 City of Clearwater Printed on 11/5/2024 ORDINANCE NO. 9791-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA MAKING AMENDMENTS TO THE COMMUNITY DEVELOPMENT CODE BY AMENDING ARTICLE 8. DEFINITIONS AND RULES OF CONSTRUCTION, SECTION 8-102 DEFINITIONS; BY AMENDING APPENDIX C, DOWNTOWN DISTRICT AND DEVELOPMENT STANDARDS, DIVISION 7. SIGN STANDARDS; CERTIFYING CONSISTENCY WITH THE CITY’S COMPREHENSIVE PLAN AND PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater (the “City”) adopted the Community Development Code on January 21, 1999, which took effect on March 8, 1999; and WHEREAS, the City has made numerous amendments to the Community Development Code to account for changing conditions within the City; and WHEREAS, the City would like to allow the same percentage of window signage throughout the city; and WHEREAS, murals bring vibrancy to the city and can have a very positive impact on commercial areas and the community at large; and WHEREAS, clearer guidance on what constitutes a commercial message within artwork is needed to ensure the protection of First Amendment rights; and WHEREAS, the City has determined that these amendments to the Community Development Code promote and support the public health, safety, morals, and welfare, of the City’s residents; and WHEREAS, the City desires for the Community Development Code to function effectively and equitably throughout the City; and WHEREAS, at a duly noticed public meeting the Clearwater Community Development Board, pursuant to its responsibilities as the Local Planning Agency, has reviewed this amendment, conducted a public hearing, considered all public testimony and has determined that this amendment is consistent with the City of Clearwater’s Comprehensive Plan and recommended that the City Council adopt this amendment; and WHEREAS, the City Council has fully considered the recommendation of the Community Development Board and testimony and evidence submitted at its public hearing; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Article 8. Definitions and Rules of Construction, Section 8-102. Definitions, Community Development Code, be amended to read as follows: Section 8-102. - Definitions. 2 Ordinance No. 9791-24 For the purposes of this Development Code, the following words and terms have the meanings specified herein: * * * * * * Artwork means a two- or three-dimensional representation of a creative idea that is expressed in a form and manner so as to provide aesthetic beauty, appeal or enjoyment rather than to specifically convey the name of the business or a commercial message about the products or services offered on the property upon which the artwork is displayed; however, artwork shall not include any object, drawing, picture, symbol, painting (including the painting of patterns or designs), or sculpture, which promotes a speaker's economic interests, provides a commercial message or otherwise identifies a product, service or business sold or available on the property where the same is displayed. Company names, logos, and text relating to products sold by a company or person that are a part of artwork shall be considered signage. * * * * * * Mural means artwork applied to the wall of a building which covers all or substantially all of the wall and depicts a scene or event of natural, social, cultural or historic significance. * * * * * * Section 2. That Appendix C, Downtown District and Development Standards, Division 2, Regulating Plan, Community Development Code, be amended to read as follows: * * * * * * Section C-705. - Allowable sign area, number and types of signs. A. Sign Area and Number of Signs. The total maximum sign area and number of allowable signs shall be as determined in Table 6 below. For each cell in the table, there is a maximum allowed sign area that may be utilized with any combination and any number of signs associated with that cell, unless otherwise noted. The measurements for linear feet shall be at grade. Specific requirements for the allowable sign types are set forth in Section C-705.C and D. B. Calculating Allowable Sign Area. The following figures illustrate how to determine street frontage for the purposes of calculating sign area and how to calculate and apply allowable signage. Table 6. Allowable Signage SIGN TYPE MAXIMUM NUMBER OF SIGNS (Per Building or Establishment with Exterior Entrance or Parcel, whichever is applicable) TOTAL ALLOWABLE SIGN AREA (Per Building or Establishment with Exterior Entrance or Parcel, whichever is applicable) Building Signs Wall Signs Awning Signs Canopy Signs Projecting Signs Shingle Signs No more than 3 per facade along a street frontage. 1 square foot of sign area per 1 linear foot of building facade facing a street frontage or 24 square feet, whichever is greater. The total square footage of any combination of buildings signs shall not exceed 100 square feet. Under Canopy Signs 1 per facade along a street frontage 3 square feet 3 Ordinance No. 9791-24 Rear Entry Building Sign 1 per establishment with public rear entrance facing parking lot or Clearwater Harbor 16 square feet Window Signs N/A 2510% of each first floor window or window grouping, and each glass door opening.* The total area of all window signs along a street frontage shall not exceed 50 square feet. Skyline Signs 1 per building facade along a street frontage 1 square foot per 1 foot of building height Freestanding Signs 1 sign per parcel fronting a street frontage with a building setback of at least 20 feet 1 square foot per 1 linear foot of building frontage or 24 square feet, whichever is greater, but no more than 64 square feet. Sidewalk Signs 1 sign per retail/restaurant use Consistent with Table 3-1806.1.a Criteria and Limitations for Sidewalk Signs * Does not include temporary signs pursuant to Section 3-1806. Figure 38. Calculations DELETE CURRENT FIGURE 38 AND REPLACE WITH A NEW FIGURE 38. 4 Ordinance No. 9791-24 Sign Calculation Illustration: Total Allowable Building Sign Area: One (1) square foot of sign area per one (1) linear foot of building facade facing the street frontage, or 24 square feet, whichever is greater. Maximum Buildings Signs Allowed: 3 Linear Feet of Building Facade: 60 feet. Total Building Signage Area Allowed: 60 square feet. A. Projecting Sign: One 32 Sf. (8'×2.5'=20 Sf. Rectangular Ssection) + (12 Sf. Circular Section Radius=2'). B. Canopy Sign: Two 28 Sf. (Two signs - 14'×1.0 '= 14 Sf. Each). Total Building Sign Area: 60 Sf. Number of Building Signs: 3 Additional Allowable Signage: C. Proposed Window Signs: 4824 Sf. (Two Four rectangular signs - 912 Sf. Each + One round sign – 12 Sf.). 2010% of Window area. Total Additional Signage: 4824 Sf. Number of Additional Signs: 52 TOTAL SIGN AREA: 10884 Sf. TOTAL NUMBER OF SIGNS: 85 5 Ordinance No. 9791-24 Figure 39. Calculations DELETE CURRENT FIGURE 39 AND REPLACE WITH A NEW FIGURE 39. Sign Calculation Illustration: Total Allowable Building Sign Area: One (1) square foot of sign area per one (1) linear foot of building facade facing the street frontage, or 24 square feet, whichever is greater. Maximum Buildings Signs Allowed: 3 Linear Feet of Building Facade: 60 feet Total Building Signage Area Allowed: 60 Square Feet. 6 Ordinance No. 9791-24 A. Wall Sign: 40 Sf. (2'×20') B. Awning Sign: 9 Sf. (3'×3') C. Shingle Sign: 6 Sf. (2.4'×2.4') Total Building Sign Area: 55 Sf. Number of Building Signs: 3 Additional Allowable Signage: D. Proposed Window Signs: 5024 Sf. (Two signs on doors - 1012 Sf. Each + Two rectangular signs – 20 Sf. Each – 5’ x 4’ = 20 Sf.). 1710% of Total Window area. E. Proposed Awning Valance Sign: 10 Sf. (Two signs - 5 Sf. Each - 160"×0.75=120"×6"= 5 Sf.). Up to 75% of Valance Width. Total Additional Sign Area: 6034 Sf. Number of Additional Signs: 64 TOTAL SIGN AREA: 11589 Sf. TOTAL NUMBER OF SIGNS: 97 * * * * * * D. Sign Types. The following sign types are permitted in the Downtown District subject to the requirements below. * * * * * * 7. Window Signs. a. Description: A sign that is affixed or attached to the inside of a window facing the street. b. Number of Signs: N/A. c. Dimensional Requirements. 1. Window signs shall not exceed 2510 percent of any window or glass door opening. 2. Where multiple windows present as one large window, the window grouping will be treated as one window for the purpose of calculating allowed signage. 32. The total area of window signs erected along a street frontage shall not exceed 50 square feet. d. Standards. 1. Window signs shall be limited to windows and doors on the ground floor. 2. Window signs should be applied directly to the interior face of the glazing or hung inside the window, thereby concealing all mounting hardware and equipment. 3. Window signs shall not obscure views into a business. 4. Window signs should complement the merchandise display without obscuring it. 5. Window signs should be scaled to the pedestrian instead of vehicular traffic. * * * * * * 7 Ordinance No. 9791-24 Section 3. Amendments to the Community Development Code of the City of Clearwater (as originally adopted by Ordinance No. 6348-99 and subsequently amended) are hereby adopted to read as set forth in this Ordinance. Section 4. The City of Clearwater does hereby certify that the amendments contained herein, as well as the provisions of this Ordinance, are consistent with and in conformance with the City’s Comprehensive Plan. Section 5. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 6. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Section 7. 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: ____________________________ ____________________________ Matthew J. Mytych, Esq. Rosemarie Call, MPA, MMC Senior Assistant City Attorney City Clerk PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: October 15, 2024 AGENDA ITEM: G.1 CASE: TA2024-08003 ORDINANCE NO.: 9791-24 REQUEST: Amendments to the Community Development Code to clarify definitions for artwork and murals (applicable citywide) and to modify window signage standards in Downtown. INITIATED BY: City of Clearwater, Planning and Development Department BACKGROUND At the July 29, 2024 City Council work session there was a presentation and discussion about signage allowed in the Downtown District with most discussion focused on window signage and murals. While the Downtown District allows additional attached signage by right compared to other nonresidential areas of the city, window signs are limited to 10% of each window area in the Downtown. Elsewhere in the city, the standard is 25% of the window area along a façade. After much discussion, Council expressed its desire to have window signage allowances consistent throughout the city. There was also agreement that murals bring vibrancy to the city and can have a very positive impact on commercial areas and the community at large. With that said the current regulatory environment presents challenges for staff in determining if the mural is art or if it conveys a commercial message and should be considered signage. This puts staff in a precarious position of arbitrating speech which is problematic for the city. Staff indicated they would continue to discuss the matter with the City Attorney’s office to develop potential solutions that provide clear guidance on what constitutes signage within mural that eliminates the need for staff to be involved in First Amendment speech issues. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – October 15, 2024 TA2024-08003 – Page 2 AMENDMENT PROPOSAL AND ANALYSIS Murals Proposed Ordinance 9791-24 revises the definition of artwork to clarify what constitutes signage within artwork. The amendment provides that company names, logos, and text relating to products sold by a company or person and incorporated into artwork will be considered as signage. The current definition is much broader as it references artwork promoting the speaker’s economic interests or providing a commercial message. This revision will eliminate the need for staff to determine if elements of an artistic design is signage thereby minimizing potential First Amendment challenges. It would also allow businesses to incorporate products into the design of their mural. For example, ice cream shops could have murals depicting ice cream cones; however, it should be noted that other businesses could paint products that may not be as desirable as ice cream cones, but the benefit of this approach is it will remove staff from making decisions about speech within artwork. The current definition of mural is “artwork” applied to a wall that depicts scenes or events of natural, social, cultural or historic significance. The proposed amendment would eliminate these qualifiers and bring consistency between the definition of mural and artwork. Window Signage Ordinance 9791-24 proposes to increase the allowable sign area for window signs in the Downtown District. Currently, Community Development Code Section C-705 sets forth the allowable sign area, number, and types of signs. Table 6 specifies that 10% of window signage on each first-floor window and glass door opening is permitted. The proposed revision would allow window signs to equal 25% of each first-floor window or window grouping. Revisions reflecting this change are included in Table 6, Figures 38 and 39, and C-705.D. CRITERIA FOR TEXT AMENDMENTS CDC Section 4-601 sets forth the procedures and criteria for reviewing text amendments. All text amendments must comply with the following: 1. The proposed amendment is consistent with and furthers the goals, policies, and objectives of the Comprehensive Plan. Objective QP 5.9 Require all signage within the City of Clearwater to be consistent with the Clearwater sign code, as found within the CDC, and evaluate all proposed signs to determine their effectiveness in reducing visual clutter and in enhancing the safety and attractiveness of the streetscape. Policy QP 5.9.1 Continue to restrict commercial signs in the city to discourage the proliferation of visual clutter, promote community aesthetics, provide for highway safety, and allow the identification of business locations. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – October 15, 2024 TA2024-08003 – Page 3 Proposed Ordinance No. 9791-24 includes amendments that balance business needs to have effective window signage with the City’s objective to have an uncluttered, safe and attractive environment. The allowable window sign area is proposed to be increased in a reasonable manner that will not detract from creating a vibrant environment in the City’s urban core. The proposed clarifications to the definition of artwork and murals provide guidance on what is to be considered signage when incorporated into artwork which may encourage the use of more murals which increase the attractiveness of the city. 2. The proposed amendments further the purposes of the Community Development Code (CDC) and other City ordinances and actions designed to implement the Plan. The proposed text amendment will further the purposes of the CDC in that it will be consistent with the following purposes set forth in CDC Section 1-103: • It is the purpose of this Development Code to implement the Comprehensive Plan of the city; to promote the health, safety, general welfare and quality of life in the city; to guide the orderly growth and development of the city; to establish rules of procedure for land development approvals; to enhance the character of the city and the preservation of neighborhoods; and to enhance the quality of life of all residents and property owners of the city. (Section 1-103.A., CDC) • It is the further purpose of this Development Code to make beautification of the city a matter of the highest priority and to require that existing and future uses and structures in the city are attractive and well-maintained to the maximum extent permitted by law. (Section 1-103.D, CDC) • Preserve the resources and aesthetic character of the community for both the resident and tourist population consistent with the city’s economic underpinnings. (Section 1-103.E.5, CDC) The amendments proposed in Ordinance No. 9791-24 will further the above referenced purposes by implementing the Comprehensive Plan policies related to signage in Downtown and artwork throughout the city. These regulations will ensure window signage will enhance the Downtown character and provide clear guidance on artwork that will aid in the creation of an attractive built environment and contribute to the economic stability of Downtown and other commercial areas. RECOMMENDATION The Development Review Committee (DRC) reviewed the proposed text amendments to the Community Development Code at the DRC meeting of September 5, 2024. The Planning and Development Department, having reviewed the requirements of the Community Development Code, recommends APPROVAL of Ordinance 9791-24. Prepared by Planning and Development Department Staff: ___________________________ Lauren Matzke, AICP Assistant Planning & Development Director ATTACHMENTS: Ordinance No. 9791-24 Resume Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TA2024-07002 Agenda Date: 11/7/2024 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Continue to 12/19/2024: Approve amendment to the Community Development Code to establish standards for artificial turf, require landscaped areas in front yards for residentially zoned properties, clarify the use of nonliving landscape materials, and make other associated updates, and pass Ordinance 9775-24 on first reading. (TA2024-07002) SUMMARY: Due to Hurricane Helene and ongoing recovery efforts, staff requested to continue TA2024-07002 to the Community Development Board’s November 19, 2024 meeting, requiring a continuance of the item before City Council. City Council adoption of this ordinance will occur in 2025, which will require a new ordinance number to be assigned to this item. Page 1 City of Clearwater Printed on 11/5/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9742-24 2nd Rdg Agenda Date: 11/7/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9742-24 on second reading, to approve the Vacation request from the City of Clearwater as the platted owner of an unnamed 10-foot wide alleyway portion that abuts the west Lot line of Lot 7 in Block F of the corrected plat of Clearwater Improvement Co., Plaza Park addition according to the map or plat thereof as recorded in Plat Book 5, Page 53 of the Public Records of Hillsborough county, Florida, of which Pinellas county was formerly a part. SUMMARY: Page 1 City of Clearwater Printed on 11/5/2024 CLEARWATER Prepared by: Department of Public Works -Engineering Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com Map Gen By: KF AERIAL MAP Proposed Unnamed Alley Vacation Reviewed By: TM Aerial Flown 2023 Date: 8/27/2024 Page: 1 of 1 s Scale: N.T.S. Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology -Documents\GIS\Engineering\Location Maps\VAC2023-08 -407 Pennsylvania Ave\VAC2023-08 -407 Pennsylvania Ave.aprx ORDINANCE NO. 9742-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A 10' ALLEY PORTION ABUTTING THE WEST LOT LINE OF LOT 7 IN BLOCK F OF THE CORRECTED PLAT OF CLEARWATER IMPROVEMENT CO. PLAZA PARK ADDITION ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 5, PAGE 53 OF THE PUBLIC RECORDS OF HILLSBOROUGH COUNTY, FLORIDA, OF WHICH PINELLAS WAS FORMERLY A PART; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Subject Area consists of a 10’ wide, unimproved alleyway, abutting the west lot line of Lot 7, Block F of the Corrected Plat of Clearwater Improvement Co. Plaza Park Addition, which the City of Clearwater holds by virtue of a plat dedication; and WHEREAS, the City Council of the City of Clearwater, Florida finds that the Subject Area is not necessary for public or municipal use, and therefore, it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The Subject Area described as follows: See Exhibit "A” Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and interest thereto, except that, the City shall retain a Public Utility Easement in said Area; Furthermore, this vacation shall not affect any other recorded easement, alley, or right of way of record. Section 2. This ordinance shall take effect immediately upon adoption. Section 3. The City Clerk shall record this Ordinance in the Public Records of Pinellas County, Florida, following adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED 1 Ordinance No. 9742-24 Bruce Rector Mayor Approved as to form: Jerrod Simpson Senior Assistant City Attorney Attest: Rosemarie Call City Clerk Ordinance No. 9742-24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0890 Agenda Date: 11/7/2024 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: City Council Agenda Number: 9.1 SUBJECT/RECOMMENDATION: North Beach Update Page 1 City of Clearwater Printed on 11/5/2024