Loading...
12/05/2024Thursday, December 5, 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 December 5, 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 SBA Disaster Loan Information - Hector “Rick” Corrales, Public Affairs Specialist, U.S. Small Business Administration 4.2 Environmental Advisory Board Annual Report - Jared Leone, Chair 4.3 North Beach Update 5. Approval of Minutes 5.1 Approve the minutes of the November 21, 2024 city council meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 12/3/2024 December 5, 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 the Second Amendment to Contract for Sale of City-Owned Vacant Land between the City of Clearwater and Habitat for Humanity of Pinellas County, Inc./Clearwater Neighborhood Housing Services, Inc. for real property located at 1454 South Martin Luther King Jr. Avenue and authorize the appropriate officials to execute same. (consent) 6.2 Authorize a purchase order to S.J. Patterson Company, LLC for T.D. Williamson steel pipeline Tapping Machine (T-203), ShortStopp Valve Kit and ProStopp DS Isolation tool for an amount not to exceed $790,097.57 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 6.3 Authorize a purchase order to Trillium Transportation Fuels, LLC of Houston Texas, to provide electronic monitoring services and preventative maintenance for two Compressed Natural Gas (CNG) fueling stations in the annual not-to-exceed amount of $115,000.00 for the initial term December 1, 2024 through November 30, 2025, with three, one-year renewal options pursuant to ITB 61-24 and authorize the appropriate officials to execute same. (consent) 6.4 Approve a purchase order to Metropolitan Life Insurance Company dba MetLife for life insurance premiums for City Basic Life, Classified Non-SAMP Life, SAMP Life, SAMP Supplemental Life, Retiree Life, and Long-Term Disability (LTD) coverage in the amount not to exceed $849,000 for a three-year term beginning from January 1, 2025 through December 31, 2027, pursuant to RFP 60-24 and authorize the appropriate officials to execute same. (consent) 6.5 Approve the collective bargaining agreement as negotiated between the City of Clearwater and Fraternal Order of Police, Clearwater Officers Bargaining Unit Lodge 10 for Fiscal years 2024/2025, 2025/2026, 2026/2027 and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 12/3/2024 December 5, 2024City Council Meeting Agenda 6.6 Approve the collective bargaining agreement as negotiated between the City of Clearwater and Fraternal Order of Police, Clearwater Supervisors Bargaining Unit for Fiscal years 2024/2025, 2025/2026, 2026/2027 and authorize the appropriate officials to execute same. (consent) 6.7 Authorize an increase to the purchase order with Rock Capital Sound Corporation dba RCS Corporation (RCS) of Clearwater for event production services in the amount of $150,000.00 for a new annual not to exceed amount of $200,000.00 for the initial term ending September 30, 2025, with four, one-year renewal options at an annual amount of $200,000.00 pursuant to RFP 57-24 and authorize the appropriate officials to execute same. (consent) 6.8 Approve an increase to existing purchase orders with Pete and Ron's Tree Service, O'Neils Tree Service, and TreesForYou.com for additional tree care services caused by Hurricanes Helene and Milton for the initial term in the cumulative amount of $900,000.00 bringing the purchase order totals to $1,600,000.00 pursuant to ITB 26-24 and authorize the appropriate officials to execute same. (consent) 6.9 Authorize Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of Oldsmar, FL, for renovations and improvements of State Street Park located at 1312 State Street in the amount of $1,356,526.25 pursuant to Request for Qualifications (RFQ) 51-24, Construction Manager at Risk Services Continuing Contracts; transfer $500,000.00 from M2002 Environmental Parks to G2218 State Street Park and authorize the appropriate officials to execute same. (consent) 6.10 Authorize a purchase order with St. Petersburg College for the Clearwater Police Department and Clearwater Fire Rescue for police academy sponsorships, paramedic training program, and ongoing advanced training for existing personnel in the amount of $160,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional Services not subject to CCNA (academics), and authorize the appropriate officials to execute same. (consent) 6.11 Approve a purchase order extension and increase with T2 Systems of Indianapolis, IN, for parking violation, permit processing, and collection agency services in the not-to-exceed amount of $440,000.00 for the term December 1, 2024 through November 30, 2026, with a one, two-year renewal option at $440,000.00 pursuant to Request for Proposal (RFP) 20-19 and authorize the appropriate officials to execute same. (consent) 6.12 Ratify and confirm a purchase order to Tip Top Tree Experts for emergency tree services immediately following Hurricane Milton (00-0054-AD) in the amount of $111,078.00. (consent) Page 4 City of Clearwater Printed on 12/3/2024 December 5, 2024City Council Meeting Agenda 6.13 Approve a purchase order to MWI Corporation of Tampa, FL for the purchase of four additional MWI CT4 ECO QP 4-in. centrifugal pumps in a not to exceed amount of $182,905.62 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and Section 2.563(1)(d), Non-competitive purchases, and authorize appropriate officials to execute the same. (consent) 6.14 Authorize the acceptance of the Ford MY Government Complimentary Charger Incentive Program by approving the special terms and conditions of the contract and authorize the appropriate officials to execute same. (consent) 6.15 Approve a purchase order to Lubecore Florida, LLC of Tampa, FL for the purchase of Dafo Fire Suppression Systems and automated lubrication systems for Solid Waste and Recycling vehicles in the not to exceed amount of $250,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent). 6.16 Approve three Federally Funded Subaward and Grant Agreements for public assistance support for Hurricane Debby, Hurricane Helene, and Hurricane Milton expenditures and grant authority to the City Manager or designee to enter into, approve, and execute same and any future modifications for Hurricanes Debby, Helene, and Milton expenditures. (consent) 6.17 Approve an increase and proposal with Kokolakis Contracting, Inc., of Tarpon Springs, FL., for repairs to the Clearwater Beach Marina fuel dock caused by Hurricane Helene in the amount of $420,360.00 bringing the project total to $460,360.00 pursuant to Request for Qualifications (RFQ) 51-24 and authorize the appropriate officials to execute same. (consent) 6.18 Approve Work Order (WO) to McKim and Creed, Inc of Clearwater, FL for the design and construction engineering services of the Fire Flow Hydraulic Improvements project (24-0040-UT), in the amount of $643,492.00 pursuant to RFQ 34-23, Engineer of Record and authorize the appropriate officials to execute same. (consent) 6.19 Ratify and confirm a purchase order to CrowderGulf Joint Venture, Inc. of Mobile, AL for Hurricane Milton debris removal in an amount of $9,978,875.00, pursuant to RFP 08-24. (consent) Public Hearings - Not before 6:00 PM Page 5 City of Clearwater Printed on 12/3/2024 December 5, 2024City Council Meeting Agenda 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 Opt out of providing the 80%-120% AMI Missing Middle Property Tax Exemption to developments that would otherwise qualify pursuant to the Live Local Act and adopt Resolution 24-19. 7.2 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 six parks (Mercado, Bayshore Trail, North Betty Lane Neighborhood Park, Lake Chataqua Equestrian Park and Nature Preserve, McLennan Circle Park and Rainbow Drive Park); remove one park (Holt Avenue); and pass Ordinance 9806-24 on first reading. 7.3 Approve a Community Aesthetic Features Agreement (CAFA) between the City of Clearwater and the Florida Department of Transportation (FDOT) for a local identification marker on a new pedestrian overpass bridge at the SR 60 and Courtney Campbell Causeway Trail east of Bayshore Boulevard in the amount of $15,000.00, adopt Resolution 24-14, and authorize the appropriate officials to execute same. 8. Second Readings - Public Hearing 8.1 Adopt Ordinance 9791-24 on second reading, amending the Community Development Code clarifying definitions for artwork and murals (applicable citywide) and modifying window signage standards in Downtown.   9. City Manager Reports 10. City Attorney Reports 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor Page 6 City of Clearwater Printed on 12/3/2024 December 5, 2024City Council Meeting Agenda 13. Adjourn Page 7 City of Clearwater Printed on 12/3/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1533 Agenda Date: 12/5/2024 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.1 SUBJECT/RECOMMENDATION: SBA Disaster Loan Information - Hector “Rick” Corrales, Public Affairs Specialist, U.S. Small Business Administration SUMMARY: Page 1 City of Clearwater Printed on 12/3/2024 Office of Disaster Recovery and Resilience (ODR&R) Field Operations Center East Florida Hurricanes Debby, Helene and Milton (Presidential Disaster Declarations) Presented by , Public Affairs Specialist Physical Damage Loans Loan Terms: •Up to 30 years, based on ability to repay •Low-Fixed interest rates 4% for businesses, 3.25% for private nonprofit organizations and 2.813% for homeowners and renters •Physical Loan Application Deadline Date: 11/12/2024 (Debby) •Physical Loan Application Deadline Date: 1/7/2025 (Helene) •Physical Loan Application Deadline Date: 1/7/2025 (Milton) 3 These loans cover disaster losses not fully covered by insurance or other sources. Proceeds from insurance coverage may be deducted from the eligible loan amount. Homeowners, Renters, Small businesses and private nonprofit organizations. Maximum loans $500,000 for Homeowners Maximum loan $2,000,000 for businesses and non-profits You may be eligible for up to a 20% loan amount increase above the real estate damage, as verified by SBA, for improvements to help prevent risk of future damages. Renters and homeowners may borrow up to $100,000 to replace or repair personal property (clothing, furniture, cars) damaged or destroyed in a disaster. No monthly payments or interest for the first year Economic Injury Disaster Loans (EIDLs) Loan Terms: •Up to 30 years, based on ability to repay •Low-Fixed interest rates 4% for businesses, 3.25% for private nonprofit organizations •(EIDL) Loan Application Deadline Date: 5/12/2025 (Debby) •(EIDL) Loan Application Deadline Date: 6/30/2025 (Helene) •(EIDL) Loan Application Deadline Date: 7/11/2025 (Milton) No monthly payments or interest for the first year 4 Working capital loans for small businesses and private non-profit organizations that sustained severe economic impact as a direct result in this incident. EIDL assistance is available regardless of whether the business suffered any physical property damage. Maximum loan amount is $2,000,000 Help meet working capital needs caused by the natural disaster (flooding in this case) and help the local economy. EIDLs do not replace lost revenue, lost profits or fund expansion Requirements for Loan Approvals 2 Eligibility •Damaged property must be in a declared area. Credit History •Applicants must have a credit history acceptable to SBA. Repayment •Applicants must show the ability to repay all loans. Collateral Requirements ▪Disaster loans in a Presidential Declaration over $50,000 require collateral o SBA takes real estate as collateral when it is available. o SBA will not decline a loan for lack of collateral but will require the borrower to pledge collateral that is available. o Collateral requirements for Physical and Economic Injury Disaster Loans are separate. Depending on the loan amount for each category, a business may receive up to $100,000 on an unsecured basis. 6 What documentation is needed when you visit the SBA Center to apply for a disaster Loan? •Cell Phone Number & Contact Information for all applicants •Proof of residence in the disaster area declared •Social Security Numbers and Employer ID Numbers (EIN) for all owners •Financial Information: income, account balances, monthly expenses, etc. •Complete copy of the most recent Federal Income Tax Return •Insurance Information, if available How to Apply 7 Step 1: Visit https://Lending.sba.gov/ and select Determine your eligibility Disaster Declaration Search Step 2: Select your State and County For more information about SBA’s disaster assistance program, go to: www.sba.gov/disaster Or contact SBA’s Customer Service Center by phone at: 1-800-659-2955 For people who are deaf, hard of hearing, or have a speech disability, please dial 7-1-1 to access telecommunications relay services Or by email at: DisasterCustomerService@sba.gov SBA Office of Disaster Recovery & Resiliency Contacts for the Public 10 Thank you Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1539 Agenda Date: 12/5/2024 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: Environmental Advisory Board Annual Report - Jared Leone, Chair Page 1 City of Clearwater Printed on 12/3/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0892 Agenda Date: 12/5/2024 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: North Beach Update Page 1 City of Clearwater Printed on 12/3/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0811 Agenda Date: 12/5/2024 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the November 21, 2024 city council meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 12/3/2024 City Council Meeting Minutes November 21, 2024 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, November 21, 2024 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes November 21, 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. Unapproved 1. Call to Order – Mayor Rector The meeting was called to order at 6:00 p.m. 2. Invocation – Apostle Norma Fontaine-Philbert of Garden of Grace Ministries 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 November Service Awards Two employee service awards were presented. The October 2024 Employee of the Month Award was presented to Brooke Harris, Information Technology. The November 2024 Employee of the Month Award was presented to Barbara Johnson, Planning and Development. The November/December 2024 Bimonthly Team Award was presented to the 2024 Comic Con Team: Ric, Derby, Kate Dressel, Savannah Elliot, Sarah Fletcher, Kayla Grant, Zaccheus Jammer, Kelsy Johnson, Aaron Lombard, Shawn Manspeaker, Amber Priester, Thomas Shepherd, Chrita Smith, Tony Stamatoplos, and Johnareus Young. 4.2 North Beach Update Draft City Council Meeting Minutes November 21, 2024 Page 3 City of Clearwater Public Works Director Marcus Williamson said the City received two street sweepers from the State as part of FEMA's storm recovery outreach efforts. The sweepers have been going for approximately three weeks, which has helped staff keep up with the sand removal. He said all parking lots on the beach have opened up. There are a couple of small piles of sand that are not recoverable because they are intermixed with waste. He said a couple of stormwater ponds had filled in; staff will be digging up sand from the ponds in the coming weeks to return to the beach. Staff continues to focus on the permanent pumps and the long-term design, identifying innovative solutions to drive down the cost. 5. Approval of Minutes 5.1 Approve the minutes of the November 7, 2024 city council meeting as submitted in written summation by the City Clerk. Councilmember Cotton moved to approve the minutes of the November 7, 2024 city council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as submitted, less Items 6.9 and 6.10. 6.1 Authorize a work order to Fehr and Peers, Corporation, to prepare an Active Transportation Plan that will update and replace the city’s Shifting Gears Bicycle and Pedestrian Master Plan in an amount not to exceed $174,990.00 per Code of Ordinance Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.2 Ratify and confirm a purchase order with Tetra Tech, Inc. of Maitland, FL, for substantial damage assessment as a result of Hurricanes Helene and Milton in an amount not to exceed $1,517,563.20 pursuant to RFP 54-22. (consent) 6.3 Approve local funding agreement between the State of Florida, Department of Transportation and the City of Clearwater to make modifications and improvements on Drew Street in the amount of $3,000,000 and authorize the appropriate officials to execute same. 6.4 Approve an agreement between Pinellas County and the City of Clearwater to transfer received funds in the amount of $442,000.42 and future funds from the City/County Fund of the Opioid Litigation to be used for purposes approved in the settlement agreement of Draft City Council Meeting Minutes November 21, 2024 Page 4 City of Clearwater the Florida Plan and authorize the appropriate officials to execute same. (consent) 6.5 Approve a two-year funding agreement in the amount of $649,988.30 between the Pinellas Suncoast Transit Authority (PSTA) and the City of Clearwater for Jolley Trolley beach route service and authorize the appropriate officials to execute same. (consent) 6.6 Approve the Florida Recreation Development Assistance Program (FRDAP) project grant agreement for the renovations and improvements of Edgewater Drive Park, 1923 Edgewater Drive, in the amount of $200,000, between the State of Florida Department of Environmental Protection and the City of Clearwater and authorize the appropriate officials to execute same. (consent) 6.7 Ratify and confirm a purchase order with P and R Renovations and Pro Coatings of Clearwater FL for commercial restoration services needed for several Parks and Recreation buildings due to flooding caused by Hurricanes Helene and Milton in an amount of $608,225.00 pursuant to emergency declaration, Clearwater Code of Ordinances Section 2.563(1)(k). (consent) 6.8 Ratify and confirm a purchase order with Florida Structural Group (FSG) of Fort Myers, FL for emergency clean up removal of the Clearwater Community Sailing Center floating docks and pilings destroyed by Hurricane Helene and Hurricane Milton in the amount of $126,125 pursuant to emergency declaration, Clearwater Code of Ordinances Section 2.563(1)(k). (consent) 6.9 Approve a five-year renewal agreement with Axon Enterprise, Incorporated, of Scottsdale, AZ, for a video and data collaboration software platform in the amount of $702,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) See Below. 6.10 Approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $318,096.00 and authorize the appropriate officials to execute same. (consent) See Below. 6.11 Approve the final plat for Somerset located on the southwest corner of Somerset Street and Mandalay Avenue in Clearwater, FL. (consent) 6.12 Approve a purchase order to Arthur J. Gallagher Risk Management Services, Inc., of Orlando, FL, for a Builder’s Risk policy for the New City Hall project (22-0019-EN) for a Draft City Council Meeting Minutes November 21, 2024 Page 5 City of Clearwater not to exceed amount of $275,000 pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 6.13 Authorize two task orders to Tetra Tech, Inc. of Maitland, FL, for disaster recovery consulting services as a result of Hurricane Debby (Task Order 2), Hurricane Helene and Hurricane Milton (Task Order 3) in a cumulative amount of $1,383,768.00 pursuant to RFP 54-22 and authorize the appropriate officials to execute same. (consent) 6.14 Authorize purchase orders to Municipal Emergency Services (MES) of Pinellas Park, FL, and Ten-8 Fire Equipment (Ten-8) of Bradenton, FL for the purchase of personal protective equipment, tools and equipment, communication system, SCBA parts, and miscellaneous items in a cumulative amount of $625,000.00 for term October 1, 2024, through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.15 Approve a Work Order to Mead and Hunt, Inc. of Tampa, FL for design and construction engineering services for the RO1 Chemical Storage and Feed Improvement project (23-0051-UT) in the amount of $495,731.00 pursuant to RFQ 34-23, Engineer of Record (EOR) Consulting Services, and authorize the appropriation officials to execute same. (consent) 6.16 Approve a purchase order to Rexel USA, Inc of Dallas, TX for the purchase of Allen Bradley products and related services in an annual not-to-exceed amount of $450,000.00 with the option for two, one-year renewals at the City’s discretion pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchase (impractical), and authorize the appropriate officials to execute same. (consent) 6.17 Ratify and confirm a purchase to Encore Broadcast Solutions of Tampa, FL for audiovisual and broadcast equipment in an amount of $40,292.75 bringing the total spend for FY24 with this vendor to $111,487.59. pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback. (consent) Councilmember Teixeira moved to approve the Consent Agenda, less Items 6.9 and 6.10, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.9 Approve a five-year renewal agreement with Axon Enterprise, Incorporated, of Scottsdale, AZ, for a video and data collaboration software platform in the amount of $702,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) Draft City Council Meeting Minutes November 21, 2024 Page 6 City of Clearwater In 2020, City Council authorized the purchase of technology and equipment to implement and construct a Real-Time Operations Center (ROC) within police headquarters. The ROC provides all facets of the agency with live intelligence relating to emerging criminal threats, threats to citizen/officer safety, and provides investigative leads using security cameras, License Plate Reader (LPR) cameras and various databases. LPRs are strategically deployed throughout the city and work in concert with the ROC to provide our personnel with additional investigative avenues for solving crime, keeping our citizens and visitors safe, and preventing victimization. In 2022, City Council authorized the purchase of the Fusus software platform to enhance the capabilities of the ROC. Fusus creates a public safety ecosystem that combines video from a variety of sources with computer aided dispatch (CAD) data, officer location information, and other law enforcement sources - including the Flock LPR system. The Fusus platform allows investigators within the ROC the ability to view/access these video feeds and provides a mapped view with instant access to secondary applications. Access to these data sources results in real-time intelligence which can be provided to dispatch, responding units, and detectives, while enhancing citizen, officer, and community safety. The Fusus product also allows for archival views of video footage, allowing instant access to key evidence, while enhancing productivity of both Clearwater Police Department (CPD) officers and detectives. The Fusus platform fosters public-private partnerships, wherein private organizations/entities can opt-in to either register the existence of private security video systems with CPD or allow real-time viewing of some, or all, of the private video cameras, allowing for advanced intelligence concerning recently occurred or ongoing events along with situational awareness in real-time to the ROC from a variety of businesses, private entities, or City facilities. In January 2024, Fusus was acquired by Axon Enterprise and maintained the existing Fusus platform being used by CPD, but rebranded as Axon Respond-FususOne. In September of 2024, CPD transitioned the remaining year of the Fusus agreement to Axon with an agreement that will expire in June 2025. Although the requested renewal agreement would not commence until June 2025, Axon has offered current pricing if the renewal is signed by the end of the 2024 calendar year. Authorization to allow Clearwater Police Chief Eric Gandy to sign the Quote Appendix is requested. Draft City Council Meeting Minutes November 21, 2024 Page 7 City of Clearwater APPROPRIATION CODE AND AMOUNT: The Police Department has funding available for the first year of the agreement with no needed adjustment to the FY25 operating budget for cost code 0101127-530300, Contractual Services in the amount of $115,000.00. Future fiscal years’ funding will be requested through the annual operating budget process. The four subsequent years’ service and support is calculated at $125,000.00 in Year Two, $150,000.00 in Year Three, $150,000.00 in Year Four, and $162,000.00 in Year Five. The Police Department is funded by General Fund revenues. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Two individuals spoke in opposition. Vice Mayor Allbritton moved to Approve a five-year renewal agreement with Axon Enterprise, Incorporated, of Scottsdale, AZ, for a video and data collaboration software platform in the amount of $702,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.10 Approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $318,096.00 and authorize the appropriate officials to execute same. (consent) In 2019, a consortium of public safety entities in Pinellas County began working on a unified CAD/RMS (Computer Aided Dispatch/Records Management System) for public safety entities in Pinellas County. Since 2007, the Clearwater Police Department (CPD) has been using TriTech. While this product has serviced the department’s needs, it does not provide some of the advanced features a modern product will, nor does it integrate with other public safety entities in Pinellas County. In May 2021, the Pinellas County Sheriff published Request for Proposal (RFP) 21-02 for a CAD and RMS system based on the specifications determined by the consortium. In October 2021, the consortium entered a memorandum of Draft City Council Meeting Minutes November 21, 2024 Page 8 City of Clearwater understanding to establish a protocol on how to establish a PRIME work group to evaluate the vendor responses received from Pinellas County Sheriff RFP 21-02 and to provide the Pinellas County Sheriff feedback to make a purchasing decision. On May 19, 2022, Council approved an Interlocal Agreement (ILA) between the City of Clearwater, City of Largo, City of Pinellas Park, Pinellas County, and Pinellas County Sheriff to create the administrative entity of PRIME and agreed to participate in the purchase, implementation, and operation of a shared CAD and RMS. Through a competitive procurement process conducted by the Pinellas County Sheriff’s Office, Hexagon was selected as the vendor to provide a CAD/RMS product for all parties. The resulting contract negotiation process was accomplished and pricing for each party was set in the manner defined in the ILA. Each Party of the ILA is responsible to pay a pro rata share of the cost of the CAD/RMS product to the Pinellas County Sheriff and the pro rata share for the personnel and operating costs of PRIME, based on the number of user licenses per Party. The total costs of the Hexagon Contract for the initial purchase, not including future maintenance costs, is $9,704,825.00. In the ILA, Pinellas County committed to paying a not to exceed amount of $9.3M of the initial purchase price of the CAD/RMS product, which included an additional RMS product specific to the needs of FIRE and EMS. Per the interlocal agreement that governs PRIME, the Board of Directors approved the fiscal year 2025 budget on April 10, 2024, and allocations for each entity. Based on the approved PRIME budget, the City of Clearwater’s pro rata responsibility for the CAD/RMS software products and for the personnel and operating expenses of PRIME for fiscal year 2025 is $318,096.00. APPROPRIATION CODE AND AMOUNT: The department anticipated these expenses and funds are available in capital improvement project C2201, Police CAD Replacement, funded by General Fund revenues. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Draft City Council Meeting Minutes November 21, 2024 Page 9 City of Clearwater One individual spoke in opposition. Councilmember Mannino moved to approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $318,096.00 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Second Readings - Public Hearing 7.1 Table: Adopt ordinance 9770-24 on second reading, amending 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 (Mercado, Bayshore Trail, North Betty Lane Neighborhood Park, Lake Chautauqua Equestrian Park and Nature Preserve, McLennan Circle Park and Rainbow Drive Park); and remove one park (Holt Avenue). No Action Taken. 8. City Manager Reports – None. 9. City Attorney Reports – None. 10. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Cotton thanked staff for their ongoing hurricane recovery efforts. Councilmember Teixeira reviewed recent events and commended staff for their hard work. Councilmember Mannino congratulated St. Cecelia Catholic Church for celebrating their 100th year anniversary. Vice Mayor Allbritton said staff has done a great job cleaning up the beach after the storms, making it look as it normally does. He urged to begin streaming the cameras on the hotels to get the word out that Clearwater is ready for vacationers first of the year. Draft City Council Meeting Minutes November 21, 2024 Page 10 City of Clearwater 11. Closing Comments by Mayor Mayor Rector reviewed recent and upcoming events and wishes all a Happy Thanksgiving. 12. Adjourn The meeting adjourned at 6:39 p.m. Mayor City of Clearwater Attest City Clerk Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1486 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve the Second Amendment to Contract for Sale of City-Owned Vacant Land between the City of Clearwater and Habitat for Humanity of Pinellas County, Inc./Clearwater Neighborhood Housing Services, Inc. for real property located at 1454 South Martin Luther King Jr. Avenue and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater posted RFP/Q #43-22 as an opportunity for a developer to acquire and develop city-owned property located at 1454 South Martin Luther King Jr. Avenue for use as affordable and workforce housing (Pinellas County Property I.D. #22-29-15-00000-320-1300). On December 1, 2022, Council authorized staff to negotiate a contract for the sale of real property to Habitat for Humanity of Pinellas County, Inc. and Clearwater Neighborhood Housing Services, Inc., together, as the selected Developer of the real property located at 1454 South Martin Luther King Jr. Avenue. On June 13, 2023, Council approved a contract for sale of city-owned vacant land. Per the contract, the development shall be consistent with Buyer’s response to City of Clearwater RFP/Q 43-22. The Buyer shall construct 24 units of mixed-income, owner-occupied townhomes with 50% of the units reserved for households with total household income up to 80% of the Area Median Income (AMI) as determined by the United States Department of Housing and Urban Development, and the remaining 50% will be reserved for household with total household income up to 120% of AMI. The Buyers response to RFP 43-22 identified a $1,240,170 cash gap in addition to the requested donation of the property, therefore Exhibit B of the contract specifies the City agrees to commit to the donation of the parcel, valued at $525,000 and a contribution of an additional $357,585 for a total direct subsidy of $882,585 (half of the total direct subsidy identified as required in the response). The Buyer will seek funding from Pinellas County for the remaining gap (presumably $882,585). Additional requirements provided by Exhibit B establishes terms and conditions that Buyer must meet prior to and after closing. Per the exhibit, all pre-development activities must be completed prior to closing including, but not limited to, funding commitments, site approval and building permits. Unforeseen development challenges had pushed the original proposed timeline and required a contract closing date extension to December 31, 2024. Due to Hurricane Helene and Hurricane Milton, the Buyer has not procured funding approval from Pinellas County, which is a requirement for closing. The Buyer has informed city staff that their request will be presented to the Pinellas County Board of County Commissioners in January 2025. The Buyer has requested an extension to on or before April 30, 2025. Staff recommends an extension of the amended contract’s closing date to on or before April 30, 2025, to allow the Buyer more time to complete the pre-development activities indicated in Exhibit B of the Contract. APPROPRIATION CODE AND AMOUNT: Funding is to be provided by State Housing Initiatives Partnership (SHIP) Program and Revenue Recovery Funds provided by the American Rescue Plan Act - Local Fiscal Recovery Funds. No General Fund monies will be appropriated. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1486 STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of Homelessness within Clearwater. Page 2 City of Clearwater Printed on 12/3/2024 FIRST AMENDMENT TO CONTRACT FOR SALE OF CITY-OWNED VACANT LAND BY THE CITY OF CLEARWATER, FLORIDA THIS FIRST AMENDMENT TO CONTRACT FOR SALE OF CITY-OWNED VACANT LAND BY THE CITY OF CLEARWATER, FLORIDA (this "Amendment") is made and entered into as of this ~day of -'--""'-:>.q.J"""""''---' 2024, by and between THE CITY OF CLEARWATER, FLORIDA, a Florida m 'cipal corporation (the "City" or "Seller"); HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., a Florida not-for-profit corporation; and CLEARWATER NEIGHBORHOOD HOUSING SERVICES, INC., a Florida not-for-profit corporation (Clearwater Neighborhood Housing Services, Inc. together with Habitat for Humanity of Pinellas County, Inc., "Buyer" or "Developer") (Developer together with the City, the "Parties"). WIT N E S S E T H: WHEREAS, the Parties entered into that certain Contract For Sale of City-Owned Vacant Land by The City Of Clearwater, Florida dated June 13, 2023 (the "Contract") for the sale of certain real property as described in the Contract; and WHEREAS, due to unforeseen delays in the development process, the Parties wish to amend the Contract to extend out the closing date to allow Developer more time to complete the pre-development activities indicated in Exhibit "B" of the Contract; and NOW THEREFORE, for and in consideration of the mutual covenants and agreements of the parties, and other good and valuable considerations, the receipt and sufficiency of which is hereby acknowledged and agreed by each of the Parties, the City and Developer do hereby covenant and agree as follows: 1. The City and Developer do hereby mutually represent and warrant that the foregoing recitals are true and correct, and said recitals are hereby ratified, confirmed, and incorporated into the body of this Amendment. 2. Any capitalized terms utilized in this Amendment and which are not separately defined herein shall have the meaning ascribed thereto in the Contract. 3. Section 8. Closing Place and Date is hereby amended to provide that the closing shall take place no later than December 31, 2024. 4. Except as amended and modified hereby, the terms and conditions of the Contract and this Amendment are and shall remain in full force and effect. The Contract as modified by this Amendment, is affirmed, confirmed, and ratified in all respects. 5. In the event of conflict or ambiguity between the terms and provisions of this Amendment and the Contract, the terms and provisions of this Amendment shall control to the extent of any such conflict or ambiguity. 1 6. If any provision of this Amendment shall be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining portions hereof or thereof shall in no way be affected or impaired, nor shall such holding of invalidity, illegality or unenforceability of such provision under other dissimilar facts or circwnstances. 7. This Amendment may be executed in multiple counterparts, each of which shall be deemed an original but all of which, together, shall constitute one instrument. For the purposes of this Amendment, an executed facsimile or electronically delivered counterpart copy of this Amendment shall be deemed an original for all purposes. IN WTINESS WHEREOF, the Parties hereto have executed this Amendment as of the day and year first set forth above. [Remainder of page left intentionally blank] 2 (CITY OF CLEARWATER SIGNATURE PAGE) Bru~--•ec~:;;:;or~;:~::: Mayor / {_ Date: ~ (-s~-z,, A~~ Matthew J. Mytych, Esq. Senior As½~tant Ci7I Attorney Date: h J 1/ J. T , 3 The City of Clearwater, Florida a Florida municipal corporation. By:~ Jenni oi r City ~ Date: 8 S Ji,OJ-,<../ , I ~~ Rosemarie Call City Cler Date: ~5 AJ. L{ STATE OF FLORIDA ) COUNTY OF ) (HABITAT SIGNATURE PAGE) Habitat for Humanity of Pinellas County, Inc., a Florida not-for-profit corporati<'n By.--------- Michael Sutton CEO Date: July 29, 2024 The foregoing inst:TwJ.1?~ was acknowledged before me by [4 physical presence or [ ] online notarization, this :iJ±!J.... day of J1tl( , 2024, by Michael Sutton, as CEO of Habitat for Humanity of Pinellas County, Inc., a Florida not-for-profit corporation, on behalf of the corporation. He/She is personally known to l!!.,e or who produced ________ as identification. 4 P~e:~~ Notary Public 1:~ ~; cm~ FIGUEREDO {f~ ·i Notary Public -Stat• of Florida ~/.! Commtsston # HH 239361 ·, ............. •· My Comm. Expfrts Mar 13, 2026 8ond~ thrOIJlh Nttlanal Notary Assn. (CEARWA TER NEIGHBORHOOD HOUSING SERVICES SIGNATURE PAGE) STATE OF FLORIDA ) COUNTY OF ) Clearwater Neighborhood Housing Services, Inc., a Florida not-for- profit corporation Efrain Cornier, Jr. Presid~4 ;;,4-Date. 7 ~ ~,"'}'~"• tt~---!\!~~ HEATHER KOPP l~.A ):i ~.'!Y COMMISSION# HH 193115 '•,'!f,o;·;.J,i~~ EXPIRES: October 31 , 2025 1111\1' The foregoing instrumr t was acknowledged before me by LI physical presence or [ ] online notarization, this ~ day of ,~ ULf , 2024, by Efrar6Comier, Jr., as President and CEO of Clearwater Neighborhood Housing Services, Inc., a Florida not-for-profit corporation, on behalf of the corporation. He/She is personally known to me or who produced @L,4s(p·2o0 ,. as identification. 1:J..·!L'?t.f-· D Notary Public 5 >- RFN/Q #43-22 Development of 1456 S Martin Luther King Avenue Table of Contents Tab 1 - Narrative & Vision Statement Tab 2 - Developer Experience and Qualifications Tab 3 - Legal & Financial Feasibility Tab 4 - Development Concept Tab 5 - Proposed Timeline Tab 6 - Other Forms Tab 7 - Attachments Habitat for Humanity of Pinellas and West Pasco Counties (Habitat) and Tampa Bay Neighborhood Home Services (TBNHS), formerly known as Clearwater Neighborhood Housing Services, propose to jointly develop the parcel located at 1454 S Martin Luther King Jr. Avenue into twenty-four (24) townhome units exclusive for homeownership. The development will be named Lake Belleview Townhomes. 50% of the units (12 units) will be reserved for income-qualified homeowners making less than 80% of the area median income, with the other 50% of units (12 units) reserved for income-qualified homeowners for incomes up to 120% of the area median income. This development creates an opportunity for Habitat and TBNHS to collaborate on a shared interest in providing affordable housing options for residents with a mix of income ranges. Lake Belleview Townhomes would provide a choice in housing options for first-time homebuyers who may not be able to afford single-family homes but want to live in a safe, stable community that offers an opportunity for homeownership. The conceptual unit designs within the site plan will be two-story townhomes with a bottom floor garage and a secondary parking pad to minimize on- street parking. Townhomes will consist of 1,800 square feet under roof and 1,460 square feet of conditioned space. Each unit will be three bedrooms with 2 and a half bathrooms, and a laundry/storage room, subject to final design approval. Building elevations will include sufficient architectural elements to create visual interest and break up building massing. Proposed treatments include elements such as covered porches, various façade materials, compatible color variations, decorative columns/trim, and a rear patio. The development will also incorporate Florida- friendly landscaping that requires less irrigation. Lastly, a homeowner’s association will maintain the common exterior areas and ensure the development is well maintained. This development will assist in meeting the Lake Bellevue Neighborhood Revitalization Strategy Area (NRSA) Consolidated Plan 2020/2021 -2024/2025 housing related goals by providing twenty-four affordable, owner-occupied units of housing. The Lake Bellevue NRSA is predominately residential and while most of the residential development is single-family, there are many multifamily structures. Yet, the majority of such units are renter-occupied. A priority need identified within this targeted area is specifically additional affordable housing units, with the private sector's lack of investment as a barrier to growth. This development will address both of those concerns, while achieving the City’s established performance measurements to “construct 15 housing units for rental and support homebuyer activities”. TAB 1 Narrative and Vision Statement The proposed development is consistent with the City’s overarching Comprehensive Plan - Housing Element goal, which calls for a “affordable variety of standard housing units in decent and safe neighborhoods to meet the needs of the current and future residents, regardless of race, nationality, age marital status, handicap or religion.” It also meets various objectives within the Housing Element of the Comprehensive Plan, which include; C.1.1 – Adequate housing, C.1.2- Affordable Housing, C.1.4 – Adequate Sites for Very Low, Low and Moderate Income Households, C.1.9 – The City if Clearwater shall be proactive in incentivizing the construction of affordable housing and C.1.10 - Recognizing that sustainable building techniques contribute to keeping housing units affordable over the long term by reducing energy consumption, lowering utility bills and decreasing maintenance costs, the City of Clearwater will promote the use of green housing construction and renovation and rehabilitation techniques. In summary, the proposed development creates a shared interest partnership with Habitat and TBNHS, aligning both organization's strengths to meet all objectives of the RFP and best serve the community. Additionally, the proposal is responsive to the unmet needs of the Lake Bellevue NRSA, aligns with the Consolidated Plan goals, is consistent with local zoning and land use and meets the goals and objectives of the Housing Element of the City’s Comprehensive plan. TAB 1 Narrative and Vision Statement 1. Developer information Habitat for Humanity of Pinellas County Inc D/B/A: Habitat for Humanity of Pinellas & West Pasco Counties 13355 49th Street North, Suite B Clearwater, FL 33762 727-536-4755 Msutton@habitatpwp.org Mike Sutton – President & CEO Clearwater Neighborhood Housing Services, Inc. D/B/A: Tampa Bay Neighborhood Housing Services 608 N Garden Avenue Clearwater, FL 33755 727-442-4155 fcornier@tbnhs.org Frank Cornier, President & CEO 2. Project team Role Organization / Company Name President & CEO Habitat for Humanity of Pinellas & West Pasco Counties Mike Sutton President & CEO Tampa Bay Neighborhood Housing Services Frank Cornier Civil Engineer (Principal) High Point Engineering Braulio Grajales Architect (Principal) Keener Architecture John Keener Legal Counsel Tampa Bay Neighborhood Housing Services - Corporate Attorney Anthony P. Granese General Contractor Gulf Contracting Anthony Rembert TAB 2 Developer Experienceand Qualifications 3. Experience/Qualifications a. List of prior development experience including a short summary of relevant project(s), to include a listing of total projects/units developed within the last five (5) years TBNHS Over the past four decades, Tampa Bay Neighborhood Housing Services has administered income- restricted programs and services to the Clearwater and Pinellas County communities. TBNHS directly manages various housing programs funded by the City of Clearwater, Pinellas County and other local municipalities. Programs include; processing applications for down-payment assistance, owner-occupied rehabilitation programs, new construction for sale to low-to-moderate income homebuyers, and acquisition/rehab/resale to low-to-moderate income homebuyers. All of the programs mentioned above and services require beneficiaries to be income qualified, thus, TBNHS’ staff is trained and experienced in administering all of these programs as well as monitoring compliance with income qualifications. TBNHS has substantial experience developing over 250 new in-fill single-family homes as well as rehabilitating over 900 single-family homes, specifically within the City of Clearwater and Pinellas County. As for multifamily developments, TBNHS CEO Frank Cornier’s experience in multifamily development includes significant managerial roles in the construction and management of such developments and are listed below. List of multifamily projects within the past 5 years: • Preserve at Sabal Park – New construction of 144 family units in Seffner, FL • Sabal Place – New construction of 112 family units for formerly homeless in Seffner, FL • Cypress Village – New construction of 95 disabled and family units in Fort Myers, FL • Sandpiper Place – New construction of 92 family units in Bradenton, FL • Swan Lake Village - New construction of 84 disabled and family units in Lakeland, FL • Blue Sky Landing – Predevelopment and permitting management of new construction of 92 family units in Fort Pierce, FL • Fairlawn Village – Predevelopment management of new construction of 116 family and permanent supportive units in Orlando, FL • Jacaranda Place - Predevelopment management of new construction of 88 disabled and family units in Port Charlotte, FL All the projects above met the National Green Building Standards (NGBS) Silver, Bronze or Gold level. Additionally, solar panels were used on one project. TAB 2 Developer Experienceand Qualifications 1756 Dr. Martin Luther King Ave -Largo: 54 townhome units currently in the development review process 2100 18th Ave South – St. Petersburg: 44 townhome units in predevelopment 1801 18th Ave South – St. Petersburg: 12 townhome units in predevelopment Tellor Estates – Pinellas Park : 51-unit single-family home subdivision (completed) Habitat Habitat has vast experience in developing, constructing, and selling fee-simple affordable housing over our 37-year history in the community, having just completed our 760th home. Our current development team has contributed to most of our growth and success over the last several years. Our CEO Mike Sutton has led our organization to this immense growth in serving more families, building over 400 homes since taking over the helm. He leads our development team with more than 100 years of experience within the construction, development and financial services sectors. This last fiscal year, Habitat completed 67 single-family fee-simple homes sold to qualified low to moderate-income buyers. This fiscal year we are on track to complete 80 homes and have a 3-year strategic plan to complete a total of 210 homes. Nationally, we rank as the 2nd largest Habitat affiliate by new home construction and locally, according to the Tampa Bay Business Journal, we are the 14th largest homebuilder in the Tampa Bay region. List of multifamily projects within the past 5 years: b. Demonstrated experience with implementing sustainable building design standards, including sustainably sourced materials, energy efficiency measures, and/or renewable energy systems Habitat is proud to report we earned a 2022 ENERGY STAR® Market Leader Award from the U.S. Environmental Protection Agency (EPA) in recognition of our contribution to building energy-efficient new homes that have earned ENERGY STAR certification. Energy Star-certified homes are at least 10% more energy efficient than those built to code and achieve a 20% improvement on average while providing homeowners with better quality, performance, and comfort. The Market Leader Award recognizes partners participating in EPA’s ENERGY STAR Residential New Construction program who have significantly impacted energy-efficient construction and environmental protection. Every unit constructed will be EnergyStar certified. This includes; insulated fiberglass exterior doors, Low-E double panel windows throughout, HVAC system with programmable thermostat and fresh air intake damper, Mastic sealed ductwork, R-30 fiberglass insulation over living spaces, R-11 frame wall insulation, R-4.1 insulation on concrete exterior walls, and Microwave vented to the outside. Homes also come equipped with hurricane impact resistant windows and hurricane-rated garage doors as well as roof trusses hurricane strapped. All homes finished floor elevations are built above the local based flood elevation to mitigated flood issues, Lastly, finishes include; hardwood cabinets, carpet/tile/vinyl flooring, whirlpool appliances and be rewiring for both cable and phone. TAB 2 Developer Experienceand Qualifications c. Demonstrated experience with income qualification, monitoring, assistance and other activities associated with adhering to regulations of affordable housing Our organizations have over eighty (80) years of combined experience in monitoring compliance, determining income qualification and other activities associated with adhering to affordable housing regulations. In addition, both organizations utilize a multitude of local, state and federal funding that mandate monitoring compliance and set forth various regulatory measures that must be adhered to. Collectively, both organizations have vast experience with Community Development Block Grant (CDBG), HOME Investment Partnership Program, Self-Help Homeownership Opportunity Program (SHOP), Neighborhood Stabilization Program (NSP), State Housing Initiatives Partnership Program (SHIP) and local Tax Increment Financing (TIF) funding sources. The above- referenced sources of funding have income qualification requirements and often ongoing compliance. These sources fund programs such as: down-payment assistance, owner-occupied rehabilitation programs, new construction for sale to low-to-moderate income homebuyers, construction financing loans and property acquisition/rehab/resale to low-to-moderate income homebuyers, all of which our organizations collectively utilize to serve the community. Habitat is subject to an annual financial audit for major federal programs and major state financial assistance projects and has never been found in noncompliance by independent third party auditors. TBNHS is also subject to annual financial audits with its most recent audit completed in August and no findings reported. TAB 2 Developer Experienceand Qualifications 1. Financial institution reference contact(s)’ names and contact information. Co-developers will provide upon successful negotiation of financial term sheet 2. Preliminary financial plan to include: a. Construction budget detailing total project cost and proposed source(s) of funding Per the attached proforma, we seek a land grant with a total development cost of $9,040,170 or $376,673.72 a unit and an average blended sales price of $325,000 a unit. Given these unit economics, there is a $1,240,170 total development funding gap, which equals to $51,674.73 per unit, thus, this project necessitates subsidies to make the development financially feasible. Habitat believes we bring a competitive advantage within the marketplace with our ability to sell homes with 0% interest mortgages. Eliminating the interest component of the mortgage means homeowners can increase their purchasing power affording a higher purchase price while still remaining in their monthly payment affordability. In comparison, TBNHS has deep roots within the City of Clearwater and is an expert at leveraging down payment assistance programs to help individuals achieve homeownership. As co-developers, we would seek to work with the City of Clearwater to braid various funding sources available within the City, as well as utilize Penny for Pinellas (Penny IV) funding to eliminate this funding gap and ensure the project's financial feasibility. We are confident if selected by the City to develop this parcel, we will put forth a competitive application to Pinellas County for funding consideration. The Board of County Commissioners adopted resolution 19-6 in February of 2019 that provides preference to developments in which units will benefit households making 80% of the AMI or less. Additionally, this development meets several top-tier Penny for Pinellas scoring criteria, including; per unit subsidy, local government assistance (local contribution and regulatory relief), county funds to affordable units ratio, development location (in the NRSA), and low-income homeownership. To date, we are unaware of an affordable homeownership development funded by Penny IV, which again would put this project in a unique competitive landscape for funding. That being said, if Penny IV funding cannot be secured, we will need to seek additional subsidy from the City and/or other funding sources. However, we believe a $51,000 per unit subsidy to serve the below 80% AMI and workforce population through homeownership is extremely reasonable given the current market conditions and may be suitable for the City to fully fund to serve as a catalytic development for the community. TAB 3 Legal & Financial Feasibility: Developer and Project TAB 3 Legal & Financial Feasibility: Developer and Project b. Demonstration of developer’s financial capacity to develop the Site As for development financing, Habitat and TBNHS management teams have proven business and affordable housing development experience. Both organizations maintain relationships with local construction financing lenders and do not anticipate any issues with underwriting should the proposal move forward. As an organization, Habitat has working capital to help support the project underwriting finance requirements and a strong balance sheet to attract favorable terms. Before seeking traditional construction financing, we would seek to reduce financing costs by leveraging the various forms of public multifamily low-interest construction financing available for affordable housing developments within the community. If selected to develop this parcel, the co-developers will begin working immediately to secure favorable financing term sheets and would support conditioning such financing within the development terms sheet negotiated with the City. c. Projected sale price of units and anticipated sale schedule Both our organizations have provided affordable homeownership opportunities in the community for decades. There is significant awareness of our services within the public through extensive community involvement. Historically, both organizations have successfully recruited homebuyers from the local areas we built in. This is typically accomplished through a coordinated marketing and outreach effort within the focus community. While unique to each community, marketing efforts may include ad placements in hyper-local publications, location-targeted social media advertising, direct mail campaigns, and unearned media attention highlighting new initiatives. In synchronization, our community outreach efforts may include recruitment events at local community centers, engaging local businesses who serve the area or employ residents, word-of-mouth referrals, door knocking, attending community events, and leveraging stakeholders to spread the messaging. Although not a requirement, our preference, as stated above, is to recruit local homeowners from the areas we serve. We intend to partner with community partners, such as first-time homebuyers’ programs, local community led organizations and potentially the City to hold homeownership information events for residents. Specifically, Habitat’s program also operates differently than the traditional developers who spec build homes. Habitat actively recruits homeowners throughout the year and maintains a pipeline of 100+ qualified candidates at any given time. These qualified homeowners are then matched to vacant properties based on location and need, with the homes being built to family size. Given this model, we would expect the lots provided to be matched with a qualified candidate before a building permit is pulled. As stated above the anticipated average blended sales price for the development is $325,000 a unit. Per the project schedule (see project schedule) program/sales marketing will begin within a month of successful property acquisition. The sales and marketing period will last approximately twenty-six (26) months. We do not anticipate any issues with demand as the local region's lack of affordable and workforce housing options is extremely restricted. TAB 3 Legal & Financial Feasibility: Developer and Project 3. A description or table of the various residential units, including size, number of bedrooms/bathrooms, and any proposed amenities The conceptual unit designs within the site plan will be two-story townhomes with a bottom floor garage and a secondary parking pad to minimize on-street parking. Townhomes will consist of 1,800 square feet under roof and 1,460 square feet of conditioned space. Each unit will be three bedrooms with 2 and a half bathrooms, and a laundry/storage room, subject to final design approval. Building elevations will include sufficient architectural elements to create visual interest and break up building massing. Proposed treatments include elements such as covered porches, various façade materials, compatible color variations, decorative columns/trim, and a rear patio. The development will also incorporate Florida-friendly landscaping that requires less irrigation. Lastly, a homeowner’s association will maintain the common exterior areas and ensure the development is well maintained. Floor plans and front elevations are attached. TAB 3 Legal & Financial Feasibility: Developer and Project BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" A/C GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-412"x7'-11" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" PATIO 9'-0"x6'-0" A/C A/C A/C A/C A/C GARAGE 11'-4"x19'-4" KITCHEN 8'-912"x12'-0" LIVING 11'-6"x18'-11" UP PDR. 3'-41 2"x7'-11" PATIO 9'-0"x6'-0"A/C BEDROOM 11'-1"x14'-1012" BEDROOM 9'-234"x9'-812" BEDROOM 9'-234"x9'-812" CLOSET 7'-412"x5'-312" BATH 8'-512"x5'-4" BATH 8'-512"x5'-4"DN CLO. 5'-4"x2'-0" CLO. 5'-4"x2'-0" W D A-101 SHEET TITLE THIS DRAWING AND ALL GRAPHIC AND WRITTEN MATERIAL CONTAINED HEREIN CONSTITUTES ORIGINAL AND UNPUBLISHED WORK AND IS NOT TO BE COPIED, DISTRIBUTED, OR USED IN WHOLE OR IN PART, WITHOUT EXPRESSED, WRITTEN PERMISSION OF KEENER ARCHITECTURE. THIS DRAWING IS PROTECTED UNDER THE "ARCHITECTURAL WORKS COPYRIGHT PROTECTION ACT OF 1990." PROJECT NO DATE ISSUED SEPTEMBER 12, 2022 22-018LAKE BELLEVIEW TOWNHOMES1454 S. DR. MARTIN LUTHER KING JUNIOR AVE.CLEARWATER, FL 33756SCHEMATIC DESIGN KEENER ARCHITECTURE, PLC 600 SOUTH MAGNOLIA AVENUE SUITE 275 TAMPA, FLORIDA 33606 (813) 495-1400 WWW.KEENERARCHITECTURE.COM AR93258 16'8'0'4' 2 2ND FLOOR PLAN 16'8'0'4' 1 1ST FLOOR PLAN 16'8'0'4' A PROPOSED EXTERIOR ELEVATION 16'8'0'4' B 1ST FLOOR- SIX UNIT BUILDING PLAN 16'8'0'4' C 2ND FLOOR- SIX UNIT BUILDING PLAN Present in both narrative and visual form the extent of the development proposal for the Site. Drawings may be “conceptual” in format but should be detailed enough to reflect the scope of the proposed development. Narrative elements to be addressed include: a. Height b. Scale c. Density and Intensity d. Proposed architectural style and material types e. Site and building orientation f. Access points and curb cuts g. Proposed parking h. Highlight of creative and innovative design solutions i. Income mix of units (a minimum of 50% of total units must be reserved for households with total household income not exceeding 80% AMI) The conceptual site plan design (subject to development plan review and approval) consists of a total of twenty-four (24), two-story townhome units. The development will be in harmony, consistent with the scale, bulk, coverage, and character of adjacent properties, and permissible within the current zoning. The site is zoned Medium Density Residential (MDR) with a Future Land Use designation of Residential Medium which allows residential density up to fifteen (15) dwelling units per acre, however the Community Development Code provides for an affordable housing density increase of 20% bringing the total allowable density of the site to twenty-four (24) units. Buildings are 30ft (two story) in height and consist of five separate buildings, which are comprised of two (2) six (6) unit buildings, two (2) five (5) unit buildings and one (1) two (2) unit building. Building footprints range from 4,800 sqft (6 units design) to 1600 sqft (2 unit design) with setbacks meeting the minimum code requirements of 25ft front and 10ft side/rear requirements. The site plan design reflects the character of the surrounding residential neighborhood in density and site intensity, while maintaining a walkable, residential environment. The proximity of buildings has been taken into account when planning their layout in order to maximize greenspace and enhance privacy. The site plan utilizes South Martin Luther King, Jr. Avenue, as the primary entrance with curb cuts and signage identifying the development, while paying careful attention to the relationship between the building(s) and the street. Each unit will have a front-loaded one (1) car garage and an adjoining parking pad, equaling two (2) parking space per unit and forty-eight (48) total parking spaces for the development. Building elevations will include sufficient architectural elements to create visual interest and break up building massing. Each building will have decorative columns and metal roof awnings to create a visually appealing architectural design and add dimension to the front elevation. The outside façade will incorporate contemporary design elements with modern and traditional accents. The current proposed exterior elevations incorporate diverse cladding elements, which includes brick veneer and a stucco finish. Diverse color palates for buildings will be included to avoid creating a monochrome and bland façade. All elevation designs will adhere to local zoning requirements. Each building will be landscaped with Florida-friendly landscaping incorporated throughout the development. Ultimately, building materials will be selected based on their durability, maintenance required and value engineering to mitigate costs. TAB 4 Development Concept: Ability to Meet Redevelopment Objectives To satisfy the requirements of the Request for Proposal and to meet the City’s goal of developing a mixed-income housing development, 12 units (50%) will be reserved for income-qualified homeowners making less than 80% of area median income, and 12 units (50%) will be reserved for income-qualified homeowners making up to 120% of area median income. To accomplish this mixed income development Habitat and TBNHS would partner to co-develop the parcel, leveraging both organizations abilities to serve the diverse income range required. Conceptual Site Plan Attached TAB 4 Development Concept: Ability to Meet Redevelopment Objectives O O O OOOOOLPLPLPPROPOSED 6' BLACKALUMINUM PICKET FENCEPROPOSEDLIFT STATION413333O O O O OOOOOOOOO OOOOOOOOOOOOOOOOOOOOO44LPLP[][][][][][][][][][][][][][][][][][][][][][][][][][][][][][]682555572-STORY TOWNHOUSESFOOTPRINT AREA = 4,800 SF2-STORY TOWNHOUSESFOOTPRINT AREA = 4,800 SF2-STORY TOWNHOUSESFOOTPRINT AREA = 4,000 SF 2-STORY TOWNHOUSESFOOTPRINT AREA = 4,000 SF 2-STORY TOWNHOUSESFOOTPRINT AREA = 1,600 SF3PROPOSED COVEREDPEDESTAL MAILBOXES999999999999999999999999PROPOSEDMONUMENT SIGNSHEET:PROJECT: CONTENT: CLEARWATER, FLORIDA 33756 1454 S. DR. MARTIN LUTHER KING JR. AVENUE CONCEPTUAL SITE LAYOUT LAKE BELLEVIEW TOWNHOMES LAND PLANNING - CIVIL ENGINEERING - GEOTECHNICAL ENGINEERING 5300 W. Cypress Street, Suite 282Tampa, Florida 33607 Tel. (813) 644-8333Fax (813) 644-7000 Certificate of Authorization No. 30275C-2NOTESTHE LAYOUT AND PARKING PLAN SHOWN HEREON IS CONCEPTUAL.THE PROPERTY BOUNDARIES AND DESIGN INFORMATION USED WASPROVIDED BY THE OWNER AND/OR WAS OBTAINED FROM PUBLICLYAVAILABLE DOCUMENTS.THE INTENT OF THIS CONCEPTUAL LAYOUT AND PARKING PLAN IS FORPROJECT FEASIBILITY AND SHALL NOT BE USED FOR LOCAL AGENCYREVIEW.ALL DESIGN INFORMATION IS SUBJECT TO REVIEW AND APPROVAL BYLOCAL GOVERNMENT AGIENCIES HAVING JURISDICTION OVER THEPROJECT SITETHE CONCEPTUAL LAYOUT AND PARKING PLAN SHOWN HEREON MAYNOT REPRESENT THE FINAL SITE LAYOUT AND PARKING PLAN AND CANVARY DUE TO SITE TOPOGRAPHY, LAND USE RESTRICTIONS, ACTUALSOIL AND GROUNDWATER CONDITIONS, ENVIRONMENTAL CONDITIONS,PROPERTY ENCUMBRANCES, ETC.SNEWGRAPHIC SCALE 1"=50'PROJECT No: BGAPPROVED BY: ISSUE DATE: RT BG RT DESIGNED BY: CHECKED BY: DRAWN BY: 09-01-22 REVISIONS DESCRIPTIONDATEBYNo.50025CONCEPTSITE DATA1. PARCEL NUMBER : 22-29-15-00000-320-13002. SECTION / TOWNSHIP / RANGE: 22 / 29 S / 15 E3. SITE ADDRESS: 1454 S. MARTIN LUTHER KING JR. AVENUECLEARWATER, FLORIDA 337564. PROPERTY AREA: 58,500 SF (1.343 AC)5. EXISTING ZONING: MEDIUM DENSITY RESIDENTIAL "MDR"6. FUTURE LAND USE: RESIDENTIAL MEDIUM "RM"7. BUILDING SETBACKS:MIN. CODE REQ.FRONT (EAST)= 25.0 FT25.0 FTSIDE (NORTH)= 10.0 FT5.0 FTSIDE (SOUTH)= 10.0 FT5.0 FTREAR (WEST)= 10.0 FT10.0 FT8. BUILDING HEIGHT: 30.00 FT (2 STORIES)9. SITE AREAS:VEHICULAR USE AREA:15,225 SF(26.0%)BUILDING AREA:19,200 SF(32.8%)SIDEWALK, CURB, DUMPSTER:6,230 SF(10.7%)TOTAL IMPERVIOUS AREA:40,655 SF(69.5%)TOTAL PERVIOUS AREA:17,845 SF(30.5%)POND AREA:2,470 SF(4.2%)INTERIOR LANDSCAPE AREA:3,700 SF(24.3% OF VUA)TOTAL AREA:58,500 SF(100%)10. DENSITY:NUMBER OF DWELLING UNITS = 24SITE ACREAGE FOR DENSITY = 1.343 ACRESMAXIMUM DENSITY = 15 UNITS / ACRE PLUS 20% DENSITY BONUSFOR AFFORDABLE HOUSING = 18 UNITS PER ACREPROPOSED DENSITY = 24 UNITS / 1.343 ACRES = 17.87 UNITS PER ACRE(24 UNITS - 3 BEDROOM & 2-1/2 BATHROOM)11. OWNER: CITY OF CLEARWATER CASH & INVESTMENTS MANAGER P.O. BOX 4748 CLEARWATER, FLORIDA 3375812. STORMWATER MANAGEMENT: W.Q.T. & ATTENUATION13. FLOOD ZONE INFORMATION: ZONE "X" FEMA MAP 12103C0108J(EFFECTIVE DATE - 8/24/2021)14. SOLID WASTE MANAGEMENT: CURBSIDE COLLECTIONREFUSE CART LOCATED INSIDE THE GARAGE15. TOTAL PARKING PROVIDED: 48 SPACESREGULAR = 24 SPACES IN GARAGE, 24 SPACES IN DRIVEWAY16. TOTAL PARKING REQUIRED: 36 SPACES24 UNITS X 1.5 SPACES PER UNIT = 36(PARKING REDUCTION - 1.5 SPACES FOR AFFORDABLE HOUSING)TAG LEGENDDESCRIPTIONITEM124SPEED BUMPS "HEAVY DUTY RUBBER, SAFETYSTRIPED WITH RECESSED BOLTING"PROPOSED COVERED PEDESTAL MAILBOXESPROPOSED MONUMENT SIGN35678PROPOSED LIFT STATIONPROPOSED TRAFFIC SIGNPROPOSED LIGHT POLE & FIXTUREPROPOSED DETENSION PONDPROPOSED 6' BLACK ALUMINUM PICKET FENCE9PROPOSED 6' X 9' PATIO TAB 5 Proposed Timeline for Construction Project TimelineTask NameStart DateEnd DateMonthsProposal Award SEPT 22DEC 224Property Acquisition CompletedJAN 23`MAR 233Survey/Geotech/Enviormental JAN 23MAR 233Funding AwardsFEB 23AUG 237Sit e Pl an & Development Entitl ements FEB 23SEP 238Site WorkSEP 23DEC 234Program MarketingAPR 23MAY 2526Infrastructure ImprovementsOCT 23MAR 246Phase I Construction (12-Units)MAR 24FEB 2512Phase II Construction (12-Units)MAR 25FEB 2612Home Cl osi ngsSEP 24FEB 2618Project CompletedMAR 26MAR 261SOND2022Project Start Date : 12/20/202220232024JFMAMJJASOND20252026JFMAMJJASONDJFMAMJJASONDJFM TAB 6 Other Forms EXCEPTIONS / ADDITIONAL MATERIAL/ ADDENDA Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note -Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. _X __ No exceptions ___ Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): X No additional materials have been included with this proposal ___ Additional Materials attached (describe-attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor's responsibility to confirm if any addenda have been issued. Addenda Number #1 (8/18/2022) Development of 1454 S MLK Jr, Ave 24 Date: RFP/Q #43-22 Habitat for Humanity of Pinellas & West Pasco Counties VENDOR INFORMATION Company Legal/Corporate Name: Habitat for Humanity of Pinellas Inc Doing Business As (if different than above): Habitat for Humanity of Pinellas and West Pasco Counties Address: 13355 49th Street North Suite B City: Clearwater Phone: 727-536-4755 E-Mail Address: msutton@habitatpwp.org DUNS# 151901972 Remit to Address (if different than above): State: __ F_L _____ _ Zip: 33762 Fax: ______________ _ Website: www.habitatpwp.org Order from Address (if different from above): Address: ____________ _ Address: _____________ _ City: ______ State: __ Zip: __ _ Contact for Questions about this proposal: Name: Mike Sutton Phone: 727-536-4755 Day-to-Day Project Contact (if awarded): Name: Sean King Phone: 727-536-4755 Certified Small Business City: _______ State: __ Zip: __ _ Fax: ______________ _ E-Mail Address: msutton@habitatpwp.org Fax: ______________ _ E-Mail Address: sking@habitatpwp.org Certifying Agency: ____________________________ _ __ Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: ____________________________ _ Provide supporting documentation for your certification, if applicable. Development of 1454 S MLK Jr, Ave 25 RFP/Q #43-22 VENDOR CERTIFICATION OF PROPOSAL By signing and submitting this Proposal, the Vendor certifies that: a)It is under no legal prohibition to contract with the City of Clearwater.b)It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, aswell 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 otherrespondents or potential respondents or any other anti-competitive practices.e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official,or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f)It understands the City of Clearwater may copy all parts of this response, including without limitation anydocuments and/or materials copyrighted by the respondent, for internal use in evaluating respondent's offer,or in response to a public records request under Florida's public records law (F.S. 119) or other applicablelaw, subpoena, or other judicial process.g)Respondent hereby warrants to the City that the respondent and each of its subcontractors("Subcontractors") will comply with, and are contractually obligated to comply with, all Federal Immigrationlaws and regulations that relate to their employees.h)Respondent certifies that they are not in violation of section 60) of the Federal Export Administration Act andnot debarred by any Federal or public agency.i)It will provide the materials or services specified in compliance with all Federal, State, and Local Statutesand Rules if awarded by the City.j)It is current in all obligations due to the City.k)It will accept such terms and conditions in a resulting contract if awarded by the City.I)The signatory is an officer or duly authorized agent of the respondent with full power and authority to submitbinding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Printed Name: Mike Sutton---------------- Title: ___;_P...;..re.;..s;;_id"'"e'-n-'t-'&_C+-. _E--"O�-----------t:;/i 1'/z-az.Z-Date : J , Development of 1454 S MLK Jr, Ave 26 RFP/Q #43-22 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL JS $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 NONRESPONSJVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirementsof 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 inbusiness operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in thissolicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the ScrutinizedCompanies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba andSyria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commercein 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, realproperty, 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 ofits principals are placed on the Scrutinized Companies with A�tiv�Jl.-6o ist, the Scrutinized Companieswith Activities in the Iran Petroleum Sector List, or engaged i �� atigps:.ih Cuba and Syria. STATE oF ------'-h...;...:lo'-'-r_!J___,a,__ __ COUNTY OF ___.7J,_.,..._t,=e�//oJ=----- , My Commission Expires: .Mor<.6 / )( Jlt.lJ.,NOTARY SEAL ABOVE Development of 1454 S MLK Jr, Ave Mike Sutton Printed NamePresident & CEO Title Habitat for Humanity of Pinellas Inc Name of Entity/Corporation 27 RFP/Q #43-22 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NON RESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirementsof section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that BoycottIsrael List, or engaged in a boycott of Israel; and 2.The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate inthis solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in aboycott of Israel; and 3."Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or takingother actions to limit commercial relations with Israel, or persons or entities doing business in Israel orin Israeli-controlled territories, in a discriminatory manner. A statement by a company that it isparticipating in a boycott of Israel, or that it has initiated a boycott in response to a request for aboycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may beconsidered 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 Com anies that Boycott IsraelList, or engaged in a boycott of Israel. STATE OF f&r-,�161 COUNTY OF ____.7_,',.J_"5" ___ _ Mike Sutton Printed Name President & CEO Title Habitat for Humanity of Pinellas IncName of Entity/Corporation The foregoing instrurppn! was ackn:�efore me ci}J.eans of g' physicaLpresence or □onlinenotarization on, this� day of �f , 2 , by JtJidM.el �utb>" ,(pf.me! p� whose.osig_n,atyre ia being notarized) as the . '(LO (title) oftbt,i,..._ � �-,J'( ,:it �..,,J/,c .&, c (name of corporat1on/ent1ty), p�onal]y kDA'«O ___ , orproduced ___________ (type of id]f_ti�catio� a; identification, and w�/did not takeanoath. lffl)l, � ,..-��v •Ii."--•. _ CESAR FIGUEREDO _N_ oJ13 .=;._��-=-->,p"""u-bl-ic,_r-rr-__ -_ ,../-,.----------ff��°\ Notary Public• State of Florida � E...1 WU'CO .. \\,W./i Commission# HH 239361 _p...,._...,t.,,c..::..;d"'--N---"'-.P.-t-=-=-=--:�=------------'{1,0F,.._f!-·' My Comm. Expires Mar 13, 2026 rm e ame · Bonded through National Notary Aun. My Commission Expires: ...Lf,_ar_�_.....o..;;f 3�r-:Jd¼,-"""-........_ NOTARY SEAL ABOVE ' Development of 1454 S MLK Jr, Ave 28 RFP/Q #43-22 E-VERIFY ELIGIBILITY FORM VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1.The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.2.The Contractor and its Subcontractors are registered with and using the E-Verify system to verify thework authorization status of newly hired employees.3.The Contractor will not enter into a contract with any Subcontractor unless each party to the contractregisters with and uses the E-Verify system.4.The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does notemploy, 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 Subcontractorsknowingly 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 beawarded 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 Ci f the termination of this Contract. Development of 1454 S MLK Jr, Ave Printed Name President & CEO Title Habitat for Humanity of Pinellas Inc Name of Entity/Corporation 29 RFP/Q #43-22 TAB 7 Attachments September 15, 2022 Re: RFP/Q #44-23 Letter of support Dear Review Committee, On behalf of the Clearwater Urban Leadership Coalition, please accept this letter of support to Tampa Bay Neighborhood Housing Services in their Request for Proposal and Quantification submission to develop 1454 S. Martin Luther King Jr. Avenue. In order to ensure that our businesses have the workers they need, we need to address the issue of housing affordability. This means we need a diverse array of options that meet the needs of a variety of income levels. This is why we support the joint development proposal from Tampa Bay Neighborhood Housing Services in partnership with Habitat for Humanity of Pinellas & Pasco Counties to develop twenty-four townhomes for affordable and workforce housing. This proposal will provide homes for individuals and families seeking an affordable place to live within our city and we believe that it is an excellent use of public property. We are particularly excited about the impact this project will have on the community; it will provide stable housing, promote economic development, and increase access to healthy, sustainable communities. The approval of this project will help the city open a new chapter in the ever-evolving story of affordable and workforce housing. Let s get this built. Sincerely, Clearwater Urban Leadership Coalition Gloria Campbell Executive Director Seeking to put God's love into action, Habitat for Humanity brings people together to build homes, communities, and hope. Admin HQ 14010 Roosevelt Blvd, Suite 704 Clearwater, FL 33762 Clearwater ReStore & Truist Homeowner Education Center 13355 49th Street North, Suite B Clearwater, FL 33762 New Port Richey ReStore 6431 US Highway 19, New Port Richey, FL 34652 St Pete ReSource Center 1350 22nd Street South St. Petersburg, FL 33712 habitatpwp.org | (727) 536-4755 Address 608 N. Garden Avenue Clearwater, FL 33755 tbnhs.org | 727-442-4155 our missions To Improve the quality of life in the neighborhoods which it serves by promoting revitalization through Home Ownership, Rehabilitation, Economic Development and Education contact us 1 SECOND AMENDMENT TO CONTRACT FOR SALE OF CITY-OWNED VACANT LAND BY THE CITY OF CLEARWATER, FLORIDA THIS SECOND AMENDMENT TO CONTRACT FOR SALE OF CITY-OWNED VACANT LAND BY THE CITY OF CLEARWATER, FLORIDA (this “Second Amendment”) is made and entered into as of this ___ day of _______________, 2024, by and between THE CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation (the “City” or “Seller”); HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., a Florida not-for-profit corporation; and CLEARWATER NEIGHBORHOOD HOUSING SERVICES, INC., a Florida not-for-profit corporation (Clearwater Neighborhood Housing Services, Inc. together with Habitat for Humanity of Pinellas County, Inc., “Buyer” or “Developer”) (Developer together with the City, the “Parties”). W I T N E S S E T H: WHEREAS, the Parties entered into that certain Contract For Sale of City-Owned Vacant Land by The City Of Clearwater, Florida dated June 13, 2023 (the “Original Contract”) for the sale of certain real property as described in the Contract; and WHEREAS, the Parties entered into that certain First Amendment to Contract for Sale of City-Owned Vacant Land by the City of Clearwater, Florida dated August 5, 2024 (the “First Amendment” and collectively with the Original Contract the “Contract”) amending the closing date to no later than December 31, 2024; and WHEREAS, due to the recent Hurricane Helene and Milton storm events, the Parties wish to amend the Contract to extend out the closing date to allow Developer more time to complete the pre-development activities indicated in Exhibit “B” of the Contract; and NOW THEREFORE, for and in consideration of the mutual covenants and agreements of the parties, and other good and valuable considerations, the receipt and sufficiency of which is hereby acknowledged and agreed by each of the Parties, the City and Developer do hereby covenant and agree as follows: 1. The City and Developer do hereby mutually represent and warrant that the foregoing recitals are true and correct, and said recitals are hereby ratified, confirmed, and incorporated into the body of this Second Amendment. 2. Any capitalized terms utilized in this Second Amendment and which are not separately defined herein shall have the meaning ascribed thereto in the Contract. 3. Section 8. Closing Place and Date is hereby amended to provide that the closing shall take place no later than April 30, 2024. 4. Except as amended and modified hereby, the terms and conditions of the Contract and this Second Amendment are and shall remain in full force and effect. The Contract as modified by this Second Amendment, is affirmed, confirmed, and ratified in all respects. 2 5. In the event of conflict or ambiguity between the terms and provisions of this Second Amendment and the Contract, the terms and provisions of this Second Amendment shall control to the extent of any such conflict or ambiguity. 6. If any provision of this Second Amendment shall be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining portions hereof or thereof shall in no way be affected or impaired, nor shall such holding of invalidity, illegality or unenforceability of such provision under other dissimilar facts or circumstances. 7. This Second Amendment may be executed in multiple counterparts, each of which shall be deemed an original but all of which, together, shall constitute one instrument. For the purposes of this Second Amendment, an executed facsimile or electronically delivered counterpart copy of this Amendment shall be deemed an original for all purposes. IN WITNESS WHEREOF, the Parties hereto have executed this Second Amendment as of the day and year first set forth above. [Remainder of page left intentionally blank] 3 (CITY OF CLEARWATER SIGNATURE PAGE) The City of Clearwater, Florida a Florida municipal corporation. ___________________________ By: ________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Date: ______________________ Date: ______________________ Approved as to form: Attest: __________________________ ____________________________ Matthew J. Mytych, Esq. Rosemarie Call Senior Assistant City Attorney City Clerk Date: ______________________ Date: _______________________ 4 (HABITAT SIGNATURE PAGE) Habitat for Humanity of Pinellas County, Inc., a Florida not-for-profit corporation Witnesses: _______________________ By: _______________________ Name: _________________ Michael Sutton Address: _______________ CEO _______________________ Date: _____________________ _______________________ Name: _________________ Address: _______________ _______________________ STATE OF FLORIDA ) COUNTY OF ) The foregoing instrument was acknowledged before me by [ ] physical presence or [ ] online notarization, this _____ day of ____________, 2024, by Michael Sutton, as CEO of Habitat for Humanity of Pinellas County, Inc., a Florida not-for-profit corporation, on behalf of the corporation. He/She is personally known to me or who produced ___________________ as identification. ______________________________ Print Name:____________________ Notary Public 5 (CEARWATER NEIGHBORHOOD HOUSING SERVICES SIGNATURE PAGE) Clearwater Neighborhood Housing Services, Inc., a Florida not-for- profit corporation Witnesses: _______________________ By: _______________________ Name: _________________ Efrain Cornier, Jr. Address: _______________ President and CEO _______________________ Date: _____________________ _______________________ Name: _________________ Address: _______________ _______________________ STATE OF FLORIDA ) COUNTY OF ) The foregoing instrument was acknowledged before me by [ ] physical presence or [ ] online notarization, this _____ day of ____________, 2024, by Efrain Cornier, Jr., as President and CEO of Clearwater Neighborhood Housing Services, Inc., a Florida not-for-profit corporation, on behalf of the corporation. He/She is personally known to me or who produced ___________________ as identification. ______________________________ Print Name:____________________ Notary Public Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 24-1333a Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to S.J. Patterson Company, LLC for T.D. Williamson steel pipeline Tapping Machine (T-203), ShortStopp Valve Kit and ProStopp DS Isolation tool for an amount not to exceed $790,097.57 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) SUMMARY: T.D. Williamson is a recognized leader in pipeline tapping equipment, with their products widely utilized in both natural gas and liquid petroleum services. S. J. Patterson Company, LLC is the exclusive authorized distributor for T.D. Williamson equipment in the State of Florida. Tapping equipment is essential for performing hot work on pipelines (allowing gas to continue flowing during the work) as well as stopping or plugging pipelines to facilitate repairs. The Clearwater Gas Systems (CGS) has been utilizing T.D. Williamson equipment for steel tapping work across the gas network for over 30 years. This purchase will replace equipment that has deteriorated over time. The fittings installed by CGS over the years are specifically designed to be compatible with T.D. Williamson equipment. Switching to a different brand would render these fittings incompatible and obsolete. As a result, the existing fittings would need to be abandoned in place, complicating the ability to quickly access the pipeline for repairs or emergencies, such as stopping or rerouting natural gas. Additionally, CGS’s current inventory, valued at $140,000.00, would no longer be usable with the new brand equipment and would need to be declared surplus. APPROPRIATION CODE AND AMOUNT: Funds are available. Capital expense 3237323-564000-M2402. Amount not to exceed $790,097.57. USE OF RESERVE FUNDS: STRATEGIC PRIORITY: Installing and maintaining natural gas pipelines to maintain public infrastructure and protect natural lands by implementing environmentally friendly practices. Page 1 City of Clearwater Printed on 12/3/2024 May 13, 2024 CLEARWATER GAS 777 MAPLE ST CLEARWATER, FL 33755 TO WHOM IT MAY CONCERN, S.J. PATTERSON, LLC. IS THE ONLY APPROVED VENDOR IN THE STATE OF FLORIDA FOR PARTS, REPAIR PARTS, PRODUCTS, AND SERVICES FOR TDW (U.S.), INC. STEVE PATTERSON IS AN EXCELLENT REPRESENTATIVE OF OUR COMPANY AND HE WILL ENSURE THAT THE CLEARWATER GAS RECEIVES THE HIGHEST LEVEL OF SERVICE(S) WE OFFER. IF YOU HAVE ANY QUESTIONS OR WOULD LIKE TO SPEAK TO SOMEONE FROM TDW DIRECTLY, PLEASE FEEL TO GIVE ME A CALL. SINCERELY, MATTHEW SLEDGE, P.E. REGIONAL SALES REPRESENTATIVE FOR TDW (256) 290-9669 MATTHEW.SLEDGE@TDWILLIAMSON.COM ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Talladega, Al. 35160 Page 1 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Date Estimate # 11/1/2024 6646 Item Description Qty Cost Total 12363575 ProStopp DS ACTUATOR KIT, 4in 39.25 in. 12363575 2 36,514.00 73,028.00T 12365762 ProStopp HOUSING, 4in 150lb 12365762 2 6,006.00 12,012.00T 12365711 ProStopp DS PLUGGING HEAD, 4in 12365711 2 31,795.00 63,590.00T 12363597 ProStopp DS ACTUATOR KIT, 6in 55in 12363597 2 41,008.00 82,016.00T 12354246 ProStopp HOUSING, 6in 150lb RF 12354246 2 6,006.00 12,012.00T 12353369 ProStopp DS PLUGGING HEAD, 6in 12353369 2 31,795.00 63,590.00T 12363597 ProStopp DS ACTUATOR KIT, 8in 55in 12363597 2 41,008.00 82,016.00T 12355404 ProStopp HOUSING, 8in 150lb RF 12355404 2 7,350.00 14,700.00T T.D. WILLIAMSON PRODUCTS Total Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Talladega, Al. 35160 Page 2 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Date Estimate # 11/1/2024 6646 Item Description Qty Cost Total 12355257 ProStopp DS PLUGGING HEAD, 8in 12355257 2 39,484.00 78,968.00T 12362756 ProStopp DS AIR MOTOR KIT 12362756 2 6,193.00 12,386.00T 12363568 ProStopp DS HYDRAULIC PUMP KIT 12363568 2 7,859.00 15,718.00T 12378186 HOSE KIT 12378186 2 1,420.91 2,841.82T 12366725 ProStopp DS SEAL KIT, 4in 12366725 4 1,329.00 5,316.00T 12366725 ProStopp DS SEAL KIT, 6in 12366725 4 1,329.00 5,316.00T 12366726 ProStopp DS SEAL KIT, 8in 12366726 4 1,589.00 6,356.00T T.D. WILLIAMSON PRODUCTS Total Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Talladega, Al. 35160 Page 3 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Date Estimate # 11/1/2024 6646 Item Description Qty Cost Total 12363500 ProStopp DS 4in MINOR MAINTENANCE KIT 12363500 2 243.00 486.00T 12363500 ProStopp DS 6in MINOR MAINTENANCE KIT 12363500 2 243.00 486.00T 12363502 ProStopp DS 8in MINOR MAINTENANCE KIT 12363502 2 301.00 602.00T 09-0040-0000-00 4'' Shortcutt Valve 285 psi 09-0040-0000-00 2 9,449.00 18,898.00T 09-0041-0000-00 6'' Shortcutt Valve 285 psi 09-0041-0000-00 2 21,399.00 42,798.00T 09-0042-0000-00 8'' Shortcutt Valve 285 psi 09-0042-0000-00 2 23,262.00 46,524.00T 06-5724-0001-00 4'' Valve To Fitting Adapter 06-5724-0001-00 2 1,040.00 2,080.00T 06-5724-0002-00 6'' Valve To Fitting Adapter 06-5724-0002-00 2 1,917.00 3,834.00T T.D. WILLIAMSON PRODUCTS Total Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Talladega, Al. 35160 Page 4 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Date Estimate # 11/1/2024 6646 Item Description Qty Cost Total 06-5724-0003-00 8'' Valve To Fitting Adapter 06-5724-0003-00 2 2,216.00 4,432.00T 05-2173-0000-00 T-203 Tapping Machine w/ Air Motor Drive 740 MWP 1 68,607.33 68,607.33T 05-2173-0000-00 06-1542-0000-00 4'' T-203 Valve Adapter 06-1542-0000-00 1 2,910.00 2,910.00T 06-1543-0000-00 6'' T-203 Valve Adapter 06-1543-0000-00 1 3,789.00 3,789.00T 06-1544-0000-00 8'' T-203 Valve Adapter 06-1544-0000-00 1 4,792.00 4,792.00T 05-0227-0000-00 4'' Cutter Holder 05-0227-0000-00 2 212.18 424.36T T.D. WILLIAMSON PRODUCTS Total Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Talladega, Al. 35160 Page 5 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Date Estimate # 11/1/2024 6646 Item Description Qty Cost Total 05-0326-0000-00 6'' Cutter Holder 05-0326-0000-00 1 2,317.00 2,317.00T 05-0326-0000-00 8'' Cutter Holder 05-0326-0000-00 1 2,317.00 2,317.00T 05-0255-0004-00 4'' Shortstopp Cutter 05-0255-0004-00 2 2,282.35 4,564.70T 05-0330-0006-00 6'' Shortstopp Cutter 05-0330-0006-00 2 2,629.00 5,258.00T 05-0330-0008-00 8'' Shortstopp Cutter 05-0330-0008-00 2 3,408.00 6,816.00T 05-0247-0003-00 4'' Pilot Drill 05-0247-0003-00 1 1,445.36 1,445.36T 05-0293-0002-00 6'' Pilot Drill 05-0293-0002-00 1 1,120.00 1,120.00T 05-0293-0003-00 8'' Pilot Drill 05-0293-0003-00 1 1,245.00 1,245.00T T.D. WILLIAMSON PRODUCTS Total Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Talladega, Al. 35160 Page 6 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Date Estimate # 11/1/2024 6646 Item Description Qty Cost Total 07-1034-0000-00 Shortstopp Plugging/Completion Machine 07-1034-0000-00 1 24,675.00 24,675.00T 06-7265-0000-00 Adapter 06-7265-0000-00 1 2,339.00 2,339.00T 07-0334-0000-00 Completion Plug Holder 07-0334-0000-00 2 3,736.00 7,472.00T FREIGHT FREIGHT WILL BE PREPAID AND ADDED TO THE INVOICE 1 0.00 0.00 T.D. WILLIAMSON PRODUCTS Total Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com ESTIMATE S. J. Patterson Company, LLC 209 South Lake Hills Ln. Page 7 Clearwater Gas System Michelle Blanchard 400 N. Myrtle Ave. Clearwater, FL. 33755 Name/Address Talladega, Al. 35160 Item Description Qty Cost Total SALES TAX SALES TAX IS NOT INCLUDED IN THE QUOTE AND WILL BE ADDITIONAL, WHERE APPLICABLE, UNLESS THE CUSTOMER PROVIDES A COPY OF THEIR TAX EXEMPTION CERTIFICATE. Sales Tax 1 0.00 0.00% 0.00 0.00 T.D. WILLIAMSON PRODUCTS Total $790,097.57 Signature Phone # Fax # E-mail 205-612-1067 256-268-5613 steve@sjpatco.com Date Estimate # 11/1/2024 6646 North & South America: +1 918 447 Europe / Africa / Middle East: +32 67 28 3611 Asia Pacific: +65 www.tdwilliamson.co Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson in the United States and other countries. / TM Trademark of T.D. Williamson in the United States and other countries. / © 2020 TD Willi ProStopp DS™ Double Block and Bleed Isolation Tool Bulletin No: 2020.003.02 Version: 04.2020 Supercedes: 2020.003.01 (03.2020) ProStopp DS is a double block and bleed isolation tool designed to efficiently and economically block flow in a pipeline for repairs, relocations, or tie-ins. This hydraulically activated isolation tool uses an energized seal which allows for one sealing element to cover multiple wall thickness per nominal pipe size. The sealing elements can also be used more than once. The double block and bleed feature increases sealing success while decreasing overall risk and completion time. Once the tool has been inserted into the pipeline, the ProStopp DS sealing elements expand to compress against the inner wall of the pipe. An integrated chip sweep allows for sweeping without the need for separate tools. The plugging head is smaller than the pipeline inner diameter allowing for easier insertion and retraction. The ProStopp DS is designed for use with existing TDW SHORSTOPP® fittings and valves, as well as the SHORTCUTT® valve. The energized seal accommodates all wall thicknesses from Sch 10-60 and bleeds through the housing to eliminate the need for a purge fitting between the two plugging heads. ProStopp DS maximum isolation pressure is 285 psi (20 bar), and can be used in carbon steel lines for gas, liquid, or refined oil products at temperatures from 10°F to 180°F. Dimensions and Part ProStopp DS Isolation Tool 2020.003.02 - North & South America: +1 918 447 Europe / Africa / Middle East: +32 67 28 3611 Asia Pacific: +65 www.tdwilliamson.co Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson in the United States and other countries. / TM Trademark of T.D. Williamson in the United States and other countries. / © 2020 TD Willi Housings Size MWP Weight Inches DN Class Part Number psi Lbs. Kg. 6 150 150 12354246 285 70.4 32 6 150 300 12355805 285 88 40 8 200 150 12355404 285 110 50 8 200 300 12355951 285 136 62 12 300 150 12351505 285 244 111 Tool Stack-up/Stroke Calculation Size Weld Tee Spherical Tee 150# 3-Way Tee 150# Split Tee 300D Spherical Tee 300D (.5DF) Spherical Tee 300D Inches mm Inches mm Inches mm Inches mm Inches mm Inches mm Inches mm 6 152 30 762 31 791 38 968 29 742 31 777 41 1030 8 203 35 898 36 904 44 1137 35 889 37 929 49 1246 10 254 48 1226 49 1246 60 1524 58 1460 60 1512 75 1894 12 305 49 1251 50 1258 63 1601 51 1287 53 1350 71 1797 Jackscrew Actuator Kit* Actuator Overall Rate of Size Travel Length Weight Travel/Revolution Inches DN Inches mm Inches mm Lbs. Kg. Inches mm Part Number 6 to 12 150 to 300 39 997 56 1445 145 66 1/5 5 12363575 6 to 12 150 to 300 55 1397 73 1854 190 86 1/5 5 12363597 6 to 12 150 to 300 75 1905 93 2366 231 105 1/5 5 12363595 * Kit includes Actuator, Decal, Face Spanner Wrench, Crank, Cap Screw and Hex Keys Dimensions and Part ProStopp DS Isolation Tool 2020.003.02 - p North & South America: +1 918 447 Europe / Africa / Middle East: +32 67 28 3611 Asia Pacific: +65 www.tdwilliamson.co Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson in the United States and other countries. / TM Trademark of T.D. Williamson in the United States and other countries. / © 2020 TD Williamson Plugging Heads Size Weight Inches DN Part Number Max. Working Pressure in psi Lbs. Kg. 6 150 12353369 285 51 23 8 200 12355257 285 114 52 10 250 12357565 285 229 104 12 300 12350480 285 392 178 Completion Plug Holders Size Weight Inches DN Part Number Lbs. Kg. 6 - 8 100 - 200 07-0334-0000 2 1 10 - 12 250 - 300 07-0335-0000 2 1 1-1/2” - 3” Completion Plug Holder Typical 4” - 12” Completion Plug Holder Seal Kits* Pipe Dimensions Size MWP Maximum ID Minimum ID 12 300 * Kit includes Chip Sweep and 2 Seals 12366728 285 12 315 12 295 Accessories Type Part Number Handle 00-3164-0001 Air Motor Kit 12362756 Hydraulic Kit 12363568 Inches DN Part Number psi Inches mm Inches mm 6 150 12366725 285 6 162 6 149 8 200 12366726 285 8 212 8 198 10 250 12366727 285 10 265 10 247 Dimensions and Part ProStopp DS Isolation Tool 2020.003.02 - p North & South America: +1 918 447 Europe / Africa / Middle East: +32 67 28 3611 Asia Pacific: +65 www.tdwilliamson.co Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson in the United States and other countries. / TM Trademark of T.D. Williamson in the United States and other countries. / © 2020 TD Williamson Minor Maintenance Kit* Size (inch) Part Number 6 12363500 8 12363502 10 12363504 12 12363492 * Kit includes O-rings and Guide Ring Major Maintenance Kit Size (inch) Part Number 6 12363499 8 12363501 10 12363503 12 12363445 * Kit includes O-rings and Guide Ring T.D. Williamson, P.O. Box 3409 Tulsa, Oklahoma 74101-3409 918-447-100 Fax: 918-446-632 www.tdwilliamson.c Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson, Inc. in the United States and foreign countries / TM Trademark of T.D. Williamson, Inc. in the United States and foreign countries / © Copyright 2009. All rights reserved T.D. Willi I / Pi t d i USA Distribution Valves Sizes: 2- through 12-inch Bulletin No: 2010.001.02 Date: January 2009 Cross Indexing No: n/a Supersedes: 2010.001.01 (2/00) Typical Setup 4” (100 mm) through 12” (300 mm) SHORTSTOPP® II Plugging Machine (or tapping machine) TDW’s line of distribution valves includes the SHORTCUTT® 500 Valve, SHORTCUTT® Valve and SHORTSTOPP® Valve. All are designed for use with the SHORTSTOPP® Plugging Systems for Hot Tapping and SHORTSTOPP® Plugging Operations. They are temporary valves that are used with TDW drilling or tapping machines and SHORTSTOPP® Plugging Machines. Their compact size reduces the travel required for the drilling machine’s boring bar to make taps. The valves are full opening, permitting passage of TDW drills, hole saws, cutters, plugging heads and completion plugs. The SHORTCUTT Valve body is constructed of pressure-quality cast iron. The SHORTSTOPP Valve body is constructed of aluminum. SHORTCUTT 500 Valves are constructed of ductile iron. The 2” and 3” (DN 50 and DN 80) SHORTCUTT 500 Valves replace the SHORTCUTT 2” and 3” valves to accommodate higher pressure lines. The maxiumum working pressure is 500 psi at 100°F (35 bar at 38°C) or 460 psi at 180°F (31 bar at 82°C). The SHORTCUTT Valves accommodate 4” through 12” (DN 100 - DN 300) lines. The maxiumum working pressure is 275 psi at 100°F (19 bar at 38°C) or 245 psi at 180°F (17 bar at 82°C). These valve sizes meet ASME Class 150 bolt pattern. The SHORTSTOPP Valves accommodate 2” through 6” (DN 50 - DN 150) lines. The maximum working pressure of the 2” and 3” is 500 psi at 100°F (35 bar at 38°C) or 460 psi at 180°F (31 bar at 82°C). The maximum working pressure of the 4” and 6” is 275 psi at 100°F (19 bar at 38°C) or 245 psi at 180°F (16 bar at 82°C). ISO 9001 Certified Toll Free 1-888-TDWmSon (839-6766) T.D. Williamson, P.O. Box 3409 Tulsa, Oklahoma 74101-3409 918-447-100 Fax: 918-446-632 www.tdwilliamson.c Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson, Inc. in the United States and foreign countries / TM Trademark of T.D. Williamson, Inc. in the United States and foreign countries / © Copyright 2009. All rights reserved T.D. Willi I / Pi t d i USA Distribution Valves 2010.001.02 - p2 SHORTCUTT® 500 Valves Size Weight SHORTCUTT® 500 2” Ductile Iron Valve SHORTCUTT® 500 3” Ductile Iron Valve SHORTCUTT® Valves Size Weight Inches DN Lbs. Kg. Part Number 4 100 78 35 09-0040-0000 6 150 142 64 09-0041-0000 8 200 207 94 09-0042-0000 12 300 454 206 09-0044-0000 SHORTCUTT® 4” - 12” Cast Iron Valve Includes operating handles SHORTSTOPP® Valves Size Weigh t Inches DN Lbs. Kg. Part Number 4 100 50 23 09-0696-0000 SHORTSTOPP® 4” & 6” Aluminum Valve 6 150 75 34 09-0697-0000 Inches DN Lbs. Kg. Part Number 2 50 12.5 6 09-0758-0000 3 80 27 12 09-0759-0000 T.D. Williamson, P.O. Box 3409 Tulsa, Oklahoma 74101-3409 918-447-100 Fax: 918-446-632 www.tdwilliamson.c Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson, Inc. in the United States and foreign countries / TM Trademark of T.D. Williamson, Inc. in the United States and foreign countries / © Copyright 2009. All rights reserved T.D. Willi I / Pi t d i USA Distribution Valves 2010.001.02 - p3 2” (50 mm) and 3” (80 mm) 4” (100 mm) and 12” (300 mm) SHORTCUTT® 500 Valve Dimensions — 2” and 3” (DN 50 and DN 80) Size A B C D E Bore Inches DN Inches mm Inches mm Inches mm Inches mm Inches mm Inches mm 2 50 3-3/16 81 -- -- 6-5/8 168 5-5/8 142 4-1/4 108 2-7/32 56 3 80 4-1/8 104 -- -- 10-1/8 257 7-3/4 196 6-3/8 162 3-1/4 83 SHORTCUTT® Valve Dimensions — 4” through 12” (DN 100 - DN 300) Size A B C D E Bore Inches DN Inches mm Inches mm Inches mm Inches mm Inches mm Inches mm 4 100 4-1/4 108 18 457 13-1/2 343 9 229 9 229 4-1/8 105 6 150 5-1/4 133 22-9/16 573 18-1/16 459 11 279 12-9/16 319 6-1/8 156 8 200 5-1/2 140 27 686 22-1/4 565 13-1/2 343 15-11/16 398 8-1/16 205 12 300 6 152 37-5/8 956 32 813 19 483 22-1/2 572 12-1/8 308 SHORTSTOPP® Valve Dimensions — 2” through 6” (DN 50 - DN 150) Siz e A B C D E Bore Inches DN Inches mm Inches mm Inches mm Inches mm Inches mm Inches mm 2 50 2-5/8 67 13-5/8 346 N/A N/A 4-5/16 110 9-7/8 251 2-1/16 52 3 80 4-5/16 102 19-3/8 492 N/A N/A 5-3/4 146 15-3/8 391 3-1/4 83 4 100 4-1/2 114 24-3/8 619 N/A N/A 8-9/16 217 18-1/8 460 4-1/8 105 6 150 5-1/4 133 31-3/4 806 N/A N/A 10-3/4 273 25 635 6-1/4 159 D E A C D E A C B Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson in the United States and other countries. / TM Trademark of T.D. Williamson in the United States and other countries. / © Copyright 2019 All rights reserved. T.D. Williamson Description Features T-203 Tapping Machine Sizes: 4- to12-inch Bulletin No: 1000.003.02 Date: 10.2019 Supersedes: 1000.003.001(12.2017) Tapping machines are used to make connections to pipelines, tanks and plant piping and are used to make hot taps in preparation for plugging machine applications. The T-203 Tapping Machine is used for making 4" to 12" (DN 100 to DN 300) taps without shutdown in pipelines, primarily for the installation of TDW SHORTSTOPP® Plugging Machines. The T-203 Tapping Machine has an adjustable automatic feed rate of 0 to 1/8" per revolution for any cutting condition. The T-203 Tapping Machine operates at a maximum of 740 psi (50 bar) @ 100°F (38°C). Its operating temperature is -20° F (-29° C) to 180°F (82°C) @ 675 psi (46 bar). It weighs 241 pounds (109 kg.), including the air motor drive, which is standard equipment. Lightweight with a low center of gravity, it is designed to be easy to handle and to operate. The T-203 Tapping Machine also features a four-bolt attachment to the valve adapter. This provides a simple, rigid makeup with proper cutter alignment. North & South America: +1 918 447 5000 Europe / Africa / Middle East: +32 67 28 3611 Asia Pacific: +65 6364 8520 www.tdwilliamson.com Model T-203 Air Motor Drive Cutter Holder Cutter Valve Adapter Pilot SHORTCUTT® Valve Type II Adapter Gasket Fitting Data subject to change without notice. / Dimensions not for construction unless certified. / ® Registered trademark of T.D. Williamson in the United States and other countries. / TM Trademark of T.D. Williamson in the United States and other countries. / © Copyright 2019 All rights reserved. T.D. Williamson T-203 Tapping Machine 1000.003.02- p2 Wt./Lb. Wt./Kg. Part Number with air drive assembly and carrying case 366 166 05-2173-0000 with hydraulic drive assembly and carrying case 400 181 05-2174-0000 Specifications Boring Bar Travel Overall Length Rate of Travel per revolution Feed Mechanism Inch mm Inch mm Inch mm 36 914 58 1473 0-1/8 0-3 adjustable, automatic Operating Specifications Maximum Operating Temperature 180°F (82°C) @ 675 psi (46 bar) Adapters Max. Working Max. Working Pressure Class 150 Pressure Class 300 Inch mm psi Wt./Lb. Wt./Kg. Part Number psi Wt./Lb. Wt./Kg. Part Number 4 100 285 29 13 06-1542-0000 740 38 17.2 06-7370-0000 6 150 285 39 18 06-1543-0000 740 65 29.5 06-7371-0000 8 200 285 60 27 06-1544-0000 740 95 43.1 06-7372-0000 10 250 285 87 39 06-1545-0000 740 140 63.5 06-7373-0000 12 300 285 130 59 06-1546-0000 740 205 93 06-7374-0000 Cutters & Pilot Drills SHORTSTOPP® Cutters SHORTSTOPP® Pilot Drills Nominal Size Actual Size Weight Weight Inches mm Inches mm Lb. Kg. Part Number Lb. Kg. Part Number Spare U-Rods 4 100 3-7/8 98 3 1 05-0255-0004 1 .5 05-0247-0003 00-1424-0005 6 150 5-7/8 149 8-3/4 4 05-0330-0006 2 05-0293-0002 00-1424-0003 8 200 7-3/4 197 20 9 05-0330-0008 2 1 05-0293-0003 00-1424-0003 10 250 9-3/4 248 23 10 05-0330-0010 2 1 05-0293-0004 00-1424-0003 12 300 11-3/4 299 40 18 05-0330-0012 2.5 1.1 05-0293-0005 00-1424-0003 Cutter Holders, Bleeder Valve & Nipple Inch mm Wt./Lb. Wt./Kg. Part Number Cutter Drive Key 4 80 0.5 0.25 05-0227-0000 Cutter Holder 6-12 150-300 9 4 05-0326-0000 Bleeder Valve -- -- -- -- 00-0774-0001 Nipple -- -- -- -- 00-0220-0001 Spare U-Rods 4 -- -- -- 00-1424-0005 Spare U-Rods 6-12 -- -- -- 00-1424-0003 North & South America: +1 918 447 5000 Europe / Africa / Middle East: +32 67 28 3611 Asia Pacific: +65 6364 8520 www.tdwilliamson.com Dimensions and Part Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1468 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Authorize a purchase order to Trillium Transportation Fuels, LLC of Houston Texas, to provide electronic monitoring services and preventative maintenance for two Compressed Natural Gas (CNG) fueling stations in the annual not-to-exceed amount of $115,000.00 for the initial term December 1, 2024 through November 30, 2025, with three, one-year renewal options pursuant to ITB 61-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: On August 30, 2024, Invitation to Bid (ITB) 61-24 for the maintenance and monitoring of CNG Fuel Stations was issued, with notifications sent to five companies likely interested in providing these services. The bid was also posted on the City’s website and the State of Florida’s website. Trillium Transportation Fuels, LLC was the only bidder who met the bid specifications and was deemed responsive and responsible. Trillium has successfully provided these services to Clearwater Gas System (CGS) for several years, demonstrating high-quality performance. CGS is recommending awarding Trillium the contract for maintenance, remote monitoring, diagnosis, and repairs for two CNG stations: one located on Hercules Ave and the other at the transfer station on Old Coachman Rd. The contract details are as follows: Maintenance: $66,000.00 annually ·Hercules station maintenance contract: $33,000 annually ($2,750 monthly) ·Transfer station maintenance contract: $33,000 annually ($2,750 monthly) Monitoring, Parts & Incidental Repairs: $49,000.00 ·Remote monitoring for Hercules station: $15,000 annually ($1,250 monthly) ·Parts & incidental repairs (for both stations): $34,000 annually APPROPRIATION CODE AND AMOUNT: CGS has budgeted funds available in account code 3237323-530300-96387 STRATEGIC PRIORITY: Deliver effective and efficient services by optimizing City Assets and Resources. 1.2, 1.3 Page 1 City of Clearwater Printed on 12/3/2024 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID #61-24 CNG Fuel Stations Maintenance & Monitoring August 30, 2024 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, September 30, 2024, to provide CNG Fuel Stations Maintenance and Monitoring. Brief Description: The City of Clearwater’s Gas System seeks a qualified contractor for a term contract to provide a range of services, including electronic monitoring and notification, as well as preventive maintenance for Compressed Natural Gas Fueling Station(s). Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Milisa Harris Procurement Analyst Milisa.Harris@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 2 ITB #61-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: September 30, 2024 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 3 ITB #61-24 certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 4 ITB #61-24 page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not INSTRUCTIONS CNG Fuel Stations Maintenance & Monitoring 5 ITB #61-24 constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION CNG Fuel Stations Maintenance & Monitoring 6 ITB #61-24 i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: August 30, 2024 Advertise Tampa Bay Times: 09/04/2024 Bids due: 09/30/2024 Review bids: 9/30/24 – 10/11/2024 Award recommendation: October 2024 Council authorization: November 2024 Contract begins: November 2024 STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 7 ITB #61-24 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 8 ITB #61-24 Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A 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. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 9 ITB #61-24 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. 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: 727-444-7151 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: STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 10 ITB #61-24 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within 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 STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 11 ITB #61-24 calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement 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. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 12 ITB #61-24 S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 13 ITB #61-24 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. 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. STANDARD TERMS AND CONDITIONS CNG Fuel Stations Maintenance & Monitoring 14 ITB #61-24 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 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 CNG Fuel Stations Maintenance & Monitoring 15 ITB #61-24 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,904 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 2. BACKGROUND. City of Clearwater’s Gas System manages two (2) Compressed Natural Gas (CNG) fueling stations in Clearwater, Florida. The primary station, Clearwater Gas CNG Station, open to the public, serves as the city’s main fueling site. The second station, located at the City of Clearwater’s Solid Waste Transfer Station, is designated specifically for fueling City CNG transfer trucks. Refer to Exhibit A – Clearwater Compressed Natural Gas Station Locations. Site locations: Clearwater Gas CNG Station City of Clearwater Solid Waste Transfer Station 1020 N Hercules Ave 1005 Old Coachman Rd Clearwater, FL 33765 Clearwater, FL 33765 3. SCOPE OF WORK. The City of Clearwater Gas System (CGS) is seeking responses from qualified Contractor(s) to provide a range of services, including electronic monitoring and notification, as well as preventive maintenance (PM) for CNG Fueling Stations. The services shall encompass the listed items, covering all parts and labor required for any necessary repairs. The components outlined below provide a general guide for the expected monthly preventative maintenance coverage for each item. Contractors should follow the manufacturer's recommended monthly maintenance and adhere to industry best practices for all equipment and related auxiliary systems. Compressors (ANGI)  Start all compressors if possible and check all pressure and start/stop settings and adjust as appropriate.  Check for fault codes, alarms and record  Inspect skid and enclosure for damage, corrosion, leaks and priority panel operation  Verify gas inlet valve and compressor inlet valves close upon ESD activation  Inspect HMI for proper function (i.e. display, contrast, function, etc.)  Check oil levels as well as the day tank and fill as needed  Check operating pressure and temperatures  Visually inspect PRV’s for blockage and operation  Check for unusual noises or vibrations  Record all operating conditions  Drain all filters  Check methane detectors/fan or system  Inspect compressor hold down and shims for proper torque  Drain Receiver tank  Visually inspect and snoop all piping, tubing and hoses for leaks, abrasion or vibration DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 16 ITB #61-24 Dryer  Check for alarms and notifications  Verify that the dew point reading is within tolerance  Check filter differential pressure while running  Check for gas leaks  Check for Damage  Check filters for Condensate  Visually Inspect PRV’s  Take dryer logs (dew Point, pressure reading)  Visually inspect and snoop all piping Priority Panel and Gas Storage Inspection  Check fault logs and active faults  Visually inspect Pressure Relief Valve (PRV)’s and vent stack  Visually inspect and snoop all piping, tubing and hoses for leaks, abrasion or vibration  Inspect storage vessel(s) for signs of damage/rust Fast Fill Inspection  Visually inspect and snoop all piping, tubing and hoses for leaks, abrasion  Inspect hoses, nozzles, valves, and breakaways for leaks or damage  Observe operation of fill posts Site Inspection  Test Emergency Shutdown (ESD) system  Check area lighting  Complete maintenance documentation  Review findings with designated onsite personnel No work shall be performed without prior approval from a City-designated representative. The City shall not be obligated to pay for any work that is not approved in advance. 4. CONTRACTOR RESPONSIBILITY. Contractors shall, at minimum, meet the following requirements: A. Be equipped with a laptop PC with modem or Wi-Fi connectivity to remotely access the compressor control panel. B. Respond to service calls within two (2) hours, twenty-four (24) hours a day, seven (7) days a week. Contractor shall provide a list of personnel assigned to the City no later than thirty (30) days after an Intent to Award has been issued. C. Provide remote monitoring of compressor health and operations, diagnose maintenance or operational issues, and resolve fault codes (when possible) for the Hercules CNG station only. D. Test and verify system functionality after completing any repair or maintenance work before leaving the site. The contractor shall maintain standard consumables as part of the routine monthly maintenance service. E. Generate a monthly report detailing maintenance and repairs (if any) performed and submit it to CGS within one (1) week of completion. F. Monitor and inform the City of upcoming service intervals, though this work is not included in routine maintenance services. DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 17 ITB #61-24 G. The Contractor’s technician shall physically visit and inspect the facilities weekly for the purpose of checking on the status of the station equipment and making necessary or appropriate adjustments to the equipment. H. Ensure that all personnel be required to wear company issued uniform with identification, use the appropriate Personal Protective Equipment (PPE), and adhere to all company and Occupational Safety and Health Administration (OSHA) safety standards. 5. EQUIPMENT/VEHICLES. A. All equipment and vehicles shall be in optimal operating condition, free of oil and fluid leaks, and properly maintained to ensure the safety of City residents, City personnel, and Contractor personnel. B. All vehicles used under this contract shall prominently display the company name, logo, and telephone number on both sides. Vehicles shall be clean, well-maintained, painted to present a neat, professional appearance, and free of any leaking fluids. 6. CITY’S RESPONSIBILITY. The City shall, at minimum, meet the following responsibilities: A. The City shall designate a CGS Representative to oversee the administration of the Contract. B. CGS Representative shall assist with planning, strategy, and setting objectives before work begins. C. CGS Representative shall respond promptly to issues and inquiries to avoid delays in the progress, completion, or compensation of the work. D. Upon award, City shall provide a method for technicians to access the fueling stations twenty-four (24) hours a day, seven (7) days a week. 7. PRICING. The pricing for monthly preventive maintenance shall be all-inclusive, covering labor, equipment, materials, tools, incidentals, and any other related services or charges necessary to complete the work outlined in this solicitation. No additional charges shall be accepted for equipment transport, fuel, fuel surcharges, disposal fees/increases, travel time, wait time, labor, insurance charges/increases, or any other unlisted fees. Any other maintenance work, such as the replacement of wear-and-tear items (e.g., valves, gaskets, etc.), outside of the preventive maintenance pricing, shall be billed at the rate agreed upon and listed in the BID PRICING section on page 22 of the solicitation. 8. MINIMUM QUALIFICATIONS. Contractors shall have a minimum of three (3) years’ experience to service ANGI CNG Fueling equipment. 9. REFERENCES. Contractors shall provide with bid submittal a minimum of (3) references in which similar services have been provided in the last three (3) years for CNG fueling facilities, including CNG compressors, natural gas dryers, CNG dispensers, and PLC-based equipment controllers is required. 10. 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. DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 18 ITB #61-24 Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. e. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set DETAILED SPECIFICATIONS CNG Fuel Stations Maintenance & Monitoring 19 ITB #61-24 forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, ITB #61-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES CNG Fuel Stations Maintenance & Monitoring 20 ITB #61-24 1. BEGINNING AND END DATE OF INITIAL TERM. November 2024 – October 2025 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Three (3), One (1) year renewal possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://www.bls.gov/cpi/home.htm) The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION CNG Fuel Stations Maintenance & Monitoring 21 ITB #61-24 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form Minimum of three customer (3) references – match requirements W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING CNG Fuel Stations Maintenance & Monitoring 22 ITB #61-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish CNG Monthly Preventative Maintenance to the City of Clearwater at the price(s) stated below. Item No. Description Quantity Unit Price Per Unit LINE SUBTOTAL 1 Monthly Preventative Maintenance (Hercules Station) 1 Month $ $ 2 Monthly Preventative Maintenance (Solid Waste Transfer Station) 1 Month $ $ 3 Remote Monitoring (Hercules Filling Station only) 1 Month $ $ 4 Base Labor Pricing (8 am to 5 pm) - Per Mechanic 1 Hour $ $ 5 After Hours & Weekends/ Holidays - Per Mechanic 1 Hour $ $ 6 Non-Ariel Parts, Oil and Consumables N/A Cost + % $ $ 7 Ariel Compressor Parts N/A Cost + % $ $ 8 Travel Time (Business Hours 8 am to 5 pm) 1 Hour $ $ 9 Travel Time (After Hours/Weekends/Holiday) 1 Hour $ $ 10 Travel Mileage 1 Mile $ $ 11 Waste Disposal Fees N/A Cost + % $ $ TOTAL $ *Please note any minimum billing requirements DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA CNG Fuel Stations Maintenance & Monitoring 23 ITB #61-24 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name: Date: ____ VENDOR INFORMATION CNG Fuel Stations Maintenance & Monitoring 24 ITB #61-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM CNG Fuel Stations Maintenance & Monitoring 25 ITB #61-24 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORM CNG Fuel Stations Maintenance & Monitoring 26 ITB #61-24 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. _______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM CNG Fuel Stations Maintenance & Monitoring 27 ITB #61-24 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE OFFER CERTIFICATION CNG Fuel Stations Maintenance & Monitoring 28 ITB #61-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES CNG Fuel Stations Maintenance & Monitoring 29 ITB #61-24 Instructions: Contractors shall provide with bid submittal a minimum of (3) references in which similar services have been provided in the last three (3) years for CNG fueling facilities, including CNG compressors, natural gas dryers, CNG dispensers, and PLC-based equipment controllers. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name: Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER CNG Fuel Stations Maintenance & Monitoring 30 ITB #61-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #61-24, CNG Fuel Stations Maintenance & Monitoring Due Date: September 30, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #61-24, CNG Fuel Stations Maintenance & Monitoring Due Date: September 30, 2024, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 CITY OF CLEARWATER ITB # 61-24, CNG Fuel Stations Mainenance & Monitoring DUE DATE: September 30, 2024; 10:00 AM BID TABULATION Item No.Description Quantity Unit Price(UOM) Total Price 1 Monthly Preventative Maintenance (Clearwater Gas Station)1 $2,750.00 $ 2,750.00 2 Monthly Preventative Maintenance (Solid Waste Transfer Station)1 $2,750.00 $ 2,750.00 3 Remote Monitoring (Clearwater Gas Filling Station only)1 $1,250.00 $ 1,250.00 4 Base Labor Pricing (8 am to 5 pm) - Per Mechanic 1 $150.00 $ 150.00 5 After Hours & Weekends/Holidays - Per Mechanic 1 $205.00 $ 205.00 6 Non-Ariel Parts, Oil and Consumables N/A Cost + 10% 7 Ariel Compressor Parts N/A List Price 8 Travel Time (Business Hours 8 am to 5 pm)1 $150.00 $ 150.00 9 Travel Time (After Hours/Holiday)1 $205.00 $ 205.00 10 Travel Milage 1 $0.00 $ - 11 Waste Disposal Fees N/A Cost + 10% Total Bid Items 1 – 11: $ 7,460.00 NOTE: Items with a star ( ) indicates intent to award. Trillium Transportation Fuels, LLC Page 1 of 1 1)Trillium Transportation Fuels, LLC 2929 Allen Parkway Suite 4100 Houston, TX 77019 (713)332-5726 ADVERTISED: TAMPA BAY TIMES Wednesday, September 4, 2024 POSTED:myclearwater.com 8/30/2024 - 9/30/2024 Extended until 10/15/2024 FOR THE CITY OF CLEARWATER Due/Opening: September 30, 2024; 10:00 a.m. Extended until October 15, 2024; 10:00 a.m. INVITATION TO BID No. 61-24 CNG Fuel Stations Maintenance & Monitoring Solicitation Response Listing November 7, 2024 NOTICE OF INTENT TO AWARD Clearwater Gas System and the Procurement Division recommend award of ITB No. 61-24, CNG Fuel Stations Maintenance and Monitoring, to Trillium Transportation Fuels, LLC, of Houston, Texas, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount of $115,000.00, for a period of one (1) year, with three (3), one (1) year renewal options. This Award recommendation will be considered by the City Council at the December 2, 2024, Work Session (1:30 p.m.) and voted on at the December 5, 2024, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at milisa.harris@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst City of Clearwater CNG Fuel Stations Maintenance & Monitoring Invitation to Bid #61-24 Trillium Proposal Response September 30, 2024 Trillium Contract Exceptions VENDOR INFORMATION CNG Fuel Stations Maintenance & Monitoring 24 ITB #61-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. Trillium Transportation Fuels, LLC 2929 Allen Parkway, Suite 4100 Houston TX 77019 bids@trilliumenergy.com trilliumenergy.com 713-332-5726 713-354-5361 078749247 Dale Charpentier 346-397-7475 dale.charpentier@trilliumenergy.com 713-354-5361 Dale Charpentier dale.charpentier@trilliumenergy.com346-397-7475 713-354-5361 REFERENCES CNG Fuel Stations Maintenance & Monitoring 29 ITB #61-24 Instructions: Contractors shall provide with bid submittal a minimum of (3) references in which similar services have been provided in the last three (3) years for CNG fueling facilities, including CNG compressors, natural gas dryers, CNG dispensers, and PLC-based equipment controllers. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Project Name: Washington Gas Light Company Contract Value: $500,000.00 Date Began: 9/26/2014 Date Completed: 10/31/2025 Address 6801 Industrial Road City / State / Zip Springfield, VA 22151 Contact Person: Griffin Baum Email: gbaum@washgas.com Phone: (703) 750-4389 Fax: (703) 750-4882 Notes: Preventative Maintenance & Emergency Repairs. Reference # 2 Project Name: Salt Lake City Waste and Recycling Contract Value: $181,000.00 Date Began: 12/10/2021 Date Completed: 12/09/2026 Address 2010 West 500 South City / State / Zip Salt Lake City, UT 84104 Contact Person: Christopher Bell Email: Christopher.Bell@slcgov.com Phone: (801) 535-6952 Fax: Not Applicable. Notes: CNG Time Fill Site Maintenance and Repair Services. Reference # 3 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name: Date: REFERENCES CNG Fuel Stations Maintenance & Monitoring 29 ITB #61-24 Instructions: Contractors shall provide with bid submittal a minimum of (3) references in which similar services have been provided in the last three (3) years for CNG fueling facilities, including CNG compressors, natural gas dryers, CNG dispensers, and PLC-based equipment controllers. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name: Date: Richmond International AiportCNG Plant Maintenance and Repair $17,393.79 10/01/2021 Richmond, VA 23250-2400 1 Richard E. Byrd Terminal Drive, Richmond International Airport 09/30/2026 Brad Christopher Bchristopher@flyrichmond.com 804-226-8507 Last contract extension is 10/01/2025 - 09/30/2026 Trillium USA Company, LLC 9/25/2024 BID PRICING CNG Fuel Stations Maintenance & Monitoring 22 ITB #61-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish CNG Monthly Preventative Maintenance to the City of Clearwater at the price(s) stated below. Item  No.  Description  Quantity  Unit  Price Per  Unit  LINE SUBTOTAL  1 Monthly Preventative Maintenance (Hercules  Station)  1 Month $2,750.00 $2,750.00  2 Monthly Preventative Maintenance (Solid  Waste Transfer Station)  1 Month $2,750.00 $2,7500.00  3 Remote Monitoring (Hercules Filling Station  only)  1 Month $1,250.00 $1,250.00  4 Base Labor Pricing (8 am to 5 pm) ‐ Per  Mechanic, (Note:  4 Hour Minimum Charge for  Call Outs).  1 Hour $150.00 $150.00  5 After Hours & Weekends/ Holidays ‐ Per  Mechanic, (Note:  4 Hour Minimum Charge for  Call Outs).  1 Hour $205.00 $205.00  6 Non‐Ariel Parts, Oil and Consumables N/A Cost + % Cost + 10% Cost + 10%  7 Ariel Compressor Parts** N/A Cost + % List Price List Price  8 Travel Time (Business Hours 8 am to 5 pm) 1 Hour $150.00 $150.00  9 Travel Time (After Hours/Weekends/Holiday) 1 Hour $205.00 $205.00  10 Travel Mileage 1 Mile $0.00 $0.00  11 Waste Disposal Fees N/A Cost + % Cost + 10% Cost + 10%  TOTAL $  *Please note any minimum billing requirements      **Note:  Ariel Compressor Parts shall be quoted at “List Price.”    DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS:  City of Clearwater’s standard payment terms are NET30 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1415 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Approve a purchase order to Metropolitan Life Insurance Company dba MetLife for life insurance premiums for City Basic Life, Classified Non-SAMP Life, SAMP Life, SAMP Supplemental Life, Retiree Life, and Long-Term Disability (LTD) coverage in the amount not to exceed $849,000 for a three-year term beginning from January 1, 2025 through December 31, 2027, pursuant to RFP 60-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater offers life insurance for approximately 1400 employees and long-term disability for 55 employees as part of our comprehensive group benefits program. Unum has been the provider of Basic Life insurance, Classified Non-SAMP Life, SAMP Supplemental Life, Retiree Life and Long-Term Disability since 2012 and this benefit was due for a competitive marketing of rates. On September 4, 2024, the City issued RFP 60-24, Life Insurance and Long-Term Disability Insurance and received ten responses on October 1, 2024. A committee comprised of staff representing the Finance Department and Human Resources independently reviewed each submittal received from ten qualified vendors and MetLife was the top ranked firm. Met Life offers equivalent group life insurance benefits with a 47% reduction in cost, a three-year rate guarantee, and additional services such as beneficiary support, grief counseling, will preparation, estate resolution, funeral discounts and planning, and financial wellness services. The group life insurance benefits provided by MetLife include: ·Classified Non-SAMP Life Insurance: Coverage equal to 1.5 times the employee’s annual base salary capped at $50,000. ·SAMP Life Insurance: Coverage equal in an amount equivalent to 1 times the employee’s annual base salary. ·Voluntary SAMP Supplemental Life Insurance: Coverage offered in increments of $50,000, up to a maximum of $500,000 with premiums payroll-deducted from the employee’s salary. ·Basic Life Insurance: Coverage of $2,500 for all employees, excluding Classified Non-SAMP employees. ·Basic Life insurance for Retirees: Coverage of $1,000 for grandfathered retirees. ·Long Term Disability Insurance: Available to employees who are not enrolled in the City Pension Plan. APPROPRIATION CODE AND AMOUNT: Funds are available in the Central Insurance Fund code 5907590-545500 (Insurance Premium-Life) and 5907590-545700 (Insurance Premium- Disability) to fund this contract. The Central Insurance Fund is an internal service fund of the City. Funding will be included in the fiscal year 2026/27 budget for the final year of the contract. STRATEGIC PRIORITY: High Performing Government: Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance. The Human Resources department has the responsibility to review, confirm and document the reasonableness of plan expenses and services. The RFP process reaped continued savings on premiums for three years. Superior Public Service: Attract and retain top-quality personnel through the maintenance of a competitive compensation program. The continued savings on premiums is a benefit as part of the overall Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1415 compensation package to all employees. Page 2 City of Clearwater Printed on 12/3/2024 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4630 Tel v 07.2021 REQUEST FOR PROPOSALS #60-24 Life Insurance and Long-Term Disability Insurance August 30, 2024 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, October 1, 2024, to provide event production services. Brief Description: The City of Clearwater (City) is seeking experienced and qualified firms that demonstrate the highest level of ability to provide both Life Insurance and Long-Term Disability Insurance. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement contact below: Kelly Rogers Procurement Analyst II kelly.rogers@myclearwater.com This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com INSTRUCTIONS Life Insurance & Long-Term Disability Insurance 2 RFP #60-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their 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: October 1, 2024 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 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 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 Life Insurance & Long-Term Disability Insurance 3 RFP #60-24 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 Life Insurance & Long-Term Disability Insurance 4 RFP #60-24 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 Life Insurance & Long-Term Disability Insurance 5 RFP #60-24 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 Life Insurance & Long-Term Disability Insurance 6 RFP #60-24 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: No. Criteria Maximum Points 1 Proposed Cost 35 Points 2 Benefit Design Strength 35 Points 3 References 15 Points 4 Customer Service Ability 15 Points Total Possible Points 100 Points 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. INSTRUCTIONS – EVALUATION Life Insurance & Long-Term Disability Insurance 7 RFP #60-24 i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: August 30, 2024 Advertise Tampa Bay Times: September 4, 2024 Responses due: October 1, 2024 Review proposals: October 1 – 11, 2024 Presentations (if requested): The week of October 21, 2024 Award recommendation: October 2024 Council authorization: November 2024 Contract begins: January 1, 2025 STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 8 RFP #60-24 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 9 RFP #60-24 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 10 RFP #60-24 S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 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 Life Insurance & Long-Term Disability Insurance 11 RFP #60-24 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 12 RFP #60-24 assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 13 RFP #60-24 a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 14 RFP #60-24 S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. STANDARD TERMS AND CONDITIONS Life Insurance & Long-Term Disability Insurance 15 RFP #60-24 S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Life Insurance & Long-Term Disability Insurance 16 RFP #60-24 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,904 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 2. BACKGROUND SUMMARY. Life Insurance The City’s life insurance program is currently provided by Unum Life Insurance Company of America. The City provides benefits to the following classes of employees; • Class 1 – All Eligible Active Employees Scheduled to Work at least 37.5 Hours Per Week (excluding employees in Classes 2, 3 and 4) and Mayor and Council Members • Class 2 – All Eligible Retirees • Class 3 – All Eligible Active Classified Non-SAMP Employees Scheduled to Work at least 37.5 Hours Per Week • Class 4 – All Eligible Active Employees designated as SAMP Employees Scheduled to Work at least 37.5 Hours Per Week All Class 1 employees receive a $2,500 benefit, Class 2 retirees receive a $1,000 benefit, Class 3 employees receive a one and one-half times annual earnings benefit, and Class 4 employees receive a onetime annual earnings benefit. Supervisory and Management (SAMP) employees may also purchase a benefit of one, two, or three-times annual salary as an additional voluntary benefit. It is the goal of the City to maintain this current program. Long-Term Disability Insurance The City’s Long-Term Disability (LTD) insurance program is currently provided by Unum Life Insurance Company of America. The City provides benefits to the following classes of employees; • Class 1 – All Eligible Active Employees Scheduled to Work at least 37.5 Hours Per Week and Mayor and Council Members who are not eligible for the employer’s pension plan. All Class 1 employees receive a benefit of 60% of their basic monthly earnings up to a maximum of $5,000. It is the goal of the City to maintain this current program. DETAILED SPECIFICATIONS Life Insurance & Long-Term Disability Insurance 17 RFP #60-24 3. UNDERWRITING INFORMATION. • Effective Date: January 1, 2025 • Plans Requested: The City is requesting proposals for life insurance and LTD insurance based on the following assumptions: o The goal of the City is to maintain quality insurance programs with benefits and premiums/costs comparable to or better than the plan currently in force. o The City reserves the right to add, remove or modify plan coverages as needed throughout the contract term. Proposers are encouraged to be creative in their submittals. If proposers are unable to provide the programs requested, alternative programs can be submitted for consideration. • Proposal Forms: The Section A form includes examples that illustrate how all rates and benefits should be presented. • Renewal Notification: The insurance company must provide a renewal notification 180 days before the renewal date. • Term of Contract: The City is seeking an initial 3-year rate guarantee for all lines of coverage, with an optional 2-year renewal period at the City’s discretion. • Employee Waiting Period for Benefits: Full-time employees are eligible for benefits after 90 days of continuous Active Work. • Agent Compensation: Please provide proposals net of commissions. • Rate History LIFE INSURANCE 2020 2021 2022 2023 2024 Unum Unum Unum Unum Unum Class 1 $0.335 $0.335 $0.304 $0.304 $0.304 Class 2 $3.780 $3.780 $3.430 $3.430 $3.430 Class 3 $0.335 $0.335 $0.304 $0.304 $0.304 Class 4 $0.335 $0.335 $0.304 $0.304 $0.304 Class 4 Supplemental* Age Rated Age Rated Age Rated Age Rated Age Rated LTD INSURANCE 2020 2021 2022 2023 2024 Unum Unum Unum Unum Unum Class 1 $0.470 $0.470 $0.405 $0.405 $0.405 *It is requested that proposers match Supplemental Life rates exactly. NOTE: Additional information regarding the City’s current coverages has been provided under Attachments 1-11. DETAILED SPECIFICATIONS Life Insurance & Long-Term Disability Insurance 18 RFP #60-24 4. 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. 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. Cyber Liability coverage in an adequate amount to meet or exceed the requirements, including notification and monitoring, under Florida Statute 501.171. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #60-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. DETAILED SPECIFICATIONS Life Insurance & Long-Term Disability Insurance 19 RFP #60-24 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 Life Insurance & Long-Term Disability Insurance 20 RFP #60-24 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. January 2025 – December 2027. 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 rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. One (1), two (2) year renewal option is possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of three (3) years except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for the two (2) year renewal term. RESPONSE ELEMENTS Life Insurance & Long-Term Disability Insurance 21 RFP #60-24 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. Section A – Life Insurance and LTD Insurance. Complete the forms in Section A – Life Insurance and Long-Term Disability Insurance, outlining both the current and proposed benefits. Ensure that you include detailed plan designs for all plans mentioned in this section of your proposal. a. Response Form A-1: Group Basic Life Insurance – Classes 1 & 2 All Active Employee and Retirees Benefits and Rate Page b. Response Form A-2: Group Basic Life Insurance – Class 3 Non-SAMP Employees Benefits and Rate Page c. Response Form A-3: Group Basic Life Insurance – Class 4 SAMP Employees Benefits and Rate Page d. Response Form A-4: Supplemental Life Insurance – Class 4 SAMP Employees Benefits and Rate Page e. Response Form A-5: Group Long-Term Disability Insurance – Class 1 All Active Employees Benefits and Rate Page Section B - Questionnaire. Please address each question in your proposal by first restating the question and then providing your response. Although providing the requested services is not mandatory, doing so could enhance your competitive position. If you are unable to fulfill any of the requests, please explain why and, if possible, propose an alternative solution. Additionally, if any questions require further clarification, you may include any necessary explanations. Section C – References. Provide a minimum of three (3) references for whom the firm has provided similar services, preferably with another government agency with at least 1,000 employees. Include the name of entity, contact persons’ names, phone number, e-mail address, mailing address, type of service provided, and term of contract or dates services were provided. Section D - 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 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 Life Insurance & Long-Term Disability Insurance 22 RFP #60-24 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 Life Insurance & Long-Term Disability Insurance 23 RFP #60-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this 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 Life Insurance & Long-Term Disability Insurance 24 RFP #60-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Life Insurance & Long-Term Disability Insurance 25 RFP #60-24 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Life Insurance & Long-Term Disability Insurance 26 RFP #60-24 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Life Insurance & Long-Term Disability Insurance 27 RFP #60-24 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Life Insurance & Long-Term Disability Insurance 28 RFP #60-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #60-24, Life Insurance & Long-Term Disability Insurance Due Date: October 1, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #60-24, Life Insurance & Long-Term Disability Insurance Due Date: October 1, 2024, 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 ------------------------------------------------ 1) Hartford Life and Accident Insurance Company 2) Metropolitan Life Insurance Company d/b/a The Hartford d/b/a MetLife One Hartford Plaza 200 Park Avenue Hartford, CT 06155 New York, NY 10166 860-547-5000 407-230-5171 3) Life Insurance Company of North America (LINA)4) The Prudential Insurance Company of America Two Liberty Place, 1601 Chestnut Street 213 Washington Street Philadelphia, PA 19192 Newark, NJ 07059 561-542-2019 973-802-6000 5) Reliance Standard Life Insurance 6) Securian Life Insurance Company d/b/a Reliance Matrix 400 Robert Street N 800 Corporate Drive , #100 St. Paul, MN 55101 Ft. Lauderdale, FL 33334 800-392-7295 954-846-7372 Madison National Life Insurance Company, Inc 1241 John Q Hammons Drive Madison, WI 53717 800-392-7295 7) Standard Insurance Company 8) Sun Life Assurance Company of Canada d/b/a The Standard d/b/a Sun Life 1100 SW 6th Avenue One Sun Life Executive Park 96 Worchester Street Portland, OR 97204 Wellesley, MA 02481 800-628-8600 1-800-786-5433 9) Unum Life Insurance Company of America 10) ReliStar Life Insurance Company (Voya Financial) 2211 Congress Street 250 Marquette Avenue, Ste 900 Portland, MA 04102 Minneapolis, MN 55369 207-575-2374 954-240-1560 ADVERTISED: TAMPA BAY TIMES 9/4/2024 POSTED: myclearwater.com 8/30/2024-10/01/2024 Due/Opening: October 1, 2024; 10:00 a.m. REQUEST FOR PROPOSAL No. 60-24 Life Insurance and Long-Term Disability Insurance Solicitation Response Listing FOR THE CITY OF CLEARWATER roposal Response to Request from City of Clearwater for RFP #60-24 October 2024 City of Clearwater MetLife Group Benefits Proposal RFP #60-24 TABLE OF CONTENTS Section A – Life Insurance and LTD Insurance Page # • Response Form A-1 3 • Response Form A-2 4 • Response Form A-3 5 • Response Form A-4 6 • Response Form A-5 7 • Cost and Benefit Summary – Life 8 • Cost and Benefit Summary – LTD 21 Section B - Questionnaire • Response to Questionnaire 36 Section C - References • Response to References Request 41 Section D – Other Forms • Exceptions/Additional Materials/Addenda Form 43 • MetLife Exceptions 44 • MetLife Drug-Free Workplace Policy 49 • MetLife Employee Code of Business Conduct and Ethics 51 • Upwise Overview 52 • MetLife IPCN Disclosure 54 • Vendor Information Form 56 • Vendor Certification of Proposal Form 57 • Scrutinized Companies Form 58 • E-Verify Eligibility Form 60 • W-9 61 Page 1 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC Section A Life Insurance and LTD Insurance Page 2 Section A: Group Basic Life Insurance – Classes 1 & 2 RESPONSE FORM A-1 All Active Employees and Retirees Benefits and Rate Page GROUP BASIC LIFE AND AD&D CURRENT BENEFIT PROPOSED BENEFIT Class 1: All Eligible Active Employees Scheduled to Work at least 37.5 Hours Per Week (excluding employees in Groups 2, 3 and 4) and Mayor and Council Members $2,500 $2,500 Class 2: All Eligible Retirees $1,000 $1,000 Reduction Schedule None None Disability Waiver Included Included Conversion Included Included Life Rate per $1000 $0.304 (Class 1) / $3.430 (Class 2) $0.152 (Class 1) $3.43 (Class 2) Rate Guarantee n/a 3 years Page 3 Section A: Group Basic Life Insurance – Class 3 RESPONSE FORM A-2 Non-SAMP Employees Benefits and Rate Page Non-SAMP EMPLOYEES CURRENT BENEFIT PROPOSED BENEFIT Class 3: All Eligible Active Classified Non-SAMP Employees Scheduled to Work at least 37.5 Hours Per Week 1.5x annual earnings rounded to the next higher multiple of $1,000 up to $50,000 1.5x annual earnings rounded to the next higher multiple of $1,000 up to $50,000 Reduction Schedule None None Accelerated Benefit 75% or $500,000 Basic Life Insurance, whichever is less 80% up to $500k Disability Waiver Included Included Conversion Included Included Life Rate per $1000 $0.304 $0.152 Rate Guarantee n/a 3 years Page 4 Section A: Group Basic Life Insurance – Class 4 RESPONSE FORM A-3 SAMP Employees Benefits and Rate Page SAMP EMPLOYEES CURRENT BENEFIT PROPOSED BENEFIT Class 4: All Eligible Active employees designated as SAMP Employees working at least 37.5 hours per week 1x annual earnings rounded to the next higher multiple of $1,000 + $2,500 up to $202,500 1x annual earnings rounded to the next higher multiple of $1,000 + $2,500 up to $202,500 Reduction Schedule None None Accelerated Benefit 75% or $500,000 Basic Life Insurance, whichever is less 80% up to $500k Disability Waiver Included Included Conversion Included Included Life Rate per $1000 $0.304 $0.152 Rate Guarantee n/a 3 Years Page 5 Section A: Supplemental Life Insurance – Class 4 RESPONSE FORM A-4 SAMP Employees Benefits and Rate Page SAMP EMPLOYEES CURRENT BENEFIT PROPOSED BENEFIT Class 4: SAMP Employees Supplemental Life Lesser of 5X Basic Annual Earnings, rounded to the nearest $50,000, not to exceed $500,000 Lesser of 5X Basic Annual Earnings, rounded to the nearest $50,000, not to exceed $500,000 Reduction Schedule None None Accelerated Benefit 75% or $500,000 Basic Life Insurance, whichever is less 80% up to $500k Guaranteed Issue Amount $150,000 $150,000 Disability Waiver Included Included Conversion Included Included Supplemental Life Insurance Rates (Age Banded) Age Current Rate Proposed Rate Age 30 and under $0.059 $0.059 Age 30-34 $0.059 $0.059 Age 35-39 $0.094 $0.094 Age 40-44 $0.152 $0.152 Age 45-49 $0.270 $0.270 Age 50-54 $0.446 $0.446 Age 55-59 $0.692 $0.692 Age 60-64 $1.073 $1.073 Age 65-69 $1.920 $1.920 Age 70 and above $3.450 $3.450 Page 6 Section A: Group Long Term Disability Insurance – Class 1 RESPONSE FORM A-5 All Active Employees Benefits and Rate Page ACTIVE EMPLOYEES CURRENT BENEFIT PROPOSED BENEFIT Class 1: All Eligible Active Employees Scheduled to Work at least 37.5 Hours Per Week and Mayor and Council Members who are not eligible for the employer’s pension plan 60% of basic monthly earnings 60% of basic monthly earnings Maximum Monthly Benefits $5,000 $5,000 Elimination Period 90 days 90 days Any Occupation Period 24 Months 24 Months Pre-Existing Limitation 3/12 3/12 LTD Rate per $100 $0.405 $0.405 Rate Guarantee n/a 3 years Page 7 MetLife Cost & Benefits Summary P3041807.1567201. City Of Clearwater Basic Life, Supplemental Term Life Proposal produced on September 27, 2024 Quote valid through the effective date of the coverage quoted Page 8 MetLife Cost & Benefits Summary P3041807.1567201. City Of Clearwater Rate Summary As requested, the quote outlined below is for City of Clearwater’s term life insurance program. Because the current rates for the Employee-Paid coverage(s) appear to subsidize the rates on the Employer-Paid coverage(s) or, because it was requested, we are providing a Cost Reallocated Quote (CRQ). The CRQ includes a lower Employer-Paid coverage rate and subsidization between the Employee and Employer-Paid rates. Unless a CRQ was solely requested, we are also providing a non-subsidized quote. City of Clearwater should consult its legal and tax counsel regarding any potential legal or tax implications of this arrangement and is responsible for appropriate disclosure of this arrangement to impacted employees if it selects the CRQ. Please note that MetLife’s group insurance policy, certificate and enrollment form (if applicable) will specify the rate structure described below if the CRQ is selected. Cost Reallocated Quote (CRQ) Coverage Participating Lives Covered Volume Rates Annual Premium Current Plan 7575059 Basic Life (per $1,000 of Covered Volume) 2,118 $79,657,500 $162,839 All Active Full Time Employees 1,672 $79,211,500 $0.152 Closed Retiree Class 446 $446,000 $3.430 Rates are guaranteed from January 1, 2025 - December 31, 2027 Supplemental Life (per $1,000 of Covered Volume) 101 $12,050,000 $59,286 All Active Full Time Employees Less than 30 $0.059 30-34 $0.059 35-39 $0.094 40-44 $0.152 45-49 $0.270 50-54 $0.446 55-59 $0.692 60-64 $1.073 65-69 $1.920 70+ $3.450 Rates are guaranteed from January 1, 2025 - December 31, 2027 *Rates Straddle Table 1 – Will reslope upon request Important Information concerning Supplemental Life enrollments: For take-over supplemental life plans: This quote does not include an open enrollment and late enrollees will be required to provide Evidence of Insurability (EOI). All increases are subject to the terms of the policy. Page 9 MetLife Cost & Benefits Summary P3041807.1567201. Summary of Benefits Life Insurance Basic Life All Active Full Time Employees (Class 1, 3, & 4) ● Class 1: $2,500 Flat Amount, Class 3: 1.50 times earnings to $50,000, Class 4: 1.00 times earnings +$2,500 to $202,500 ● Medical Evidence Level: Class 1: $2,500, Class 3: $50,000, Class 4: $202,500 ● No Age Reduction ● Waiver of Premium (disabled prior to 70, waiting period 6 months, coverage continues to 70) ● Conversion and Portability are included in this quote ● Accelerated Benefit Option: 12 months or less to live, up to 80.0% of coverage, to a maximum of $500,000 Closed Retiree Class (Class 2) ● Flat $1,000 ● Medical Evidence Level: $1,000 ● No Age Reduction ● Conversion and Portability are included in this quote ● Accelerated Benefit Option: not included Supplemental Term Life All Active Full Time Employees ● $50,000 increments to a maximum of the lesser of 5.00 times pay or $500,000 ● A minimum benefit of $50,000 ● Medical Evidence Level: $150,000 ● No Age Reduction ● Waiver of Premium (disabled prior to 70, waiting period 6 months, coverage continues to 70) ● Conversion and Portability are included in this quote ● Accelerated Benefit Option: 12 months or less to live, up to 80.0% of coverage, to a maximum of $500,000 Page 10 MetLife Cost & Benefits Summary P3041807.1567201. Plan Features and Limitations This Term Life quote does not include pricing for claim preparation services, where MetLife prepares and distributes claim kits to the beneficiaries of record. If these services are needed, City Of Clearwater should consult with their benefits administrator or third party. Alternatively, MetLife can provide these services for an additional fee. Portability: Option to continue term insurance under a different policy when coverage terminates. Minimums, maximums, and other conditions apply. Portability is not available for residents of Alaska. Empathy*: Automatically included with Basic Life and Supplemental Life at no additional cost to the employer or employee. Available in all situs states except NY. Empathy provides beneficiaries with support and guidance beyond the life claim. Empathy can provide tools and resources to help a beneficiary manage grief due to their loss, provide guidance on probating and settling an estate, assist with closing accounts (e.g., financial, and social media), provide home clearing resources, and more. Beneficiaries can choose to get the support they need online through the Empathy app or web portal, by speaking with a dedicated Empathy Care Manager, or by using a combination of both options. *Empathy’s bereavement services and platform are provided through an agreement with The Empathy Project, Inc., (doing business as Empathy). Empathy is not an affiliate of MetLife, and the services Empathy provides are separate and apart from the insurance provided by MetLife. This program is available to beneficiaries, and insureds who are terminally ill and eligible to accelerate life proceeds under MetLife's Accelerated Benefit Option. Not available on all policy forms or in all jurisdictions. Empathy is only available to insureds and beneficiaries who are US residents. Information disclosed directly to Empathy is not disclosed to MetLife, and therefore is not subject to MetLife’s privacy policy. Grief Counseling: Automatically included with Basic Life at no additional cost to the employer or employee. Available in all situs states on Basic Life except ND. Automatically included with Supplemental Life at no additional cost to the employee. Available in all situs states on Supplemental Life except for FL and ND. Grief counseling is offered by TELUS Health1. Grief counseling provides eligible beneficiaries a form of counseling that aims to help people cope with grief and mourning following the death of a loved one. 1 Grief Counseling services are provided through an agreement with TELUS Health. TELUS Health is not an affiliate of MetLife and the services TELUS Health provides are separate and apart from the insurance provided by MetLife. Will Preparation: Automatically included with Supplemental Life. Face to Face meeting with a Hyatt attorney. Will Preparation is offered by MetLife Legal Plans, Inc., Cleveland, Ohio. In certain states, legal services benefits are provided through insurance coverage underwritten by Metropolitan General Insurance Company, Warwick, Rhode Island. For New York sitused or principally located cases, the Will Preparation service is an expanded offering that includes office consultations and telephone advice for certain other legal matters beyond Will Preparation. Tax Planning and preparation of Living Trusts are not covered by the Will Preparation Service. MetLife Estate Resolution ServicesSM- Automatically included with Supplemental Life. Face to Face meeting with a Hyatt attorney Estate Resolution Services are offered by MetLife Legal Plans, Inc., Cleveland, Ohio. In certain states, legal services benefits are provided through insurance coverage underwritten by Metropolitan General Insurance Company Warwick, Rhode Island. Certain services are not covered by Estate Resolution Services, including matters in which there is a conflict of interest between the executor and any beneficiary or heir and the estate; any disputes with the group policyholder, MetLife and/or any of its affiliates; any disputes involving statutory benefits; will contests or litigation outside probate Page 11 MetLife Cost & Benefits Summary P3041807.1567201. court; appeals; court costs, filing fees, recording fees, transcripts, witness fees, expenses to a third party, judgments or fines; and frivolous or unethical matters. Funeral Discounts and Planning Services#: As a MetLife group life policyholder, you and your family may have access to funeral discounts, planning and support to help honor a loved one’s life - at no additional cost to you. Dignity Memorial provides you and your loved ones access to discounts of up to 10% off of funeral, cremation and cemetery services through the largest network of funeral homes and cemeteries in the United States. When using a Dignity Memorial Network you have access to convenient planning services - either online at www.finalwishesplanning.com, by phone (1-866-853-0954), or by paper - to help make final wishes easier to manage. You also have access to assistance from compassionate funeral planning experts to help guide you and your family in making confident decisions when planning ahead as well as bereavement travel services - available 24 hours, 7 days a week, 365 days a year - to assist with time-sensitive travel arrangements to be with loved ones. # Services and discounts are provided through a member of the Dignity Memorial® Network, a brand name used to identify a network of licensed funeral, cremation and cemetery providers that are affiliates of Service Corporation International (together with its affiliates, “SCI”), 1929 Allen Parkway, Houston, Texas. The online planning site is provided by SCI Shared Resources, LLC. SCI is not affiliated with MetLife, and the services provided by Dignity Memorial members are separate and apart from the insurance provided by MetLife. Not available in some states. Planning services, expert assistance, and bereavement travel services are available to anyone regardless of affiliation with MetLife. Discounts through Dignity Memorial’s network of funeral providers are pre-negotiated. Not available where prohibited by law. If the group policy is issued in an approved state, the discount is available for services held in any state except KY and NY, or where there is no Dignity Memorial presence (AK, MT, ND, SD, and WY). For MI and TN, the discount is available for “At Need” services only. Not approved in AK, FL, KY, MT, ND, NY and WA. Total Control Account (TCA):  TCA Settlement Option - Payment under the policy may be accomplished by placing the full amount of death claim proceeds into a TCA, an interest-bearing account with draft-writing privileges, and providing the beneficiary with a book of drafts. Beneficiary also receives a Customer Agreement and other materials describing the TCA.  Relieves beneficiaries of the need to make immediate decisions about what to do with a settlement check, while giving them the flexibility to access funds as needed and earn interest on the proceeds as they assess their financial situation.  There is no need for another bank account. Beneficiary can access the full amount of death proceeds, including any accrued interest, at any time by writing a single draft or several drafts for smaller amounts (as little as $250). There are no limits on the number of drafts the beneficiary can write. Processing time is similar to check processing.  Beneficiary may request a fee-free Visa debit card. Any fees the beneficiary incurs using the TCA debit card are credited right back to the account.  Beneficiary has the ability to link the account to popular payment apps/services such as PayPal®, Venmo® or Cash AppSM.  Beneficiary may transfer funds from the TCA at any time without fees through ACH and bank to bank wires.  Recordkeeping and draft clearing services for your TCA are provided by BNY Mellon Bank, 701 Market Street, Philadelphia, PA 19106. Page 12 MetLife Cost & Benefits Summary P3041807.1567201.  Beneficiary may also move all or a portion of the TCA balance (subject to applicable minimums) into any other settlement option for which he/she then qualifies.  The account begins to earn interest from day one. The interest rate on the account will never be lower than the Guaranteed Minimum Rate of .50%.  Principal and interest earned are backed by the financial strength and claims paying ability of MetLife.  No monthly maintenance fees, no ATM fees, or charges for writing drafts, reordering drafts or making withdrawals. Charges may apply for an overdrawn TCA or special services. The current fees (subject to change) for those services are: draft copy $2; stop payment $10; overdrawn TCA $15; overnight delivery service $25.  Every quarter, we’ll send the beneficiary a personalized statement of the account detailing any activity since the previous quarter. The beneficiary will also receive statements for any months where there has been activity on the account. The statements will be sent via postal mail or electronically.  Additional information about the TCA and account services is available electronically through MetLife’s easy to use MetOnline web site.  Dedicated US-based Customer Service Representatives specially trained to provide service to beneficiaries are also available through a special toll-free number (800-638-7283).  Through MetLife’s automated phone system, Accountholders are able to touch or speak their requests into the phone such as, "hear account balance", "get recent transactions", and "order drafts."  Beneficiary may also may conveniently use the TCA as a source of funds to pay bills online or by phone (no minimum payment amount), and link to his or her favorite mobile payment service. Subject to state law, and/or group policyholder direction, the TCA is provided for all Life and AD&D benefits of $5,000 or more. While the funds in the TCA are not insured by the Federal Deposit Insurance Corporation, they are guaranteed by the appropriate state insurance guaranty association. The coverage limits vary by state. More information can be obtained by contacting the National Organization of Life and Health Insurance Guaranty Associations (www.NOLHGA.com or 703-481-5206). The assets backing the TCA are maintained in the Metropolitan Life Insurance Company (MetLife) general account and are subject to MetLife’s creditors. MetLife bears the investment risk of the assets backing the TCA, and expects to receive a profit. Regardless of the investment experience of such assets, the interest credited to TCAs will never fall below the guaranteed minimum rate. Guarantees are subject to the financial strength and claims paying ability of MetLife. The interest rate on the TCA is set weekly and will always be the greater of the guaranteed rate stated in the accountholder’s TCA package, or the rate established by one of two indices monitored by MetLife. MetLife calculates interest daily and compounds it, and adds it to the account monthly, so the accountholders earn interest on their interest. The interest earnings generally are taxable. If there is no activity on the TCA for a period of time (typically three years, but this may vary by state), state regulations may require MetLife to contact the accountholder at the address on file. If MetLife is unable to reach the accountholder, MetLife may be required to close the TCA and transfer the funds to the state. Page 13 MetLife Cost & Benefits Summary P3041807.1567201. Accelerated Benefits Option: If included, the minimum that can be accelerated is $20,000. The definition of earnings used to define benefits will be Basic Monthly Earnings. [ Waiver of Premium: Group life coverage is continued for an employee meeting the contractual definition of total disability. No further premium payment for that employee is required. The onset of the disability must occur prior to the age as defined in the Summary of Benefits. The disability must last continuously through the defined waiting period, and the employee must submit a request for the extension within 12 months of the onset of the total disability. Enrolling in the Plan:  A statement of health will need to be submitted by employees who: • Request coverage amounts during their initial 31-day enrollment that exceed the stated MEOI level. • Apply for coverage after the period which begins on the first day on which they are eligible for the coverage (or the first day following a qualifying event, if applicable) and ends at the earlier of the next following annual enrollment period or the day before the next following Policy Anniversary. In no event will this period be more than a year, or less than 31 days. • Have indicated a medical condition on their enrollment form.  Employees who are Actively-at-Work but who are not currently enrolled in the plan and experience a Qualifying Event must submit a statement of health in order to enroll for any amount of coverage. Benefit Increases:  Employees who experience a pay increase that generates a benefit, for the first time, which exceeds the stated MEOI level, will have to submit a statement of health.  Supplemental Term Life: Employees, Actively at Work, who are participating in the plan may increase their coverage up to the next benefit level without submitting a statement of health, provided the increased benefit does not exceed the Medical Evidence Level, as defined in the Summary of Benefits.  Basic Life: Employees, Actively at Work, who are participating in the plan and want to increase their coverage by any amount will have to submit a statement of health. The coverage will be subject to a contestability clause in accordance with the law. Except in Washington: Supplemental and Dependent Life Insurance will not be paid to the Beneficiary if an insured commits suicide within 2 years (1 year in Missouri if the insured intended to commit suicide when enrolling for such insurance, 1 year in Minnesota, North Dakota and Colorado) of the effective date of this certificate. Instead, we will pay the Beneficiary an amount equal to any contributions paid, without interest. Except in Washington: if an insured commits suicide within 2 years (1 year in Missouri if the insured intended to commit suicide when enrolling for an increase in insurance, 1 year in Minnesota, North Dakota and Colorado) from the effective date of any increase in the amount of Supplemental and Dependent Life Insurance, such increased amount will not be paid to the Beneficiary. Instead we will pay the Beneficiary: an amount equal to all contributions paid for the increased amount, without interest; plus the amount of Supplemental Life Benefits that was in effect on the day before the effective date of such increased amount. No eligible individual may be covered more than once under this plan. If a person is covered as an employee, he/she cannot be covered as a spouse or dependent. If an employee and spouse are employed by the same employer, their eligible dependents may be insured as dependents of only one employee. Page 14 MetLife Cost & Benefits Summary P3041807.1567201. Highlights Broker Commissions included in the rate: None Expected Participation Basic Life: 100% Supplemental Term Life: 25% Employee Contributions Basic Life: 0% Supplemental Term Life: 100% Situs is FLORIDA Financial Arrangement: Non-retrospectively Experience Rated Benefits terminate at retirement for: Basic Life Supplemental Term Life Closed Retiree Class: Coverage includes Retirees who retire in accordance with the employer's established retirement program on or before mm/dd/yyyy. Actively at Work All Active Full Time Employees On the Group Policy Effective Date, MetLife will cover those not Actively at Work in accordance with the following guidelines: • All Employees will be covered under the transition rules for the MetLife Group Policy, regardless of their Actively At Work status, provided: o Their coverage was in force under the prior plan on the day before the MetLife Group Policy effective date, and o A Waiver of Premium disability claim was not previously approved by the prior carrier. Individuals who have previously been approved for Waiver of Premium will retain life insurance protection under the prior carrier’s policy. • The Group Life insurance provided under the transition rules for the MetLife Group Policy is equal to the lesser of: o The coverage amount under the prior plan, and o The coverage amount under the MetLife plan for the applicable employee class and coverage type • For each participant not Actively At Work on the MetLife Group Policy effective date, transition coverage would continue under these rules until the earliest of the following to occur: o The date the employee returns to work as an active Full-Time Employee, at which time active employee coverage will supersede the transition coverage o The last day of the 12 month period following the MetLife coverage effective date o The last day the employee would have been covered under the prior policy had it not terminated (in other words, the date an individual’s coverage under the prior policy would have ceased for some reason unrelated to the policy ending) o The date coverage would end pursuant to the termination provisions of the MetLife certificate Page 15 MetLife Cost & Benefits Summary P3041807.1567201. o The date extension protection is provided under the Waiver of Premium provision of the prior carrier’s policy (i.e. approval of a premium waiver claim on account of a disability that occurred while the employee’s coverage under the prior policy was in force) If not already provided, please provide a listing of Non-Actively at Work employees that includes age, gender, amount of insurance, date of, and reason for disability of all such disabled individuals, for risk evaluation. Closed Retiree Class This quote assumes and is only valid if all covered employees will be Actively At Work on the Contract effective date. If you are or become aware of employees who will not be Actively at Work on the Contract effective date, please advise and provide us with a listing of Non-Actively at Work employees in a non- individually identifiable manner, that includes age, gender, amount of insurance, date of, and reason for disability of all such disabled individuals, for risk evaluation. Page 16 MetLife Cost & Benefits Summary P3041807.1567201. Underwriting Assumptions PlanSmart*- PlanSmart offers a no cost, multi-channel financial wellness solution to help meet employees where they are. Our financial education programs are designed not only to educate but motivate employees to take action to get to a better financial state. We provide your employees with access to a range of financial and retirement education resources through virtual and on-site (Where available) workshops, with optional personal consultations, an app and decision-support assistance. Retirewise - Retirewise is an award-winning workshop series that delivers objective financial and retirement information covering a broad spectrum of topics from basic investment concepts to tax strategies and the importance of having a will. Each workshop is delivered by a specially trained financial professional, that understands the company’s specific benefits offering. Topical Workshops - we offer over 20+ workshops that cover a range of financial topics identified to generate high interest, regardless of identity, career stage or age and can support a company’s DE&I initiatives. Personal Consultations - For employees who prefer more assistance, they can meet one-on-one with a financial professional who can help them address their specific financial situation; from a specific question to creating a financial plan. Personal Finance app - Recognizing the importance of a digital solution in our financial wellness offerings, we also have MetLife’s Personal Finance app, that helps employees build positive financial habits, make real progress, gain confidence in their financial health, and feel good about their money. It’s designed to help a workforce be at its best: less financially stressed and more engaged. Available to those enrolled in Life Insurance coverages: Delivering the Promise® (DTP) - DTP provides valuable support and assistance at the time of a claim. Specialists help beneficiaries and their families identify eligible benefits, file insurance and annuity claims, and identify local resources, including grief counseling services and government agencies. Available to those enrolled in the Basic Life coverage: Transition Solutions - Transition Solutions is an educational program that provides the support your employees need to make informed decisions when faced with a loss or reduction in coverage, for any reason. In addition to the outreach from a qualified professional, MetLife offers a limited record-keeping process for sending standardized letters to your employees, notifying them of their coverage continuation and conversion options. *Certain conditions apply. Please discuss with your MetLife representative to determine if this program is right for your company. WillsCenter.com: Online will prep service offered through SmartLegalForms, Inc., available to all customers at no charge. If insurance coverage is provided, it will be governed by the terms and conditions of the insurance policy and applicable law. If administrative services are provided, they are governed by the terms and condition of the administrative services agreement and by applicable law. If MetLife is requested to duplicate contractual provisions from the prior carrier, such provisions must be compatible with all MetLife's standards. The quoted rates and or fees are based upon the request received. If new or additional information in connection with this request is provided, MetLife reserves the right to change its quote at any time before the effective date. After the effective date, rate and or fees are subject to the terms and conditions of the policy and or administrative services agreement. Page 17 MetLife Cost & Benefits Summary P3041807.1567201. Only those eligible persons residing in the United States may be covered. Any others must be approved by MetLife. NOTICE REGARDING NON-US COVERAGE When providing you with information concerning a group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a Metropolitan Life Insurance Company (MLIC) affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MLIC or any other insurer that is not a member of MAXIS GBN. Please note that while MLIC is a member of MAXIS GBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. Some services in connection with the coverage may be performed by our affiliate, MetLife Services and Solutions, LLC. These service arrangements in no way alter Metropolitan Life Insurance Company’s obligations. Coverage will continue to be administered in accordance with Metropolitan Life Insurance Company’s policies and procedures. SIC Code: 9111 Page 18 MetLife Cost & Benefits Summary P3041807.1567201. U.S. Business Intermediary and Producer Compensation Notice Metropolitan Life Insurance Company, Metropolitan Tower Life Insurance Company, MetLife Consumer Services, Inc. and Metropolitan General Insurance Company (collectively herein called “MetLife”), enters into arrangements concerning the sale, servicing and/or renewal of MetLife group insurance and certain other group-related insurance and non-insurance products (“Products”) with brokers, agents, consultants, third party administrators, general agents, associations, and other parties that may participate in the sale, servicing and/or renewal of such products (each an “Intermediary”). MetLife may pay your Intermediary compensation, which may include, among other things, base compensation, supplemental compensation and/or a service fee. MetLife may pay compensation for the sale, servicing and/or renewal of products, or remit compensation to an Intermediary on your behalf. Your Intermediary may also be owned by, controlled by or affiliated with another person or party, which may also be an Intermediary and who may also perform marketing and/or administration services in connection with your products and be paid compensation by MetLife. Base compensation, which may vary from case to case and may change if you renew your products with MetLife, may be payable to your Intermediary as a percentage of premium or a fixed dollar amount. MetLife may also pay your Intermediary compensation that is based upon your Intermediary placing and/or retaining a certain volume of business (number of products sold or dollar value of premium) with MetLife. In addition, supplemental compensation may be payable to your Intermediary for eligible Products. Under MetLife’s current supplemental compensation plan (SCP), the amount payable as supplemental compensation may range from 0% to 9% of premium or fees. The supplemental compensation percentage may be based on one or more of: (1) the number of products sold through your Intermediary during a one-year period, or other defined period; (2) the amount of eligible new or renewal premium or fees with respect to products sold through your Intermediary during a one-year period; (3) the persistency percentage of products inforce through your Intermediary during a one-year period; (4) the block growth of the products inforce through your Intermediary during a one-year period; (5) eligible new or renewal premium or fees growth during a one-year period; or (6) a flat amount, fixed percentage or sliding scale of the premium or fees for products as set by MetLife. The supplemental compensation percentage will be set by MetLife based on the achievement of the outlined qualification criteria and it may not be changed until the following SCP plan year. As such, the supplemental compensation percentage may vary from year to year, but will not exceed 9% under the current supplemental compensation plan. The cost of supplemental compensation is not directly charged to the price of our products except as an allocation of overhead expense, which is applied to all eligible group insurance products, whether or not supplemental compensation is paid in relation to a particular sale or renewal. As a result, your rates will not differ by whether or not your Intermediary receives supplemental compensation. If your Intermediary collects the premium or fees from you in relation to your products, your Intermediary may earn a return on such amounts. Additionally, MetLife may have a variety of other relationships with your Intermediary or its affiliates, or with other parties, that involve the payment of compensation and benefits that may or may not be related to your relationship with MetLife (e.g., insurance and employee benefits exchanges, enrollment firms and platforms, sales contests, consulting agreements, participation in an insurer panel, or reinsurance arrangements). More information about the eligibility criteria, limitations, payment calculations and other terms and conditions under MetLife’s base compensation and supplemental compensation plans can be found on MetLife’s Website at www.metlife.com/business-and-brokers/broker-resources/broker-compensation. Questions regarding Intermediary compensation can be directed to ask4met@metlifeservice.com, or if you would like to speak to someone about Intermediary compensation, please call (800) ASK 4MET. In addition to the compensation paid to an Intermediary, MetLife may also pay compensation to your representative. Compensation paid to your representative is for participating in the sale, servicing, and/or renewal of products, and the compensation paid may vary based on a number of factors including the type of product(s) and volume of business sold. If you are the person or entity to be charged under an insurance policy or annuity contract, you may request additional information about the compensation your representative expects to receive as a result of the sale or concerning compensation for any alternative quotes presented, by contacting your representative or calling (866) 796-1800. Non-U.S. Coverage Page 19 MetLife Cost & Benefits Summary P3041807.1567201. When providing you with information concerning an eligible group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a MetLife affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MetLife or any other insurer that is not a member of MAXIS GBN. Please note that while MetLife is a member of MAXISGBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. L0824042390[exp1025][All States][DC,GU,MP,PR,VI] Metropolitan Life Insurance Company, New York, NY 10166 © 2022 MetLife Services and Solutions, LLC L0624041368[exp0826][All States][DC,GU,MP,PR,VI] Page 20 MetLife Cost & Benefits Summary P3041807.1567201. City Of Clearwater Long Term Disability Proposal produced on September 26, 2024 Quote valid through the effective date of the coverage quoted Page 21 MetLife Cost & Benefits Summary P3041807.1567201. City Of Clearwater Rate Summary Coverage Participating Lives Covered Volume Rates Annual Premium LTD1 7575068 Long Term Disability (per $100 Covered Monthly Payroll) 57 $447,626 $0.405 $21,755 Rates are guaranteed from January 1, 2025 - December 31, 2027 1Notice to Residents of New Mexico Employers MetLife’s premium is based on census, experience, and anticipated insurance contract terms at time of quote. MetLife’s insurance contract terms and premiums may change depending on any changes required by the New Mexico Office of Superintendent of Insurance in connection with the filing process. Page 22 MetLife Cost & Benefits Summary P3041807.1567201. Summary of Benefits Long Term Disability Long Term Disability Class Description AAFT Non-Pension Plan Employees (38 Hours) Monthly Benefit 60% of Predisability Earnings Maximum Monthly Benefit $5,000.00 Minimum Monthly Benefit* Greater of 10% of monthly benefit or $100.00 Elimination Period 90 Days Own Occupation Period 24 months Social Security Integration Family Social Security Benefit Duration RBD w/ SSNRA The later of Your Normal Retirement Age as defined by Social Security or the period shown below: Age on Date of Your Disability less than 60 60 61 62 63 64 65 66 67 68 69 and over Benefit Duration to age 65 60 months 48 months 42 months 36 months 30 months 24 months 21 months 18 months 15 months 12 months Rehabilitation Incentives included in quote (details in limitations and definitions) Work Incentive Rehabilitation Program Incentive Family Care Incentive Moving Expense Incentive Employee Assistance Program Employee Assistance Program is not included. Survivor Benefit Included in this quote Portability Included in this quote Cost of Living Adjustment Cost of Living Adjustment does not apply. *The minimum monthly benefit is subject to overpayment situations and any applicable rehabilitation incentives. Page 23 MetLife Cost & Benefits Summary P3041807.1567201. Limitations and Definitions Definition of Disability Due to a Sickness, or as a direct result of accidental injury: • The employee is receiving Appropriate Care and Treatment and complying with the requirements of such treatment, and • During the elimination period and the next 24 months is unable to earn more than 80% of their predisability earnings at their Own Occupation for any employer in their National economy; and • is unable to perform each of the material duties of their Own Occupation, • After such period, is unable to earn more than 60% of their predisability earnings at any gainful occupation for any employer in their National economy; and is • Unable to perform the duties of any gainful occupation for which they are reasonably qualified taking into account their training, education and experience. Definition of Predisability Earnings The amount of the employee’s gross salary or wages from his/her employer as of the day before his/her disability began. Predisability earnings includes: Basic earnings only. The term does not include: • The grant, award, sale, conversion, and/or exercise of shares of stock or stock options; • The Employer’s contributions on Your behalf to any deferred compensation arrangement or pension plan; or • Any other compensation from the Employer. Pre-Existing Condition 3/12 Pre-Existing Condition Limitation Pre-existing Condition means a Sickness or accidental injury for which the employee: • Received medical treatment, consultation, care, or services; or • Took prescription medication or had medications prescribed in the 3 months before insurance or any increase in the amount of insurance under the certificate takes effect. We will not pay benefits, or any increase in benefit amount due to an elected increase in the amount of insurance for a Disability that results for a Pre-existing Condition, if the employee has been Actively at Work for less than 12 consecutive months after the date their Disability insurance or the elected increase in the amount of such insurance takes effect under the certificate. Work Incentive While disabled and receiving a Monthly Benefit, employees may receive up to 100% of Predisability Monthly Earnings, return-to-work earnings, and other income benefits. After the first 12 months following the employees return to work, MetLife will reduce the employees Monthly Benefit by 50% of the amount the employee earns from working while Disabled. Page 24 MetLife Cost & Benefits Summary P3041807.1567201. Rehabilitation Incentive 10% increase in the Monthly Benefit if participating in an approved Rehabilitation Program. Family Care Incentive If the employee works or participates in a Rehabilitation Program while they are Disabled, reimbursement may be provided for up to $400 per month for eligible Family Care expenses incurred by an employee for each eligible family member during the first 12 months of benefit payments. Moving Expense Incentive Moving Expense Incentive: If the employee participates in a Rehabilitation Program while they are Disabled, reimbursement may be provided for expenses incurred in order to move to a new residence if recommended as part of the Rehabilitation Program. Temporary Recovery If the employee returns to Active Work before completing the Elimination Period and then becomes Disabled again due to the same or related condition, a new Elimination Period is not required provided the return to full time work is within a period of 30 work days or less. MetLife will count the days worked while Disabled toward the satisfaction of the Elimination Period. If the return to Active Work is greater than 30 work days, a new Elimination Period is required. If the employee returns to Active Work, after they begin to receive Monthly Benefits, for a period of 180 continuous days or less and becomes Disabled again due to the same or related condition, they will not have to complete a new Elimination Period. Zero Day Residual If the employee continues to meet the Definition of Disability, the elimination period may be satisfied during part-time employment. Survivor Benefit If the employee dies while they are Disabled, a single sum payment equal to 3 times the employee's last net Monthly Benefit is made to the employee’s survivor. Portability Employees can purchase disability income insurance under a separate group disability contract upon the Employee's termination from the Employer's plan. Continuity of Coverage Provided for groups where this plan will replace an inforce insured plan in force on the day immediately preceding the effective date of this plan. Cost of Living Freeze Cost of Living Freeze is included in this quote. Waiver of Premium Premium payments for Disabled employees are waived while benefits are payable. Indexing For the purposes of determining whether an employee continues to be Disabled and for calculating the Work Incentive, we will add to the employee's Predisability Earnings an amount equal to the lesser CPI or 10% Page 25 MetLife Cost & Benefits Summary P3041807.1567201. Specific Disabilities Mental or Nervous Disorders or Diseases unless due to If the employee is Disabled, Disability benefits are limited to a lifetime maximum of 24 months. Neurocognitive Disorders BiPolar Disorder will also be limited. Schizophrenia will also be limited. Combined monthly maximum limitation from date benefits begin with other limited conditions: Yes Chronic Fatigue Syndrome and Related Disorders No Limitation Neuromuscular, Musculoskeletal or Soft Tissue Disorder No Limitation Alcohol, Drug or Substance Abuse or Addiction If the employee is Disabled, Disability benefits are limited to a lifetime maximum of 24 months. Combined monthly maximum limitation from date benefits begin with other limited conditions: Yes Self-Reported Conditions If the employee is Disabled, Disability benefits are limited to a lifetime maximum of 24 months. Combined monthly maximum limitation from date benefits begin with other limited conditions: Yes Mental Nervous / Alcohol Drug Extension of Benefits Due to Confinement Extends the monthly benefit if the claimant is confined at the end of the Mental and Nervous, and Alcohol, Drug or Substance Abuse or Addiction limited period Page 26 MetLife Cost & Benefits Summary P3041807.1567201. Exclusions We will not pay for any Disability caused or contributed to by: • War, whether declared or undeclared, or act of war, insurrection, rebellion, or terrorist act; • Your active participation in a riot; • Intentionally self-inflicted injury; • Attempted suicide; or • Commission of or attempt to commit a felony. Page 27 MetLife Cost & Benefits Summary P3041807.1567201. Long Term Disability Coverage Highlights Broker Commissions included in the rate: None Expected Participation: 100% Employee Contributions: 0% Financial Arrangement(s): Non-retrospectively Experience Rated Situs is FLORIDA Foreign National(s): Does Not Apply Actively at Work provision applies Rehabilitation Program Participation: Disability benefit payments will end on the date the employee ceases or refuses to participate in a Rehabilitation Program that MetLife requires. TELUS Health Cognitive Behavioral Therapy (CBT)*: Automatically included with Long Term Disability at no additional cost to the employer or employee. Available for employees enrolled in Long Term Disability. Subject to state approval. Cognitive Behavioral Therapy is offered by TELUS Health (US) Ltd and provides a virtual cognitive behavioral therapy (CBT) program that can be accessed on any computer, smartphone or tablet – wherever and whenever one needs it. *TELUS Health is not affiliated with MetLife, and the services and benefits they provide are separate and apart from any MetLife product. TELUS Heath CBT is currently not available to customers sitused or principally located in New York or to customers sitused in Washington. Page 28 MetLife Cost & Benefits Summary P3041807.1567201. Reductions: Benefits will be reduced by income and recoveries from certain other sources including but not limited to: Social Security disability or retirement benefits received or eligible to receive because of Disability; any state, public or federal employee retirement or disability plan benefits received or eligible to receive because of Disability, including State Teachers Retirement System (STRS), Public Employee Retirement System (PERS) or Federal Employee Retirement System (FERS); group insurance policies; certain early retirement plans; no-fault auto laws; governmental compulsory benefit plan or program; other disability programs or plans, sick pay, vacation pay, or other salary continuation; Workers’ Compensation benefits; occupational disease laws; maritime maintenance and cure; third party recoveries; and unemployment insurance laws or programs. If there is a reasonable basis for You to apply for benefits under the Federal Social Security Act, a government compulsory plan or program, or STRS, PERS or FERS Benefit Plans or Programs, We expect You to apply for them. To apply for Social Security benefits means to pursue such benefits until You receive approval from the Social Security Administration, or a notice of denial of benefits from an administrative law judge. With respect to benefits under a government compulsory plan or program or STRS, PERS or FERS Benefit Plans or Programs, to apply means to pursue such benefits through all applicable levels of appeal provided for under such benefit plans or programs. We will reduce the amount of Your Disability benefit by the amount of Social Security benefits, We estimate that You, Your Spouse or child(ren) are eligible to receive because of Your Disability or retirement. We will reduce Your Disability benefits by such estimated Social Security benefits starting with the first Disability benefit payment coincident with the date You were eligible to receive Social Security benefits We will reduce Your Disability benefit by the amount of such government compulsory benefit plan or program benefit, or STRS, PERS or FERS benefit that We estimate You are eligible to receive, provided that We have the reasonable means to make such an estimate. We will start to do this with the first Disability benefit payment under this certificate coincident with the date You were eligible to receive such government compulsory benefit plan or program benefit, or STRS, PERS or FERS benefits under any such plans or programs. MetLife has made every effort to quote a plan that matches the substance of the requested plan design to the best of our ability, based on the plan documentation made available at the time of quote. The actual language used in the contracts will reflect what is filed in the applicable jurisdictions. Our rates are based on the plan design illustrated in this Cost & Benefit Summary. Page 29 MetLife Cost & Benefits Summary P3041807.1567201. LTD Assumptions: It is not our intention to exactly duplicate all provisions of the current contract. Our intention is to match the current benefits. MetLife has designed and filed a contract that we believe will provide the best managed plan available. To achieve the maximum benefit of this contract, we are unable to duplicate your current carrier’s contract language. • The quoted rates are subject to the provisions contained in this Cost & Benefit Summary, and any deviations may require rate revisions. • MetLife uses material duties wording and an earnings test in the definition of disability. • This quote includes a work incentive, a rehabilitation incentive, a family care incentive and a moving expense incentive that may not match the current plan design. • MetLife offers a Worksite Modification benefit. It is pre-approved by MetLife and each claim is reviewed on a case-by-case basis. There is no stated dollar maximum or number of occurrences. • MetLife standard reinstatement provision will apply. • Loss of professional license does not in itself constitute disability. • ADL (Assisted Daily Living Benefit/Progressive Income Benefit) provisions are not available. • This quote does not include Employer FICA administration charges in the rates. The FICA tax and administration charge will be sent quarterly. MetLife cannot include the administration charges in the rates. • MetLife does not offer a Family Care Expense Benefit, other than the family care incentive associated with the rehabilitation benefit. • MetLife does not limit benefits due to Environmental Sickness. • MetLife does not offer a Recovery Benefit for commissioned employees. • Confinement Provision is included in the limitations benefits to match the current plan. • If lives count or volume increase or decrease by 10% or more, MetLife reserves the right to reevaluate the rates. Page 30 MetLife Cost & Benefits Summary P3041807.1567201. Underwriting Assumptions PlanSmart*- PlanSmart offers a no cost, multi-channel financial wellness solution to help meet employees where they are. Our financial education programs are designed not only to educate but motivate employees to take action to get to a better financial state. We provide your employees with access to a range of financial and retirement education resources through virtual and on-site (Where available) workshops, with optional personal consultations, an app and decision-support assistance. Retirewise - Retirewise is an award-winning workshop series that delivers objective financial and retirement information covering a broad spectrum of topics from basic investment concepts to tax strategies and the importance of having a will. Each workshop is delivered by a specially trained financial professional, that understands the company’s specific benefits offering. Topical Workshops - we offer over 20+ workshops that cover a range of financial topics identified to generate high interest, regardless of identity, career stage or age and can support a company’s DE&I initiatives. Personal Consultations - For employees who prefer more assistance, they can meet one-on-one with a financial professional who can help them address their specific financial situation; from a specific question to creating a financial plan. Personal Finance app - Recognizing the importance of a digital solution in our financial wellness offerings, we also have MetLife’s Personal Finance app, that helps employees build positive financial habits, make real progress, gain confidence in their financial health, and feel good about their money. It’s designed to help a workforce be at its best: less financially stressed and more engaged. *Certain conditions apply. Please discuss with your MetLife representative to determine if this program is right for your company. WillsCenter.com: Online will prep service offered through SmartLegalForms, Inc., available to all customers at no charge. If insurance coverage is provided, it will be governed by the terms and conditions of the insurance policy and applicable law. If administrative services are provided, they are governed by the terms and condition of the administrative services agreement and by applicable law. If MetLife is requested to duplicate contractual provisions from the prior carrier, such provisions must be compatible with all MetLife's standards. The quoted rates and or fees are based upon the request received. If new or additional information in connection with this request is provided, MetLife reserves the right to change its quote at any time before the effective date. After the effective date, rate and or fees are subject to the terms and conditions of the policy and or administrative services agreement. Only those eligible persons residing in the United States may be covered. Any others must be approved by MetLife. NOTICE REGARDING NON-US COVERAGE When providing you with information concerning a group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a Metropolitan Life Insurance Company (MLIC) affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MLIC or any other insurer that is not a member of MAXIS GBN. Please note that while MLIC is a member of MAXIS GBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. Some services in connection with the coverage may be performed by our affiliate, MetLife Services and Page 31 MetLife Cost & Benefits Summary P3041807.1567201. Solutions, LLC. These service arrangements in no way alter Metropolitan Life Insurance Company’s obligations. Coverage will continue to be administered in accordance with Metropolitan Life Insurance Company’s policies and procedures. SIC Code: 9111 Page 32 MetLife Cost & Benefits Summary P3041807.1567201. U.S. Business Intermediary and Producer Compensation Notice Metropolitan Life Insurance Company, Metropolitan Tower Life Insurance Company, MetLife Consumer Services, Inc. and Metropolitan General Insurance Company (collectively herein called “MetLife”), enters into arrangements concerning the sale, servicing and/or renewal of MetLife group insurance and certain other group-related insurance and non-insurance products (“Products”) with brokers, agents, consultants, third party administrators, general agents, associations, and other parties that may participate in the sale, servicing and/or renewal of such products (each an “Intermediary”). MetLife may pay your Intermediary compensation, which may include, among other things, base compensation, supplemental compensation and/or a service fee. MetLife may pay compensation for the sale, servicing and/or renewal of products, or remit compensation to an Intermediary on your behalf. Your Intermediary may also be owned by, controlled by or affiliated with another person or party, which may also be an Intermediary and who may also perform marketing and/or administration services in connection with your products and be paid compensation by MetLife. Base compensation, which may vary from case to case and may change if you renew your products with MetLife, may be payable to your Intermediary as a percentage of premium or a fixed dollar amount. MetLife may also pay your Intermediary compensation that is based upon your Intermediary placing and/or retaining a certain volume of business (number of products sold or dollar value of premium) with MetLife. In addition, supplemental compensation may be payable to your Intermediary for eligible Products. Under MetLife’s current supplemental compensation plan (SCP), the amount payable as supplemental compensation may range from 0% to 9% of premium or fees. The supplemental compensation percentage may be based on one or more of: (1) the number of products sold through your Intermediary during a one-year period, or other defined period; (2) the amount of eligible new or renewal premium or fees with respect to products sold through your Intermediary during a one-year period; (3) the persistency percentage of products inforce through your Intermediary during a one-year period; (4) the block growth of the products inforce through your Intermediary during a one-year period; (5) eligible new or renewal premium or fees growth during a one-year period; or (6) a flat amount, fixed percentage or sliding scale of the premium or fees for products as set by MetLife. The supplemental compensation percentage will be set by MetLife based on the achievement of the outlined qualification criteria and it may not be changed until the following SCP plan year. As such, the supplemental compensation percentage may vary from year to year, but will not exceed 9% under the current supplemental compensation plan. The cost of supplemental compensation is not directly charged to the price of our products except as an allocation of overhead expense, which is applied to all eligible group insurance products, whether or not supplemental compensation is paid in relation to a particular sale or renewal. As a result, your rates will not differ by whether or not your Intermediary receives supplemental compensation. If your Intermediary collects the premium or fees from you in relation to your products, your Intermediary may earn a return on such amounts. Additionally, MetLife may have a variety of other relationships with your Intermediary or its affiliates, or with other parties, that involve the payment of compensation and benefits that may or may not be related to your relationship with MetLife (e.g., insurance and employee benefits exchanges, enrollment firms and platforms, sales contests, consulting agreements, participation in an insurer panel, or reinsurance arrangements). More information about the eligibility criteria, limitations, payment calculations and other terms and conditions under MetLife’s base compensation and supplemental compensation plans can be found on MetLife’s Website at www.metlife.com/business-and-brokers/broker-resources/broker-compensation. Questions regarding Intermediary compensation can be directed to ask4met@metlifeservice.com, or if you would like to speak to someone about Intermediary compensation, please call (800) ASK 4MET. In addition to the compensation paid to an Intermediary, MetLife may also pay compensation to your representative. Compensation paid to your representative is for participating in the sale, servicing, and/or renewal of products, and the compensation paid may vary based on a number of factors including the type of product(s) and volume of business sold. If you are the person or entity to be charged under an insurance policy or annuity contract, you may request additional information about the compensation your representative expects to receive as a result of the sale or concerning compensation for any alternative quotes presented, by contacting your representative or calling (866) 796-1800. Non-U.S. Coverage Page 33 MetLife Cost & Benefits Summary P3041807.1567201. When providing you with information concerning an eligible group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a MetLife affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MetLife or any other insurer that is not a member of MAXIS GBN. Please note that while MetLife is a member of MAXISGBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. L0824042390[exp1025][All States][DC,GU,MP,PR,VI] Metropolitan Life Insurance Company, New York, NY 10166 © 2022 MetLife Services and Solutions, LLC L0624041368[exp0826][All States][DC,GU,MP,PR,VI] Page 34 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC Section B Questionnaire Page 35 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC Section B: Questionnaire Include responses to each question in proposal. (reference Proposal Format, Section B – Questionnaire, page 21 of the solicitation for additional information) Please address each question in your proposal by first restating the question and then providing your response. Although providing the requested services is not mandatory, doing so could enhance your competitive position. If you are unable to fulfill any of the requests, please explain why and, if possible, propose an alternative solution. Additionally, if any questions require further clarification, you may include any necessary explanations. 1. What is the proposer’s current AM Best rating? Metropolitan Life Insurance Company’s current financial strength ratings are as follows: • A.M. Best: A+ Superior For ratings information and a more complete analysis of the financial strength of Metropolitan Life Insurance Company, please go to www.metlife.com and click on “About Us” and then “Corporate Profile” and then “Ratings.” Ratings apply to Metropolitan Life Insurance Companies financial strength and claims paying ability and not the performance of any of its products. 2. Confirm that Supplemental Life Rates have been matched exactly to the current rates in force. Confirmed. 3. After implementation, what is the average delivery time for printed materials, including benefit summaries and claims forms? Turnaround times for the production of plan materials vary. We will provide you with a customized schedule at the start of your implementation process. 4. Is a claims manager assigned on a case-by-case basis or is one claims manager specifically assigned to the group? Page 36 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC Life Customers are assigned to a designated Life claim team consisting of approximately 10 members including Claim Examiners and Complex Claim Examiners. Complex Claim Examiners handle more complex claim situations such as accidental death claims. The team is supported by Senior Claim Examiners who act as a resource for more difficult claim situations. They also have authorization for higher claim payment amounts. Claims are systematically routed to work queues based on business rules. Examiners pull work from the queues based on their authority and assigned queues. A Claim Examiner reviews from 14-21 claims per day depending on the complexity of the claims. Disability Designated LTD Claim Specialists will be assigned to manage the LTD claims. Additional specialists, such as clinicians, are aligned with specific teams and are a shared resource. Teams and resources are designated and not assigned solely to any one customer. Back-up staff is assigned in case of absence. We target a caseload of 85 for LTD Claim Specialists. Teams are staffed to accommodate this volume. Your designated Client Services Consultant will have access to a Disability Customer Advocate who will be responsible for assisting with the resolution of in-depth claim inquiries or concerns. Typical claims questions can be addressed through our employer website, which provides real- time claim information. 5. What methods for claims initiation are available? Life We offer Online, Email, fax or mail claim submission methods for both employers and beneficiaries. Disability We offer Web, phone, fax or mail claim submission methods. 6. For Life and LTD, please confirm ability to provide claims reporting on a monthly or quarterly basis, or upon request of the City or its Agent of Record at no additional cost to the City. Confirmed. Page 37 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC 7. Confirm that proposer will provide renewal notification at least 180 days prior to the renewal date. Confirmed. Rate adjustments brought about because of plan design changes and/or your group demographics will take effect on the next premium due date following the change. We provide a 180-day renewal notification. 8. Confirm that proposer will waive the actively at work provision for employees on the current plan. Not confirmed. The actively-at-work definition applies to all covered employees. Employees must be actively at work or at active work and performing all of the usual and customary duties of their job on a full-time basis. This must be done at one of the following: • The policyholder’s place of business; • An alternate place approved by the policyholder; • A place to which the policyholder’s business requires them to travel. Employees are considered actively at work during weekends, approved vacations, holidays or business closures if they were actively at work on the last scheduled workday preceding such time off. 9. Confirm that, in the event of plan termination, proposer will provide run-out claims reports for up to twelve-months following the termination date. State cost, if any. Life Under a non-retrospective experience rated contract, we retain the liability for claims incurred on and after the effective date of coverage through the termination date, as well as any incurred, but not reported claim reserves (including pending claims). All outstanding premium and fees are due and payable at cancellation. An accounting will not be performed in this case, and premiums or reserves will not be returned to the policyholder. Upon termination of the contract, we will retain the liability for the claim and reserves for disabled participants who have been approved for waiver of premium. Disability Any claim incurred while your coverage was in force is our liability. We pay these claims until each claim ends. Page 38 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC 10. What is the name, title, and contact information of the individual who would have direct daily account responsibility for this program? We provide our customers with a single day-to-day contact across all of our products. Your designated Client Services Consultant*, Kaye Douglas, partners with you to manage your benefits program at MetLife, beginning at implementation. She can answer billing inquiries, provide reporting, escalate claim issues, implement plan changes and assist with any other needs you may have. While your Client Services Consultant*, also manages other customer accounts, she is always available to answer any questions and help you tap into MetLife's expertise. Kaye Douglas Client Service Consultant 18210 Crane Nest Dr. Tampa, FL 33647 Phone: 813-673-3698 Email: lakedra.douglas@metlife.com Additionally, as part of your service team, you gain access to a designated Account Manager, Jannelle Lopez, who is your end-to-end service experience manager. Jannelle works with your Account Executive to provide consultation on our product offerings, assist you through renewal planning, and escalate unresolved or urgent issues. Account Executive, Alexis Cook, answers your questions related to your MetLife quote and our product solutions. Alexis develops benefit solutions specifically for you by using her detailed knowledge of our product offering and a comprehensive understanding of your benefit goals. *Please note: Official assignment is subject to change. Page 39 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC Section C References Page 40 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC References Lake County Board of County Commissioners Karen Carter (352) 343-9694 kcarter@lakecountyfl.gov 315 W. Main St. Tavares, FL 32778 Group Insurance Dates are considered proprietary. City of Winter Park Wendy Cheng (407) 599-3590 wcheng@cityofwinterpark.org 401 South Park Avenue Winter Park, FL 32789 Group Insurance Dates are considered proprietary. Valencia College Tom Keller (407) 582-3888 tkeller@valenciacollege.edu P.O. Box 3028 Orlando, FL 32802 Group Insurance Dates are considered proprietary. Page 41 City of Clearwater Please note: Except when required otherwise by law or regulation, the information provided herein should be considered proprietary and confidential. ©2024 MetLife Services and Solutions, LLC Section D Other Forms Page 42 EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Life Insurance & Long-Term Disability Insurance 22 RFP #60-24 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: X 1 2 Metropolitan Life Insurance Company September 26, 2024 Please see the deviations document included with our proposal response. X The following additional materials are included with our proposal response:-Drug-Free Workplace Policy-Employee Code of Business Conduct & Ethics-Upwise overview-MetLife IPCN Disclosure 3 Page 43 City of Clearwater ©2024 MetLife Service and Solutions, LLC Exceptions Metropolitan Life Insurance Company (“MetLife”) lists below the deviations it is submitting with respect to its response to the Request for Proposal by City of Clearwater (“Customer”). I. GENERAL COMMENT If desirable, upon award of the business, the appropriate company in the MetLife family of companies will enter into a contract that addresses your specific requirements. Please also note that as appropriate, insurance policies or other contracts as required by state law (referred to throughout our response as the “Group Contract”) will be issued by one or more MetLife companies. The Group Contract governs the terms and conditions of the coverage being provided. In the event of conflict between the Group Contract and any other documents, the Group Contract will govern. In view of the foregoing, the following provisions will be governed by the Group Contract (this may not be all-inclusive): RFP • ‘Instructions’ − Clause i.12 ‘Form and Content of Proposals’ • Sixth sentence beginning with “In the event” (page 4) • ‘Standard Terms and Conditions’ − Clauses S.20 – S.23, S.36, S.42 and S.45 (pages 12, 14 and 15) • ‘Milestones’ − Clause 4 (page 20) ‘section-b-questionnaire’ document • Question 9 (page 1) II. NOT APPLICABLE PROVISIONS Please note that the provisions/requirements listed below are not applicable to the nature of services which would be provided by us if awarded the business (this may not be all-inclusive): RFP • Any reference to surety bond; proposal/performance security; equipment; materials; commodities; background checks and fingerprinting requirements; agent • ‘Instructions’ − Clauses i.6 and i.13 ‘Specifications’ (pages 2 and 4) • ‘Standard Terms and Conditions’ − Clause S.10 ‘Compliance with Applicable Laws’ (page 8) - MetLife will comply with all Page 44 City of Clearwater ©2024 MetLife Service and Solutions, LLC applicable laws − Clauses S.15, S.16, S.26, S.27, S.28, S.31 – S.34 and S.39 (pages 11 and 13 - 15) III. OWNERSHIP OF PROPOSAL With respect to Clauses i.4 and i.18 (pages 2 and 5) of ‘Instructions’, Clause S.13 ‘Public Records’ (page 10) of ‘Standard Terms and Conditions’, Clause (f) (page 24) of ‘Vendor Certification of Proposal’ of the RFP, please note MetLife agrees that any materials it creates exclusively for Customer in response to this RFP shall be the property of Customer, but solely to the extent that such material does not include any pre-existing, independently created, or third-party material or intellectual property rights. IV. CONFLICT OF INTEREST With respect to Clause i.19 ‘Contractor Ethics’ (page 5) of ‘Instructions’; Clause (c) (page 24) of ‘Vendor Certification of Proposal’ of the RFP, please note that Metropolitan Life Insurance Company is a wholly owned subsidiary of MetLife, Inc., which is a publicly held corporation. We do not track the stock ownership of individuals, such as employees or officials of Customer. Also, MetLife is in compliance with its own ethics policy. V. ASSIGNMENT / SUBCONTRACTOR With respect to Sub-clause (b) ‘Responsibility’ (page 6) of Clause i.23 ‘Criteria for Evaluation and Award’ of ‘Instructions’, Clauses S.3 and S.4 (page 8), Sub-clause (c) ‘Federal and State Immigration Laws’ (page 9) of Clause S.10 ‘Compliance with Applicable Laws’ of ‘Standard Terms and Conditions’, Clause (g) (page 24) of ‘Vendor Certification of Proposal’; ‘E-Verify Eligibility Form’ (page 27) of the RFP, please note MetLife does not agree to these provisions as written. It agrees to seek written consent from Customer prior to assignment except in the event of an assignment to its affiliate or sale of its assets. For Subcontractor, given the nature of subcontractor services utilized by MetLife, it cannot agree to obtain written consent from its group customers with respect to the use of its subcontractors. However, it can provide a list of its subcontractors utilized at the time the contract is entered into and agree to provide reasonable notice of any additional subcontractors utilized. Also, MetLife has individually negotiated contracts with each of its subcontractors. For practical reasons, it cannot agree to revise/renegotiate them to meet the requirements of each group customer. However, it is MetLife’s practice to require appropriate provisions in all such contracts. Also, for ‘inspection’ as noted under Sub-clause (c) ‘Federal and State Immigration Laws’ (page 9), MetLife may agree to same on its behalf only, subject to reasonable suspicion of non-compliance and prior agreement as to the time, terms and scope of such inspection. It makes no representation on behalf of or with respect to its subcontractors other than as stated herein. VI. INDEMNIFICATION / HOLD HARMLESS With respect to Clauses S.2, S.11, S.25 and S.35 (pages 8, 9, 12 and 14) of ‘Standard Terms and Conditions’, liability obligations including provision (d) (page 19) of ‘Other Insurance Provisions’ given under Clause 4 ‘Insurance Requirements’ of ‘Detailed Specifications’ of the Page 45 City of Clearwater ©2024 MetLife Service and Solutions, LLC RFP, please note that while we cannot agree to the defend/indemnification/hold harmless language as written, we are happy to discuss this issue further to address any customer concerns. We can assure you that we will provide coverage in accordance with the terms of Group Contract, and we will defend, at our expense, lawsuits seeking coverage under the Group Contract. VII. THIRD PARTY BENEFICIARY With respect to Clause S.6 ‘No Third Party Beneficiaries’ (page 8) of ‘Standard Terms and Conditions’ of the RFP, please note MetLife cannot agree to this provision as the group policy is a third-party beneficiary contract which does grant rights and benefits to covered individuals. VIII. DRUG-FREE WORKPLACE With respect to Sub-clause (b) ‘Drug-Free Workplace’ (page 8) of Clause S.10 ‘Compliance with Applicable Laws’ of ‘Standard Terms and Conditions’ of the RFP, please note that MetLife does not agree to this provision as written. As a FORTUNE 50 company, MetLife has its own employment practices and policies with respect to a drug free environment that are not tailored on an individual customer basis. IX. OFFSET / DEFAULT / REMEDIES With respect to Clauses S.12, S.13 and S.17 – S.19 (pages 9 - 12) of ‘Standard Terms and Conditions’ of the RFP, please note MetLife does not agree to these provisions as written. It reserves all its legal rights and remedies. We are happy to discuss to address customer concerns. X. PUBLIC RECORDS With respect to Clause S.13 ‘Public Records’ (page 10), please note that MetLife does not agree to this provision as written. It shall use commercially reasonable efforts to assist Customer with its requirements to comply with Florida's Public Records Law. Further, we can meet the requirements for retaining of public records; however, transfer to the city of same may entail additional charges. XI. AUDIT / RECORDS With respect to Clause S.14 ‘Audits and Records’ (page 11) of ‘Standard Terms and Conditions’ of the RFP, please note Customer may perform reasonable audit/inspection of records related to contract/agreement subject to prior agreement regarding the time, scope, terms and conditions of any such audit/inspection. Also, MetLife agrees to retain records in accordance with its internal record retention policies. XII. KEY PERSONNEL With respect to Clause S.16 ‘Security Clearance and Removal of Contractor Personnel’ (page Page 46 City of Clearwater ©2024 MetLife Service and Solutions, LLC 11) of ‘Standard Terms and Conditions’ of the RFP, as applicable, please note that MetLife cannot grant Customer the right to make employment decisions regarding its personnel. However, it always gives due consideration to the feedback of its group customers including any reasonable requests/advice regarding staffing and specific personnel performing services for them. XIII. OWNERSHIP OF RECORDS With respect to Clause S.29 (page 13) of ‘Standard Terms and Conditions’ of the RFP, please note MetLife does not agree to this provision as written. Claim records are the property of MetLife. MetLife agrees that any materials it creates exclusively for Customer pursuant to contract/agreement shall be the property of Customer, but solely to the extent that such material does not include any pre-existing, independently created or third-party material or intellectual property rights. XIV. COOPERATIVE PURCHASE With respect to Clause S.38 ‘Cooperative Use of Contract’ (page 14) of ‘Standard Terms and Conditions’ of the RFP, please note that MetLife does not agree to this provision as written. It will need to evaluate any additional entity on a case-by-case basis. XV. CONTRACT With respect to Clause S.42 ‘Integration Clause’ (page 15) of ‘Standard Terms and Conditions’; first sentence, Clauses (b) and (k) (page 24) of ‘Vendor Certification of Proposal’ of the RFP, please note that contract/agreement shall also include the Group Contract. We can agree to these provisions subject to the deviations noted in this document. XVI. SUBCONTRACTOR’S INSURANCE With respect to Clause 4 ‘Insurance Requirements’ (page 18) of ‘Detailed Specifications’ of the RFP, please note that MetLife has individually negotiated contracts with each of its subcontractors. For practical reasons, it cannot agree to revise/renegotiate them to address the requirements of each group customer. However, it is MetLife’s practice to require appropriate insurance provisions in all such contracts. XVII. AFFIDAVITS / DECLARATIONS / CERTIFICATIONS All affidavits, declarations, certifications, and similar statements included in our response are made to the best of the knowledge and belief of the signer. XVIII. INSURANCE With respect to Clause i.21 ‘Right to Protest’ (page 5) of ‘Instructions’; Clause 4 ‘Insurance Requirements’ (page 18) of ‘Detailed Specifications’ of the RFP, in addition to our Subcontractors and Indemnification/Hold Harmless responses above: Page 47 City of Clearwater ©2024 MetLife Service and Solutions, LLC 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. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #60-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Page 48 July 2021 P a g e | 1 Employee Policies | Drug and Alcohol Drug and Alcohol Policy As part of our commitment to a safe and healthy work environment, MetLife prohibits all individuals from arriving to work, working, or representing MetLife while impaired or under the influence of any substance, including alcohol, whether legal or illegal, prescribed or over the counter. This includes when such activity impacts an individual’s performance, safety or the safety of others, or when the use is otherwise disruptive to the workplace. This policy sets forth our expectations and prohibitions regarding drugs and alcohol in the workplace. Applies to This policy applies to all employees, non-employee workers (i.e., consultants, temporary, and contingent workers), customers, and visitors whenever representing or conducting business for or with MetLife. Controlled and Other Illegal Drugs MetLife prohibits all individuals from manufacturing, distributing, selling, offering to sell, trading, possessing, or using controlled substances or any other drug that is illegal under any federal, state or local law, while in the workplace or whenever the individual is representing or conducting business for MetLife. Prescription and Over-the-Counter Drugs You are allowed to use your prescription and over-the-counter (OTC) medication at work, or while representing or performing services on behalf of MetLife in accordance with a valid medical treatment plan or prescription, or, in the case of OTC drugs, in accordance with the product’s instructions for use. Misuse or abuse of prescription or OTC drugs at work or while working on behalf of MetLife, such as illegally selling or buying them, or possessing or using prescription drugs not properly prescribed to you is strictly prohibited. Alcohol MetLife prohibits consumption of alcoholic beverages in the workplace and/or while working, representing, or doing business with MetLife. Exceptions are allowed for the moderate and responsible consumption of alcoholic beverages by individuals of legal drinking age at MetLife-sponsored functions (e.g., holiday parties, sales conferences) where the serving and/or consumption of alcoholic beverages at the function has been pre-approved by a department head. It is expected that all individuals, whether participating in- person or virtually, refrain from drinking to the point of inebriation, maintain self-control, and present in a professional manner at all times at such events. Disclosure of Criminal Drug Convictions If you are convicted (including a plea of no contest) of violating a criminal drug statute for manufacturing, distributing, dispensing, using, or possessing a controlled substance, and the conduct occurred while you were in the workplace or conducting MetLife business, you must notify Employee Relations in writing at EmployeeRelations@metlife.com within five (5) calendar days of the conviction. NOTE: This notification requirement does not apply to a drug-related arrest or a conviction for a drug offense that occurred outside of the workplace. If required by law, MetLife will notify appropriate third parties within ten (10) days after receiving this notice from the employee or otherwise receiving actual notice of such conviction. Page 49 July 2021 P a g e | 2 Employee Policies | Drug and Alcohol Violations of this Policy If you exhibit signs of being under the influence in the workplace and/or while working, representing, or doing business with MetLife (including, but not limited to, smelling of alcohol, using slurred or incoherent speech, noticeable mood shifts, or other behaviours that are out of character), or there is evidence that you are otherwise in violation of this policy, you may be asked to leave or logoff work for the day and/or be placed on a leave while an investigation is conducted, and may be required to complete a drug test*. Furthermore, you may be subject to disciplinary action, up to and including termination from employment. A criminal drug conviction as described above, or failure to timely disclose one, could also result in disciplinary action. If you or anyone else on MetLife premises or while using a company vehicle at any time violates this policy with respect to a controlled substance, MetLife will bring the matter to the attention of the applicable law enforcement authority, as appropriate. If you are found to have driven a company vehicle while under the influence, you may lose your company car privilege in addition to other disciplinary action which could include termination of employment. *Note: MetLife reserves the right to require drug tests during employment based on “reasonable suspicion,” which is evidence or reasonable cause to believe that an employee is improperly using or is under the influence of drugs or alcohol, or is otherwise in violation of this policy. In addition, MetLife does not conduct pre-employment drug testing unless required by law or contract. Similarly, MetLife does not conduct drug testing on employees who transfer jobs within MetLife, except that, employees who transfer to a job that requires pre-employment drug testing by law or contract will be required to complete a drug screen. Your Resources MetLife is committed to supporting all employees in overcoming alcohol and/or drug abuse problems (whether their own or someone else’s affecting them). Through Wellness for Life, MetLife’s employee assistance program (1-844-453-0064), employees can access free, confidential counseling, advice on emotional and physical wellness, and more. Employees with concerns that their or someone else’s substance abuse may be affecting their performance or conduct in the workplace or while representing or performing services on behalf of MetLife can contact Employee Relations. Employees with questions about coverage of MetLife’s Medical Plan to treat substance abuse problems can speak directly with a representative of their medical benefits carrier. Contact If you suspect an employee or anyone covered under these policies may be under the influence of alcohol or drugs in the workplace or otherwise violating this policy, contact: • Your supervisor/manager; or • Employee Relations (1-877-843-3711or EmployeeRelations@metlife.com) Page 50 ©2023 MetLife Services and Solutions, LLC MetLife Code of Business Ethics For over 150 years MetLife has been in the business of insuring better futures for people around the world. MetLife conducts business fairly and transparently, always putting our customers first and staying true to our legacy. Today, we operate in over 40 markets. We help families, businesses, and communities not just survive, but thrive. MetLife’s Code of Business Ethics (“Code”), values, and policies, give employees the information they need to perform their jobs ethically and in line with MetLife’s standards, laws, and regulations. The Code’s purpose is to empower employees to make decisions that uphold our principles and protect our people and our reputation. For more information about MetLife’s Code of Business Ethics, please visit our website: Code of Business Ethics | MetLife Page 51 Driving employee wellness with Upwise’sNew Benefits Engagement Platform Contact your MetLife Representative for more information You put a lot of time, money and resources toward benefits. And yet, employees still report struggling to understand and effectively utilize them Upwise helps your employees choose their benefits and use them wisely With our Benefits Engagement Platform, employees can get more from their benefits during enrollment and throughout the year so they can feel confident and cared for. 45% of employees are confused about their benefits1 53% of employees say they have difficulty navigating and understanding their benefits1, 2 Choose Benefits Empower employees with personalized and comprehensive recommendations. A short interactive survey at the start of enrollment provides employees with an AI-powered benefits recommendation based on their health, lifestyle and finances— now and in the future. Use Benefits Guide employees with relevant, continuous education and communications. Our smart benefits platform lets employees access their benefits information and sends optional reminders to encourage use of their benefits and employer-provided point solutions at key moments throughout the year. Page 52 MetLife Consumer Services, Inc. | Metropolitan Life Insurance Company I 200 Park Avenue | New York, NY 10166 Metropolitan Tower Life Insurance Company | 5601 South 59th Street I Lincoln, Nebraska 68516L1223037197[exp1225][All States][DC,GU,MP,PR,VI] © 2024 MetLife Services and Solutions, LLC. Upwise offers a unique benefits experience, powered by AI Comprehensive Upwise provides benefits recommendations and guidance across your full range of benefits, not only medical insurance.3 Personalized The full Upwise experience is tailored to each employee’s unique circumstances and preferences. Continuous Upwise is always-on, enabling not only smarter benefits enrollment, but better access and utilization as well. Contact your MetLife Representative for more information Maximize Benefits Utilization Help employees understand exactly which benefits to choose and use with data-driven recommendations, explanations and nudges throughout the year Increase Benefits Awareness and Comprehension Proactively address benefits-related questions and confusion with timely experiences, notifications and content Support Diversity, Equity & Inclusion Go beyond one-size-fits-all benefits education with a platform that understands and considers each employee's unique circumstances Give your employees a more confident benefits experience with Upwise 1 MetLife's 21st Annual US Employee Benefit Trends Study (2023) 2 Harvard Business Review Analytic Services Pulse Survey: Health Operating Systems: Solving the Employee Benefits Navigation Puzzle (2021) 3 Upwise makes recommendations to and/or educates employees on benefits such as Medical, Dental, Vision, Supplemental Term Life, STD, LTD, Accident, CI (including Cancer plans), HI, and HSA Contributions, Healthcare FSA, Pet, Legal, and Fraud Protection. Employees may have additional benefits or additional services/perks available to them that are not considered by Upwise. Upwise is offered by MetLife companies for educational purposes. MetLife does not provide legal, tax, or investment recommendations or advice. Nayya is developed, managed, and owned by Nayya Health, Inc. and made available by MetLife. All recommendations are made by Nayya entities, not MetLife. Nayya Health Insurance Center, LLC is a licensed insurance producer. Nayya provides recommendations based on information you share or you authorize it to access at a point in time. No representations or warranties are made regarding the recommendations. You are responsible for making your own decisions about benefits and the Nayya recommendations should not be relied upon as legal, tax, investment or financial advice. All information collected by Nayya will be maintained in accordance with the Nayya Privacy Policy. Page 53 U.S. Business Intermediary and Producer Compensation Notice Metropolitan Life Insurance Company (herein called “MetLife”), enters into arrangements concerning the sale, servicing and/or renewal of MetLife group insurance and certain other group-related insurance and non-insurance products (“Products”) with brokers, agents, consultants, third party administrators, general agents, associations, and other parties that may participate in the sale, servicing and/or renewal of such products (each an “Intermediary”). MetLife may pay your Intermediary compensation, which may include, among other things, base compensation, supplemental compensation and/or a service fee. MetLife may pay compensation for the sale, servicing and/or renewal of products, or remit compensation to an Intermediary on your behalf. Your Intermediary may also be owned by, controlled by or affiliated with another person or party, which may also be an Intermediary and who may also perform marketing and/or administration services in connection with your products and be paid compensation by MetLife. Base compensation, which may vary from case to case and may change if you renew your products with MetLife, may be payable to your Intermediary as a percentage of premium or a fixed dollar amount. MetLife may also pay your Intermediary compensation that is based upon your Intermediary placing and/or retaining a certain volume of business (number of products sold or dollar value of premium) with MetLife. In addition, supplemental compensation may be payable to your Intermediary for eligible Products. Under MetLife’s current supplemental compensation plan (SCP), the amount payable as supplemental compensation may range from 0% to 9% of premium or fees. The supplemental compensation percentage may be based on one or more of: (1) the number of products sold through your Intermediary during a one-year period, or other defined period; (2) the amount of eligible new or renewal premium or fees with respect to products sold through your Intermediary during a one-year period; (3) the persistency percentage of products inforce through your Intermediary during a one-year period; (4) the block growth of the products inforce through your Intermediary during a one-year period; (5) eligible new or renewal premium or fees growth during a one-year period; or (6) a flat amount, fixed percentage or sliding scale of the premium or fees for products as set by MetLife. The supplemental compensation percentage will be set by MetLife based on the achievement of the outlined qualification criteria and it may not be changed until the following SCP plan year. As such, the supplemental compensation percentage may vary from year to year, but will not exceed 9% under the current supplemental compensation plan. The cost of supplemental compensation is not directly charged to the price of our products except as an allocation of overhead expense, which is applied to all eligible group insurance products, whether or not supplemental compensation is paid in relation to a particular sale or renewal. As a result, your rates will not differ by whether or not your Intermediary receives supplemental compensation. If your Intermediary collects the premium or fees from you in relation to your products, your Intermediary may earn a return on such amounts. Additionally, MetLife may have a variety of other relationships with your Intermediary or its affiliates, or with other parties, that involve the payment of compensation and benefits that may or may not be related to your relationship with MetLife (e.g., insurance and employee benefits exchanges, enrollment firms and platforms, sales contests, consulting agreements, participation in an insurer panel, or reinsurance arrangements). More information about the eligibility criteria, limitations, payment calculations and other terms and conditions under MetLife’s base compensation and supplemental compensation plans can be found on MetLife’s Website at www.metlife.com/business-and-brokers/broker-resources/broker-compensation. Questions regarding Intermediary compensation can be directed to ask4met@metlifeservice.com, or if you would like to speak to someone about Intermediary compensation, please call (800) ASK 4MET. In addition to the compensation paid to an Intermediary, MetLife may also pay compensation to your representative. Compensation paid to your representative is for participating in the sale, servicing, and/or renewal of products, and the compensation paid may vary based on a number of factors including the type of product(s) and volume of business sold. If you are the person or entity to be charged under an insurance policy or annuity contract, you may request additional information about the compensation your representative expects to receive as a result of the sale or concerning compensation for any alternative quotes presented, by contacting your representative or calling (866) 796-1800. Page 54 Non-U.S. Coverage When providing you with information concerning an eligible group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a MetLife affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MetLife or any other insurer that is not a member of MAXIS GBN. Please note that while MetLife is a member of MAXISGBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. L0824042390[exp1025][All States][DC,GU,MP,PR,VI] Page 55 VENDOR INFORMATION Life Insurance & Long-Term Disability Insurance 23 RFP #60-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certifying Agency: Certifying Agency: Provide supporting documentation for your certification, if applicable. Metropolitan Life Insurance Company MetLife Certified Small Business Not applicable. Certified Minority, Woman or Disadvantaged Business Enterprise Not applicable. 200 Park Avenue New York NY 10166 www.metlife.com Not available. 00-698-7648 Not available. acook51@metlife.com407-230-5171 1299 407-230-5171* acook51@metlife.com* Name: Alexis Cook, Account Executive *Alexis Cook, Account Executive **Kaye Douglas, Client Services Consultant 18210 Crane Nest Drive** Tampa FL 33647 Tampa FL 33647 Not available. 813-673-3698 lakedra.douglas@metlife.com 18210 Crane Nest Drive** Page 56 VENDOR CERTIFICATION OF PROPOSAL Life Insurance & Long-Term Disability Insurance 24 RFP #60-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: Metropolitan Life Insurance Company Mark Banas Vice President September 26, 2024 Subject to the deviations provided with our proposal response. Page 57 Page 58 Page 59 Page 60 •• W-9 Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. Purpose of Form, 5 5 8 1 8 2 9 or DJJ-ITJ-11 111 I Employer identification number Certification 1 1, 2.) METROPOLITAN LIFE INSURANCE COMPANY 2 c 3a ose it d on line 1.Check 4 Expos (c appy yCl> o y one f oll x crt s ,di;c 0 D [] c corporation Ls cp D Prtrip []Tu c pc pp r0 • Cl) □ = cr r = p = P py c y 5 c S£ Note: p p S, L c A pp x p o o i o c o c cz% □ c E ES 0.o 5 3b o c rt "p" i (Applies to accounts maintained 0 p c □ outside the United States.) 8 x p cos 0 5 s o r p(1) 0 200 PARK AVENUE 6 , NEW YORK, NY 10166 7 er(s)here (optional) I :FT I Taxpayer Identification Number (TIN) En e y TIN in te ppp box T TIN pv t matc e nm gven n line 1 to av I Social security number I bck hd n v t ay s c a a t pp t ds n tc ntts m y nmb N If y n hv n e How to get a TIN, t Note: a s n a n nm t t ctns What Name and Number To Give the Requester d s hs t t. N n h n d t th n s ed t h s ne t d t at t hs dt d et n p s n c t v s t an th h h t n h c h n n h net Ths c n n n d t n th mtn d n t s t n c n pn c t ts ny ppc p m n p p hp tht h nd t n p s b o m K-2 K-3. t n p s cts K-2 K-3 1065). Purpose of Form ina nt s mat h gv s m bc n p I ce 1. nm t s m e a tca m (am m 2. I n s t k ()I t fr m bck ithhd ,(b)I ve n d y n Rv Srvic IR )tht I m s b c t bkp w hh d n s t fa t p n dv nd or (c)the R s n ti t I am ne jc t bck thd n; 3. I m U z th S o n d end b;n 4. T TC cd nd n s m ny in that I a xmpt m T CA ep rt cc Certification instructions. Y c s 2 b h b ti IR y c tl s bj t kp d v fail t rt ll t v u ax ern.Fo e s tio 2 o s p tes bn c p d c t d m y p m t v t h e rt o y m t e o o TIN. S s t n rt 11, Sign Signature of Here U.S. person tt5Ur1 Date General Instructions c e nc th e ve e e t e Future developments. h n m t n t v ms t t s n t t i na t p t www.irs.gov/FormW9. What's New ne hs b d i ds c t i tat d d t s cc k pi b t scn n s t h c n n t p t ax s fiatn t.No.10231X Form W-9 (ev. 3-2024) Page 61 October 25, 20254 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division has shortlisted the top ranked firms for RFP No. 60-24, Life Insurance and Long-Term Disability Insurance and proceeded to make an award recommendation to Metropolitan Life Insurance Company d/b/a MetLife, the top-ranked firm, for a period of one (1) year, with two (2), one (1) year renewal options. The ranked firms in order are as follows: 1. Metropolitan Life Insurance Company d/b/a MetLife 2. Securian Life Insurance Company and Madison National Life Insurance Company, Inc 3. Unum Life Insurance Company of America Negotiations will begin soon with the top ranked firm. Should negotiations fail, the committee will move to the next ranked firm on the list. The negotiated contract is subject to City Manager or Council’s authorization. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 444- 8527, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Kelly Rogers Procurement Analyst II City of Clearwater DETAILED SPECIFICATIONS Life Insurance & Long-Term Disability Insurance 18 RFP #60-24 4. 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. 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. Cyber Liability coverage in an adequate amount to meet or exceed the requirements, including notification and monitoring, under Florida Statute 501.171. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #60-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. DETAILED SPECIFICATIONS Life Insurance & Long-Term Disability Insurance 19 RFP #60-24 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. Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0624041137[exp0626][All States] © 2024 MetLife Services and Solutions, LLC LI-ALL-SUPP Life Insurance – Plan Summary City of Clearwater Life insurance is a cost-effective way to protect your family and your finances. It helps ensure your short- and long-term financial obligations could be met if something unforeseen happens to you. Explore the coverage that makes it easy to give yourself and your loved ones more security today…and in the future. Basic Term Life Insurance Your employer provides you with Basic Term Life insurance coverage as follows: Class 1: All Full-Time Fraternal Order Police, International Association of Firefighters, Council Members and Mayor of the Policyholder. Benefit Amount: $2,500. Class 2: All retired employees of the Policyholder who retired on or before October 1, 2008. Benefit Amount: $1,000. Class 3: All Full-Time classified Non-SAMP (supervisory, administrative, managerial and professional) employees of the Policyholder. Benefit Amount: 1.5 times earnings to maximum $50,000. Class 4: All Full-Time supervisory, administrative, managerial and professional employees of the Policyholder. Benefit Amount: 1 times earnings plus $2,500 to maximum $202,500. Supplemental Term Life Insurance Coverage Options $50,000 increments to a maximum of the lesser of 5 times earnings or $500,000. What’s Not Covered? Like most insurance plans, this plan has exclusions. Supplemental Life Insurance does not provide payment of benefits for death caused by suicide within the first two years (one year for group policies issued in Colorado, Minnesota, Missouri or North Dakota) of the effective date of the certificate or an increase in coverage. This exclusionary period is one year for residents of Minnesota, Missouri and North Dakota.The suicide exclusion does not apply to residents of Washington, or to individuals covered under a group policy issued in Washington. Additional Coverage Information How to Apply*  Complete your enrollment form and return it to your Human Resources Manager today! Be sure to indicate your Beneficiary. You may apply for life insurance coverage quickly and securely online using the MyBenefits website / employer site. It’s easy to use. Just go to www.metlife.com/mybenefits/employer website address. Act Now During the Enrollment Period. Even if you wish to keep your existing level of coverage, you must complete an enrollment form. * All applications for coverage are subject to review and approval by MetLife. If you choose to apply for increased coverage, the increase may be subject to underwriting. MetLife will review your information and evaluate your request for coverage based upon your answers to the health questions, MetLife’s underwriting rules and other information you authorize us to review. In certain cases, MetLife may request additional information to evaluate your request for coverage. Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0624041137[exp0626][All States] © 2024 MetLife Services and Solutions, LLC LI-ALL-SUPP For Employee Coverage Enrollment in this Supplemental Life insurance plan is available without providing medical information so long as you have not been hospitalized within 90 days preceding your enrollment date, and: For Annual Enrollment  The enrollment takes place prior to the enrollment deadline, and  You are continuing the coverage you had in the last year, or  You are requesting to increase existing coverage by one increment, and the total amount of coverage does not exceed the $150,000 MEOI level. For New Hires  The enrollment takes place within 31 days from the date you become eligible for benefits, and  The enrollment takes place prior to the date you became eligible for benefits (note: this period will not be greater than 12 months, or less than 31 days), and  You are enrolling for coverage equal to/less than the $150,000 MEOI level. If you do not meet all the conditions stated above, you will need to provide additional medical information by completing a Statement of Health form. A Statement of Health is included in this booklet.5 About Your Coverage Effective Date You must be Actively at Work on the date your coverage becomes effective. If Actively at Work requirements are met, coverage will become effective on the first of the month following the receipt of your completed application for all requests that do not require additional medical information. A request for your amount that requires additional medical information and is not approved by the date listed above will not be effective until the later of the date that notice is received that MetLife has approved the coverage or increase if you meet Actively at Work requirements on that date, or the date that Actively at Work requirements are met after MetLife has approved the coverage or increase. Who Can Be A Designated Beneficiary? You can select any beneficiary(ies) other than your employer for your Basic and Supplemental coverages, and you may change your beneficiary(ies) at any time. You can also designate more than one beneficiary. Monthly Costs* for Supplemental Term Life Insurance You have the option to purchase SupplementalTerm Life Insurance. Listed below are your monthly rates (based on your age as of your last birthday) . Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0624041137[exp0626][All States] © 2024 MetLife Services and Solutions, LLC LI-ALL-SUPP Once Enrolled, You have Access to MetLife AdvantagesSM — Services to Help Navigate What Life May Bring Total Control Account1 For immediate access to death proceeds The Total Control Account® (TCA) settlement option provides your loved ones with a safe and convenient way to manage the proceeds of a life claim payments of $5,000 or more, backed by the financial strength and claims paying ability of Metropolitan Life Insurance Company. TCA death claim payments relieve beneficiaries of the need to make immediate decisions about what to do with a lump- sum check and enable them to have the flexibility to access funds as needed while earning a guaranteed minimum interest rate on the proceeds as they assess their financial situations. Call 1-800-638-7283 for more information about options available to you. Estate Planning Services2,4 To help ensure your decisions are carried out When you enroll for supplemental term life coverage, you will automatically receive access to Estate Planning Services at no extra cost to you. Estate Planning Services offers unlimited access to Digital Estate Planning services to complete wills and other important estate planning documents quickly and easily online with access to online notary services, and Will Preparation Services to work one- on-one with a MetLife Legal Plans’ attorney, in-person or on the phone, to prepare or update a will, living will, or power of attorney. When you use a participating plan attorney, there will be no charge for the services.*  A will lets you define your most important decisions, such as who will care for your children or inherit your property.  A living will ensures your wishes are carried out and protects your loved ones from having to make very difficult and personal medical decisions by themselves. Also called an “advanced directive,” it is a document authorized by statutes in all states that allows you to provide written instructions regarding use of extraordinary life-support measures and to appoint someone as your proxy or representative to make decisions on maintaining extraordinary life-support if you should become incapacitated and unable to communicate your wishes.  Powers of attorney allow you to plan ahead by designating someone you know and trust to act on your behalf in the event of unexpected occurrences or if you become incapacitated Visit legalplans.com/estateplanning to get started. * You also have the flexibility of using an attorney who is not participating in the MetLife Legal Plans, Inc. network and being reimbursed for covered services according to a set fee schedule. In that case you will be responsible for any attorney’s fees that exceed the reimbursed amount. Age Monthly Cost Per $1,000 of Employee Coverage Under 30 $0.059 30 – 34 $0.059 35 – 39 $0.094 40 – 44 $0.152 45 – 49 $0.270 50 – 54 $0.446 55 – 59 $0.692 60 – 64 $1.073 65 – 69 $1.920 70 + $3.45 Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0624041137[exp0626][All States] © 2024 MetLife Services and Solutions, LLC LI-ALL-SUPP Portability So you can keep your coverage even if you leave your current employer Should you leave City of Clearwater for any reason, and your Basic and Supplemental Term Life insurance under this plan terminates, you will have an opportunity to continue group term coverage (“portability”) under a different policy, subject to plan design and state availability. Rates will be based on the experience of the ported group and MetLife will bill you directly. Rates may be higher than your current rates. Generally, there is no minimum time for you to be covered by the plan before you can take advantage of the portability feature. Please see your employer or certificate for specific details. Please note that if you experience an event that makes you eligible for portable coverage, please call a MetLife representative at 1- 888-252-3607 or contact your employer for more information. Accelerate Benefits Option3 For access to funds during a difficult time If you become terminally ill and are diagnosed with 12 months or less to live, you have the option to receive up to 80% of your life insurance proceeds. This can go a long way towards helping your family meet medical and other expenses at a difficult time. Amounts not accelerated will continue under your employer’s plan for as long as you remain eligible per the certificate requirements and the group policy remains in effect. The accelerated life insurance benefits offered under your certificate are intended to qualify for favorable tax treatment under Section 101(g) of the Internal Revenue Code (26 U.S.C.Sec 101(g)).10 Accelerated Benefits Option is not the same as long term care insurance (LTC). LTC provides nursing home care, home-health care, personal or adult day care for individuals above age 65 or with chronic or disabling conditions that require constant supervision. Conversion For protection after your coverage terminates You can generally convert your group term life insurance benefits to an individual whole life insurance policy if your coverage terminates in whole or in part due to your retirement, termination of employment, or change in employee class. Conversion is available on all group life insurance coverages. Please note that conversion is not available on AD&D coverage. If you experience an event that makes you eligible to convert your coverage, please call 1-877-275-6387 to begin the conversion process. Please contact your employer for more information. Waiver of Premiums for Total Disability (Continued Protection) Offering continued coverage when you need it most If you become Totally Disabled, you may qualify to continue certain insurance. You may also be eligible for waiver of your basic and supplemental term life (excluding closed retiree group) premium until you reach age 70, die, or recover from your disability, whichever is sooner. Total Disability or Totally Disabled means you are unable to do your job and any other job for which you are fit by education, training or experience due to injury or sickness. The Total Disability must begin before age 70, and your waiver will begin after you have satisfied a 6-month waiting period of continuous disability. The waiver of premium will end when you turn age 70, die, or recover. Please note that this benefit is only available after you have participated in the supplemental/optional term life plan for 12 months and it is not available on dependent coverage. This 12 month requirement applies to new participants in the plan. Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0624041137[exp0626][All States] © 2024 MetLife Services and Solutions, LLC LI-ALL-SUPP If you return to work after completing part or all of the 6-month waiting period and later cease active work due to the same or a related Total Disability while your coverage is being continued, you will be given credit for the prior partial or total completion of the waiting period and it will be considered a continuation of the original Total Disability. This means that if you completed the waiting period of continuous disability in the original period of disability, you will not need to complete another one.  You must notify MetLife of the later period of cessation of active work within 12 months of when that period began.  The amount of insurance being continued will be the same as during the original period of disability, subject to any reductions in coverage amount due to age. 1. Subject to state law, and/or group policyholder direction, the Total Control Account is provided for all Life and AD&D benefits of $5,000 or more. The assets backing the Total Control Account (TCA) are maintained in the general account of MetLife or the Issuing Insurance Company. These general accounts are subject to the creditors of MetLife or the respective Issuing Insurance Company. MetLife or the Issuing Insurance Company bears the investment experience of such assets and expects to earn income sufficient to pay interest to TCA Accountholders and to make a profit on the operation of the TCAs. Regardless of the investment experience of such assets, the effective annual rate on the Account will not be less than the rate guaranteed on the welcome guide. The TCA and other available settlement options are not bank products and are not insured by the FDIC or any other governmental agency. In addition, while the funds in your account are not insured by the FDIC, they are guaranteed by each state’s insurance guarantee association. The coverage limits vary by state. Please contact the National Organization of Life and Health Insurance Guaranty Associations (www.NOLHGA.com or 703-481-5206) to learn more. FOR FURTHER INFORMATION, PLEASE CONTACT YOUR STATE DEPARTMENT OF INSURANCE. . 2. Will Preparation Services are offered by MetLife Legal Plans, Inc. Cleveland, Ohio. In certain states, legal services benefits are provided through insurance coverage underwritten by Metropolitan General Insurance Company, Warwick, Rhode Island. For New York sitused cases, the Will Preparation service is an expanded offering that includes office consultations and telephone advice for certain other legal matters beyond Will Preparation. Tax Planning and preparation of Living Trusts are not covered by the Will Preparation Service. 3. The Accelerated Death Benefit due to Terminal Illness Rider pays between 50%-100% (depending on plan design) of an insured's Life Insurance proceeds (with the balance payable upon final claim) in most states if the insured becomes terminally ill. Conditions and restrictions may apply. Any outstanding loans will reduce the cash value and death benefit. The ABO benefits are intended to qualify for favorable federal tax treatment under Section 101(g) of the Internal Revenue Code (26 U.S.C. Sec 101(g), in which case the benefits will not be subject to federal taxation. This information was written as a supplement to the marketing of life insurance products. Tax laws relating to accelerated benefits are complex and limitations may apply. You are advised to consult with and rely on an independent tax advisor about your own particular circumstances. Receipt of ABO benefits may affect your eligibility, or that of your spouse or your family, for public assistance programs such as medical assistance (Medicaid), Temporary Assistance to Needy Families (TANF), Supplementary Social Security Income (SSI) and drug assistance programs. You are advised to consult with social service agencies concerning the effect that receipt of ABO benefits will have on public assistance eligibility for you, your spouse or your family. This is a life insurance benefit that also gives you the option to accelerate some or all of the death benefit in the event you meet the criteria for a qualifying event described in the policy. This policy or certificate does not provide long-term care insurance subject to California long-term care insurance (LTC) law. This policy or certificate is not a California Partnership for Long-Term Care program policy. LTC insurance provides nursing home care, home-health care, personal or adult day care for individuals above age 65 or with chronic or disabling conditions that need constant supervision. This policy or certificate is not a Medicare supplement (policy or certificate). 4.-Digital Estate Planning is not available for customers sitused in FL or located in GU, PR and VI. It is not included with dependent life coverages or certain GUL/GVUL policies. Domestic Partnerships are not currently supported however members in a domestic partnership may use a MetLife Legal Plans attorney for their planning needs. Online Notary is not available in all states. If you are unable to access the Legal Plans website, you can find a network attorney by calling MetLife Legal Plans at 1-800-821-6400, Monday through Friday, 8am-8pm EST. You will need to provide your company name, customer number and the last 4 digits of the policyholder's social security number. Group legal plans are provided by MetLife Legal Plans, Inc., Cleveland, OH. In certain states, group legal plans are provided through insurance coverage underwritten by Metropolitan General Insurance Company, Warwick, RI. 5. All applications for coverage are subject to review and approval by MetLife. If you choose to apply for increased coverage, the increase may be subject to underwriting. MetLife will review your information and evaluate your request for coverage based upon your answers to the health questions, MetLife’s underwriting rules and other information you authorize us to review. In certain cases, MetLife may request additional information to evaluate your request for coverage. Coverage will be effective in accordance with the applicable policy and certificate after approval by MetLife. Only applicants who reside in a US state, the District of Columbia, or Guam, Northern Mariana Islands, Puerto Rico or US Virgin Islands are allowed to complete their SOH form online (where available). Otherwise, applicants will be provided with a paper SOH form. Individuals residing outside of the US or in certain US territories must be on US payroll and be approved by MetLife before being provided with an SOH form. This summary provides an overview of your plan’s benefits. These benefits are subject to the terms and conditions of the contract between MetLife and Customer Name and are subject to each state’s laws and availability. Specific details regarding these provisions can be found in the booklet certificate. Nothing in these materials is intended to be advice for a particular situation or individual. Please consult with your own advisors for such advice. Like most group insurance policies, insurance policies offered by MetLife contain certain exclusions, exceptions, waiting periods, reductions, limitations and terms for keeping them in force. Please contact your benefits administrator or MetLife for costs and complete details. Life coverages are provided under a group insurance policy (Policy Form GPNP99/G2130-S/ GPNP15-2T) issued to your employer by MetLife. Life coverages under your employer’s plan terminates, when your employment ceases, or upon termination of the group insurance policy. Should your life insurance coverage terminate for reasons other than non-payment of premium, you may convert it to a MetLife individual permanent policy without providing medical evidence of insurability. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 1 of 13 P3041807.1567201. City Of Clearwater Basic Life, Supplemental Term Life Proposal produced on September 27, 2024 Quote valid through the effective date of the coverage quoted MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 2 of 13 P3041807.1567201. City Of Clearwater Rate Summary As requested, the quote outlined below is for City of Clearwater’s term life insurance program. Because the current rates for the Employee-Paid coverage(s) appear to subsidize the rates on the Employer-Paid coverage(s) or, because it was requested, we are providing a Cost Reallocated Quote (CRQ). The CRQ includes a lower Employer-Paid coverage rate and subsidization between the Employee and Employer-Paid rates. Unless a CRQ was solely requested, we are also providing a non-subsidized quote. City of Clearwater should consult its legal and tax counsel regarding any potential legal or tax implications of this arrangement and is responsible for appropriate disclosure of this arrangement to impacted employees if it selects the CRQ. Please note that MetLife’s group insurance policy, certificate and enrollment form (if applicable) will specify the rate structure described below if the CRQ is selected. Cost Reallocated Quote (CRQ) Coverage Participating Lives Covered Volume Rates Annual Premium Current Plan 7575059 Basic Life (per $1,000 of Covered Volume) 2,118 $79,657,500 $162,839 All Active Full Time Employees 1,672 $79,211,500 $0.152 Closed Retiree Class 446 $446,000 $3.430 Rates are guaranteed from January 1, 2025 - December 31, 2027 Supplemental Life (per $1,000 of Covered Volume) 101 $12,050,000 $59,286 All Active Full Time Employees Less than 30 $0.059 30-34 $0.059 35-39 $0.094 40-44 $0.152 45-49 $0.270 50-54 $0.446 55-59 $0.692 60-64 $1.073 65-69 $1.920 70+ $3.450 Rates are guaranteed from January 1, 2025 - December 31, 2027 *Rates Straddle Table 1 – Will reslope upon request Important Information concerning Supplemental Life enrollments: For take-over supplemental life plans: This quote does not include an open enrollment and late enrollees will be required to provide Evidence of Insurability (EOI). All increases are subject to the terms of the policy. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 3 of 13 P3041807.1567201. Summary of Benefits Life Insurance Basic Life All Active Full Time Employees – Including Elected Officials (Class 1, 3, & 4) ● Class 1: All Full-Time Fraternal Order Police, International Association of Firefighters, Council Members and Mayor of the Policyholder: $2,500 Flat Amount, Class 3: 1.50 times earnings to $50,000, Class 4: 1.00 times earnings +$2,500 to $202,500 ● Medical Evidence Level: Class 1: $2,500, Class 3 All Full-Time classified Non-SAMP (supervisory, administrative, managerial, and professional) employees of the Policyholder: $50,000, Class 4 All Full-Time supervisory, administrative, managerial, and professional employees of the Policyholder: $202,500 ● No Age Reduction ● Waiver of Premium (disabled prior to 70, waiting period 6 months, coverage continues to 70) ● Conversion and Portability are included in this quote ● Accelerated Benefit Option: 12 months or less to live, up to 80.0% of coverage, to a maximum of $500,000 Closed Retiree Class (Class 2) ● Class 2: All retired employees of the Policyholder who retired on or before October 1, 2008: Flat $1,000 ● Medical Evidence Level: $1,000 ● No Age Reduction ● Conversion and Portability are included in this quote ● Accelerated Benefit Option: not included Supplemental Term Life SAMP Employees Only – All FT SAMP EE’s working at least 37.5 hours per week ● $50,000 increments to a maximum of the lesser of 5.00 times pay or $500,000 ● A minimum benefit of $50,000 ● Medical Evidence Level: $150,000 ● No Age Reduction ● Waiver of Premium (disabled prior to 70, waiting period 6 months, coverage continues to 70) ● Conversion and Portability are included in this quote ● Accelerated Benefit Option: 12 months or less to live, up to 80.0% of coverage, to a maximum of $500,000 MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 4 of 13 P3041807.1567201. Plan Features and Limitations This Term Life quote does not include pricing for claim preparation services, where MetLife prepares and distributes claim kits to the beneficiaries of record. If these services are needed, City Of Clearwater should consult with their benefits administrator or third party. Alternatively, MetLife can provide these services for an additional fee. Portability: Option to continue term insurance under a different policy when coverage terminates. Minimums, maximums, and other conditions apply. Portability is not available for residents of Alaska. Empathy*: Automatically included with Basic Life and Supplemental Life at no additional cost to the employer or employee. Available in all situs states except NY. Empathy provides beneficiaries with support and guidance beyond the life claim. Empathy can provide tools and resources to help a beneficiary manage grief due to their loss, provide guidance on probating and settling an estate, assist with closing accounts (e.g., financial, and social media), provide home clearing resources, and more. Beneficiaries can choose to get the support they need online through the Empathy app or web portal, by speaking with a dedicated Empathy Care Manager, or by using a combination of both options. *Empathy’s bereavement services and platform are provided through an agreement with The Empathy Project, Inc., (doing business as Empathy). Empathy is not an affiliate of MetLife, and the services Empathy provides are separate and apart from the insurance provided by MetLife. This program is available to beneficiaries, and insureds who are terminally ill and eligible to accelerate life proceeds under MetLife's Accelerated Benefit Option. Not available on all policy forms or in all jurisdictions. Empathy is only available to insureds and beneficiaries who are US residents. Information disclosed directly to Empathy is not disclosed to MetLife, and therefore is not subject to MetLife’s privacy policy. Grief Counseling: Automatically included with Basic Life at no additional cost to the employer or employee. Available in all situs states on Basic Life except ND. Automatically included with Supplemental Life at no additional cost to the employee. Available in all situs states on Supplemental Life except for FL and ND. Grief counseling is offered by TELUS Health1. Grief counseling provides eligible beneficiaries a form of counseling that aims to help people cope with grief and mourning following the death of a loved one. 1 Grief Counseling services are provided through an agreement with TELUS Health. TELUS Health is not an affiliate of MetLife and the services TELUS Health provides are separate and apart from the insurance provided by MetLife. Will Preparation: Automatically included with Supplemental Life. Face to Face meeting with a Hyatt attorney. Will Preparation is offered by MetLife Legal Plans, Inc., Cleveland, Ohio. In certain states, legal services benefits are provided through insurance coverage underwritten by Metropolitan General Insurance Company, Warwick, Rhode Island. For New York sitused or principally located cases, the Will Preparation service is an expanded offering that includes office consultations and telephone advice for certain other legal matters beyond Will Preparation. Tax Planning and preparation of Living Trusts are not covered by the Will Preparation Service. MetLife Estate Resolution ServicesSM- Automatically included with Supplemental Life. Face to Face meeting with a Hyatt attorney Estate Resolution Services are offered by MetLife Legal Plans, Inc., Cleveland, Ohio. In certain states, legal services benefits are provided through insurance coverage underwritten by Metropolitan General Insurance Company Warwick, Rhode Island. Certain services are not covered by Estate Resolution Services, including matters in which there is a conflict of interest between the executor and any beneficiary or heir and the estate; any disputes with the group policyholder, MetLife and/or any of its affiliates; any disputes involving statutory benefits; will contests or litigation outside probate MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 5 of 13 P3041807.1567201. court; appeals; court costs, filing fees, recording fees, transcripts, witness fees, expenses to a third party, judgments or fines; and frivolous or unethical matters. Funeral Discounts and Planning Services#: As a MetLife group life policyholder, you and your family may have access to funeral discounts, planning and support to help honor a loved one’s life - at no additional cost to you. Dignity Memorial provides you and your loved ones access to discounts of up to 10% off of funeral, cremation and cemetery services through the largest network of funeral homes and cemeteries in the United States. When using a Dignity Memorial Network you have access to convenient planning services - either online at www.finalwishesplanning.com, by phone (1-866-853-0954), or by paper - to help make final wishes easier to manage. You also have access to assistance from compassionate funeral planning experts to help guide you and your family in making confident decisions when planning ahead as well as bereavement travel services - available 24 hours, 7 days a week, 365 days a year - to assist with time-sensitive travel arrangements to be with loved ones. # Services and discounts are provided through a member of the Dignity Memorial® Network, a brand name used to identify a network of licensed funeral, cremation and cemetery providers that are affiliates of Service Corporation International (together with its affiliates, “SCI”), 1929 Allen Parkway, Houston, Texas. The online planning site is provided by SCI Shared Resources, LLC. SCI is not affiliated with MetLife, and the services provided by Dignity Memorial members are separate and apart from the insurance provided by MetLife. Not available in some states. Planning services, expert assistance, and bereavement travel services are available to anyone regardless of affiliation with MetLife. Discounts through Dignity Memorial’s network of funeral providers are pre- negotiated. Not available where prohibited by law. If the group policy is issued in an approved state, the discount is available for services held in any state except KY and NY, or where there is no Dignity Memorial presence (AK, MT, ND, SD, and WY). For MI and TN, the discount is available for “At Need” services only. Not approved in AK, FL, KY, MT, ND, NY and WA. Total Control Account (TCA):  TCA Settlement Option - Payment under the policy may be accomplished by placing the full amount of death claim proceeds into a TCA, an interest-bearing account with draft-writing privileges, and providing the beneficiary with a book of drafts. Beneficiary also receives a Customer Agreement and other materials describing the TCA.  Relieves beneficiaries of the need to make immediate decisions about what to do with a settlement check, while giving them the flexibility to access funds as needed and earn interest on the proceeds as they assess their financial situation.  There is no need for another bank account. Beneficiary can access the full amount of death proceeds, including any accrued interest, at any time by writing a single draft or several drafts for smaller amounts (as little as $250). There are no limits on the number of drafts the beneficiary can write. Processing time is similar to check processing.  Beneficiary may request a fee-free Visa debit card. Any fees the beneficiary incurs using the TCA debit card are credited right back to the account.  Beneficiary has the ability to link the account to popular payment apps/services such as PayPal®, Venmo® or Cash AppSM.  Beneficiary may transfer funds from the TCA at any time without fees through ACH and bank to bank wires.  Recordkeeping and draft clearing services for your TCA are provided by BNY Mellon Bank, 701 Market Street, Philadelphia, PA 19106. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 6 of 13 P3041807.1567201.  Beneficiary may also move all or a portion of the TCA balance (subject to applicable minimums) into any other settlement option for which he/she then qualifies.  The account begins to earn interest from day one. The interest rate on the account will never be lower than the Guaranteed Minimum Rate of .50%.  Principal and interest earned are backed by the financial strength and claims paying ability of MetLife.  No monthly maintenance fees, no ATM fees, or charges for writing drafts, reordering drafts or making withdrawals. Charges may apply for an overdrawn TCA or special services. The current fees (subject to change) for those services are: draft copy $2; stop payment $10; overdrawn TCA $15; overnight delivery service $25.  Every quarter, we’ll send the beneficiary a personalized statement of the account detailing any activity since the previous quarter. The beneficiary will also receive statements for any months where there has been activity on the account. The statements will be sent via postal mail or electronically.  Additional information about the TCA and account services is available electronically through MetLife’s easy to use MetOnline web site.  Dedicated US-based Customer Service Representatives specially trained to provide service to beneficiaries are also available through a special toll-free number (800-638-7283).  Through MetLife’s automated phone system, Accountholders are able to touch or speak their requests into the phone such as, "hear account balance", "get recent transactions", and "order drafts."  Beneficiary may also may conveniently use the TCA as a source of funds to pay bills online or by phone (no minimum payment amount), and link to his or her favorite mobile payment service. Subject to state law, and/or group policyholder direction, the TCA is provided for all Life and AD&D benefits of $5,000 or more. While the funds in the TCA are not insured by the Federal Deposit Insurance Corporation, they are guaranteed by the appropriate state insurance guaranty association. The coverage limits vary by state. More information can be obtained by contacting the National Organization of Life and Health Insurance Guaranty Associations (www.NOLHGA.com or 703-481- 5206). The assets backing the TCA are maintained in the Metropolitan Life Insurance Company (MetLife) general account and are subject to MetLife’s creditors. MetLife bears the investment risk of the assets backing the TCA, and expects to receive a profit. Regardless of the investment experience of such assets, the interest credited to TCAs will never fall below the guaranteed minimum rate. Guarantees are subject to the financial strength and claims paying ability of MetLife. The interest rate on the TCA is set weekly and will always be the greater of the guaranteed rate stated in the accountholder’s TCA package, or the rate established by one of two indices monitored by MetLife. MetLife calculates interest daily and compounds it, and adds it to the account monthly, so the accountholders earn interest on their interest. The interest earnings generally are taxable. If there is no activity on the TCA for a period of time (typically three years, but this may vary by state), state regulations may require MetLife to contact the accountholder at the address on file. If MetLife is unable to reach the accountholder, MetLife may be required to close the TCA and transfer the funds to the state. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 7 of 13 P3041807.1567201. Accelerated Benefits Option: If included, the minimum that can be accelerated is $20,000. The definition of earnings used to define benefits will be Basic Monthly Earnings. [ Waiver of Premium: Group life coverage is continued for an employee meeting the contractual definition of total disability. No further premium payment for that employee is required. The onset of the disability must occur prior to the age as defined in the Summary of Benefits. The disability must last continuously through the defined waiting period, and the employee must submit a request for the extension within 12 months of the onset of the total disability. Enrolling in the Plan:  A statement of health will need to be submitted by employees who:  Request coverage amounts during their initial 31-day enrollment that exceed the stated MEOI level.  Apply for coverage after the period which begins on the first day on which they are eligible for the coverage (or the first day following a qualifying event, if applicable) and ends at the earlier of the next following annual enrollment period or the day before the next following Policy Anniversary. In no event will this period be more than a year, or less than 31 days.  Have indicated a medical condition on their enrollment form.  Employees who are Actively-at-Work but who are not currently enrolled in the plan and experience a Qualifying Event must submit a statement of health in order to enroll for any amount of coverage. Benefit Increases:  Employees who experience a pay increase that generates a benefit, for the first time, which exceeds the stated MEOI level, will have to submit a statement of health.  Supplemental Term Life: Employees, Actively at Work, who are participating in the plan may increase their coverage up to the next benefit level without submitting a statement of health, provided the increased benefit does not exceed the Medical Evidence Level, as defined in the Summary of Benefits.  Basic Life: Employees, Actively at Work, who are participating in the plan and want to increase their coverage by any amount will have to submit a statement of health. The coverage will be subject to a contestability clause in accordance with the law. Except in Washington: Supplemental and Dependent Life Insurance will not be paid to the Beneficiary if an insured commits suicide within 2 years (1 year in Missouri if the insured intended to commit suicide when enrolling for such insurance, 1 year in Minnesota, North Dakota and Colorado) of the effective date of this certificate. Instead, we will pay the Beneficiary an amount equal to any contributions paid, without interest. Except in Washington: if an insured commits suicide within 2 years (1 year in Missouri if the insured intended to commit suicide when enrolling for an increase in insurance, 1 year in Minnesota, North Dakota and Colorado) from the effective date of any increase in the amount of Supplemental and Dependent Life Insurance, such increased amount will not be paid to the Beneficiary. Instead we will pay the Beneficiary: an amount equal to all contributions paid for the increased amount, without interest; plus the amount of Supplemental Life Benefits that was in effect on the day before the effective date of such increased amount. No eligible individual may be covered more than once under this plan. If a person is covered as an employee, he/she cannot be covered as a spouse or dependent. If an employee and spouse are employed by the same employer, their eligible dependents may be insured as dependents of only one employee. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 8 of 13 P3041807.1567201. Highlights Broker Commissions included in the rate: None Expected Participation Basic Life: 100% Supplemental Term Life: 25% Employee Contributions Basic Life: 0% Supplemental Term Life: 100% Situs is FLORIDA Financial Arrangement: Non-retrospectively Experience Rated Benefits terminate at retirement for: Basic Life Supplemental Term Life Closed Retiree Class: Coverage includes Retirees who retire in accordance with the employer's established retirement program on or before mm/dd/yyyy. Actively at Work All Active Full Time Employees On the Group Policy Effective Date, MetLife will cover those not Actively at Work in accordance with the following guidelines:  All Employees will be covered under the transition rules for the MetLife Group Policy, regardless of their Actively At Work status, provided: o Their coverage was in force under the prior plan on the day before the MetLife Group Policy effective date, and o A Waiver of Premium disability claim was not previously approved by the prior carrier. Individuals who have previously been approved for Waiver of Premium will retain life insurance protection under the prior carrier’s policy.  The Group Life insurance provided under the transition rules for the MetLife Group Policy is equal to the lesser of: o The coverage amount under the prior plan, and o The coverage amount under the MetLife plan for the applicable employee class and coverage type  For each participant not Actively At Work on the MetLife Group Policy effective date, transition coverage would continue under these rules until the earliest of the following to occur: o The date the employee returns to work as an active Full-Time Employee, at which time active employee coverage will supersede the transition coverage o The last day of the 12 month period following the MetLife coverage effective date o The last day the employee would have been covered under the prior policy had it not terminated (in other words, the date an individual’s coverage under the prior policy would have ceased for some reason unrelated to the policy ending) o The date coverage would end pursuant to the termination provisions of the MetLife certificate MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 9 of 13 P3041807.1567201. o The date extension protection is provided under the Waiver of Premium provision of the prior carrier’s policy (i.e. approval of a premium waiver claim on account of a disability that occurred while the employee’s coverage under the prior policy was in force) If not already provided, please provide a listing of Non-Actively at Work employees that includes age, gender, amount of insurance, date of, and reason for disability of all such disabled individuals, for risk evaluation. Closed Retiree Class This quote assumes and is only valid if all covered employees will be Actively At Work on the Contract effective date. If you are or become aware of employees who will not be Actively at Work on the Contract effective date, please advise and provide us with a listing of Non-Actively at Work employees in a non- individually identifiable manner, that includes age, gender, amount of insurance, date of, and reason for disability of all such disabled individuals, for risk evaluation. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 10 of 13 P3041807.1567201. Underwriting Assumptions PlanSmart*- PlanSmart offers a no cost, multi-channel financial wellness solution to help meet employees where they are. Our financial education programs are designed not only to educate but motivate employees to take action to get to a better financial state. We provide your employees with access to a range of financial and retirement education resources through virtual and on-site (Where available) workshops, with optional personal consultations, an app and decision-support assistance. Retirewise - Retirewise is an award-winning workshop series that delivers objective financial and retirement information covering a broad spectrum of topics from basic investment concepts to tax strategies and the importance of having a will. Each workshop is delivered by a specially trained financial professional, that understands the company’s specific benefits offering. Topical Workshops - we offer over 20+ workshops that cover a range of financial topics identified to generate high interest, regardless of identity, career stage or age and can support a company’s DE&I initiatives. Personal Consultations - For employees who prefer more assistance, they can meet one-on-one with a financial professional who can help them address their specific financial situation; from a specific question to creating a financial plan. Personal Finance app - Recognizing the importance of a digital solution in our financial wellness offerings, we also have MetLife’s Personal Finance app, that helps employees build positive financial habits, make real progress, gain confidence in their financial health, and feel good about their money. It’s designed to help a workforce be at its best: less financially stressed and more engaged. Available to those enrolled in Life Insurance coverages: Delivering the Promise® (DTP) - DTP provides valuable support and assistance at the time of a claim. Specialists help beneficiaries and their families identify eligible benefits, file insurance and annuity claims, and identify local resources, including grief counseling services and government agencies. Available to those enrolled in the Basic Life coverage: Transition Solutions - Transition Solutions is an educational program that provides the support your employees need to make informed decisions when faced with a loss or reduction in coverage, for any reason. In addition to the outreach from a qualified professional, MetLife offers a limited record-keeping process for sending standardized letters to your employees, notifying them of their coverage continuation and conversion options. *Certain conditions apply. Please discuss with your MetLife representative to determine if this program is right for your company. WillsCenter.com: Online will prep service offered through SmartLegalForms, Inc., available to all customers at no charge. If insurance coverage is provided, it will be governed by the terms and conditions of the insurance policy and applicable law. If administrative services are provided, they are governed by the terms and condition of the administrative services agreement and by applicable law. If MetLife is requested to duplicate contractual provisions from the prior carrier, such provisions must be compatible with all MetLife's standards. The quoted rates and or fees are based upon the request received. If new or additional information in connection with this request is provided, MetLife reserves the right to change its quote at any time before the effective date. After the effective date, rate and or fees are subject to the terms and conditions of the policy and or administrative services agreement. MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 11 of 13 P3041807.1567201. Only those eligible persons residing in the United States may be covered. Any others must be approved by MetLife. NOTICE REGARDING NON-US COVERAGE When providing you with information concerning a group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a Metropolitan Life Insurance Company (MLIC) affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MLIC or any other insurer that is not a member of MAXIS GBN. Please note that while MLIC is a member of MAXIS GBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. Some services in connection with the coverage may be performed by our affiliate, MetLife Services and Solutions, LLC. These service arrangements in no way alter Metropolitan Life Insurance Company’s obligations. Coverage will continue to be administered in accordance with Metropolitan Life Insurance Company’s policies and procedures. SIC Code: 9111 MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 12 of 13 P3041807.1567201. U.S. Business Intermediary and Producer Compensation Notice Metropolitan Life Insurance Company, Metropolitan Tower Life Insurance Company, MetLife Consumer Services, Inc. and Metropolitan General Insurance Company (collectively herein called “MetLife”), enters into arrangements concerning the sale, servicing and/or renewal of MetLife group insurance and certain other group- related insurance and non-insurance products (“Products”) with brokers, agents, consultants, third party administrators, general agents, associations, and other parties that may participate in the sale, servicing and/or renewal of such products (each an “Intermediary”). MetLife may pay your Intermediary compensation, which may include, among other things, base compensation, supplemental compensation and/or a service fee. MetLife may pay compensation for the sale, servicing and/or renewal of products, or remit compensation to an Intermediary on your behalf. Your Intermediary may also be owned by, controlled by or affiliated with another person or party, which may also be an Intermediary and who may also perform marketing and/or administration services in connection with your products and be paid compensation by MetLife. Base compensation, which may vary from case to case and may change if you renew your products with MetLife, may be payable to your Intermediary as a percentage of premium or a fixed dollar amount. MetLife may also pay your Intermediary compensation that is based upon your Intermediary placing and/or retaining a certain volume of business (number of products sold or dollar value of premium) with MetLife. In addition, supplemental compensation may be payable to your Intermediary for eligible Products. Under MetLife’s current supplemental compensation plan (SCP), the amount payable as supplemental compensation may range from 0% to 9% of premium or fees. The supplemental compensation percentage may be based on one or more of: (1) the number of products sold through your Intermediary during a one-year period, or other defined period; (2) the amount of eligible new or renewal premium or fees with respect to products sold through your Intermediary during a one- year period; (3) the persistency percentage of products inforce through your Intermediary during a one-year period; (4) the block growth of the products inforce through your Intermediary during a one-year period; (5) eligible new or renewal premium or fees growth during a one-year period; or (6) a flat amount, fixed percentage or sliding scale of the premium or fees for products as set by MetLife. The supplemental compensation percentage will be set by MetLife based on the achievement of the outlined qualification criteria and it may not be changed until the following SCP plan year. As such, the supplemental compensation percentage may vary from year to year, but will not exceed 9% under the current supplemental compensation plan. The cost of supplemental compensation is not directly charged to the price of our products except as an allocation of overhead expense, which is applied to all eligible group insurance products, whether or not supplemental compensation is paid in relation to a particular sale or renewal. As a result, your rates will not differ by whether or not your Intermediary receives supplemental compensation. If your Intermediary collects the premium or fees from you in relation to your products, your Intermediary may earn a return on such amounts. Additionally, MetLife may have a variety of other relationships with your Intermediary or its affiliates, or with other parties, that involve the payment of compensation and benefits that may or may not be related to your relationship with MetLife (e.g., insurance and employee benefits exchanges, enrollment firms and platforms, sales contests, consulting agreements, participation in an insurer panel, or reinsurance arrangements). More information about the eligibility criteria, limitations, payment calculations and other terms and conditions under MetLife’s base compensation and supplemental compensation plans can be found on MetLife’s Website at www.metlife.com/business-and-brokers/broker-resources/broker-compensation. Questions regarding Intermediary compensation can be directed to ask4met@metlifeservice.com, or if you would like to speak to someone about Intermediary compensation, please call (800) ASK 4MET. In addition to the compensation paid to an Intermediary, MetLife may also pay compensation to your representative. Compensation paid to your representative is for participating in the sale, servicing, and/or renewal of products, and the compensation paid may vary based on a number of factors including the type of product(s) and volume of business sold. If you are the person or entity to be charged under an insurance policy or annuity contract, you may request additional information about the compensation your representative expects to receive as a result of the sale or concerning compensation for any alternative quotes presented, by contacting your representative or calling (866) 796-1800. Non-U.S. Coverage MetLife Cost & Benefits Summary 11/13/2024 1:33 PM Page 13 of 13 P3041807.1567201. When providing you with information concerning an eligible group insurance policy issued or proposed to your affiliate or subsidiary outside the United States by a MetLife affiliate or by other locally licensed insurers that are members of the MAXIS Global Benefits Network (MAXIS GBN), New York insurance law requires the person providing the information to be licensed as an insurance broker. In this capacity, the information provided to you will only be on behalf of such insurers and not on behalf of MetLife or any other insurer that is not a member of MAXIS GBN. Please note that while MetLife is a member of MAXISGBN and is licensed to transact insurance business in New York, the other MAXIS GBN member insurers are not licensed or authorized to do business in New York. The group insurance policies they issue are for coverage outside the United States and are governed by the laws of the country they were issued in. These policies have not been approved by the New York Superintendent of Financial Services, are not subject to all of the laws of New York, and are not protected by the New York State Guaranty Fund. L0824042390[exp1025][All States][DC,GU,MP,PR,VI] Metropolitan Life Insurance Company, New York, NY 10166 © 2022 MetLife Services and Solutions, LLC L0624041368[exp0826][All States][DC,GU,MP,PR,VI] PLAN SUMMARY Disability Insurance Coverage that can help protect your income when you are unable to work due to illness or injury. City of Clearwater Plan Effective Date: January 1, 2025 Explore the coverage that helps you protect your income and your lifestyle What is Long Term Disability insurance? Long Term Disability (LTD) insurance helps replace a portion of your income for an extended period of time. Eligibility Requirements All Actively at Work employees of the Policyholder who were hired on or before December 1, 1981, and are working 40 or more hours per week, but not temporary and seasonal employees. (40 Hours). How is “Disability” defined under your Plan? Generally, you are considered disabled and eligible for long term benefits if, due to sickness, pregnancy or accidental injury, you are receiving appropriate care and treatment and are complying with the requirements of the treatment, and, you are unable to earn more than 60% of your predisability earnings at your own occupation for any employer in in the National Economy, and you are unable to perform each of the material duties of your own occupation for any employer in the National Economy. For a complete description of this and other requirements that must be met, refer to the Certificate of Insurance provided by your Employer or contact your MetLife benefits administrator with any questions. What is the benefit amount? Long Term Disability: The Long Term Disability benefit may help replace a portion of your predisability monthly earnings, less other income you may receive from other sources1 during the same Disability (e.g., Social Security, Workers’ Compensation, vacation pay etc.). The Benefit amount is 60% of your predisability monthly earnings. What is the maximum monthly benefit? The amount of the Long Term Disability benefit may not exceed the maximum monthly benefit established under the plan, regardless of your annual salary amount. The maximum under this plan is $5,000. When do benefits begin and how long do they continue? Long Term Disability: Benefits begin after the end of the elimination period. The elimination period begins on the day you become disabled and is the length of time you must wait while being disabled before you are eligible to receive a benefit. Your elimination period for Long Term Disability is 90 days. Your plan’s maximum benefit period and any specific limitations are described in the Certificate of Insurance provided by your Employer. Additional Disability Plan Benefits: Coverage with Your Best Interests in Mind… Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0524040675[exp0326][xCA] © 2024 MetLife Services and Solutions, LLC. DI-GCERT-LTDSTD-BUYUP MetLife GCERT2000 Highlights When you are ill or injured for a long time, MetLife believes you need more than a supplement to your income. That’s why we offer return-to-work services, and assistance in obtaining Social Security Disability Benefits to help you get the maximum benefits from your coverage. . (Please note — this assistance is only offered if you are approved for LTD benefits). Services to Help You Get Back to Work Can Include: Vocational Analysis: Help with identifying job requirements and determining how your skills can be applied to a new or modified job with your employer. Job Modifications: Adjustments (e.g., redesign of work station tools) that enable you to return to work. Retraining: Development programs to help you return to your previous job or educate you for a new one. Financial Incentives: Allow you to receive Disability benefits or partial benefits while attempting to return to work. The Services of Social Security Specialists: Once you are approved for Disability benefits, MetLife can help you obtain Social Security Disability benefits. Our experts can guide you through the initial application and appeals processes and may also help you access assistance from attorneys or vendors to pursue Social Security benefits. TELUS Health CBT2 As part of your MetLife Long Term Disability plan, you have access to TELUS Health CBT, a virtual cognitive behavioral therapy (CBT) program that you can access on any computer, smartphone or tablet—wherever and whenever you need it—at no additional cost to you. You can access these services by visiting https://metlife.cbt.telushealth.com/. Questions & Answers Q. Can I still receive benefits if I return to work part time? A. Maybe. As long as you are disabled and meet the terms of your Disability plan, you may qualify for adjusted Disability benefits. Your plan offers financial and Rehabilitation incentives designed to help you to return to work when appropriate, even on a part-time basis when you participate in an approved Rehabilitation Program. While disabled, you may receive up to 100% of your predisability earnings for up to 12 months following your return to work when combining your disability benefit, Rehabilitation Incentives, your work earnings and income from other sources. With the Rehabilitation Incentive you can get a 10% increase in your monthly benefit. The Family Care Incentive provides reimbursement up to $400 per month for eligible expenses, such as child care, during the first 12 months of Disability. You may be eligible for the Moving Expense Incentive if you incur expenses in order to move to a new residence recommended as part of the Rehabilitation Program. Expenses must be approved in advance. Q. Are there any exclusions for Pre-Existing Conditions? A. Yes. For the first 3-12 months your plan may not cover a sickness or accidental injury that arose in the months prior to your participation in the plan. Thereafter, provided you remain disabled, the sickness or accidental injury may be covered. A complete description of the pre-existing condition exclusion is included in the Certificate of Insurance provided by your Employer or contact your MetLife benefits administrator with any questions. A. Yes. Your plan may not cover a sickness or accidental injury that arose in the months prior to your participation in the plan. A complete description of the pre-existing condition exclusion is included in the Certificate of Insurance provided by your Employer or contact your MetLife benefits administrator with any questions. Q. Are there any exclusions to my coverage? A Yes. Your plan does not cover any Disability which results from or is caused or contributed to by:  War, whether declared or undeclared, or act of war, insurrection, rebellion or terrorist act; Metropolitan Life Insurance Company | 200 Park Avenue | New York, NY 10166 L0524040675[exp0326][xCA] © 2024 MetLife Services and Solutions, LLC. DI-GCERT-LTDSTD-BUYUP MetLife GCERT2000 Highlights  Active participation in a riot;  Intentionally self-inflicted injury or attempted suicide;  Commission of or attempt to commit a felony. Q. Are there any limitations to my coverage? A. For Long Term Disability, limited benefits apply for specific conditions: If you are disabled due to alcohol, drug or substance abuse or addiction, we will limit your disability benefits to a lifetime maximum of Disability for 24 months. During Your Disability, we require you to participate in an alcohol, drug or substance abuse or addiction recovery program recommended by a physician. Benefits will end at the earliest of  The date you receive 24, months of disability benefit payments;  The date you cease or refuse to participate in the recovery program referred above; or  The date you complete such recovery program. If you are disabled due to mental or nervous disorders or diseases and self-reported conditions, we will limit your Disability benefits to a lifetime maximum equal to the lesser of:  24 months; or  The Maximum Benefit Period. If your Disability is due to alcohol, drug or substance addiction, we require you to participate in an alcohol, drug or substance addiction recovery program recommended by a physician. We will end Disability benefit payments at the earliest of the period described above or the date you cease, refuse to participate, or complete such recovery program. If you are confined in a Hospital or Mental Health Facility at the end of the period shown above for which benefits are to be paid, we will continue Your Monthly Benefits until the end of Your Hospital or Mental Health Facility confinement. Other limitations or exclusions to your coverage may apply. Please review your Certificate of Insurance provided by your Employer for specific details or contact your benefits administrator with any questions. The “Plan Overiew” provides only a brief overview of the LTD plan. A more complete description of the benefits provisions, conditions, limitations, and exclusions will be included in the Certificate of Insurance, Summary Plan Description and/or other plan documents. If any discrepancies exist between this information and the legal plan documents, the legal plan documents will govern. Long Term Disability (“LTD”) coverage is provided under a group insurance policy issued to your employer by MetLife. This LTD coverage terminates when your employment ceases, when you cease to be an eligible employee, when your LTD contributions cease (if applicable) or upon termination of the group contract by your employer. Like most group disability insurance policies, MetLife policies contain certain exclusions, exceptions, waiting periods, reductions, limitations and terms for keeping them in force. Ask your MetLife group representative for complete costs and details . These policies provide disability income insurance only. 1 Under certain circumstances, MetLife may estimate the amount of income you may receive from other sources. 2 TELUS Health CBT services are provided through an agreement with TELUS Health (US) Ltd. TELUS Health is not a subsidiary or affiliate of MetLife. Information disclosed directly to TELUS Health is not disclosed to MetLife and, therefore, is not subject to MetLife’s privacy policy. Like most group benefit programs, benefit programs offered by MetLife contain certain exclusions, exceptions, waiting periods, reductions, limitations, and terms for keeping them in force. Ask your MetLife group representative for costs and complete details. GPEND15-02 di/wsm Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 POLICY ENDORSEMENT Group Policy No.: 264972-2-G Policyholder: City Of Clearwater Effective Date: January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to add the disclosure shown below to the above referenced group policy(ies): MetLife is providing a Worksite Modification service to Employers who are insured under group Disability Income. MetLife is providing a Worksite Modification service to Employees who are insured under group Disability Income Insurance policies with MetLife at no additional cost to the Employee or the Employer. These services include providing analysis of job demands and functions to determine what modifications may be made to maximize the covered Employee's employment opportunities. If modifications are likely to help the covered Employee remain at or return to work, MetLife may also agree (with the Covered Employee's consent) to reimburse the Employer for the cost of such modifications up to an amount agreed to between MetLife and the Policyholder. The Worksite Modification service is offered to all covered Employees, and participation is voluntary. This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GPEND13-05/hh Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 POLICY ENDORSEMENT Group Policy No.: 264972-2-G Policyholder: City Of Clearwater Effective Date: January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to replace the “Data Needed” provision with the following provision to the above referenced group policy: Information Needed and Policy Administration. All information necessary to compute Premiums and carry out the terms of this policy will be provided by the Policyholder to MetLife. Such information: ● Will be provided in a timely manner and in a format as agreed to by MetLife and the Policyholder; ● Will be provided, maintained and administered as agreed to in Writing by MetLife and the Policyholder; and ● If maintained by the Policyholder, may be examined by MetLife at any reasonable time. If MetLife or the Policyholder makes a clerical error in keeping or providing the information, the Premium and/or benefits will be adjusted as warranted, according to the correct information. An error will not end insurance validly in effect, nor will it continue insurance validly ended or create insurance coverage where no coverage existed. Any act undertaken by the Policyholder that relates to the insurance provided under this policy must be consistent with the terms of such insurance and with MetLife’s requirements; including but not limited to the eligibility requirements of the Policyholder’s plan as set forth in the certificates to this policy. This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GPEND13-08 Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 Inquiries or coverage information needed, call MetLife at 800-638-5433 POLICY ENDORSEMENT Group Policy No.: 264972-2-G Policyholder: City Of Clearwater Effective Date: January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to change the following: In the Premium Rates section of the Group Policy (which addresses the conditions under which MetLife may change Premium Rates for changes which materially affect the risk), item 5 in the Right to Change Premium Rates provision is replaced as follows: 5. when applicable law or regulation, or the administration of such law or regulation: (a) requires a change in: i. the insurance provided by this policy; and/or ii. the class of persons eligible for insurance under this policy; or (b) results in a change in the amount of benefits paid under this policy. This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GPEND15-04 end ins-H Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 Inquiries or to obtain information about coverage and to provide assistance in resolving complaints, call MetLife at 800-638-5433. POLICY ENDORSEMENT Group Policy No.: Policyholder: Effective Date: 264972-2-G City Of Clearwater January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to change the following: In the "END OF INSURANCE PROVIDED BY THIS POLICY" section of the Group Policy (which addresses the conditions under which MetLife may end the Group Policy) item 4 is changed as follows: "4. on any Policy Anniversary, by giving the Policyholder 45 days advance Written notice." This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GROUP LONG TERM DISABILITY INSURANCE POLICY NON-DIVIDEND PAYING GPNP99 264972-2-G Page 1 Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 Metropolitan Life Insurance Company ("MetLife"), a stock company, will pay the benefits specified in the Exhibits of this policy subject to the terms and provisions of this policy. The Schedule of Exhibits lists each Exhibit to this policy, to whom it applies and its effective date. Policyholder: City Of Clearwater Group Policy No.: 264972-2-G EFFECTIVE DATE This policy will take effect on January 1, 2025. POLICY ANNIVERSARIES Policy anniversaries will be January 1, 2026 and each subsequent January 1. PREMIUM PAYMENTS This policy is issued in return for the payment by the Policyholder of required Premiums. Premiums are payable at the home office of MetLife or to its authorized agent. The first Premium is due on and must be paid by this policy’s effective date. Any later Premiums are due monthly in advance on the first day of each Policy Month. These dates are the Premium Due Dates. POLICY SITUS This policy is issued for delivery in and governed by the laws of Florida. Signed as of this policy’s effective date at MetLife’s home office in New York, New York. Timothy J. Ring Secretary Michel Khalaf President & CEO Signed by Date (A MetLife licensed agent or resident agent as required by law.) GPNP99 264972-2-G Page 2 NOTICE If you have questions about your insurance coverage you may contact MetLife at 1-800-438-6388. To make a complaint to MetLife, you may write to: MetLife Attn: Corporate Consumer Relations Department 200 Park Avenue New York, New York 10166-0188 Or call MetLife at 1-800-638-5433 TABLE OF CONTENTS Section Page GPNP99 264972-2-G Page 3 POLICY FACE PAGE Effective Date ...................................................................................................................................................1 Policy Anniversaries .........................................................................................................................................1 Premium Payments ..........................................................................................................................................1 Policy Situs .......................................................................................................................................................1 NOTICE ................................................................................................................................................................2 DEFINITIONS ......................................................................................................................................................4 SCHEDULE OF INSURANCE .............................................................................................................................5 ELIGIBILITY AND EFFECTIVE DATES OF INSURANCE ..................................................................................5 CONTRIBUTIONS ...............................................................................................................................................5 PREMIUM RATE(S) Initial Rate(s) ....................................................................................................................................................5 Frequency of Premium Payment ......................................................................................................................5 Computation of Premium ..................................................................................................................................5 Premiums for Changes in Insurance ................................................................................................................5 Right to Change Premium Rates ......................................................................................................................6 GRACE PERIOD ..................................................................................................................................................7 END OF INSURANCE PROVIDED BY THIS POLICY ........................................................................................7 REINSTATEMENT ...............................................................................................................................................8 GENERAL PROVISIONS .....................................................................................................................................8 Entire Contract ..................................................................................................................................................8 Policy Changes or Waivers ..............................................................................................................................8 Incontestability: Statements Made by the Policyholder ....................................................................................8 Incontestability: Statements Made by Covered Persons ..................................................................................8 Certificates ........................................................................................................................................................9 Data Needed ....................................................................................................................................................9 Misstatement of Age .........................................................................................................................................9 Non-Dividend Paying ........................................................................................................................................9 Conformity with Law .........................................................................................................................................9 SCHEDULE OF EXHIBITS ..……………..……………………………………………………………SCH/EXHIBITS EXHIBIT 1: Schedule of Premium Rates ...…………….…………………………………………………EXHIBIT1 EXHIBIT 2: Certificate Forms ………………………….…………………….…….…….…………….... EXHIBIT2 GPNP99 264972-2-G Page 4 DEFINITIONS As used in this policy, the terms listed below will have the meanings defined below. When defined terms are used in this policy, they will appear with initial capitalization. The plural use of a term defined in the singular will share the same meaning. Contribution means the amount the Policyholder may require the Employee to pay towards the total Premium that MetLife charges for the insurance provided by this policy. Contributory Insurance means insurance for which the Policyholder may require the Employee to pay at least part of the Premium. Covered Person means an Employee and/or a Dependent as set forth in the Exhibit which applies to the Employee. Employee is described in the Exhibit which applies to the Employee. Employer means the Policyholder shown on page 1. Noncontributory Insurance means insurance for which the Policyholder may not require the Employee to pay any part of the Premium. Policy Anniversary is defined on page 1. Policy Month. The first Policy Month will begin on the effective date shown on page 1. Subsequent Policy Months will begin on the same day of each subsequent calendar month. Premium means the amount the Policyholder must pay to MetLife for all the insurance provided under this policy. Premium Due Date is defined on page 1. Signed means any symbol or method executed or adopted by a person with the present intention to authenticate a record, and which is on or transmitted by paper or electronic media, and which is consistent with applicable law. Written or Writing means a record which is on or transmitted by paper or electronic media, and which is consistent with applicable law. GPNP99 264972-2-G Page 5 SCHEDULE OF INSURANCE The Schedules of Insurance which apply under this policy are set forth in the Exhibits. ELIGIBILITY AND EFFECTIVE DATES OF INSURANCE The Eligibility and Effective Dates of Insurance provisions that apply under this policy are set forth in the Exhibits. CONTRIBUTIONS The Policyholder will not require an Employee to contribute to the cost of Noncontributory Insurance. PREMIUM RATE(S) Initial Rate(s) The initial Premium rate(s) are shown in Exhibit 1. Frequency of Premium Payment Premiums for this policy will be paid as shown on page 1. MetLife and the Policyholder may agree that payment be made in advance every 3, 6 or 12 months. Computation of Premium The Premium due on any Premium Due Date is determined by the total amount of insurance provided by this policy on such Premium Due Date, multiplied by the appropriate Premium rate(s) which are then in effect subject to any Premium adjustments, if applicable. MetLife may use any reasonable method to compute Premiums due under this policy. Premiums for Changes in Insurance For insurance that takes effect after the first day of a Policy Month, Premium will be charged from the first day of the next Policy Month. However, if a policy amendment or evidence of good health is required for such insurance, Premium will be charged as of the date such insurance takes effect. If this policy ends, or if insurance ends for a class of persons, Premium will be charged to the date insurance ends. If insurance ends for other reasons, Premium will be charged to the end of the Policy Month in which insurance ends. GPNP99 264972-2-G Page 6 PREMIUM RATES (Continued) Right to Change Premium Rates MetLife may change Premium rates for changes which materially affect the risk assumed for the insurance provided by this policy, as follows: 1. when this policy is amended or endorsed; 2. when a class of eligible persons is added to or deleted from this policy for any reason including corporate restructuring, acquisition, spin-off or similar situations; 3. when a Policyholder’s subsidiary, affiliate, division, branch or other similar entity is added to or deleted from this policy for any reason including corporate restructuring, acquisition, spin-off or similar situations; 4. when there is a significant change in the geographic distribution of insured Employees; 5. when applicable law requires a change in: a. the insurance provided by this policy; and/or b. the class of persons eligible for insurance under this policy; or 6. when a Premium Due Date coincides with or next follows: a. a change greater than 10% in the number of Covered Persons since the later of the policy Effective Date and the last date Premium rates were changed; or b. a change greater than 10% in the amount of insurance provided by this policy since the later of the policy Effective Date and the last date Premium rates were changed. MetLife will notify the Policyholder, in Writing, at least 45 days before a Premium rate change. In addition, MetLife may change Premium rates: 1. except as may be stated in Exhibit 1, on any date on or after the first Policy Anniversary; this will be done no more frequently than every 12 months and only if MetLife notifies the Policyholder, in Writing, at least 45 days before such change; and 2. on any other date agreed to by MetLife and the Policyholder. The new Premium rates will apply only to Premiums due on or after the date the rate change takes effect. GPNP99 264972-2-G Page 7 GRACE PERIOD Each Premium due after the effective date of this policy may be paid up to 31 days after its Premium Due Date. This period is the grace period. The insurance provided by this policy will stay in effect during this period. MetLife will notify the Policyholder in Writing that, if the Premium is not paid by the end of the grace period, this policy will end at the end of the last day of the grace period. If MetLife fails to give Written notice to the Policyholder, this policy will continue in effect until the date such notice is given. Policyholder’s intent to end this policy during the grace period. The Policyholder may notify MetLife in Writing prior to the end of the grace period of its intent to end this policy before the end of the grace period. In this case, this policy will end on the later of: 1. the date stated in the notice; or 2. the date MetLife receives the notice. If the Policyholder replaces this policy with another group insurance policy but does not give MetLife notice of intent to end this policy, the grace period provisions will apply. Grace period extensions. MetLife may extend the grace period by giving Written notice to the Policyholder. Such notice will state the date this policy will end if the Premium remains unpaid. Premiums must be paid for a grace period, any extension of such period and any period insurance under this policy was in effect for which Premium was not paid. END OF INSURANCE PROVIDED BY THIS POLICY The Policyholder can end this policy by giving advance Written notice to MetLife. The policy will end on the later of: 1. the date stated in the notice; or 2. the date MetLife receives the notice. MetLife can end this policy as follows: 1. on the date Premium is not paid when due, subject to the Grace Period provisions; or 2. on any Premium Due Date, by giving the Policyholder 45 days advance Written notice, if less than: a. 25% of persons eligible under this policy are insured for Contributory Insurance; b. 100% of persons eligible under this policy are insured for Noncontributory Insurance; or c. for Disability Income Insurance: Long Term Benefits, 10 Employees are insured by this policy; 3. on any Premium Due Date, by giving the Policyholder 60 days advance Written notice, if the Policyholder fails to provide information on a timely basis or perform any obligations required by this policy or any applicable law; or GPNP99 264972-2-G Page 8 END OF INSURANCE PROVIDED BY THIS POLICY (Continued) 4. on any Policy Anniversary, by giving the Policyholder 45 days advance Written notice. This policy will end on the date on which the last certificate in effect under this policy ends. If this policy ends, all Premiums due must be paid. If MetLife accepts Premium after the date this policy ends, such acceptance will not act to reinstate the policy. MetLife will refund any unearned Premium. REINSTATEMENT The Policyholder may request to reinstate this policy within one year from the date it ended. The request must be in Writing and it must provide MetLife with information that MetLife requires to consider such request. If MetLife approves the request, the policy will be reinstated on the date stated in Writing by MetLife. GENERAL PROVISIONS Entire Contract. The entire contract is made up of the following: 1. this policy, including its Exhibits; 2. the Policyholder's application; and 3. the amendments and endorsements to this policy, if any. Policy Changes or Waivers. The terms and provisions of this policy may be changed, at any time, without the consent of the Covered Persons or anyone else with a beneficial interest in it. MetLife will issue amendments or endorsements to effect such changes. MetLife will only make changes that are consistent with applicable law. An amendment or endorsement will not affect the insurance provided under certificates issued before the effective date of the change, unless retroactivity is consistent with applicable law. An officer of MetLife must approve in Writing any change or waiver of the terms and provisions of this policy. A sales representative, or other MetLife employee, who is not an officer of MetLife; does not have MetLife’s authority to approve such changes or waivers. A change or waiver will be evidenced by an amendment Signed by an officer of MetLife and the Policyholder or an endorsement Signed by an officer of MetLife. A copy of the amendment or endorsement will be provided to the Policyholder for attachment to this policy. Incontestability: Statements Made by the Policyholder. Any statement made by the Policyholder will be considered a representation and not a warranty. MetLife will not use such statement to avoid insurance, reduce benefits or defend a claim unless it is contained in a Written application. MetLife will not use such statement to contest life insurance after it has been in force for 2 years from its effective date, or date of last reinstatement, unless the statement is fraudulent. Incontestability: Statements Made by Covered Persons. Any statement made by a Covered Person will be considered a representation and not a warranty. MetLife will not use such statement to avoid insurance, reduce benefits or defend a claim unless the following requirements are met: 1. the statement is in a Written application or enrollment form; 2. the Covered Person has Signed the application or enrollment form; and 3. a copy of the application or enrollment form has been given to the Covered Person or the Covered Person's beneficiary. MetLife will not use a Covered Person’s statements which relate to insurability to contest life insurance after it has been in force for 2 years during his life, unless the statement is fraudulent. In addition, MetLife will not use such statements to contest an increase or benefit addition to such insurance after the increase or benefit has been in force for 2 years during his life, unless the statement is fraudulent. GPNP99 264972-2-G Page 9 GENERAL PROVISIONS (Continued) Certificates. MetLife will issue individual certificates to the Policyholder for delivery to each Covered Person, as appropriate. Such certificate will describe the Covered Person’s benefits and rights under this policy. “Certificate” includes any of MetLife’s insurance riders, notices or other attachments to the certificate. Data Needed. The Policyholder will provide MetLife with all the data needed to compute Premiums and carry out the terms of this policy. MetLife may examine such data at any reasonable time. If MetLife or the Policyholder make a clerical error in keeping the data, the Premium and/or benefits will be adjusted according to the correct data. An error will not end insurance validly in effect, nor will it continue insurance validly ended. Misstatement of Age. If a Covered Person’s age is misstated, the correct age will be used to determine if insurance is in effect and, as appropriate, adjust the Premium and/or benefits. Non-Dividend Paying. This policy does not pay dividends. Conformity with Law. If the terms and provisions of this policy do not conform to any applicable law, this policy shall be interpreted to so conform. GPNP99 264972-2-G SCH/EXHIBITS DATE: January 1, 2025 SCHEDULE OF EXHIBITS Exhibit Number Exhibit Type Applies To Effective Date 1 Schedule of Premium Rates All Covered Persons January 1, 2025 2 Certificate Forms All Covered Persons January 1, 2025 EXHlBIT 1 SCHEDULE OF PREMIUM RATES GPNP99 264972-2-G Page 1 EXHIBIT1 DATE: January 1, 2025 The initial monthly Premium rates for the insurance provided by this policy are as follows: Rate Guarantee Period Subject to the Right to Change Premium Rates provision outlined in this policy, the Premium rates for: ● Disability Income Insurance: Long Term Benefits will be in effect for the 36 month period which begins on January 1, 2025. Disability Income Insurance: Long Term Benefits: $0.405 per $100 of the Total Insured Payroll. Total Insured Payroll means the sum of each Employee's Predisability Earnings up to a maximum of $8,333 per Employee. GPNP99 264972-2-G Page 1 EXHIBIT2 DATE: January 1, 2025 EXHIBIT 2 CERTIFICATE FORMS Certificate Number Certificate Form Applies To Effective Date 1 2 GCERT2013-FL-LG-DIS GCERT2013-FL-LG-DIS All Actively at Work employees of the Policyholder who are working 37.5 hours or more per week; are Unclassified Senior Staff employees, including the City Manager, Assistant/Deputy City Managers, Department Directors, Assistant Department Directors, Division Managers, or equivalents, and all others governed by an Employment Agreement Letter that have not previously held a lower- level position that is not governed by an Employment Agreement Letter; and were hired after December 1, 1981 – Disability Income Insurance: Long Term Benefits All Actively at Work employees of the Policyholder who were hired on or before December 1, 1981 and are working 40 or more hours per week – Disability Income Insurance: Long Term Benefits January 1, 2025 January 1, 2025 GPEND13-05/hh Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 POLICY ENDORSEMENT Group Policy No.: 264972-1-G Policyholder: City Of Clearwater Effective Date: January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to replace the “Data Needed” provision with the following provision to the above referenced group policy: Information Needed and Policy Administration. All information necessary to compute Premiums and carry out the terms of this policy will be provided by the Policyholder to MetLife. Such information: ● Will be provided in a timely manner and in a format as agreed to by MetLife and the Policyholder; ● Will be provided, maintained and administered as agreed to in Writing by MetLife and the Policyholder; and ● If maintained by the Policyholder, may be examined by MetLife at any reasonable time. If MetLife or the Policyholder makes a clerical error in keeping or providing the information, the Premium and/or benefits will be adjusted as warranted, according to the correct information. An error will not end insurance validly in effect, nor will it continue insurance validly ended or create insurance coverage where no coverage existed. Any act undertaken by the Policyholder that relates to the insurance provided under this policy must be consistent with the terms of such insurance and with MetLife’s requirements; including but not limited to the eligibility requirements of the Policyholder’s plan as set forth in the certificates to this policy. This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GPEND13-08 Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 Inquiries or coverage information needed, call MetLife at 800-638-5433 POLICY ENDORSEMENT Group Policy No.: 264972-1-G Policyholder: City Of Clearwater Effective Date: January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to change the following: In the Premium Rates section of the Group Policy (which addresses the conditions under which MetLife may change Premium Rates for changes which materially affect the risk), item 5 in the Right to Change Premium Rates provision is replaced as follows: 5. when applicable law or regulation, or the administration of such law or regulation: (a) requires a change in: i. the insurance provided by this policy; and/or ii. the class of persons eligible for insurance under this policy; or (b) results in a change in the amount of benefits paid under this policy. This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GPEND15-04 end ins-H Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 Inquiries or to obtain information about coverage and to provide assistance in resolving complaints, call MetLife at 800-638-5433. POLICY ENDORSEMENT Group Policy No.: Policyholder: Effective Date: 264972-1-G City Of Clearwater January 1, 2025 Metropolitan Life Insurance Company (“MetLife”), a stock company, issues this endorsement to change the following: In the "END OF INSURANCE PROVIDED BY THIS POLICY" section of the Group Policy (which addresses the conditions under which MetLife may end the Group Policy) item 4 is changed as follows: "4. on any Policy Anniversary, by giving the Policyholder 45 days advance Written notice." This endorsement is to be attached to and made a part of the policy. This endorsement is subject to the terms and provisions of the policy. Michel Khalaf President & CEO GROUP TERM LIFE INSURANCE POLICY NON-DIVIDEND PAYING GPNP99 264972-1-G Page 1 as endorsed by GPEND13-06 l/gc Metropolitan Life Insurance Company 200 Park Avenue, New York, New York 10166 Metropolitan Life Insurance Company ("MetLife"), a stock company, will pay the benefits specified in the Exhibits of this policy subject to the terms and provisions of this policy. The Schedule of Exhibits lists each Exhibit to this policy, to whom it applies and its effective date. Policyholder: City Of Clearwater Group Policy No.: 264972-1-G EFFECTIVE DATE This policy will take effect on January 1, 2025. POLICY ANNIVERSARIES Policy anniversaries will be January 1, 2026 and each subsequent January 1. PREMIUM PAYMENTS This policy is issued in return for the payment by the Policyholder of required Premiums. Premiums are payable at the home office of MetLife or to its authorized agent. The first Premium is due on and must be paid by this policy’s effective date. Any later Premiums are due monthly in advance on the first day of each Policy Month. These dates are the Premium Due Dates. POLICY SITUS This policy is issued for delivery in and governed by the laws of Florida. Signed as of this policy’s effective date at MetLife’s home office in New York, New York. Timothy J. Ring Secretary Michel Khalaf President & CEO Signed by Date (A MetLife licensed agent or resident agent as required by law.) GPNP99 264972-1-G Page 2 NOTICE If you have questions about your insurance coverage you may contact MetLife at 1-800-438-6388. To make a complaint to MetLife, you may write to: MetLife Attn: Corporate Consumer Relations Department 200 Park Avenue New York, New York 10166-0188 Or call MetLife at 1-800-638-5433 TABLE OF CONTENTS Section Page GPNP99 264972-1-G Page 3 as endorsed by GPEND13-06 l/gc POLICY FACE PAGE Effective Date ...................................................................................................................................................1 Policy Anniversaries .........................................................................................................................................1 Premium Payments ..........................................................................................................................................1 Policy Situs .......................................................................................................................................................1 NOTICE ................................................................................................................................................................2 DEFINITIONS ......................................................................................................................................................4 SCHEDULE OF INSURANCE .............................................................................................................................5 ELIGIBILITY AND EFFECTIVE DATES OF INSURANCE ..................................................................................5 CONTRIBUTIONS ...............................................................................................................................................5 PREMIUM RATE(S) Initial Rate(s) ....................................................................................................................................................5 Frequency of Premium Payment ......................................................................................................................5 Computation of Premium ..................................................................................................................................5 Premiums for Changes in Insurance ................................................................................................................5 Right to Change Premium Rates ......................................................................................................................6 GRACE PERIOD ..................................................................................................................................................7 END OF INSURANCE PROVIDED BY THIS POLICY ........................................................................................7 REINSTATEMENT ...............................................................................................................................................8 GENERAL PROVISIONS .....................................................................................................................................8 Entire Contract ..................................................................................................................................................8 Policy Changes or Waivers ..............................................................................................................................8 Incontestability: Statements Made by the Policyholder ....................................................................................8 Incontestability: Statements Made by Covered Persons ..................................................................................8 Certificates ........................................................................................................................................................9 Assignment .......................................................................................................................................................9 Data Needed ....................................................................................................................................................9 Misstatement of Age .........................................................................................................................................9 Non-Dividend Paying ........................................................................................................................................9 Conformity with Law .........................................................................................................................................9 SCHEDULE OF EXHIBITS ..……………..……………………………………………………………SCH/EXHIBITS EXHIBIT 1: Schedule of Premium Rates ...…………….…………………………………………………EXHIBIT1 EXHIBIT 2: Certificate Forms ………………………….…………………….…….…….…………….... EXHIBIT2 GPNP99 264972-1-G Page 4 as endorsed by GPEND13-06 l/gc DEFINITIONS As used in this policy, the terms listed below will have the meanings defined below. When defined terms are used in this policy, they will appear with initial capitalization. The plural use of a term defined in the singular will share the same meaning. Contribution means the amount the Policyholder may require the Employee to pay towards the total Premium that MetLife charges for the insurance provided by this policy. Contributory Insurance means insurance for which the Policyholder may require the Employee to pay at least part of the Premium. Covered Person means an Employee and/or a Dependent as set forth in the Exhibit which applies to the Employee. Employee is described in the Exhibit which applies to the Employee. Employer means the Policyholder shown on page 1. Noncontributory Insurance means insurance for which the Policyholder may not require the Employee to pay any part of the Premium. Policy Anniversary is defined on page 1. Policy Month. The first Policy Month will begin on the effective date shown on page 1. Subsequent Policy Months will begin on the same day of each subsequent calendar month. Premium means the amount the Policyholder must pay to MetLife for all the insurance provided under this policy. Premium Due Date is defined on page 1. Signed means any symbol or method executed or adopted by a person with the present intention to authenticate a record, and which is on or transmitted by paper or electronic media, and which is consistent with applicable law. Written or Writing means a record which is on or transmitted by paper or electronic media, and which is consistent with applicable law. GPNP99 264972-1-G Page 5 as endorsed by GPEND13-06 l/gc SCHEDULE OF INSURANCE The Schedules of Insurance which apply under this policy are set forth in the Exhibits. MetLife and the Policyholder have agreed that, a MetLife affiliate (the "Affiliate"), shall make a will preparation service (the "Service") available to Employees who elect Group Supplemental Life Insurance coverage. This Service will be made available at no cost to the Policyholder or to such Employees during the period that Group Supplemental Life Insurance coverage is in effect. MetLife and the Policyholder have agreed that, a MetLife affiliate ('Affiliate'), shall make a probate benefit (“Benefit”) available to the estate of each Employee who elects Group Supplemental Life Insurance coverage and to the estate of each Employee's Spouse when either the Employee or Spouse dies while such Group Supplemental Life Insurance coverage is in effect. This Benefit will be made available at no cost to the Policyholder or to such Employees. ELIGIBILITY AND EFFECTIVE DATES OF INSURANCE The Eligibility and Effective Dates of Insurance provisions that apply under this policy are set forth in the Exhibits. CONTRIBUTIONS The Policyholder will not require an Employee to contribute to the cost of Noncontributory Insurance. The maximum amount that an Employee may be required to contribute to the cost of Contributory Insurance will not exceed the Premium charged for the amounts of such insurance. PREMIUM RATE(S) Initial Rate(s) The initial Premium rate(s) are shown in Exhibit 1. Frequency of Premium Payment Premiums for this policy will be paid as shown on page 1. MetLife and the Policyholder may agree that payment be made in advance every 3, 6 or 12 months. Computation of Premium The Premium due on any Premium Due Date is determined by the total amount of insurance provided by this policy on such Premium Due Date, multiplied by the appropriate Premium rate(s) which are then in effect subject to any Premium adjustments, if applicable. MetLife may use any reasonable method to compute Premiums due under this policy. Premiums for Changes in Insurance For insurance that takes effect after the first day of a Policy Month, Premium will be charged from the first day of the next Policy Month. However, if a policy amendment or evidence of good health is required for such insurance, Premium will be charged as of the date such insurance takes effect. If this policy ends, or if insurance ends for a class of persons, Premium will be charged to the date insurance ends. If insurance ends for other reasons, Premium will be charged to the end of the Policy Month in which insurance ends. GPNP99 264972-1-G Page 6 as endorsed by GPEND13-06 l/gc PREMIUM RATES (Continued) Right to Change Premium Rates MetLife may change Premium rates for changes which materially affect the risk assumed for the insurance provided by this policy, as follows: 1. when this policy is amended or endorsed; 2. when a class of eligible persons is added to or deleted from this policy for any reason including corporate restructuring, acquisition, spin-off or similar situations; 3. when a Policyholder’s subsidiary, affiliate, division, branch or other similar entity is added to or deleted from this policy for any reason including corporate restructuring, acquisition, spin-off or similar situations; 4. when there is a significant change in the geographic distribution of insured Employees; 5. when applicable law requires a change in: a. the insurance provided by this policy; and/or b. the class of persons eligible for insurance under this policy; or 6. when a Premium Due Date coincides with or next follows: a. a change greater than 10% in the number of Covered Persons since the later of the policy Effective Date and the last date Premium rates were changed; or b. a change greater than 10% in the amount of insurance provided by this policy since the later of the policy Effective Date and the last date Premium rates were changed. MetLife will notify the Policyholder, in Writing, at least 45 days before a Premium rate change. In addition, MetLife may change Premium rates: 1. except as may be stated in Exhibit 1, on any date on or after the first Policy Anniversary; this will be done no more frequently than every 12 months and only if MetLife notifies the Policyholder, in Writing, at least 45 days before such change; and 2. on any other date agreed to by MetLife and the Policyholder. The new Premium rates will apply only to Premiums due on or after the date the rate change takes effect. GPNP99 264972-1-G Page 7 as endorsed by GPEND13-06 l/gc GRACE PERIOD Each Premium due after the effective date of this policy may be paid up to 31 days after its Premium Due Date. This period is the grace period. The insurance provided by this policy will stay in effect during this period. MetLife will notify the Policyholder in Writing that, if the Premium is not paid by the end of the grace period, this policy will end at the end of the last day of the grace period. If MetLife fails to give Written notice to the Policyholder, this policy will continue in effect until the date such notice is given. Policyholder’s intent to end this policy during the grace period. The Policyholder may notify MetLife in Writing prior to the end of the grace period of its intent to end this policy before the end of the grace period. In this case, this policy will end on the later of: 1. the date stated in the notice; or 2. the date MetLife receives the notice. If the Policyholder replaces this policy with another group insurance policy but does not give MetLife notice of intent to end this policy, the grace period provisions will apply. Grace period extensions. MetLife may extend the grace period by giving Written notice to the Policyholder. Such notice will state the date this policy will end if the Premium remains unpaid. Premiums must be paid for a grace period, any extension of such period and any period insurance under this policy was in effect for which Premium was not paid. END OF INSURANCE PROVIDED BY THIS POLICY The Policyholder can end this policy by giving advance Written notice to MetLife. The policy will end on the later of: 1. the date stated in the notice; or 2. the date MetLife receives the notice. MetLife can end this policy as follows: 1. on the date Premium is not paid when due, subject to the Grace Period provisions; or 2. on any Premium Due Date, by giving the Policyholder 45 days advance Written notice, if less than: a. 25% of persons eligible under this policy are insured for such Contributory Insurance; or b. 100% of persons eligible under this policy are insured for Noncontributory Insurance; or c. 50 Employees are insured by this Policy; 3. on any Premium Due Date, by giving the Policyholder 60 days advance Written notice, if the Policyholder fails to provide information on a timely basis or perform any obligations required by this policy or any applicable law; or GPNP99 264972-1-G Page 8 as endorsed by GPEND13-06 l/gc END OF INSURANCE PROVIDED BY THIS POLICY (Continued) 4. on any Policy Anniversary, by giving the Policyholder 45 days advance Written notice. This policy will end on the date on which the last certificate in effect under this policy ends. If this policy or one or more of the types of insurance provided by this policy ends, all Premiums due must be paid. If MetLife accepts Premium after the date this policy or such insurance ends, such acceptance will not act to reinstate the policy or such insurance. MetLife will refund any unearned Premium. REINSTATEMENT The Policyholder may request to reinstate this policy within one year from the date it ended. The request must be in Writing and it must provide MetLife with information that MetLife requires to consider such request. If MetLife approves the request, the policy will be reinstated on the date stated in Writing by MetLife. GENERAL PROVISIONS Entire Contract. The entire contract is made up of the following: 1. this policy, including its Exhibits; 2. the Policyholder's application; and 3. the amendments and endorsements to this policy, if any. Policy Changes or Waivers. The terms and provisions of this policy may be changed, at any time, without the consent of the Covered Persons or anyone else with a beneficial interest in it. MetLife will issue amendments or endorsements to effect such changes. MetLife will only make changes that are consistent with applicable law. An amendment or endorsement will not affect the insurance provided under certificates issued before the effective date of the change, unless retroactivity is consistent with applicable law. An officer of MetLife must approve in Writing any change or waiver of the terms and provisions of this policy. A sales representative, or other MetLife employee, who is not an officer of MetLife; does not have MetLife’s authority to approve such changes or waivers. A change or waiver will be evidenced by an amendment Signed by an officer of MetLife and the Policyholder or an endorsement Signed by an officer of MetLife. A copy of the amendment or endorsement will be provided to the Policyholder for attachment to this policy. Incontestability: Statements Made by the Policyholder. Any statement made by the Policyholder will be considered a representation and not a warranty. MetLife will not use such statement to avoid insurance, reduce benefits or defend a claim unless it is contained in a Written application. MetLife will not use such statement to contest life insurance after it has been in force for 2 years from its effective date, or date of last reinstatement, unless the statement is fraudulent. Incontestability: Statements Made by Covered Persons. Any statement made by a Covered Person will be considered a representation and not a warranty. MetLife will not use such statement to avoid insurance, reduce benefits or defend a claim unless the following requirements are met: 1. the statement is in a Written application or enrollment form; 2. the Covered Person has Signed the application or enrollment form; and 3. a copy of the application or enrollment form has been given to the Covered Person or the Covered Person's beneficiary. MetLife will not use a Covered Person’s statements which relate to insurability to contest life insurance after it has been in force for 2 years during his life, unless the statement is fraudulent. In addition, MetLife will not use such statements to contest an increase or benefit addition to such insurance after the increase or benefit has been in force for 2 years during his life, unless the statement is fraudulent. GPNP99 264972-1-G Page 9 as endorsed by GPEND13-06 l/gc GENERAL PROVISIONS (Continued) Certificates. MetLife will issue individual certificates to the Policyholder for delivery to each Covered Person, as appropriate. Such certificate will describe the Covered Person’s benefits and rights under this policy. “Certificate” includes any of MetLife’s insurance riders, notices or other attachments to the certificate. Assignment The life insurance rights and benefits under this policy are assignable by gift. An Employee may have made an irrevocable assignment under a group policy that this policy replaces. In this case, MetLife will recognize the assignee(s) under such assignment as owner(s) of the Employee's right, title and interest under this policy if: 1. a Written form satisfactory to MetLife, affirming this assignment, has been completed; 2. the Written form has been Signed by the Employee, assignee(s) and Policyholder; and 3. the Written form is delivered to MetLife for recording. MetLife is not responsible for the validity of an assignment. All other insurance under this policy may not be assigned prior to a claim for benefits, except as required by law or as permitted by MetLife. Data Needed. The Policyholder will provide MetLife with all the data needed to compute Premiums and carry out the terms of this policy. MetLife may examine such data at any reasonable time. If MetLife or the Policyholder make a clerical error in keeping the data, the Premium and/or benefits will be adjusted according to the correct data. An error will not end insurance validly in effect, nor will it continue insurance validly ended. Misstatement of Age. If a Covered Person’s age is misstated, the correct age will be used to determine if insurance is in effect and, as appropriate, adjust the Premium and/or benefits. Non-Dividend Paying. This policy does not pay dividends. Conformity with Law. If the terms and provisions of this policy do not conform to any applicable law, this policy shall be interpreted to so conform. GPNP99 264972-1-G SCH/EXHIBITS DATE: January 1, 2025 as endorsed by GPEND13-06 l/gc SCHEDULE OF EXHIBITS Exhibit Number Exhibit Type Applies To Effective Date 1 Schedule of Premium Rates All Covered Persons January 1, 2025 2 Certificate Forms All Covered Persons January 1, 2025 EXHlBIT 1 SCHEDULE OF PREMIUM RATES GPNP99 264972-1-G Page 1 EXHIBIT1 DATE: January 1, 2025 as endorsed by GPEND13-06 l/gc The initial monthly Premium rates for the insurance provided by this policy are as follows: Rate Guarantee Period Subject to the Right to Change Premium Rates provision outlined in this policy, the Premium rates for: ● Basic Life Insurance will be in effect for the 36 month period which begins on January 1, 2025; and ● Supplemental Life Insurance will be in effect for the 36 month period which begins on January 1, 2025. Basic Life Insurance for Active Employees: - $0.152 per $1,000 of Basic Life Insurance in force hereunder. Basic Life Insurance for Retired Employees: - $3.43 per $1,000 of Basic Life Insurance in force hereunder. Certain non-insured grief counseling services are included with non-contributory Basic Life Insurance coverage and provided at no additional premium. MetLife has arranged for these services to be provided to Employees through a third party service provider. MetLife is not responsible for providing or failing to provide these services nor is it liable for any negligence in the provision of such services by the third party service provider. Supplemental Life Insurance for Employees: Age of Employee Amount Per $1,000 of Supplemental Life Insurance in force hereunder Less than 30 30 but less than 35 35 but less than 40 40 but less than 45 45 but less than 50 50 but less than 55 55 but less than 60 60 but less than 65 65 but less than 70 70 or older $0.059 $0.059 $0.094 $0.152 $0.270 $0.446 $0.692 $1.073 $1.920 $3.450 When an Employee enrolls for certain Contributory Insurance, a portion of the Employee's Contributions for such insurance will be allocated to reduce the Policyholder's cost of certain Noncontributory Insurance under the Policyholder’s Group Insurance program. GPNP99 264972-1-G Page 1 EXHIBIT2 DATE: January 1, 2025 as endorsed by GPEND13-06 l/gc EXHIBIT 2 CERTIFICATE FORMS Certificate Number Certificate Form Applies To Effective Date 1 GCERT2000 All Full-Time Fraternal Order Police, International Association of Firefighters, Council Members and Mayor – Basic Life Insurance January 1, 2025 2 GCERT2000 All retired employees of the Policyholder who retired on or before October 1, 2008 – Basic Life Insurance January 1, 2025 3 GCERT2000 All Full-Time classified Non- SAMP (Supervisory, Administrative, Managerial and Professional) employees – Basic Life Insurance January 1, 2025 4 GCERT2000 All Full-Time Supervisory, Administrative, Managerial and Professional employees – Basic Life Insurance and Supplemental Life Insurance January 1, 2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1522 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve the collective bargaining agreement as negotiated between the City of Clearwater and Fraternal Order of Police, Clearwater Officers Bargaining Unit Lodge 10 for Fiscal years 2024/2025, 2025/2026, 2026/2027 and authorize the appropriate officials to execute same. (consent) SUMMARY: The current collective bargaining agreement between the City of Clearwater and FOP Lodge 10 expired on September 30, 2024.  The parties reached a tentative agreement for a new contract which was ratified by the membership on November 13, 2024. This three-year agreement will bring the Police Officers, Police Service Technician Supervisors, and Police Service Technicians to the 75th percentile in year one, which is a 12% increase for Officers, an 8% increase for Police Service Technician Supervisors, and an 8% increase for Police Service Technicians. Year two provides a 4% general wage increase (GWI) for all classifications in the first pay period in October. It also provides a step pay increase averaging 3.75% and provides for all pay ranges to be adjusted by 4% in the second year.  In the third year of the agreement, it provides for a 3% general wage increase plus a step pay increase averaging 3.75% and a 3% pay range adjustment for all classifications.  APPROPRIATION CODE AND AMOUNT: A cumulative estimated value of this agreement over the three year is $7,687,785, including benefits.  The cost associated with the implementation of this agreement by fiscal year is anticipated to be approximately as follows: FY 2024/25                     $3,290,405 FY 2025/26                     $2,292,134 FY 2026/27                     $2,105,246 Funds are available in the FY 2024/25 budget to cover the first year of this agreement.  Future budgets will include the contract costs in the proposed budget. The Police Department is funded by General Fund revenues. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Superior Public Service 5.1 Attract and retain top-quality personnel through the maintenance of a competitive compensation program. Page 1 City of Clearwater Printed on 12/3/2024 FOP Officers Collective Bargaining Agreement 2024-2027 Overview of Changes General housekeeping of the document including dates/years have been updated throughout the document and some of the gender specific language was changed to gender neutral. Article 1, Recognition and General Provisions Added a pension reopener to be reopened no later than January 31, 2025, to discuss cost neutral options. Article 3, Rights of Parties Added language that the City shall request and obtain and independent medical evaluation for any disability pension claims and the City Attorney’s office will make a recommendation for a stipulated approval or evidentiary hearing. If stipulated approval is recommended, an agenda item will be brought forward to the Pension Trustees. If an evidentiary hearing is recommended, the hearing shall be conducted by State of Florida Division of Administrative Hearings. Article 6, Grievance Procedure Specified that the list from the Federal Mediation and Conciliations Service will need to be requested within ten working days of the notice of intent to arbitrate. Added language for grievance arbitrations that each party shall have the right to unilaterally reject one list of arbitrators from Federal Medication and Conciliation Service and extended the time frame of the arbitration hearing to sixty days. Article 7, Personnel Practices Deleted language of a reopener to open Article 7 during that time of the last contract (October 1, 2021 to September 30, 2024). Deleted language that the contract may be reopened to negotiate monetary incentives for physical fitness. Updated language that outside employment of bargaining unit members shall be subject to the provisions in the City’s Human Resources Policy Manual instead of the Civil Service Rules & Regulations. Deleted language to reopen this Article for the purpose of negotiating mandatory subjects of bargaining related to extra-duty employment and the development and implementation of a Master Officer designation. Updated language that employees who wish to not participate in direct deposit will receive a pay card instead of a physical paycheck. Added language that the City reserves the exclusive right to determine when a bargaining unit member shall be allowed to take home a vehicle. Article 8, Leaves of Absence Increased vacation leave cap from 320 hours to 342 hours. Updated language payment of unused sick leave is limited to only disability if the separation is involuntary on the part of the employee. Updated the funeral leave language to include aunt, uncle, nephew, and niece as part of the extended family. Included Space Force in list of armed forces. Added that the City will provide one week of paid parental leave to eligible bargaining unit members in conjunction with FMLA use for the birth of a child, adoption, or foster care. Article 9, Wages and Compensation Added that bargaining unit members will be paid in accordance with the new annual rate for the first year of the contract. Bargaining unit members will receive a 4% GWI in year two and 3% GWI in year three and eligible bargaining members will receive a step each year of the contract in conjunction with the GWI. Added that Corporals who are serving in an acting capacity as a Sergeant will receive both 5% for Corporal Job Assignment Pay and 5% for Acting Pay instead of only Acting Pay. Added that bargaining unit members who are assigned to Crimes Against Children & Family and Homicide Unit will receive an addition 5% for a total of 10% above the employee’s current base rate. Added language that a bargaining unit member who is not on-duty during a follow-up doctor or therapy visit shall be granted up to two hours of flex time during their scheduled shift to attend the doctor or therapy visit. Updated tuition reimbursement amount from $1,700 to $2,000 and from $2,000 to $2,200 for Master’s Degree level programs. Added a Safe Driving Incentive program where employees who are regularly assigned to drive a City vehicle and are not involved in a preventable accident during a fiscal year will receive $100. Article 11, Performance and Discipline Added language that a bargaining unit member who has been arrested for any crime involving domestic violence, a DUI, or any felony charge and formally charged may be placed on administrative leave without pay pending the conclusion of the administrative investigation at the discretion of the Police Chief. This does not apply to any bargaining unit members who are arrested due to allegations of excessive force while acting on-duty and being paid by the City. AGREEMENT between CITY OF CLEARWATER, FLORIDA and FRATERNAL ORDER OF POLICE CLEARWATER OFFICERS BARGAINING UNIT 2024-2025 2021-2022 2025-20262022-2023 2026-20272023-2024 TABLE OF CONTENTS ARTICLE # TITLE PAGE # Preamble .................................................................................................. 1 Article 1 Recognition and General Provisions ...................................................... 1 Recognition ................................................................................................................ 1 Contract Constitutes Entire Agreement ................................................................ 1 Severability and Waiver ............................................................................................ 2 Existing Rules ............................................................................................................ 2 Pension Reopener ..................................................................................................... 3 Article 2 Representatives of Parties ....................................................................... 3 Article 3 Rights of Parties ...................................................................................... 3 Officers Bill of Rights ............................................................................................... 3 City’s Management Rights ....................................................................................... 4 Union Rights ............................................................................................................ 54 Disability Retirement Process.................................................................................. 7 Article 4 No Strike ............................................................................................... 87 Article 5 Labor/Management Cooperation......................................................... 97 Article 6 Grievance Procedure ............................................................................. 98 Definition ................................................................................................................. 98 Steps ....................................................................................................................... 109 Arbitration ........................................................................................................... 1110 Article 7 Personnel Practices ............................................................................ 1211 Police Officers’ Duties ...................................................................................... 1211 Special Duty Call Out ........................................................................................ 1311 Off-Duty Calls .................................................................................................... 1311 Probationary Periods ......................................................................................... 1412 Promotional Procedures.................................................................................... 1513 Establishment and Duration of Eligibility Lists ............................................ 1514 Removal of Names from Eligibility Lists ....................................................... 1514 Appointments ..................................................................................................... 1615 Productivity ......................................................................................................... 1615 Training ................................................................................................................ 1715 Personnel Records ............................................................................................. 1716 Residency Requirements ................................................................................... 1816 Tobacco Product Usage .................................................................................... 1816 Seat Belts and Safety Gear ................................................................................ 1817 Off-Duty Concealed Weapons ......................................................................... 1817 Physical Examinations, Inoculations, and Fitness ......................................... 1918 Outside Employment ........................................................................................ 2019 Legal Protection ................................................................................................. 2019 Copies of Municipal Code ................................................................................ 2019 Paycheck Issuance .............................................................................................. 2019 TABLE OF CONTENTS ARTICLE # TITLE PAGE # Article 7 (continued) Take-Home VehicleMaster Officer Designation……………………… .2019 Subcontracting………………………………………….………...... ....... 2120 Regular Work Hours……………………………………..……...…. ...... 2120 Article 8 Leaves of Absence ............................................................................. 2120 Designated Holidays .......................................................................................... 2120 Floating Holidays ............................................................................................... 2221 Vacations ............................................................................................................. 2423 Sick Leave ............................................................................................................ 2625 Bonus Leave Days .............................................................................................. 2827 Leave Pool ........................................................................................................... 2827 Funeral Leave ...................................................................................................... 3029 Military Leave...................................................................................................... 3029 Time Off .............................................................................................................. 3231 Leave Without Pay ............................................................................................. 3332 Parental Leave .......................................................................................................... 34 Article 9 Wages & Compensation.................................................................... 3533 Wages ................................................................................................................... 3533 Overtime Pay ...................................................................................................... 3735 Compensatory Time Allowance ....................................................................... 3836 Shift Differential ................................................................................................. 3836 Standby Pay ......................................................................................................... 3836 Recall Pay............................................................................................................. 3937 Acting Pay ........................................................................................................... 3937 Job Assignment Pay ........................................................................................... 3937 Canine Officers ................................................................................................... 4038 Court Attendance and Standby Time .............................................................. 4139 Line-of-Duty Injury Pay .................................................................................... 4240 Uniform Allowance............................................................................................ 4442 Tuition Refund Program ................................................................................... 4442 Safe Driving Incentive ............................................................................................ 45 Article 10 Insurance ........................................................................................... 4543 Article 11 Performance & Discipline ................................................................. 4643 Article 12 Drug & Alcohol Policy ...................................................................... 4744 Article 13 Retirement ......................................................................................... 4845 Article 14 Seniority, Layoff, and Recall ............................................................. 4846 Article 15 Duration, Modification, & Termination ........................................... 5148 Appendix A Pay Schedules .......................................................................................... i Page 1 PREAMBLE This Agreement is entered into between the City of Clearwater, Florida, hereinafter referred to as the "City" and the Florida State Lodge of the Fraternal Order of Police, Clearwater Officers bargaining unit, hereinafter referred to as the "Union." It is the intent and purpose of this Agreement to assure sound and mutually beneficial working and economic relationships between the parties hereto, to provide an orderly, peaceful and timely means of resolving any misunderstandings or differences which may arise, and to set forth herein the full agreements between the parties concerning rates of pay, wages, hours of employment, and other terms and conditions of employment. It is understood that the City is engaged in furnishing essential public services which vitally affect the health, safety, comfort and general well being of the public, and both parties hereto recognize the need for continuous and reliable service to the public. There shall be no individual arrangement contrary to the terms herein provided. ARTICLE 1 RECOGNITION AND GENERAL PROVISIONS Section 1. Recognition The City hereby recognizes the Union as the exclusive bargaining representative as defined in Chapter 447, Florida Statutes, as amended, for all employees employed in the unit defined by the Public Employee Relations Commission in its certification No. 239, dated June 24, 1976, as modified by Case No. RC-91-001 (verification of election results and modification of bargaining unit to include Police Service Technicians) and amended by Case No. AC-2003-008 (substitution of F.O.P. Lodge #10 as certified bargaining agent), which certification includes all Police Officers below the rank of Sergeant, except as modified below, and Police Service Technicians. It is understood by the parties that Police Cadets who have not yet successfully completed the State law enforcement certification exam, "non-paid police reserves," "police reserves," and "police auxiliary officers," and "part-time officers" are specifically excluded from this recognition. Part time Police Officers assigned to a public or charter schools, will serve as a law enforcement officer to the campus. These positions will follow the Pinellas County school calendar year for all designated breaks and holiday closures. Time off during these designated breaks and school closures will be without pay, the Part time Police Officer may use accrued vacation leave to supplement their pay during these unpaid breaks. The positions will be eligible for health insurance during their employment. Any paid holidays that occur during the designated breaks will not be paid, all other holidays will be paid according to this contract. Positions are not eligible to participate in the City’s pension plan but would contribute to social security. Section 2. Contract Constitutes Entire Agreement The parties acknowledge and agree that during the negotiations which resulted in this Agreement, each had the unlimited right and opportunity to make demands and proposals with respect to any subject or matter included by law within the area of collective bargaining and that all the understandings and agreements arrived at by the parties after the exercise of that right and opportunity are set forth in this Agreement. Therefore, the City and the Union, for the life of this Agreement, each voluntarily and unqualifiedly waives the right to require further collective bargaining, and each agrees that the other shall Page 2 not be obligated to bargain collectively with respect to any matter or subject not specifically referred to or covered by this Agreement, whether or not such matters have been discussed, even though such subjects or matters may not have been within the knowledge or contemplation of either or both parties at the time that they negotiated or signed this Agreement. This Agreement contains the entire contract, understanding, undertaking and agreement of collective bargaining for and during its term, except as may be otherwise specifically provided herein This Agreement may be amended at any time by the mutual consent of the parties, but no such attempted amendment shall be of any force or effect until placed in writing and executed by each party hereto. The parties agree to bargain proposed changes in the City's Pension Plan at the same time that bargaining occurs for this agreement and successor agreements. and changes in the City's Civil Service Rules that deal with mandatory subjects of collective bargaining and any impact these changes may have on bargaining unit members. Section 3. Severability and Waiver Each and every clause of this Agreement shall be deemed separable from each and every other clause of this Agreement. In the event that any clause or clauses shall be finally determined to be in violation of any law, such clause or clauses only shall be deemed of no force and effect and unenforceable without impairing the validity and enforceability of the rest of the contract including any and all provisions in the remainder of any clause, sentence or paragraph in which the offending language may appear. The exercise or non-exercise of the rights covered by this Agreement by the City or its employees or agents or the Union shall not be deemed to waive any such right or the right to exercise them in the future. Section 4. Existing Rules A Police Department rule, regulation, policy or procedure now in existence in conflict with this Agreement shall be resolved by modification of such rule, regulation, policy or procedure to be compatible with this Agreement. Employees shall be required to observe and comply with all current and future written rules and regulations as set forth in Departmental procedures and such special and general orders and other written communications, except those which are in conflict with this Agreement. No disciplinary action shall be taken for violation of a newly established or amended rule or regulation until such rule or regulation has been posted for at least forty-eight (48) hours. The Union shall be forwarded a copy of any written departmental memorandum, rule, regulation, general or special order, or policy intended for publication at least 10 days prior to the effective date such document is intended to establish a standard of conduct for members of the bargaining unit. The Union shall have the right to meet with the Police Chief or his/her designee to discuss the item. Section 5. Pension Reopener Page 3 The parties agree that this Agreement may be reopened for the purpose of discussing proposed changes to the City’s Pension Plan. Either party must notify the other party of its intention to reopen no later than January 31, 2025. The reopener shall be limited to discussing cost neutral changes to the City’s Pension Plan. Cost neutral shall mean only those changes which will not increase the City’s cost of funding the City’s Pension Plan. ARTICLE 2 REPRESENTATIVES OF PARTIES Section 1. The City agrees that during the term of this Agreement it will deal only with the authorized representatives of the Union in all matters requiring mutual consent or other official action called for by this Agreement. The Union agrees to notify the City of the name of such authorized representatives as of the execution of this Agreement and each replacement therefore during the term of this Agreement. Authorized representatives shall be defined as the elected Officers of the Union and duly elected or appointed stewards, provided that notification has been provided in writing to the Office of the Police Chief at least twenty-four (24) hours in advance. Until such notice is received, the City is under no obligation to recognize the individual as an authorized representative of the Union. Section 2. The Union likewise agrees that during the term of this Agreement the Union and the employees covered hereunder shall deal only with the City Manager or his/her representative in matters requiring mutual consent or other official action and specifically the Union agrees that neither the Union nor the employees hereunder shall seek to involve the City's elected officials in the administration of this Agreement, or otherwise in the operation of the City's Police Department. All matters relating to grievances shall be processed only through the grievance procedure as set forth in this Agreement. ARTICLE 3 RIGHTS OF PARTIES Section 1. Any right or working condition enjoyed by employees covered by this Agreement as the result of specific action taken by the City Manager or Police Chief shall not be changed in an arbitrary or capricious manner. Section 2. It is understood and agreed that sworn police officers have rights and protection under the Florida Statute commonly known as the Police Officer’s Bill of Rights, Florida Statute, Sections 112.531, 112.532, 112.533 and 112.534. Section 3. The Union and the City shall not interfere with the right of employees covered by this Agreement to become or to refrain from becoming members of the Union, and neither the City nor the Union shall unlawfully discriminate against any such employee because of membership or non- membership in any employee organization. Section 4. The Union and its officers agree to support federal and state laws and regulations thereunder which have the effect of law and to abide by them, and further to encourage all bargaining Page 4 unit members to comply with such laws and regulations at all times. From time to time, as the City issues policy statements or develops specific training programs concerning areas of prohibited discrimination under federal laws and regulations, the City may submit such policies and/or programs to the Union for their review and consideration for endorsement. If the Union determines not to endorse the policy and/or program, it shall advise the City of its reservations which have precluded it from endorsement. Section 5. The City opposes any form of employment discrimination which is made unlawful under applicable State and Federal law. Any claim of discrimination by an employee against the City, its officers or representatives, shall not be grievable or arbitrable under the provisions of the Grievance Procedure contained herein, but shall be subject only to the method of review prescribed by law. Section 6. City’s Management Rights A. Except as expressly limited by any provision of this Agreement, the City reserves and retains exclusively all of its normal and inherent rights with respect to the management of its operations, including but not limited to, its rights to determine, and from time to time redetermine, the number, location and type of its various operations, functions and services; the methods, procedures and policies to be employed; to discontinue the conduct of any operation, function or service, in whole or in part; to transfer its operations, functions or services, from or to, either in whole or in part, any of its departments or other divisions; to select and direct the working force in accordance with requirements determined by the City; to create, modify or discontinue jobs; to establish and change working rules and regulations; to create new job classifications; to establish and change work schedules and assignments; to transfer, promote or demote employees; to lay off, furlough, terminate or otherwise relieve employees from work for lack of work, lack of funds, or other legitimate reason; to suspend, discharge or otherwise discipline employees for just cause; to subcontract; to alter or vary past practices with prior notification and otherwise to take such measures as the City may determine to be necessary to the orderly and efficient operation of its various operations, functions and services. B. If in the discretion of the City Manager or the Mayor it is determined that civil emergency conditions exist, including, but not limited to, riots, civil disorders, strikes, hurricane conditions, or similar catastrophes or disorders, this Agreement may be suspended by the City Manager or the Mayor during the time of the declared emergency, provided that wage rates and other direct monetary payments shall not be suspended. C. Management shall not assign, reassign, discipline, demote, or discharge any employee of the bargaining unit in an arbitrary or capricious fashion. D. The City and Union agree to bargain the impact of the exercise of Management Rights to change wages, hours or terms and conditions of employment of any person covered by this Agreement upon timely request by the Union and to the extent provided by law. Section 7. Union Rights A. Union Dues and Checkoff -- During the term of this Agreement the City agrees to deduct dues owed by the employee to the Union on a biweekly basis. Prior to such deduction the Union shall Page 5 provide the City with a signed statement from each employee whose dues are to be deducted in a form satisfactory to the City. Any authorization for dues deduction may be canceled or amended by the employee upon thirty (30) days written notice to the City or to the City and the Union and shall also be discontinued in the event the employee is terminated or is transferred, promoted or otherwise moved out of the bargaining unit. Upon notification from the Union as to the amount, the City shall raise the dues deduction according to the established amount provided in the Union bylaws. This Agreement applies only to the deduction of basic membership dues and uniform assessments and shall not apply to the collection of any fines, penalties or special assessments. In the event that an employee's salary earnings within any pay period, after deductions for withholding, pension or social security, health and/or hospitalization insurance or other standard or legally required deductions, are not sufficient to cover dues and special assessments, it will be the responsibility of the Union to collect its dues for that pay period from the employee. B. Stewards -- The stewards of the Union shall consist of active, current sworn employees of the bargaining unit or their designee. The Union will submit a list of the elected officers, stewards, and designees to the Police Chief and shall notify the Police Chief of any changes to the list. Any steward who feels unqualified to represent a member on any matter will be permitted to contact the Union President or another steward for representation. A steward shall not investigate or otherwise handle grievances during working hours without the expressed consent of the commander on duty. A steward shall not investigate his/her own grievance or otherwise represent himself/herself. No employee, while on duty, shall meet and discuss any issue with a steward without first receiving approval from the appropriate supervisor on duty. C. Indemnification -- The Union shall indemnify, defend and hold the City, its officers, officials, agents and employees harmless against any claim, demand, suit or liability (monetary or otherwise) and for all legal costs arising from any action taken or not taken by the City, its officials, agents and employees in complying with dues deduction. The Union shall promptly refund to the City any funds received in accordance with this Agreement which are in excess of the amount of basic and uniform membership dues which the City has agreed to deduct. D. Union Time -- The Union shall be allowed up to 400 hours of time off with pay per year for the purpose of attending official F.O.P. functions, meetings or conferences. Such hours shall also be used for time spent by bargaining unit members at any meetings pertaining to the City of Clearwater where the members are specifically representing the interests of the Union. Union time off with pay shall be granted by the City for the purposes of grievance representation, labor management meetings, contract negotiations, and participation as a member or attendee of any City committee whereby the Union member appears at the behest of and in the interest of the City. Union time off with pay shall be provided for up to five Union representatives (excluding a note taker) for contract negotiations. Requests for use of this time shall be made in advance in writing and submitted on the proper form by one of the elected officers of the bargaining unit to the Page 6 immediate supervisor of the bargaining unit member who will be utilizing the union time. The Police Chief or his/her designee will grant such time off provided that, in his/her sole and unlimited discretion, the efficiency of operation of the department will not be interfered with or impaired. Any portion of the time not used in an annual period, which shall be defined as a contract year, beginning with ratification shall be forfeited and shall not be carried forward into the next annual period. Union time for contract negotiations may be negotiated as part of the contract ground rules. E. Union Notification Media -- The City agrees to provide space on bulletin boards, utilization of e-mail, or other appropriate means of distributing notices of meetings or other official F.O.P. information. The Police Chief or his/her designee shall review and approve or not approve any such posting or transmission of F.O.P. official information for distribution in any City facility. No other City bulletin board, e-mail, or other distribution methods may be used by the Union or any member of the bargaining unit for any purpose not approved by the Police Chief. Such approval shall not be unreasonably withheld. The Union is expressly prohibited from posting any information relating to political campaigns. F. Rules and Regulations and Memorandums (a) The President of the Union shall be forwarded a copy of any written departmental memorandum, rule, regulation, order, or policy, intended for publication to all members of the bargaining unit, which is intended to establish a standard of conduct for members of the bargaining unit. (b) The President of the Union or his/her designee shall be forwarded a copy of the meeting time and place of the Civil Service Board in advance of that meeting. G. Posting and Copying of Agreement – In accordance with the City’s Greenprint Sustainability Plan, the City and the Union agree that this Agreement shall be posted by the City on the City’s Launchpad and Website. H. Use of Copying Equipment -- The City agrees to allow the Union officers to use the Departmental copying equipment while off-duty under the following conditions: (a) The Chief or his/her designee shall approve the copying of any matter which shall be limited to departmental records which the Chief will not allow the Union to remove from the Department and copy using its own equipment. (b) The Union will be charged and will remit such rate as may hereafter be established by the City in accordance with City Policy. (c) Departmental business will of course take priority and the Union will only be allowed to make copies while the Department is not otherwise using the copier. I. The Union may designate a Civil Service Liaison officer who shall on request be relieved from duty with no loss in pay for the purpose of attending Civil Service Board Meetings, unless the efficiency of operations of the Department will be interfered with or impaired in the sole and unlimited discretion of the Police Chief or his/her designee. Page 7 J. The President of the Union shall, on request, be relieved from duty with no loss in pay to attend the regular monthly meeting of the F.O.P. providing operations will not be interfered with. K. The President of the Union or his/her designated delegate shall be provided a copy of the agenda in advance of every regular City Commission meeting. If an item appearing on the agenda directly affects members of the bargaining unit, the Union President or his/her designated representative may petition the Police Chief to be relieved from duty with no loss of pay to attend the meeting. Permission will not be unreasonably withheld. L. With prior approval and providing the department determines in its sole discretion that there will be no adverse impact to operations, the Secretary, Treasurer, State Trustee or Board Member will be permitted to attend labor meetings or the regular monthly meetings of the Lodge if they are working. However, they will be subject to call, and such meeting hours shall not be counted toward the Union time referenced in paragraph D of this Section. M. The City shall grant the Union time off without pay on request. Requests for use of this time shall be made to the affected Division Commander via the chain of command and subsequently approved by the Police Chief or his/her designee. The Department will grant such time off provided that in the opinion of the Department operations will not be interfered with. Section 8. Disability Retirement Process Upon receipt of a complete application for a disability pension, which includes the most recent medical conclusions known to the applicant at the time of submittal, the City shall request and obtain an independent medical evaluation (“IME”). If disabilities are claimed that involve multiple specialties, one IME per specialty shall be selected. Any costs directly or indirectly relating to IME’s shall be paid by the pension plan. After receiving the completed IME report(s), the application and any other records the City deems relevant to the application, the City Attorney’s Office shall either review or arrange for outside legal counsel to review, on behalf of the City, the merits of the application. The City Attorney’s Office, or legal counsel hired by the City Attorney’s Office for this purpose, shall recommend to the City Manager either a stipulated approval or an evidentiary hearing. The City Manager shall take the recommendation under advisement and consider any other factors he/she deems relevant to the application and determine on behalf of the City whether to enter a stipulated approval, or whether to schedule an evidentiary hearing. If the City Manager enters into a stipulated approval, an agenda item shall be brought before the Pension Trustees confirming the stipulation. The role of the Pension Trustees in said approval shall be ministerial in nature. Upon approval by the Pension Trustees, the City shall finalize and distribute the disability pension benefits to which the applicant is entitled. If the City Manager opts for an evidentiary hearing, the hearing shall be conducted by the State of Florida Division of Administrative Hearings (“DOAH”). The Pension Trustees will enter into a contract with DOAH for this purpose. It shall be the duty of the hearing officer to review the application for a Page 8 disability retirement, determine whether the claim meets the criteria for awarding a disability pension benefit, and issue a recommended order. During the formal hearing, the applicant and City shall have the right to be heard, to be represented by a person of their choice, and to present evidentiary facts. Each party shall pay its own expense for its representative, counsel, and witnesses. At the formal hearing, the technical rules of evidence shall not apply. The hearing officer shall have the power to administer oaths, issue subpoenas, compel the production of books, papers and other documents and receive evidence. The hearing officer shall utilize a procedure similar to that set forth in F.S. §§ 120.569 and 120.57. The hearing officer shall have no authority to award attorney’s fees to the prevailing party. All recommended orders prepared by the hearing officer shall conform with the requirements for such orders as set forth in F.S. §§ 120.569 and 120.57. The hearing officer shall then transmit the recommended order composed of findings of fact, conclusions of law, and disposition to the Pension Trustees. The Pension Trustees may adopt the recommended order as the final order. The Pension Trustees in its final order may reject or modify the conclusions of law over which it has substantive jurisdiction and interpretation of administrative rules over which it has substantive jurisdiction. When rejecting or modifying such conclusion of law or interpretation of administrative rule, the Pension Trustees must state with particularity its reasons for rejecting or modifying such conclusion of law or interpretation of administrative rule and must make a finding that its substituted conclusion of law or interpretation of administrative rule is as or more reasonable than that which was rejected or modified. Rejection or modification of conclusions of law may not form the basis for rejection or modification of findings of fact. The Pension Trustees may not reject or modify the findings of fact unless the Pension Trustees first determines from a review of the entire record, and states with particularity in the order, that the findings of fact were not based upon competent substantial evidence or that the proceedings on which the findings were based did not comply with essential requirements of law. The Pension Trustees may accept the recommendation in the recommended order but may not reduce or increase it without a review of the complete record and without stating with particularity its reasons therefore in the order, by citing to the record in justifying the action. Any party adversely affected shall have the right to have the administrative proceeding reviewed by filing a petition for certiorari with the circuit court of Pinellas County as provided by Rule 9.100 of the Florida Rules of Appellate Procedure. ARTICLE 4 NO STRIKE Section 1. The Union agrees that during the term of this Agreement it shall not authorize, instigate, condone, excuse, ratify, support or acquiesce in any strike, slowdown, work stoppage or any other act of like or similar nature likely to interfere with the efficient operation of the City's affairs engaged in or supported by members of the Union and/or employees represented by the Union or other agents or representatives of the Union or its affiliates. Page 9 Section 2. Should the Union or its member employees covered hereunder within the City's Police Department breach this Article, then the City may proceed to the appropriate court and, without notice, obtain a temporary restraining order against such breach. Section 3. Should any member of the bargaining unit participate in a strike as defined in Chapter 447, Florida Statutes, he/she shall be subject to dismissal, and it is expressly agreed that such violation constitutes just cause for dismissal. Section 4. The parties specifically incorporate herein the provisions of Florida Statutes 447.505, 447.507, and 447.509. ARTICLE 5 LABOR-MANAGEMENT COOPERATION The City and Union support the concept of Labor-Management cooperation to address employee concerns that are not specifically provided for by contract provisions. Labor-Management cooperative efforts shall not be intended to bypass established grievance procedures or the right of collective bargaining. Labor-Management cooperative efforts shall be utilized for the purpose of discussion and input from both parties on matters that may be mutually resolved and are not subject to collective bargaining, grievance, or litigation processes. ARTICLE 6 GRIEVANCE PROCEDURE It is the intent of this Article to provide a means for the fair, expeditious, and orderly settlement of disputes that arise under this Agreement between the Union and/or a bargaining unit member and the City. All employees and supervisory personnel should make every effort to settle differences at the lowest possible step outlined in this Article. Section 1. A grievance shall be defined as any difference, dispute or complaint regarding the interpretation or application of the terms of this Agreement, except as exclusions are noted in other articles of this Agreement. Prior to the filing of a grievance, the employee shall meet and discuss the issue with the immediate supervisor. Section 2. All grievances filed shall refer to the specific Article and Section of this Agreement upon which the grievance is based and shall contain a concise statement of the facts alleged to support the grievance and shall be signed by the grievant. Grievances must be filed on proper forms supplied by the City and all information must be furnished, including a request for Union representation if desired at each step. The grieving party must state in writing the remedy sought to resolve the grievance. No grievance form may be amended from the original written grievance at the initial step of the Grievance Procedure. The Union agrees to deliver copies of the initial grievance filed at the initial grievance and of each successive written step of processing for the grievance to the City Manager or his/her designee within forty-eight (48) hours of its submission to appropriate official within the Police Department. Grievances shall be processed in accordance with the following procedure and shall be determined by application of the terms of this Agreement, the laws of the United States, the State of Florida, and the Charter and Ordinances of the City of Clearwater. Where the term "working days" is used in this Article it shall refer to Monday through Friday. Saturdays, Sundays and days designated as Page 10 holidays are excluded. The time limits for filing the grievances and processing subsequent steps in the grievance process shall be strictly construed, but may be extended by mutual agreement evidenced in writing and signed by a duly authorized representative of the City and the grieving party. Failure of the grievant to comply with any of the time limits set forth hereunder shall constitute waiver and bar further processing of the grievance. Failure of the City to comply with the time limits set forth hereunder shall automatically move the grievance to the next level in the grievance process. Probationary employees, including Police Recruits and Police Officers, shall not have access to the Grievance Procedure for any matter of discipline (including discharge), assignments, scheduling or access to training opportunities. Any grievance by a regular employee relating to suspension or dismissal shall be initiated at Step 3. On behalf of employees covered by this Agreement, the Union hereby waives any right of these employees to resort to the Civil Service Board concerning any matter defined in this Agreement. This shall specifically include grievances relating to suspensions, demotions and dismissals. Grievances may be filed and processed by the Union except grievances of discipline which must be initiated by the disciplined employee. As used in this Article, the term "employee" may also mean a group of employees having the same grievance. In such event, one employee shall be designated by the group of employees to act as a spokesperson and shall be responsible for processing the grievance. All employees in the group shall be identified, however only the spokesperson needs sign the grievance. STEP 1 If the issue is not resolved by the immediate supervisor, the aggrieved employee shall present his/her grievance in writing to his/her lieutenant within ten (10) working days after the employee has knowledge or constructive knowledge of the occurrence of the action giving rise to the grievance. If there is no lieutenant in the employee’s chain of command, the aggrieved employee shall appeal to the next step. The lieutenant shall review the grievance and meet with the employee and an official bargaining unit Steward or other representative if one is requested. Discussions shall be informal for the purpose of settling differences in the simplest and most direct manner. The lieutenant shall submit a decision in writing to the aggrieved employee within ten (10) working days from the date the grievance was presented to him/her. Where the lieutenant determines that he/she is unable to respond due to circumstances of the grievance which may require a decision at a higher level, he/she may respond by denying the grievance. STEP 2 If the grievance is not settled in the first step, aggrieved employee within ten (10) working days of the date of the answer in the first step, shall present it to the Division Head or his/her designee. The grievance shall refer to the specific section of the Agreement upon which the grievance is based and shall contain a concise statement of the facts. The grievant will not be entitled to modify or add to the specific sections alleged in theirhis/her written grievance. The Division Head or his/her designee shall obtain the facts concerning the alleged grievance and shall, within ten (10) working days of receipt of the written grievance, meet with the aggrieved employee. The aggrieved employee may be accompanied at this meeting by an official bargaining unit Steward or other representative. The Division Head shall notify Page 11 the aggrieved employee of theirhis/her decision in writing not later than ten (10) working days following the meeting day. STEP 3 If the grievance is not settled at the second step, the aggrieved employee shall, within ten (10) working days of the date of notification from the Division Head or his/her designee, present the written grievance to the Police Chief or his/her designee. The Police Chief or his/her designee shall obtain the facts concerning the alleged grievance and shall, within ten (10) working days following receipt of the written grievance, meet with the aggrieved employee. The aggrieved employee may be accompanied at this meeting by an official bargaining unit Steward or other representative. The Police Chief or his/her designee shall notify the aggrieved employee of theirhis/her decision in writing not later than ten (10) working days following the meeting day. STEP 4 If still unresolved, the grievance and all responses may be submitted to the City Manager or his/her designee within ten (10) working days of the time the response was due in Step 3. At the request of the employee, the City Manager or his/her designee shall meet with the employee and an official bargaining unit Steward or other representative if requested. The City may determine who shall meet with the employee. Within ten (10) working days, the City Manager or his/her designee shall notify the employee, in writing, of theirhis/her decision. If a grievance is not submitted to the City Manager, it shall be deemed to have been resolved at Step 3 to the employee's satisfaction. Section 3. In the event that the grievance is still unresolved, the matter shall be submitted to final and binding arbitration as provided in this Section. A. Within ten (10) working days of the decision of the City Manager, the Union or the aggrieved party, as applicable, shall notify the City Manager of its intent to arbitrate. Concurrently, Within ten (10) working days of notice of intent to arbitrate, said party shall request from the Federal Mediation and Conciliation Service a list of seven (7) names of qualified arbitrators. Each party shall have the right to unilaterally reject one list of arbitrators received from FMCS. Thereafter, a list may only be rejected by mutual consent of the parties. Within ten (10) working days after the receipt of such a list, representatives of the parties shall meet and each party shall strike three (3) names. The party filing the grievance shall strike the first name, and then the other party shall strike a name. The process shall then be repeated and the remaining name shall be the arbitrator selected and notified of their his/her selection as arbitrator. As promptly as can be arranged, but not more than the 60 calendar days unless mutually agreed by the City and the aggrieved party, the arbitration hearing shall be held. Each party shall pay its own expense for its representative, counsel and witnesses. The fees of the arbitrator and other expenses of arbitration, including the appearance fee of a court reporter and the cost of any transcript to be provided to the arbitrator, shall be shared equally by the City and the aggrieved party. The decision of the arbitrator shall be final and binding on both parties, except that either party may petition for review in the circuit court. The arbitrator shall have no power to amend, add to or subtract from the terms of this Agreement, and if the City has denied the grievance on the basis that it was not timely filed at Step 2 of the grievance procedure for individual grievances or at Step 3 for grievances which bypass the first two Page 12 steps, and further if the arbitrator finds that the grievance is not timely filed, then the arbitrator shall have no power to grant relief. B. Copies of the decision of the arbitrator made in accordance with the jurisdiction and authority of this Agreement shall be furnished to both parties within thirty (30) days from the filing of briefs by the parties. C. The arbitrator shall arbitrate solely the issue presented. D. Unless otherwise mutually agreed upon, the submission to the arbitrator shall be based on the original written grievance submitted in the grievance procedure. Section 4. Formal Processing of Grievance Initiated By City Where any provision of this Agreement involves responsibility on the part of the Union which, in the view of the City, is not properly being carried out, the City may present the issue to the Union as a grievance. If such grievance cannot be resolved by discussion between the City and the unit representative on an informal basis, the grievance may be formally filed in writing by the City Manager or his/her designee by giving written notice to the business agent of the Union. Such notice shall indicate the provision(s) of the Agreement which the City contends is/are not properly being carried out by the Union. If not resolved within ten (10) working days following receipt by the Union of the written grievance, the City may submit the grievance to arbitration under the provisions of Section 3 of this Article. ARTICLE 7 PERSONNEL PRACTICES Section 1. Police Officers’ Duties A. The Union agrees that the duties of Police Officers covered by this Agreement involve the performance of general police duties. The City agrees that members of the bargaining unit shall not be required to perform duties or functions not reasonably consistent with the job specifications and duties as set forth in their respective job descriptions or reasonably related to the performance of functions of the Police Department. B. The City agrees that members of the bargaining unit shall not be required to change automobile tires, except in emergencies; nor shall they be required to manually push disabled motor vehicles; however, they shall make appropriate efforts to remove such disabled motor vehicles where the elimination of blocked or congested traffic flow or related safety needs is such as to reflect that the disabled motor vehicles should be reasonably relocated from the scene. Section 2. Special Duty Call Out A. All employees who are covered by this Agreement shall receive notice of any special duty detail, not less than 5 working days prior to that event including canine demonstrations. Page 13 B. This section shall not pertain to emergencies or to unplanned or unscheduled events. Such occurrences shall be conducted in accordance with established City policies and procedures. C. Employees assigned to the Criminal Investigation Division, Patrol Special Operations section, Traffic section, Canine Team, Community Problem Response and Liaison Teams are subject to adjustments of their hours and/or days to meet the circumstances at hand. Management will give as much notice as possible when such adjustments are made but it is understood that hours must be flexible. Efforts will be made to ensure that officers are not recalled within eight (8) hours of their last shift; if unavoidable, management will inquire as to the officer’s ability to perform their duties. Officers must advise management if they are unable to do so. Section 3. Off-Duty Calls When a bargaining unit member is called by telephone by a supervisor, member of the State Attorney’s office, or a coworker who has been directed to do so by a supervisor for departmental business solely to respond to a request for needed information, the employee shall be credited with time worked as follows: (a) If the call is eight (8) minutes or less, the employee shall be credited with one-fourth of an hour of work time. (b) If the call is greater than eight (8) minutes, the employee shall be credited with the actual time involved for work time. (c) If the employee is called by a supervisor, member of the State Attorney’s office, or a coworker who has been directed to do so by a supervisor, and as a result of the call is required to take an official action at home on behalf of the City to obtain information, to call other employees in the line of duty, to take other action on behalf of the City, and/or subsequently to call the supervisor or other designated City personnel with a response, the employee shall be credited with actual time involved in complying with the supervisory directive. In such event, the employee shall be required to provide his/her supervisor with a full accounting of the time and work for which the employee is to be paid. (d) Employees shall be compensated for any self-generated telephone calls that are deemed appropriate and duly authorized for payment by their immediate supervisor. Section 4. Probationary Periods A. Police Service Technicians shall serve an initial probationary period of six (6) consecutive calendar months during which time the Department shall observe and review the employee's job performance, attendance, attitude and adherence to Departmental and City requirements. If during the initial probationary period, or at the end of such period, the Department determines that the employee fails to meet and/or adhere to requirements or is unfit and/or otherwise unsatisfactory, said employee may have his/her initial probationary period extended at the discretion of the Police Chief or his/her designee or may be separated by the City. The employment status of an employee whose probationary period is extended shall remain the same as that during the initial probationary period. An employee who is separated during or at the expiration of the initial Page 14 probationary period or any extension thereof shall have no right to a grievance under this contract. The City shall present to the employee reasons for separation in such event. In the event that the employee was previously a certified City employee who was promoted, said employee may have his/her promotional probationary period extended, or may be returned to his/her former position provided the position is still vacant and with the approval of the former Department Director, or may be re-assigned to another position at the same or lower level for which the employee is determined to be qualified, or if none of the above may be separated and have his/her name placed on a re-employment list for the former position. However, if such employee has committed a serious infraction which warrants dismissal, then the employee shall be dismissed and not have his/her name placed on a re-employment list. B. Police Officers, from the date of promotion or appointment to the classification of "Police Officer," shall serve an initial probationary period consisting of the time required to successfully complete the Field Training Officer Program and an additional twelve (12) consecutive calendar months following the successful completion of the Field Training Officer program during which time the Department shall observe and review the employee's job performance, attendance, attitude, and adherence to Departmental and City requirements. If, during the initial or promotional probationary period or at the end of such period the Department determines that the employee fails to meet and/or adhere to requirements or is unfit and/or otherwise unsatisfactory, said employee may have his/her initial or promotional probationary period extended or may be separated by the City. The City shall present to the employee reasons for separation in such event. An employee who is separated during or at the expiration of the probationary period shall have no right to a grievance under this contract. A City employee who has been previously certified under Civil Service rules in another classification and who is promoted to Police Officer and subsequently fails to satisfactorily complete the promotional probationary period as a Police Officer may have his/her promotional probationary period extended, or may be returned to the former non-police City position which the employee previously held as a certified employee provided the position is still vacant and with the approval of the former Department Director, or may be re-assigned to another position of the same or lower level for which the employee is determined to be qualified, or if none of the above may be separated by the City and placed on the re-employment list for the former position. However, if such employee has committed a serious infraction which warrants dismissal, then the employee shall be dismissed and not have his/her name placed on a re-employment list. Section 5. Promotional Procedures A. All non-probationary Police Officers who have completed five years of service as an Officer in the Clearwater Police Department shall be eligible to compete for the position of Police Sergeant and all non-probationary Police Service Technicians shall be eligible to compete for the position of Police Service Technician Supervisor, provided they have satisfied the minimum qualifications as established by the City Manager/designee. B. The minimum educational requirement for promotion to Police Sergeant shall include a two-year degree, or the equivalent credit hours from an accredited college or university. Page 15 C. The promotional eligibility process for Police Sergeant will consist of an evaluation of established criteria which may include a written examination, oral interview, education and prior experience, specialized assignments, performance evaluations, prior disciplinary actions, seniority, or other factors as determined by the Police Chief. Such criteria shall be noted on the announcement of each eligibility determination process, and shall be weighted and scored to obtain a final eligibility rating for each candidate. The promotional process for Police Service Technician Supervisor shall be based upon an evaluation of the education and experience of the candidates as detailed in a written Training & Experience questionnaire. D. Upon promotion, employees shall be placed into the step in the higher level classification that represents at least a 5% increase in base pay. Employees who at the time of promotion are receiving Job Assignment Pay in accordance with Article 9, Section 8 of this Agreement shall be entitled to have incorporated into their base pay, prior to the calculation of the promotional increase, the greater amount from paragraph A or paragraph B of that Section. Such employees shall be placed into the step in the higher level classification that represents at least a 5% increase above the combined rate of pay and shall thereafter be eligible to receive Job Assignment Pay and any other additional pays in accordance with the respective terms and conditions of this or other applicable Agreement. Section 6. Establishment and Duration of Eligibility Lists The promotional eligibility lists for Police Sergeant and Police Service Technician Supervisor shall be established each time an opening exists. Names of candidates shall be placed on the Police Sergeant eligibility list in order of the final eligibility rating determined by the established evaluation process, and names of candidates shall be placed on the Police Service Technician eligibility list in alphabetical order of all persons who have been determined to meet the minimum eligibility criteria. The City shall not be required to prepare a promotional eligibility list solely because there is not an available list, unless there is a current opening. Section 7. Removal of Names from Eligibility Lists Names of eligibles shall be removed from the appropriate Eligibility List by operation of any of the following: (a) Appointment through certification from such list to fill a permanent position. (b) Written statement by the eligible that he/she is not willing to accept appointment. Such statement may be restricted to a limited period of time if based on reasons satisfactory to the Human Resources Director. (c) Declination of appointment when appointment is offered by the Police Chief or City Manager/designee. (d) Separation from the City service of an employee on a promotional list. (e) Disability that prevents the eligible from performing satisfactorily the duties of the position. Page 16 (f) Removal from the employment area designated by the City when such residence is required as a condition of appointment. (g) Determination by the Human Resources Director that the eligible has been found to lack any of the established qualifications for the position. (h) Names of eligibles may be removed from the Eligibility List if the City deems that the eligible willfully or knowingly gave wrong information, withheld information, or evaded in responses relating to his/her employment background, training, education, or character. (i) Any examinee who divulges to any other person information relating to questions and/or materials contained in a test will be subject to disqualification from the Eligibility List and to discipline. (j) Written statement by the eligible indicating that he/she no longer wishes to remain on the Eligibility List. Section 8. Appointments Selection from the Eligibility List shall be at the sole discretion of the Police Chief. Selection criteria shall be developed and may include such factors as ranking on the eligibility list, demonstrated job performance, aptitude, capacity, knowledge, character, or other qualifications. Such selection criteria will be announced at the time candidates are advised that a selection process will be conducted. An eligible who has been interviewed for an opening need not be interviewed again for a period of two years unless the eligible requests such. The department shall counsel with any eligible who is not selected for promotion upon the request of the employee. The City and Union agree that this Section may be reopened during the period from October 1, 2021 to September 30, 2024 for the purpose of negotiating mandatory subjects of bargaining related to the promotional selection process only. If this Section is reopened and the parties are unable to reach agreement, the existing language and related process shall be maintained as the status quo, and shall not be subject to the impasse procedure. Section 9. Productivity The Union recognizes that productivity is of utmost concern to the City and is critical to the provision of services to the citizenry in an efficient and effective manner. The Union acknowledges, except as expressly limited by the provisions of this Agreement, that the City may introduce new methods, processes and equipment, implement new technology, and establish work measurement standards to determine performance levels; that it may develop flexible job assignments and shifts; that it may establish innovative programs to improve the provision of public services or to reduce the cost of providing such services; and that it may take such other actions as it deems appropriate to improve productivity. Section 10. Training Page 17 Notification of schools, training, and career development courses which the Department determines appropriate will be made available to all bargaining unit members in sufficient time for officers to make application for attendance. Officers who desire to attend will complete the departmental training request form and submit it to their supervisor. The department will select officers for attendance using these criteria: (a) Ability of the officer as shown in performance evaluation. (b) The officer's duties and assignments (past, present and future). (c) Seniority in the department. (d) The officer's demonstrated interest. (e) Available personnel and staffing needs of the Department. (f) The amount of prior training received. All time spent in training which has been duly authorized by the Department shall be compensated as hours worked unless (1) attendance at the training is voluntary and (2) the training occurs outside the employee’s regular work hours and (3) the employee performs no productive work and (4) the training is not directly related to the actual performance of the employee’s present assignment. Employees assigned to training must receive approval from their immediate supervisor prior to performing any additional work outside of the actual time spent in training while on the training assignment. All such work hours when duly authorized shall be paid in accordance with the provisions of the Fair Labor Standards Act. All City sponsored mandated training will be compensated as day for day regardless of the shift the employee is assigned. Employees currently assigned an eight (8) hour shift will be compensated for the eight (8) hours worked for the training day. Employees currently assigned to a ten (10) hour shift will be compensated for the eight (8) hours worked for the training day and be allotted two (2) hours of administrative time. Employees currently assigned to a twelve (12) hour shift will be compensated for the eight (8) hours worked for the training day and be allotted four (4) hours of administrative time. It is understood that the amount of administrative time allotted will be considered non-sweat hours worked. Section 11. Personnel Records It shall be the right of any member of the bargaining unit at reasonable times to inspect his/her personnel file, and at his/her expense to make copies of such personnel file or portions thereof. When a personnel record of a member of the bargaining unit is furnished to the public pursuant to a request therefore, such information shall be released in accordance with Florida Statutes governing public records. The employee shall be notified as soon as possible whenever his/her Internal Affairs, Police Department, or Human Resources Department file is accessed by someone other than the employee. If the employee is absent from duty, his/her immediate supervisor shall be notified and shall attempt to contact the employee, and if unsuccessful shall inform the employee upon his/her return to work. Page 18 Section 12. Residency Requirements Except as provided by Department General Orders, any existing employees who move to a different residence and all new hires as a condition of employment shall establish and maintain their bona fide, permanent residence within the following geographical boundaries: Pasco County, Pinellas County and Hillsborough County from the western boundary eastward to Interstate 75. When response times are an operational factor in special duty assignments, the Police Chief may consider residency location in selecting personnel to such special duty assignments. Employees may request special permission from the Police Chief to reside outside the specified area. Violation of this provision shall be just cause for discipline. Section 13. Tobacco Product Usage Sworn employees in the bargaining unit hired on or after December 15, 1986, are prohibited from smoking or chewing any form of tobacco product, both on and off the job during their employment with the City. Police Service Technicians hired on or after October 1, 1991, are prohibited from smoking or chewing any form of tobacco product, both on and off the job during their employment with the City. In addition to the above, effective October 1, 2009 all bargaining unit members will comply with the City’s Tobacco Product Usage Policy. Violation of this provision shall be grounds for discipline. Section 14. Seat Belts and Safety Gear All employees are required to wear seat belts when driving or riding as a passenger in City vehicles or in a personal vehicle on City business, except in cases of operational necessity or when a City car does not have available seat belts. Employees are further responsible for attempting to secure compliance with the required use of seat belts by all other occupants in any vehicle they are driving (City or personal) when on City business. All officers will be issued body armor (bullet resistant vest). All officers shall wear the body armor at all times while in any police uniform with the exception of the Honor Guard uniform. All other officers will have the body armor readily available while on duty. No employee will be placed on patrol duties or hazardous assignments (e.g. search warrants, SWAT operations, ERT operations, etc.) until body armor has been issued. Section 15. Off-Duty Concealed Weapons An off-duty officer shall have the right to carry on or about his/her person a concealed weapon, provided that such officer has met departmental qualification standard for the firearm, that such firearm has been duly approved by the Department, and that such firearm is periodically inspected by the Department or other qualified armorer if such firearm is not issued by the Department. This weapon may only be used to perform law enforcement functions. Any officer wishing to carry an off-duty firearm for which the Department armorer is unqualified to perform maintenance will be authorized to carry the firearm provided that the firearm is otherwise approved and that the officer provides at his/her own expense an annual certification to the Department that the firearm has been inspected and approved by a qualified armorer. Page 19 Only hand guns of the caliber listed below shall be approved for off-duty use: .380; 9mm; .38; 357 magnum; 10mm; .40; .41; .44; and .45. Officers who are temporarily assigned to Department approved undercover assignments other than full-time Detective assignments may carry their Department issued firearm or a personally owned “off-duty” firearm provided that the Officer has met the Department’s qualification, inspection, and any other requirements for off-duty weapons as defined herein and in accordance with Department policy. Officers shall carry only ammunition approved by the Department armorer in both their on-duty and off-duty firearms. The Department will provide ammunition for on-duty use, qualifying, and open range day only for Department issued firearms or for Department authorized off-duty firearms of the same caliber as the Department issued firearms only. It will be the officers' own responsibility to provide ammunition for any other approved caliber, including training ammunition. Section 16. Physical Examinations, Inoculations, and Fitness A. The City and Union agree that the physical fitness of police officers is of importance to insure the public of quality police service. Police Officers are required to undergo an annual physical examination as determined by the Police Chief. Physical examinations shall be in accordance with current medical guidelines that are gender and age specific. The physical examination will be performed by Life Scan Wellness Center. The cost of the Life Scan Wellness Examination will be paid by the City. The employee shall provide the Department a “Fitness for Duty Report” from the Life Scan Wellness Physician which shall include, but not be limited to, the specifics of any heart related condition including preventive care recommendations. B. In the event that the Department determines that an officer requires an inoculation or immunization as the result of exposure to a disease or illness in the line of duty, then the same immunization or inoculation will be made available to the members of the officer's household. C. Proof of the exam must be submitted prior to the employee’s annual performance evaluation date. D. Employees may schedule said physicals while on duty. It is the employee's responsibility to ensure that the physical is completed, and no employee shall be paid for time spent taking a physical unless that time falls within his/her assigned shift. However, evening and night shift employees shall be permitted with the approval of their supervisor to flex time within the same work week for time spent taking the physical. The employee will be permitted to flex the actual time required to complete the physical. E. The parties agree that the physical condition of the employee is of great concern to the employee and to the City. All employees whose physical fitness or medical status is deemed deficient in some manner as a result of the physical examination shall be advised by the Department and shall be encouraged to undertake a fitness rehabilitation program in an effort to improve their physical fitness Page 20 and health. The Life Scan Examination will not be used as the sole justification for a fitness for duty examination. The City shall provide free access for all bargaining unit members, and family members who are currently enrolled on the City’s health insurance plans, to any City recreational facility. Additional fees for programs conducted at such facilities shall be borne by the employee. It is understood by all parties that the decision whether to use such facilities is completely voluntary on the part of the bargaining unit members, and time spent using such facilities shall neither be paid nor will any accidents or injuries incurred while utilizing such facilities be compensable under workers compensation. E. The City and the Union may mutually agree to reopen negotiations to discuss monetary incentives for physical fitness. Section 17. Outside Employment Outside employment of bargaining unit members shall be subject to provisions of the City's Human Resources Policy Manual Civil Service Rules & Regulations and the Departmental Rules and Regulations governing outside employment, provided further however, that police-related “extra-duty” employment shall be limited to a maximum of 20 hours per week. During periods of unusual seasonal demand, exceptions to the 20-hour maximum will be considered by the Police Chief or his/her designee, who shall approve or deny such requests in theirhis/her sole and unlimited discretion. The City and Union agree that this Section shall upon the request of either party be reopened for the purpose of negotiating mandatory subjects of bargaining related to “extra-duty” employment and any specific impact such program may have on any existing provisions or items affected by such program. However, items affecting wages, hours, or terms and conditions of employment shall be implemented only upon the mutual agreement of the parties. Section 18. Legal Protection The City agrees to defend any member of the bargaining unit who is sued for damages as a result of actions taken in the scope of his/her employment with the City to the extent provided in Chapters 111 and 768 FS. The employee agrees to cooperate with the City in providing this defense. Section 19. Copies of Municipal Code The City agrees to provide copies of those portions of the City Code of Ordinances relating to penal offenses to members of the unit upon request. Section 20. Paycheck Issuance All employees are encouraged to enroll in direct deposit. Paychecks will be issued biweekly via direct deposit for employees enrolled in direct deposit. Paychecks will be issued biweekly via pay card for employees not enrolled in direct deposits. Page 21 Pay advice shall be available on the same day that the pay advice is dated to be issued to employees both coming on and going off shift at their assigned work location at the start or end of the respective workday as applicable. Employees shall have an option to opt out of receiving a paper pay advice and accessing it online. Employees shall be required to elect to receive the entirety of their pay in either standard hard copy paycheck format or through direct deposit by electronic transfer, and will not be permitted to split their pay between the two mediums. Employees may elect to change from one payment medium to the other at any time provided 14 days written notice is given to the City’s payroll division. Section 21. Master Officer Designation The City and Union agree that this Article may be reopened during the period from October 1, 2021 to September 30, 2024 for the purpose of negotiating mandatory subjects of bargaining related to the development and implementation of a Master Officer designation only. If this Article is reopened and the parties are unable to reach agreement, the existing language shall be maintained as the status quo, and shall not be subject to the impasse procedure. Section 21. Take-Home Vehicles The City reserves the exclusive right to determine if and when bargaining unit members shall be allowed to take city vehicles home and further retains the right to discontinue any current usage at any time. Section 22. Subcontracting The City agrees that for the period from October 1, 2021 through September 30, 2024, tThe City shall not contract with another entity to supplant or displace any budgeted positions currently represented by the Fraternal Order of Police Clearwater Officer’s bargaining unit. This agreement does not preclude the City from pursuing cost savings or operational consolidations, including the reduction of budgeted positions, that do not result in the supplanting or displacing of any bargaining unit member by an outside source. Section 23. Regular Work Hours Employees classified as a Police Service Technician or Police Service Technician Supervisor excluding those assigned outside the Telephone Reporting Unit are expected to be at their work station and prepared to work at their appointed starting time. Employees will work until released by competent authority and will not leave their work station or locations before their appointed quitting time. Employees will be paid in increments of one-quarter of an hour. Employees will not be docked pay for up to the first seven minutes and fifty-none seconds after their appointed starting time. Employees will not be paid for periods of work performed in increments of seven minutes and fifty-nine seconds after his/her appointed starting time shall be considered tardy, but shall not be docked pay. An employee who work eight minutes or more beyond his/her appointed quitting time shall be eligible to be paid in increments of 1/4 hour for all such time. Page 22 ARTICLE 8 LEAVES OF ABSENCE Section 1. Holidays A. There shall be nine (9) paid holidays. They shall be: New Year's Day January 1 Martin Luther King Day Federal Holiday President's Day Federal Holiday Memorial Day Federal Holiday Juneteenth June 19 Independence Day July 4 Labor Day Federal Holiday Veterans' Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 The City shall permit the use of bargaining unit seniority within existing bid practices to determine whether an employee will work on holidays and reserves the right to determine the appropriate level of staffing and the schedule employees will observe on the holidays. This applies to all bargaining unit employees. If an employee is scheduled to work on a holiday, the employee’s scheduled shift must have the majority of hours on the actual scheduled holiday to receive holiday pay. Additional time worked immediately preceding or following the holiday shift does not determine holiday pay. B. In the event that one of the above named holidays occurs during the course of an employee's vacation, then the employee shall not be charged for the vacation leave. C. In the event that one of the above named holidays occurs while an employee is on paid sick leave, the employee shall receive holiday pay at his/her straight time rate and shall not be charged sick leave pay for that day. In the event the employee is on sick leave without pay, or any other form of time off without pay, the employee shall not be paid for the holiday. D. Employees who work eight (8) hours or more on Christmas Day, New Year's Day, Independence Day, and Thanksgiving Day shall be paid at a rate of 2-1/2 times regular pay. E. An employee may be required to work all or part of any holiday even though it may be his/her regularly scheduled day off. When a holiday falls on an officer's regular day off, 8-hour, 10-hour, and 12-hour officers are paid eight (8) hours holiday pay. Both types of employees have worked 40 hours and are paid 48 hours – a full week plus one (1) holiday. Page 23 F. Floating Holidays: In addition to the designated holidays above, employees shall be entitled to up to four (4) floating holidays as herein provided. Neither the holidays listed in paragraph (A) above nor any day for which an employee is not scheduled to work may be selected as a floating holiday. Floating holidays shall be subject to the following requirements and conditions: (a) No employee may utilize floating holidays until thirty (30) calendar days after his/her employment. (b) During the first year of hire, floating holidays shall be prorated on a quarterly basis in accordance with the following: Date of Hire Floating Holidays Awarded January to the end of March 4 April to the end of June 3 July to the end of September 2 October to the end of December 1 (c) Floating holidays must be taken in full-day increments and may not be carried over from one payroll calendar year to another, and if not taken are forfeited except as provided in paragraph (d) below. (d) An employee may elect to take one or more floating holidays for which he/she is eligible (and has not taken or scheduled) as a cash stipend. The employee will be paid eight (8) hours for each floating holiday for which the employee makes this election. (e) Floating holidays are scheduled at the mutual convenience of the employee and the Department. G. Pay procedures regarding specific situations as related to holidays follow: NOTE: Officers cannot take leave time (comp time, vacation, sick leave, etc.) in lieu of a holiday. An officer normally scheduled to work the holiday, must take the day as a holiday. If an officer calls in sick when scheduled to work, the officer shall receive holiday pay (8 hours for the 5/8 employee, 10 hours for the 4/10 employee, and 12 hours for the 12-hour employee) and shall not be charged sick leave. (a) Procedure when holiday falls on officer's scheduled work day but officer takes the day off: Pay eight (8) hours holiday pay for the 5/8 shift, ten (10) hours holiday pay for the 4/10 shift, and 12 hours for the 12 hour shift.. All are employees are paid for a regular work week -- a standard work week minus one work day plus one day holiday. Page 24 (b) Procedure when holiday falls on officer's scheduled work day and officer works the day: Employees on 5/8, 4/10, and 12 hour shifts receive eight (8) hours of holiday pay. Employee is paid regular hours for hours worked. (c) Procedure when holiday falls on officer's scheduled work day and officer works "overtime" (time beyond the normal daily schedule of officer): Employees on 5/8, 4/10, and 12 hour shifts receive eight (8) hours of holiday pay. Employee is paid regular hours for hours worked. Whether the overtime hours are straight overtime or premium overtime is determined by the total "sweat" hours paid for the work week. There is no extra holiday pay for hours worked over the basic shift. (d) Procedure when holiday falls on officer's scheduled work day and officer takes part of the day off: Employees on 5/8, 4/10, and 12 hour shifts receive eight (8) hours of holiday pay. Employee is paid regular hours for hours worked. A Police Officer who is required to take the day off as a holiday when he/she would otherwise have been working the day as part of his/her regular workweek shall receive holiday pay for the day in accordance with his/her schedule and such hours shall count as hours worked towards the calculation of overtime. (e) Procedure when holiday falls on officer's regular day off, but officer works overtime: Employees on 5/8, 4/10 and 12 hour shifts receive eight (8) hours holiday pay. The overtime hours are turned in as overtime. Whether the overtime is straight overtime or premium overtime is based on the total hours worked in the work week. (f) Procedure when premium holiday falls on officer's scheduled work day and employee works his/her scheduled day: Employee receives 2-1/2 times regular pay for all hours worked. (g) Procedure when premium holiday falls on officer's scheduled work day and officer works "overtime" (time beyond the normal daily schedule of the officer): Employees receives 2- 1/2 times regular pay for all hours worked. (h) Procedure when premium holiday falls on officer's scheduled work day but officer takes part of the day off: If the employee works eight (8) hours or more, all hours worked are paid at 2-1/2 times regular pay. If the employee works less than eight (8) hours, he/she is paid eight (8) hours holiday pay at the regular rate of pay plus all hours worked at the regular rate of pay. (i) Procedure when premium holiday falls on officer's regular day off but officer works overtime for a special detail: If the employee works less than eight (8) hours, he/she is paid eight (8) hours holiday pay at the regular rate of pay and all hours worked at the rate of pay as determined by overtime calculations. (If the employee works eight (8) hours or more, all hours worked are paid at 2-1/2 times regular pay.) NOTE: In case of a premium holiday, the 2-1/2 times regular pay rate does not apply unless the employee works eight (8) hours or more on the holiday. Section 2. Vacations A. Accrual of Vacation Leave Page 25 1. Vacation leave shall be accrued on an hourly basis and will be pro-rated according to hours in a paid status for all full-time employees in accordance with the number of completed years of credited service as follows: Completed Years of Service Hourly Accrual Vacation Hours 0 .0385 0 1 - 2 .0385 80 3 .0424 88 4 .0462 96 5 .05 104 6 .0539 112 7 .0577 120 8 - 10 .0616 128 11 .0654 136 12 .0693 144 13 - 14 .0731 152 15 – 19 .077 160 20 & Over .0808 168 2. The vacation year shall be the payroll calendar year. B. Use of Vacation Leave 1. The use of vacation leave shall be authorized in accordance with Police Department Regulations. 2. If service requirements permit and with the approval of the Department, an employee may use his/her accrued vacation in increments of tenths of an hour. 3. All bargaining unit employees are entitled to use at least two (2) weeks of accrued vacation leave per year. 4. The borrowing of vacation time prior to its accrual is prohibited. 5. There is no advancing of vacation pay. 6. An employee must be employed for six (6) months prior to requesting the use of vacation leave. 7. Compensatory time off may be taken in conjunction with a regular vacation if authorized. C. Maximum Accrual of Vacation Leave 1. The maximum amount of vacation leave that may be accumulated is 342 320 hours. 2. In a payroll calendar year, employees who have used at least forty (40) vacation hours may receive up to eighty (80) hours of regular pay in exchange for the same number of vacation hours. The employee must maintain a minimum of 125 hours in their vacation bank after the Page 26 exchange. The employee must not have received any formal discipline during that payroll calendar year and must receive at least Meet Standards on the annual evaluation. The employee must make a written request to the Payroll Preparer on or before November 15 to receive the eighty (80) hours of regular pay in the payroll period which includes December 1. D. Payment and Accrual During Military Leave 1. An employee granted an extended military leave of absence for active duty in accordance with the City’s Emergency Military Leave Supplementary Compensation Policy shall be paid all accrued leave upon the employee’s request when the employee begins the extended military leave. 2. An employee returning from an extended military leave of absence shall accrue vacation leave for the period of military service not to exceed 342 320 hours. E. Conversion to Sick Leave or Funeral Leave During Vacation Leave 1. The employee may request that vacation leave be changed to sick leave if the employee or member of the employee’s immediate family becomes ill for more than three (3) consecutive days, while the employee is on vacation leave. 2. The employee may request that vacation leave be changed to funeral leave provided the request is consistent with Funeral Leave provisions of this Agreement. F. Payment of Unused Vacation Leave Payment of unused vacation leave will be paid upon voluntary separation of the employee up to a maximum of 342 320 hours, provided the employee was not dismissed for cause and has more than one year of continuous service. Payment will be made at the base rate exclusive of any premium pay or shift assignment pay. Section 3. Sick Leave For payroll purposes, a payroll calendar year begins with the first day of the first pay period for the first pay check date in the calendar year and ends with the last day of the last pay period for the last pay check in the calendar year. A. Sick Leave Accrual Employees shall accrue sick leave each payroll period based on hours in a paid status. Employees shall accrue .0462 hours of sick leave on an hourly basis. (i.e., An employee on a forty-hour work week earns twelve (12) days per calendar year.) B. Sick Leave Accrual Caps Employees may accumulate up to 1560 accrued hours. Page 27 C. Sick Leave Balance Transfers and Restoration 1. Sick leave balances are restored to an employee recalled from layoff or returned from a leave of absence. 2. Sick leave balances remain the same upon transfer to another department or classification. 3. Sick leave balances are converted to equivalent days if an employee changes to a different hourly work week. (i.e., Forty-hour work week to thirty seven and one-half hour work week, and vice versa.) 4. No sick leave balances are restored after a break in service. D. Calculation for Use of Sick Leave Sick leave may be authorized in increments of tenths of an hour. E. Authorized Use of Sick Leave Sick leave is not a privilege to be used at the employee’s discretion. It shall be authorized only for absences: 1. Due to personal illness or physical incapacity. 2. Due to exposure to contagious disease in which the health of others would be endangered by the employee’s attendance on duty. 3. Due to dental appointments, physical examinations, or other personal or family sickness prevention measures. 4. Due to illness of a member of the employee’s immediate family which requires the employee’s personal care and attention. “Immediate family” shall mean parents, stepparents, grandparents, children, stepchildren, grandchildren, brothers, sisters or present spouse of the employee and the “immediate family” of the employee’s spouse, or other permanent member of the “immediate household” living together as family. F. Authorization of Sick Leave 1. An employee requesting authorization of sick leave shall inform an on-duty supervisor or the desk officer at least one-half hour prior to the regularly scheduled reporting time; the specific reason, and where (phone number and address) the employee will be while on sick leave. This address and phone number will be updated whenever the address or phone number changes during the period of sick leave. 2. Failure to do so may be the cause for denial of sick leave and other disciplinary action. G. Payment for Unused Sick Leave Upon separation from the City service, an employee shall be paid for one-half (1/2) of his/her accumulated unused sick leave up to 1560 hours, provided: Page 28 1. That the rate of payment shall be based on the regular hourly rate (excluding shift differential or any other addition to base pay) of the employee on the last day worked prior to separation. The hourly rate will be adjusted in accordance with base biweekly pay if the employee is on a work schedule other than forty (40) hours per week. 2. The employee if sworn has had at least twenty (20) years of continuous service with the City; or if not sworn retires on City Pension, is involuntarily separated (including disability or layoff), or retires under Federal Social Security with a minimum of five years service. Leaves of absence without pay, suspensions, and layoffs followed by subsequent re-employment shall not be considered as breaks in service. The length of such time off or layoff shall be deducted from the total length of service. Military leaves and leaves during which the employees are receiving Workers’ Compensation shall not be deducted from continuous service. 3. That the separation is involuntary on the part of the employee, limited to only including disability (incurred on or off the job) and layoffs. 4. The employee’s estate shall receive payment if an employee dies. 5. An employee who has been dismissed for cause shall have no claim for sick leave payment. H. Injury From Other Employment An employee may not utilize accumulated sick leave for absences resulting from an injury arising out of and in the course of employment other than City employment for which monetary or other valuable consideration is received or expected. Any employee who utilizes accumulated sick leave or who attempts to utilize accumulated sick leave for absences resulting from an injury arising out of and in the course of employment other than City employment may be suspended or terminated. I. Use of Leave After Accrual Employees may be authorized to use sick leave after it is accrued. The employee may be required to submit acceptable evidence such as a medical certificate from a medical doctor to substantiate the reason for requesting sick leave. J. Bonus Leave Days Following a payroll calendar year that a bargaining unit employee uses no sick leave, or less than two days of sick leave, the employee will be awarded Bonus Leave Days in accordance with the following chart. Bonus Leave Days must be used before the end of the payroll calendar year for which they are awarded. Assigned Shift Amount of Sick Leave Used Bonus Leave Days Awarded Eight, Ten, or 12-Hour Shifts Zero Time 2 Eight, Ten, or 12-Hour Shifts More than zero time but less than 2 days 1 Page 29 Combination of Eight, Ten, and 12-Hour Shifts More than zero time but less than 2 days combined as:  2 Eight-hour days  2 Ten-hour days  2 Twelve-hour days  1 Ten-hour day and 1 Eight-hour day 1 1. Bonus Leave Days must be used in full day increments. 2. Bonus Leave Days are not included in overtime calculations. 3. At the end of each payroll calendar year, employees may elect to be paid the cash equivalent based upon the employee’s current base rate of pay for any Bonus Leave Days not used during the payroll calendar year. 4. Upon an employee’s separation from the City, the employee will receive a lump sum payment for his/her remaining Bonus Leave Day balance. Section 4. Leave Pool A joint leave pool will be established by members of the Fraternal Order of Police Lodge No. 10 and Fraternal Order of Police Supervisors' bargaining units, such leave pool to be available for use by members of both bargaining units, subject to the following provisions: A. The purpose of the leave pool is to provide leave to bargaining unit members who face significant time off without pay due to a serious illness or injury, whether job-connected or non-job-connected, or serious illness or injury to a family member covered under the sick leave policy. The leave pool may not be used for short time periods where an employee may be without pay. Short time shall be defined as less than thirty (30) calendar days. 1. The committee shall consist of two (2) members designated by each bargaining unit, and one member designated by the other four members. 2. The committee shall review employee needs and circumstances consistent with the provisions of the leave pool and shall determine eligibility for and the amount of pool leave time that may be provided to employees. The committee may establish procedures, forms, and other rules necessary for its effective operation, provided they are consistent with the provisions of this section. 3. The committee's decisions are final and are not grievable. An employee may ask for reconsideration by the committee in accordance with rules established by the committee. C. Bargaining unit members may donate days at 100% value from their vacation, sick leave or floating holiday balances to the leave pool one time per year. Page 30 1. No employee shall be permitted to donate more than four (4) days of leave per year to the pool. In the event that the number of days in the leave pool becomes less than fifty leave days, the committee may open up the opportunity for additional donations to be made during the calendar year. The 4-day donation limit shall not be modified. 2. All donations of pool leave time must be in full-day increments based on the employee's full- time, regularly scheduled day (i.e., an eight-hour or ten-hour day is a full day). 3. Donations of pool leave time are irrevocable. 4. No dollar value shall be placed on leave donations. All donations and all authorized usage shall be computed as day for day. D. In order to be eligible to receive leave time from the joint leave pool, employees must have donated a minimum of one (1) day to the joint leave pool within the past twelve months prior to making application for leave from the pool. Newly hired employees shall be exempted from the requirement to donate a minimum of one day to the leave pool prior to requesting time from the leave pool for a period of one (1) year from the date of their employment with the City. E. When pool leave time is authorized by the committee for use by an employee, it shall be on a day- for-day basis, irrespective of whether the employee works an eight-hour or ten-hour shift. An employee using leave pool time shall receive regular base pay and his/her regular shift pay; however other pays shall not be provided with leave pool days (e.g., lead pay, acting pay, special assignment pay, etc.). Pool leave time granted shall be limited to 60 days in any 12 month period for each pool leave time recipient, except that requests from the Union for time in excess of the 60 days to be granted from the leave pool to a recipient may be approved at the sole discretion of the City Manager/designee. F. Pool leave time not used in a given year by the employee receiving the donated pool leave time shall be returned to the leave pool and carried over to the next year. No donated pool leave time will be refunded to the donor. Section 5. Funeral Leave A. Each employee shall be allowed up to forty (40) hours funeral leave with no loss of pay and no charge against sick leave time in the event of death in the "immediate family." Death in the "immediate" family shall be defined as a death of a spouse or domestic partner of record, as defined in accordance with criteria, policies, and procedures determined by the City, or the employee’s or employee’s spouse’s or domestic partner’s child, parent, foster-child(ren), minor-guardianship(s), brother, sister, grandparent, grandchild, great-grandchild, stepparent, or stepchild. This is not chargeable to sick leave. Employees may be required to produce legal justification for Foster Child(ren)/Minor Guardianship(s). Additional funeral leave for a death in the immediate family may be granted with the approval of the Police Chief. A.B. Additional funeral leave for a death in the immediate family may be granted with the approval of the Police Chief. Page 31 B.C. Each employee shall be allowed up to two (2) consecutive work days at any one time for a death of a member of the "close" family chargeable to sick leave. "Close" family shall be defined as the following family members: stepbrothers; stepsisters; brother's wife; sister's husband, aunt, uncle, nephew, niece, or other member of the employee’s immediate household. Additional time, chargeable to sick leave, may be granted with the approval of the Police Chief. C.D. An employee must attend the funeral in order to receive pay for a death in the family. Section 6. Military Leave Any regular or probationary employee in the classified service being inducted or otherwise entering the armed forces of the United States in time of war, or pursuant to the Selective Service Act of 1948 as amended, or of any other law of the United States, shall be granted military leave of absence without pay for the period of the military service required of him/her, and on completion thereof be reinstated in the City service in accordance with the following regulations: A. Military leaves shall be granted in accordance with the provisions herein except where said provisions may be superseded by Federal Law: 1. For inductees, the minimum period of time required to be served. 2. For enlistees in time of war, the period of the first minimum enlistment, or for such additional period of time required to be served. 3. For reservists, the minimum period of time required to be served. B. For the purposes of this Section, "armed forces" shall be defined to include: 1. The Army, Navy, Marine Corps, Air Force, Space Force, and Coast Guard. 2. The auxiliary services directly necessary to and actually associated with the armed forces of the United States, as may be determined by the City. C. Application for reinstatement must be made within 90 calendar days from date of discharge or release, or from hospitalization continuing after discharge for a period of not more than one year. Such application shall be in writing to the Human Resources Director and shall be accompanied by evidence of honorable discharge or release. D. Upon return from military leave, the employee shall be reinstated in the City service in accordance with the following regulations: 1. If still qualified to perform duties of his/her former position, the employee shall be restored to position or to a position of like seniority, status and pay; or 2. If not qualified to perform the duties of his/her former position by reason of disability sustained during such service but qualified to perform the duties of any other position in the employ of the City, the employee shall be restored to such other position, the duties of which the employee is Page 32 qualified to perform, as will provide the employee with like seniority, status and pay, or the nearest approximation thereof consistent with the circumstances in his/her case. 3. In the event no vacancy exists in the appropriate class and there is an employee in such class serving a probationary period who has not acquired regular status, then such probationary employee shall be laid off and the returning employee reinstated. 4. If a returning employee has regular status and cannot be reinstated under the provisions of paragraph (3) above, then the employee having been employed in the appropriate class for the shortest period of time shall be laid off and the returning employee reinstated. 5. A returning employee shall have the same status as prior to the beginning of his/her military leave. The employee shall be allowed to take any subsequently administered examination for promotion after return that he/she would have been eligible to take had he/she not been on military leave, and shall be required to complete any uncompleted period of probation. No grievance shall be filed or processed by any other employee or the Union in connection with this paragraph. 6. The employee shall submit to such medical and/or physical examinations as the City Manager shall deem necessary to determine whether or not such military service has in any way incapacitated him/her for the work in question; provided however, that as far as practicable any employee returning with disabilities shall be placed in such employment as the City Manager shall deem suitable under the circumstances. 7. Any regular or probationary employee receiving a dishonorable discharge from the armed forces shall not be reinstated to any position in the City service. E. An employee granted a military leave of absence shall, insofar as possible, have all the rights and privileges he/she would have had if he/she had remained on duty including cumulative seniority, and except as otherwise provided in these Rules and Regulations, all other benefits dependent on length of employment to the same extent as if the employee had not been absent on such leave. F. An employee returning from military service shall be reinstated to active City service at the earliest possible date following application for such reinstatement, consistent with the best interests of the City service and taking into consideration necessary adjustments of staff. However, in no event shall this period be more than thirty (30) calendar days. The City shall have the right as part of directing the employee's duties upon returning to work, to assign the employee to such training as is necessary in its judgment to ensure the employee's familiarity with job duties and knowledge. G. For pre-induction physical examination when so ordered by a Selective Service Board, time off shall be granted for the minimum period necessary to comply with such order, but shall in no case exceed two (2) regularly scheduled work days. H. For required active or inactive training duty as a member of a Reserve Component or the National Guard falling on the employee's regularly scheduled work days, the employee shall be allowed up to a maximum of 240 hours per calendar year without loss of seniority rights or efficiency rating. Absences from duty for required military reserve training in excess of 240 hours per calendar year or for any non-required military reserve training for which the employee initially volunteered shall not Page 33 be compensated for by the City. A copy of the employee's military orders certifying his/her training assignment shall be submitted by the employee to the Police Chief immediately upon receipt by the employee. An employee who is required to attend military duty training which falls or occurs during regular working hours and which exceeds the 240 hours provided above will be granted time off without pay. The employee shall be required to provide timely notice of such training assignments to the City. Failure to provide timely notice of an employee's military orders to the Police Chief shall be considered just cause for disciplinary action not to exceed a three (3) day suspension. I. Eligible employees will be paid in accordance with Sections 115.09 and 115.14, Florida Statutes. Section 7. Time Off A. An employee shall be granted necessary time off from his/her duties with pay for any of the following reasons: 1. For participation in Police promotional examinations held by the City or other examinations required by the City when such time off does not, in the judgment of the Police Chief, interfere with or impair the operations of the Department. 2. For serving on a jury. The employee may be required to furnish proof of such service and shall work any part of his/her regular schedule when not required to serve on said jury. 3. When directed by the City Manager or Police Chief to attend professional or other conventions, institutes, courses, or meetings. Employees who wish to voluntarily attend career development training may be granted time off from duty with pay to attend such training, however compensation for such training shall be limited to the actual time spent in training up to the number of hours in the employee’s standard workweek. Employees shall be compensated in accordance with provisions of the Fair Labor Standards Act for time spent in training beyond the number of hours in the employee’s standard workweek when such time has been duly authorized in advance by the Department. 4. When directed by the City Manager or Police Chief to attend in-service training or other in- service meetings, including authorized safety meetings. B. An employee may be granted time off without compensation for attendance at meetings other than those specified above or to attend to urgent personal business, provided that such employee shall request approval from the Police Chief in sufficient time to permit the Police Chief to make arrangements therefore, and further provided that such time off will not affect the efficient operation of the department in the sole and unlimited discretion of the Police Chief or his/her designee. C. With the prior approval of the Police Chief or his/her designee, and when the employee is acting in an official capacity on behalf of the City, an employee may be granted time off from his/her duties for acting as an active or honorary pallbearer at a funeral or for attendance at state funerals, funerals of City officials, of employees or their wives or husbands, or military or fraternal funerals. Such time off may be granted with or without compensation at the sole and unlimited discretion of the Police Chief and the City Manager or their designees. For the above occasions only, the Department shall Page 34 provide all expenses for up to two designated Honor Guard members, as well as transportation and fuel costs for any other Honor Guard members permitted to be released from duty in accordance with Department staffing requirements. Section 8. Leave Without Pay A. A regular employee may on written application therefore, be granted a leave of absence without pay upon the prior approval of the City Manager or his/her designee for any of the following reasons: 1. The physical or mental disability of the employee. 2. The employee has announced his/her candidacy for public office. 3. The employee is entering upon a course of training or study for the purpose of improving the quality of service to the City and/or of fitting himself/herself for promotion in the classified service. 4. Extraordinary reasons, sufficient in the opinion of the City Manager to warrant such leave of absence. 5. In accordance with the Family and Medical Leave Act, eligible employees may take up to twelve (12) weeks of unpaid, job-protected leave to care for a newborn child, newly adopted child, or child with a serious health condition. Eligible spouses who work for the City are subject to the combined limitation of twelve (12) weeks as set forth in the Family and Medical Leave Act. B. Leave for any of the above reasons shall be subject to the following regulations: 1. Such leave shall not be granted for more than six (6) months but may under the provisions of paragraphs above be renewed upon written application therefore by the employee and approved by the City Manager. 2. An employee granted a leave of absence hereunder shall except as hereinafter provided be restored to his/her former position on the expiration of the leave, or if requested in writing by the employee and approved by the City Manager, before the expiration thereof. 3. In the event that it is determined by the City Manager that it would not be in the best interest of the City to restore such employee to his/her former position or in the event that the former position has been abolished in the meantime, the employee shall be placed at the head of the re- employment list for the class or position nearest approximating that in which he/she was employed immediately prior to such leave, provided he/she is physically and mentally qualified for such position. Should the names of two or more employees returning from leave be placed on the same re-employment list, the names shall be arranged in order of City seniority. Time off with compensation taken under any of the provisions of this Agreement (including vacation and sick leave) shall not be required to be made up. Section 9. Parental Leave Page 35 The City will provide up to one week of paid parental leave following the birth of an employee’s child or the legal permanent placement of a child with an employee in connection with adoption or foster care. This paid leave will run concurrently and in conjunction with the Family and Medical Leave Act. Eligible employees must meet the following criteria: (i) Have been employed with the City for at least 12 months. (ii) Have worked at least 1,250 hours during the 12 consecutive months immediately preceding the date the leave would begin. (iii) Be a regular full-time employee. Employees must be taking leave for one of the reasons listed below: (i) To bond with the newborn child within one year of birth. (ii) The legal permanent placement of a child with the employee for adoption or foster care and to care for the newly placed child within one year of placement. The fact that a multiple birth, adoption or placement occurs (e.g., the birth of twins or adoption of siblings) does not increase the total amount of paid parental leave granted for that event. In addition, in no event will an employee receive more than one week of paid parental leave in a rolling 12-month period, regardless of whether more than one birth, adoption or foster care placement event occurs within that 12-month time frame. Paid parental leave is compensated at 100 percent of the employee’s regular, straight-time weekly pay. Paid parental leave will be paid on a biweekly basis on regularly scheduled pay dates. Approved paid parental leave may be taken at any time during the 12-month period immediately following the birth, adoption or legal permanent placement of a child with the employee. Paid parental leave may not be used or extended beyond this 12-month time frame. Employees must take paid parental leave in one continuous period of leave and must use all paid parental leave during the 12-month time frame indicated above. Any unused paid parental leave will be forfeited at the end of the 12-month time frame. The employee will provide their supervisor and the Human Resources Department with notice of the request for leave at least 30 days prior to the proposed date of the leave (or if the leave was not foreseeable, as soon as possible). Employees must return to work for the City for at least 6 months following the paid parental leave. An employee will be responsible for repayment if this commitment is not fulfilled. The repayment will be deducted from the employee’s sick time balance first, followed by their personal floating holiday and then vacation. Page 36 ARTICLE 9 WAGES AND COMPENSATION Section 1. Wages A. The Pay Schedules shall be in accordance with Appendix A. Pay schedule increases are not automatic but are management review rates and may be granted only upon receiving a rating of satisfactory or better on the annual performance review. Eligibility for review for within pay schedule increases shall be as follows: Police Officers Step 1 – Original appointment Step 2 – At the end of one year of satisfactory service in step 1. Step 3 – At the end of one year of satisfactory service in step 2. Step 4 – At the end of one year of satisfactory service in step 3. Step 5 – At the end of one year of satisfactory service in step 4. Step 6 – At the end of one year of satisfactory service in step 5. Step 7 – At the end of one year of satisfactory service in step 6. Step 8 – At the end of one year of satisfactory service in step 7. Step 9 – At the end of one year of satisfactory service in step 8. Step 10 – At the end of one year of satisfactory service in step 9. Step 11 – At the end of one year of satisfactory service in step 10. Step 12 – At the end of one year of satisfactory service in step 11. Police Service Technicians and Police Service Technician Supervisors Step 1 – Original appointment Step 2 – At the end of one year of satisfactory service in step 1. Step 3 – At the end of one year of satisfactory service in step 2. Step 4 – At the end of one year of satisfactory service in step 3. Step 5 – At the end of one year of satisfactory service in step 4. Step 6 – At the end of one year of satisfactory service in step 5. Step 7 – At the end of one year of satisfactory service in step 6. Step 8 – At the end of one year of satisfactory service in step 7. Step 9 – At the end of one year of satisfactory service in step 8. Step 10 – At the end of one year of satisfactory service in step 9. Step 11 – At the end of one year of satisfactory service in step 10. Step 12 – At the end of one year of satisfactory service in step 11. Step pay increases shall provide for approximately a 5% increase over the preceding step for each step advancement from Step 1 through Step 6 and approximately a 2.5% increase for each step advancement from Step 6 through Step 12. Page 37 Employees who receive an evaluation rating of less than satisfactory shall not be granted a merit step advancement at the beginning of the payroll period which includes their promotional anniversary date. Such employees may be reevaluated after three months, and if then rated satisfactory shall be granted a merit step advancement at the beginning of the payroll period which includes the date of the three month follow-up review. Such effective date shall be thereafter utilized for the purpose of determining eligibility for subsequent annual merit reviews. If the three month follow-up rating is still less than satisfactory, the employee shall be reevaluated in another three months, and if then rated satisfactory shall be granted a merit step advancement at the beginning of the payroll period which includes the date of the second three-month follow-up review. Such effective date shall thereafter be utilized for the purpose of determining eligibility for subsequent annual merit reviews. If the second three month follow-up review rating is still less than satisfactory, no merit step advancement shall be granted and the employee shall be evaluated again on their his/her prior merit review date. B. Effective for the beginning of the payroll period that includes October 1, 2024 2021, the City shall provide a 3% general wage increase for all employees all employees will be paid in accordance with the new annual rate of pay as provided in Appendix A. Effective for the period from October 1, 2024 2021 through September 30, 2025 2022, employees shall advance in Step as provided in Section 1. Employees may not exceed the maximum annual rate of pay as provided in Appendix A. Effective for the beginning of the payroll period that includes October 1, 2025 2022, the City shall provide a 4% 3% general wage increase for all employees. Effective for the period from October 1, 2025 2022 through September 30, 2026 2023, employee shall advance in Step as provided in this Section 1. Employees may not exceed the maximum annual rate of pay as provided in Appendix A. Effective for the beginning of the payroll period that includes October 1, 20262023, the City shall provide a 3% 3% general wage increase for all employees. Effective for the period from October 1, 2026 2023 through September 30, 2027 2024, employee shall advance in Step as provided in this Section 1. Employees may not exceed the maximum annual rate of pay as provided in Appendix A. Any further step advancements after September 30, 2027 2024 will be dependent upon and subject to negotiations in any successor Agreement. Pay ranges in Appendix A shall be updated to reflect the general wage increases as defined in 1B. C. Lateral Entry for New Hire Police Officers: Newly hired Police Officers shall be permitted to enter the established pay range at a step or more than one step above the first step based on acceptable experience as a Police Officer at another agency deemed creditable by the Department. Such Officers shall be advanced upon hire one step in the established pay range for each two years of verifiable experience at a prior agency up to a maximum lateral entry of step three. All lateral entry Officers would continue to be eligible to receive negotiated general wage increases while in a step. Page 38 Section 2. Overtime Pay A. No employee shall be sent home prior to the end of his/her regularly scheduled shift for the purpose of denying overtime pay; nor shall any employee have his/her work schedule altered in an arbitrary or capricious manner. B. If a regularly scheduled work day is to be canceled, the employee must be notified by the end of his/her tour of duty immediately preceding the scheduled work day to be canceled. No regularly scheduled work day will be canceled for the sole purpose of avoiding overtime pay. Employees shall be paid for all hours actually worked. The City shall pay overtime at the rate of time- and-one-half for all hours actually worked in excess of 40 hours in any one work week. An authorized FLSA exception are 12-hour shifts. FLSA provides for an 84-hour, 14 day work period. Overtime accrues for hours worked in excess of 84. Overtime: Overtime will be paid for time worked in excess of 84 hours during the 14 day work period. Sick or Vacation time utilized during the same 14 day period will cause time worked in excess of 84 hours to revert to straight time as is the current practice for the 40 hour work week. (Overtime accrual in excess of 84 hours exceeds the FLSA requirement). In the event 12 hour shift were to be implemented anywhere other than District I, the Pitman schedule would be utilized as has been the practice in District I. C. Hours for which an employee is paid as a result of holidays, sick time, vacation and similar periods of nonproductive time shall not be considered as time worked for the purpose of computing overtime pay, except as otherwise provided in this Agreement. D. The work week shall be from Saturday through the following Friday. All hours for shifts that begin on one work day and end on the next work day shall be counted on the work day where the majority of the hours for the shift fall. When shift hours are evenly split between two work days, all hours for the shift shall be counted on the work day the shift begins. E. An employee may be required to work overtime if, in the sole and unlimited discretion of the Police Chief or his/her designee, the employee’s services are deemed necessary. Section 3. Compensatory Time Allowance Employees will be provided the opportunity to request to be granted compensatory time, in lieu of overtime payment, up to a maximum cumulative accrual of 120 hours of compensatory time. At no time may an employee's total accrual of compensatory time exceed 120 hours. Compensatory time accrual will be at time and one half for each hour selected in lieu of premium overtime payment. Requests to use compensatory time shall be made to the appropriate Police Major or other employee’s appropriate supervisor. Compensatory hours off shall be considered as hours worked in computing overtime under this Article. Payment for compensatory hours will be made for all time exceeding the 120 hour limit, or for any hours when requested in writing by an employee. Employees shall be paid for all compensatory time at separation from City service. Page 39 Section 4. Shift Differential A bargaining unit member shall be entitled to shift differential pay as set forth in this Section. A. For purposes of computing shift differential pay the following shift series and payments are established: Shift Series No. Hours Payment Per 14-Day Period 100 2400-0700 10% 200 0700-1600 0% 300 1600-2400 5% The payments shall be computed as a percentage of the employee's base pay, including his/her merit and longevity step. B. An officer's shift differential shall be determined by the shift series into which the majority of the weekly hours of his/her regularly assigned shift for the scheduled shift cycle falls and without regard to the starting or ending time of the officer's shift. Any employee working 12-hour shifts would receive the 10% differential if assigned to a team designated as night shift. Temporary shift or duty assignments of less than twenty eight (28) calendar days shall not entitle an officer to shift differential pay. Employees in the bargaining unit assigned for initial or remedial training under the FTO program shall not be entitled to shift differential pay. C. Shift differential pay shall be paid to any officer regularly assigned to a Series 100 or 300 shift and shall not be prorated on account of vacation, holidays or other paid time off. Section 5. Standby Pay An employee assigned to standby will receive a flat fee of: $50.00 per night, Monday through Friday $100.00for Saturday $100.00for Sunday Only the Police Chief or his/her designee may place an employee on standby. This Section will also apply to all Telephone Alert situations. Section 6. Recall Pay Any employee who is recalled to duty after having left for the day, or on a regularly scheduled day off, or compensation day, or more than three (3) hours prior to the start of his/her regularly scheduled tour of duty, shall be guaranteed a minimum of two (2) hours pay or two (2) hours work. For the purpose of this Section, recall is defined as the unscheduled calling back or call in of an employee to perform needed work after the employee’s regular shift ends and the employee has already left the job or on a weekend, holiday, or other equivalent period during which the employee would not otherwise have worked and shall include any duty, detail, or response to a lawful order for which the employee can be disciplined for his/her failure to comply. This specifically excludes court appearances. Efforts will be made to ensure that officers are not recalled within eight (8) hours of their last shift; if unavoidable, Page 40 management will inquire as to the officer’s ability to perform their duties. Officers must advise management if they are unable to do so. Employees will be paid for the actual time worked for any self- initiated police action taken while off duty and all such hours shall count as hours worked toward the calculation of overtime. Any employee recalled while on vacation shall be paid at time and one-half for all hours worked in lieu of the rescinded vacation time. An employee’s vacation balance will not be charged for any time actually worked. Section 7. Acting Pay If a Police Officer or Police Service Technician serves in a higher capacity on an acting basis for more than two (2) consecutive complete payroll calendar work weeks (Saturday through Friday), said employee shall receive acting pay retroactive to the date the assignment began. When a Corporal serves in an acting capacity as a Sergeant for more than two consecutive complete payroll calendar work weeks as specified above, the employee will receive both Corporal Job Assignment Pay shall cease and Acting Pay shall begin. Acting pay is five percent (5%) above the employee's base salary. Section 8. Job Assignment Pay A. Police Officers who are assigned to the Office of the Chief, Criminal Investigations Division, Support Services Division, Corporal, Canine, Community Policing Squads, Traffic Section, School Resource Officer or the Field Training and Evaluation Program shall be provided 5% above the employee’s current base rate of pay. Police Officers who are assigned to the Crime Against Children & Family and Homicide Unit shall be provided an additional 5% for a total of 10% above the employee’s current base rate of pay. Officers assigned to the Field Training and Evaluation Program on a part-time basis shall be provided 5% above the employee’s current base rate when training a recruit. Police Service Technicians and Police Service Technician Supervisors who are assigned Field Training shall be provided 5% above the current base rate of pay for any hours they are assigned to act as trainers in a formal training capacity. B. Police Officers who are assigned as, Mobile Command Center operator, Sex Crime Investigator, or Traffic Homicide Investigator, shall be provided $25.00 per payroll period with the following amounts in addition to the employee’s current base rate of pay.: October 1, 2021 through September 30, 2024– $25 per payroll period. Police Officers who are assigned to SWAT Team shall be provided $40.00 per payroll periodwith the following amounts in addition to the employee’s current base rate of pay.: October 1, 2021 through September 30, 2024– $40 per payroll period. Police Service Technicians who are assigned outside of the Telephone Reporting Unit for more than ten consecutive work days shall be provided $50.00 per payroll period with the following amounts in addition to the employee’s current base rate of pay: October 1, 2021 through September 30, 2024- $50 per payroll period. Page 41 C. An employee may participate in more than one Job Assignment but may not receive more than one Job Assignment Pay differential from group (A) above nor more than one Job Assignment Pay differential from group (B) above, but may receive one Job Assignment Pay differential from group (A) above in addition to one Job Assignment Pay differential from group (B) above. In such case, the employee shall receive the amount of the greater assignment pay differential for each category concerned. Bargaining unit members designated as certified Bi-Lingual in accordance with department specifications shall be provided $50.00 per payroll period in addition to the employee’s current base rate of pay over and above the assignment pay differentials listed above. D. Job assignments shall be made at the discretion of the Police Chief from a list of interested candidates who have been determined to be qualified for such based on criteria developed by the Department. The number and duration of such assignments may vary and shall be at the discretion of the Department. Section 9. Canine Officers A. Employees covered by this Agreement who are assigned as canine officers shall normally work for seven hours and fifteen minutes per work day for five (5) days per week on regular duty with or without their canine(s). On those regular work days, they shall also be credited with forty-five minutes work time for time in the care and handling of their canine(s). This time shall be the customary and average amount of time spent by a canine officer on a duty day. On the officers' days off from regular duty, they shall be credited with 30 minutes of work time for time in the care and handling of their canine(s). Such time shall be based on their regular rate of pay and shall be paid at straight time or an overtime rate depending upon total hours worked during the week. It is recognized that on off-duty days the officer's responsibilities for care and maintenance are reduced. B. Advance approval shall be required from the appropriate Police Major Captain or higher level manager before a canine officer can work any additional overtime in care and maintenance activities. C. No work time is to be used by an officer to prepare or train for participation in canine demonstrations or competitions, except as scheduled by the Department in accordance with standard operating procedures established by the Department and approved by the Police Chief. In the sole discretion of the Police Chief, canine officers may be scheduled to attend demonstrations or competitions. Time involved in demonstrations or competitions shall be limited to the officer's regular weekly duty hours (40 hours) unless previously approved in writing by the Police Chief or his/her designee. Due to the scheduling of demonstrations or competitions, hours and/or days of work are subject to adjustment to meet the circumstances at hand. D. Assignment and the removal of assignment as a canine officer is the sole prerogative of the Police Chief or his/her designee, and assigned pay shall only be provided during the period of such assignment as authorized by the Police Chief or his/her designee. E. All Department Standard Operating Procedures relating to canine use, care, maintenance, and other aspects of the program as established by the Police Chief shall apply. Page 42 F. Effective October 1, 2021 through September 30, 2024, aAn allowance of $125.00 per month shall be provided to each canine officer for supplemental food, medical grooming, pest control, and related needs associated with care of the canine. Section 10. Court Attendance and Standby Time Any employee who is subpoenaed or otherwise required to appear for a remote video deposition or other court proceeding by remote video conference as the result of a matter arising out of the course of his/her employment shall receive payment for the greater of a minimum of one (1) hour or actual time worked if such attendance is during the employee’s regularly scheduled time- off. The start time will begin at the time scheduled on the subpoena and end at the conclusion of the deposition or court proceeding. This provision does not apply if the video conferencing requires the employee’s physical appearance at the State Attorney’s Office, Public Defender’s Office, private attorney’s office, or Driver’s License hearing. Any employee who is subpoenaed or otherwise required to appear in county or circuit court, as the result of a matter arising out of the course of his/her employment shall receive payment for the greater of a minimum of three hours or actual time worked if such attendance is during the employee's regularly scheduled time-off. This provision shall also apply when the employee is subpoenaed or otherwise required to appear at the State Attorney's Office, Public Defender's Office, private attorney's office, or Driver License hearing in a criminal, traffic, or civil case arising from the employee's course of employment. When an employee is subpoenaed or otherwise required to appear at the State Attorney’s Office at the Police Department during his/her regularly scheduled time-off, he/she will receive payment for the greater of a minimum of two hours or actual time worked. All time paid for any court attendance will count as time worked toward the calculation of overtime. Travel time outside of required scheduled work hours in response to subpoenas in Pinellas, Pasco, or Hillsborough counties is not compensable. Travel time outside of required schedule work hours in response to subpoenas outside of Pinellas, Pasco, or Hillsborough counties will be paid in accordance with FLSA regulations. In all instances of court appearances scheduled less than three hours prior to an employee's tour of duty, the employee will be deemed to have started work at the time indicated on the subpoena and will be paid for all hours worked in excess of eight hours. In all cases, the employee will be responsible to inquire of the department designee between 1600 hours of the day preceding and 0700 hours of the date of the scheduled court appearance so as to ascertain the status of the case and receive instructions. An employee will go on standby status as of the date and time required by the subpoena if he/she is subpoenaed to appear in county or circuit court as the result of a matter arising out of the course of his/her employment, provided that this is agreeable to the court and to the attorney requesting his/her presence. An employee on standby under the provisions of this Section will receive straight time pay for each hour spent on standby with a minimum of three hours pay. The three-hour minimum does not apply if prior to the end of the three-hour period: 1. The employee reports for duty. Standby pay stops at the time the employee reports for duty. Page 43 2. The employee shall be notified via email or telephone as determined by the Court Liaison and told to report to court within the three-hour period or as soon as possible. Court standby pay stops when the employee is notified and court time starts when the employee arrives at court. 3. If the employee is notified to report to court at a future time, the employee receives standby pay for the three-hour minimum or actual time in excess of three (3) hours. Court time starts at the employee’s scheduled appearance time (with the exception of being late). Standby time shall be excluded from hours worked computations. Section 11. Line-of-Duty Injury Pay The City hereby agrees to pay the following compensation to any employee injured in the line of duty in accordance with the following definitions, terms and conditions: (a) Line-of-Duty Compensation shall be payable under this Section only with respect to disability as the result of injury to an employee where such injury is incurred in the line of duty. (b) An injury shall be deemed to have been incurred in the line of duty if and only if such injury is compensable under the Florida Workers' Compensation Law. (c) The amount of line-of-duty compensation paid shall be the amount required to supplement funds received from the Florida Workers' Compensation Law and any other disability or other income plan provided by the City, either by law or by agreement, to the point where the sum of the line-of-duty compensation supplement herein provided and all other payments herein described equal the employee's regular rate of pay at the time of the injury. Regular rate of pay for workers' compensation purposes is defined as base pay and any assigned pay if regularly assigned, but not shift pay. (d) No line-of-duty compensation under this Section shall be allowed for the first seven (7) calendar days of disability provided however, that if the injury results in disability of more than twenty-one (21) calendar days, line-of-duty compensation shall be paid from the commencement of the disability. (Changes in workers' compensation law will modify this paragraph accordingly.) (e) The term disability as used in this Section means incapacity because of the line-of-duty injury to earn in the same or any other employment the wages which the employee was receiving at the time of the injury. (f) It is the intent of this Section to provide supplemental compensation for line of duty injuries only, and this Section shall not be construed to provide compensation in the event of death or injury incurred in any manner other than in the line of duty. Coverage under this Section shall not result in the loss of step increases which the officer would have received had he/she been on active status. Any time taken off for follow-up doctor visits or therapy due to a line- of-duty injury when coordinated through established Risk Management procedures shall not be charged to the employee’s sick leave. An employee who is not on-duty during the follow- up doctor visit or therapy shall be granted up to two hours of flex time during their scheduled shift to attend said visit or therapy. In the event of any dispute or disagreement Page 44 concerning the interpretation of this Section, then the decisions concerning definition of the terms of this Section issued under the Florida Workers' Compensation Law shall control. (g) The City will provide line-of-duty compensation in the amount necessary to supplement funds received from the Florida Workers' Compensation Law in order to equal the employee’s regular rate of pay with no charge to the employee's accrued paid leave when an employee with less than three (3) years of service is injured on the job to the extent that such employee misses scheduled work time. Such line-of-duty compensation shall be provided for a period not to exceed ninety (90) calendar days during the first year of employment for each specific injury; sixty (60) calendar days during the second year of employment; and thirty (30) calendar days during the third year of employment. (h) Line-of-duty injury pay will be provided from the first day of injury for those defined in (g) above; however the amount paid shall be only that amount required to supplement funds received by the employee from the Florida Workers' Compensation Law and any other disability or other income plans provided by the City, to the point where the sum of all payments is equal to the employee's regular base pay rate at the time of injury. At such time as the employee receives their his/her initial workers' compensation payment, the City shall approximate the differential needed to equal the employee's base pay and shall provide such line-of-duty injury pay to equal the employee's regular base pay rate at the time of injury. Any adjustment to the City's line-of-duty injury pay under this policy will be made following the employee's return to work or at the expiration of the period for which line-of- duty injury pay is provided. (i) Line-of-duty injury pay shall not be provided to any employee after the third year of employment. Following the time limits prescribed for the provision of line-of-duty compensation in paragraph (g) above, employees shall be required to utilized accrued paid leave time to supplement funds received from the Florida Workers Compensation Law in order to maintain a paid status. Employees shall be permitted to utilize accrued paid leave time only in the amount necessary to supplement funds received from the Florida Workers Compensation Law in order to equal the employee’s regular rate of pay at the time of the injury. (j) The City shall have the right to require the employee to have a physical examination by a physician of its choice prior to receiving or continuing to receive compensation under this Section. (k) Failure to report a line-of-duty injury to the employee's immediate supervisor or to the Risk Management Division within twenty-four (24) hours of the time of occurrence of the injury shall result in a loss of all line-of-duty pay under this Article unless such failure to report was: (1) caused solely by and as a direct result of the employee's injuries, or (2) resulted from the occurrence of an event over which the employee had no control in the opinion of the City Manager. It shall be the employee's responsibility to prove the injury occurred while on duty. (l) Any provision of this contract to the contrary notwithstanding, should any provision of this contract be inconsistent with the terms of the Florida Workers' Compensation Law (Chapter 440, Fla. Statutes), the Florida Rules of Workers' Compensation Procedure (Fla. R. Work Page 45 Comp. P), Florida Department of Labor and Division of Workers' Compensation Rule 38 or any other state or federal law or regulation now in force or hereinafter enacted, then such provision of this contract shall be null and void and of no legal force or effect. Section 12. Uniform Allowance A. The City shall continue to provide the uniforms and equipment currently provided by the City, except that the City may make changes in styles or update equipment. B. Police Officers who work outside the Patrol division and who are not provided the standard issue of uniforms or other clothing by the department shall receive a clothing allowance of $900 each year for Fiscal Years 2021/2022, 2022/2023, and 2023/2024. The clothing allowance shall be paid quarterly to the applicable bargaining unit members who are actually assigned and working on the quarterly dates specified in the Department’s General Orders. C. The City shall provide each sworn officer with a bulletproof vest, provided that the officer so requests; provided, however, that it shall be just cause for disciplinary action if an officer provided a vest does not wear it while on duty. D. Persons transferred to plain-clothes duty shall be permitted to retain at least one uniform. Section 13. Tuition Refund Program Members of the bargaining unit shall be entitled to reimbursement for tuition fees for approved courses in accordance with the City’s Tuition Refund Program up to an amount of $2,000 per fiscal year. $1,700 for the period from October 1, 2021 through September 30, 2024. However, the City shall reimburse up to $2,200 per fiscal year $2,000 annually for tuition fees of approved courses in a Master’s Degree level program. Employees in the bargaining unit must execute an agreement to repay to the City any amount of Tuition Refund exceeding $650.00 reimbursed in a fiscal year period should such employee separate from the City within two (2) years of receipt of reimbursement. In the event that an employee separates from the City by retirement and opts to receive an extended sick/injury leave benefit, separation for the purpose of repayment of tuition refunds shall date from the employee' s last actual work day and not the effective date of retirement. Section 14. Safe Driving Incentive Employees who are regularly assigned to drive a City vehicle and are not involved in a preventable accident during a fiscal year (October 1 until September 30) will receive a safe driving incentive of $100.00. Employees will be eligible for this incentive each year of this Agreement. For employees who are involved in a preventable accident during a particular fiscal year, they will begin their next 12 month cycle the next October 1st following the preventable accident. Employees hired after October 1st must wait until the following October 1st in order to begin accumulating their time for the purpose of participation in this incentive. The City agrees to make its best efforts to complete the administrative work that is needed to add this incentive to each eligible employee’s paycheck within 90 days of the end of the cycle. Page 46 ARTICLE 10 INSURANCE The City agrees to meet with the Union and other City of Clearwater union representatives to review the health and life insurance programs for the purpose of reducing the cost of such programs for the City and the employees. The City further agrees to provide the Union with such information as would be required to formulate such a benefit package and to cooperate with the Union to obtain pertinent information from the present carrier and the insurance consultant. Any information received by either party from the consultant or another carrier will be shared with the other party. The City agrees that for the calendar year occurring within the first year of the agreement, the City shall contribute toward the medical insurance premiums for employees and their dependents in the amount approved for the plans approved by the City Commission. The City agrees to maintain the current Benefits Committee recommendation process culminating in final action by the City Commission to determine medical insurance premiums for employees and their dependents for the duration of this Agreement. The City further agrees that during the life of the agreement, the City will make available to employees the option of at least one health insurance plan for which the City shall pay 100% of the premium for the employee only base benefit plan cost, it being understood that such base plan may provide a different level of benefit than that which is currently provided. Additional coverage for the family or spouse, as well as any enhancements or “buy ups” to the base plan will continue to be paid for by the employee. The City agrees to continue to pay the premiums for group life insurance valued at a minimum of $2,500 per employee. Effective April 1st, 2007, the City shall no longer permit any new enrollment in the 1% Life Insurance Program. Bargaining unit employees who are enrolled as of April 1st, 2007 may continue to participate provided they maintain their participation on a continuous basis thereafter. Any employees who currently participate and choose to discontinue their enrollment will not be permitted to re-enroll in this benefit again at a later date. ARTICLE 11 PERFORMANCE AND DISCIPLINE Section 1. No employee who has successfully completed his/her initial or extended probationary period shall be demoted, suspended, or dismissed without just cause. New hire employees in the initial probationary period have no right of appeal of disciplinary action under this Agreement. All discipline will be for just cause and consistent with due process. Employees have a right to Union representation at any time a meeting may lead to disciplinary action. The employee or city may refer to the employee’s entire work history and the outcomes of similar discipline cases involving the employee or other employees of the same bargaining unit when opposing or supporting discipline. Section 2. An employee may also be issued a non-disciplinary “Letter of Reprimand” by his/her Division Head. Prior to a Letter of Reprimand being placed in an employee's file, the employee will have the right to confer with the Division Head regarding the proposed Letter of Reprimand. The Letter of Reprimand will be retained in the employee’s Department file for the period of time specified Page 47 by State of Florida public records laws and may only be used for future disciplinary action during that period (generally 3 years).. Section 3. Performance, behavior management, and disciplinary procedures shall be outlined in the Police Department SOP’s and General Orders. The City and Union agree that any system of discipline or performance management should be continually reviewed for its effectiveness and may be modified from time to time to better meet the needs of the City and its employees. Any changes will be consistent with sound personnel practice. The Union will have the opportunity to provide input when changes are being considered by the City. The Union’s refusal to participate in meetings or to provide input does not alter the City’s right to change the process. The Police Department and the Union will continue the practice of Labor/Management meetings to resolve these types of issues. Section 4. The City will continue its current practice of allowing the affected employee to give a brief oral statement to an accident review board. Section 5. An employee who has been arrested for any crime involving domestic violence or a DUI and formally charged by information or indictment by the prosecuting authority for said crime(s) may be placed on administrative leave without pay pending the conclusion of the administrative investigation, at the sole discretion of the Police Chief. An employee who has been arrested for any felony crime may be placed on administrative leave without pay pending the conclusion of the administrative investigation, at the sole discretion of the Police Chief. This section 5 does not apply to any employee who is arrested due to allegations of excessive force while acting on-duty and being paid by the City. ARTICLE 12 DRUG AND ALCOHOL POLICY Section 1. Voluntary use of controlled substances which cause intoxication or impairment on the job poses risks to the employer, the affected employee and coworkers. Section 2. All bargaining unit employees will be fully informed of the employer's for cause drug testing policy before testing is administered. Bargaining unit employees will be provided with information concerning the impact of the use of drugs on job performance. Police sworn supervisors are trained to recognize the symptoms of drug abuse, impairment and intoxication. Section 3. City’s Drug and Alcohol Program Policy A. The City’s Drug and Alcohol Program Policy delineates drug and alcohol test procedures. Revisions governing testing standards and job classification specifications shall be made as revisions to laws or regulations of state or federal government or agencies deem permissible. Union representatives will be furnished with copies of the policies upon such revision. Whenever the City or the Union proposes to amend or change any policy affecting drug and alcohol testing, the City or the Union shall provide notice and a copy of the proposed amendments or changes to the other party at least 30 calendar days in advance of the proposed effective date of the change. The Union and the City Page 48 shall have the right to bargain such proposed amendments or changes in accordance with the law and the terms of this agreement. B. References to CDL and “safety-sensitive” employees and positions shall not apply to F.O.P. bargaining unit members unless required by law. As such, F.O.P. bargaining unit members shall not be subject to the following provisions of the City Drug and Alcohol Program Policy unless required by law or agreed to by the parties: Section II, B. Section II, C. Section II, E. 2. Section II, E. 4. Section 4. Drug Testing Upon Designated Assignments A. Bargaining unit members shall, when assigned to the Vice & Intelligence Unit, have a drug test administered. Additionally, such bargaining unit members shall have an annual drug screening as part of their annual physical. When an employee tests positive on the screening test, the sample shall be submitted for a confirmation test. 1. The drug screening will be performed utilizing urine samples unless the employee, at his/her option, requests a blood test in lieu of a urine test. 2. Urine and blood samples shall be drawn or collected at a city-designated facility. 3. All testing shall be done by a laboratory certified by NIDA. 4. The standards listed in the City’s Anti-Drug and Alcohol policies shall be used to determine what levels of detected substances shall be considered as positive. B. Assignment to Vice & Intelligence or removal from same shall be at the sole discretion of the Police Chief, regardless of the drug screening/confirmation findings. C. In the event that a Vice & Intelligence officer is required as a course of his/her employment to imbibe in alcoholic beverages or ingest secondhand marijuana, hashish, crack, cocaine smoke, or smoke from any other controlled substance within 48 hours of a scheduled drug screening test, the test shall be postponed for one week. The officer shall be responsible for advising his/her supervisor of the occurrence of such an incident as soon as practical. ARTICLE 13 RETIREMENT The City and the Union agree that prior to retiring, an employee may use his/her vacation leave balance at 100% value and sick leave balance at 50% value to advance the employee’s date of retirement. The employee will be considered a regular employee for service credit to the pension plan. The City and the employee will continue to contribute to the pension plan. Page 49 During the period of “retirement advancement” the employee will not be eligible to receive or accrue any benefits except retirement credit. The benefits that will stop include, but are not limited to, vacation and sick leave accrual, insurance premium payments, workers’ compensation, allowances, reimbursements, and special payments of any kind. ARTICLE 14 SENIORITY, LAYOFF, AND RECALL Section 1. Seniority shall be defined as the length of continuous service in full-time City employment and will continue to accrue during all types of leave of absence with pay and other leaves when specifically provided in this Agreement. Employees shall not accrue seniority while in their initial probationary period. After successful completion of the police officer's initial probationary period, seniority will revert to date of employment on a full-time basis as a Police Officer and shall be called Police Officer bargaining unit seniority. It is understood by the parties that for employees hired as Police Recruits prior to October 1, 2003, time spent in the Police Recruit classification shall also count toward bargaining unit and City seniority. After successful completion of the Police Service Technician's initial probationary period, seniority will revert to date of employment on a regular basis as a Police Service Technician. Such seniority shall be called Police Service Technician bargaining unit seniority. Bargaining unit seniority within each of the aforementioned bargaining unit seniority groups shall be utilized within the respective groups to determine vacation, designated Holiday, and floating holiday selection and as a factor should layoffs be required. Notwithstanding the above, the Department shall have the right to temporarily assign Police Service Technicians to work on a shift not consistent with their shift selection where the employee has had specific cross-training and a need for temporary fill-in work in another job area is required (e.g. court liaison). Section 2. No new employees shall be hired in a job classification within the bargaining unit until all employees on layoff in that job classification have been given an opportunity to return to work at their original seniority date and positions; provided that after one (1) year of layoff the employee shall cease to accrue seniority, and that such re-employment rights shall cease after two (2) years from date of the layoff. Section 3. Officers shall be permitted to bid shift assignments by bargaining unit seniority, but the Department reserves the right to ensure that officers assigned as corporals, officers with specialized skills, or officers in any phase of the FTO program including senior officers transferred from another Division requiring retraining are appropriately deployed among the shifts, and to ensure that Police Officers who are still on probation are distributed relatively evenly among the shifts. The Department reserves the right to designate no more than four teams as field training (“FTO”) teams which shall be distributed evenly between the East and West Districts. Bargaining unit members who are selected for FTO assignments shall be permitted to bid among themselves by bargaining unit seniority for such assignments. Officers on extended leave due to illness or injury shall be required to submit documentation from a medical doctor denoting a specific return to work date within the applicable shift period or shall be excluded from the bid process for such shift period. Page 50 The Police Chief may reassign any officer when such reassignment is in the best interest of the Police Department. Section 4. An employee shall lose his/her status as an employee and his/her seniority if he/she: (a) resigns or quits; (b) is discharged or terminated (unless reversed through the grievance or arbitration process); (c) retires; (d) does not return to work from layoff within thirty (30) calendar days after being notified to return by certified mail addressed to his/her last address filed with the Human Resources Department except as provided in Section 6 of this Article; (e) has been on layoff for a period of two (2) years; (f) is absent from work, including the failure to return from leave of absence, vacation or disciplinary action, for three (3) consecutive working days without notifying the Department, except where the failure to notify and work is due to circumstances verified as being beyond the control of the employee and which are acceptable to the City. Section 5. If an employee who has already completed his/her initial probationary period in a satisfactory manner is transferred, demoted, or promoted within the City to a position not included in the bargaining unit covered by this Agreement and is thereafter transferred, demoted, or promoted again to a position in the same job classification as the job he/she previously held in the bargaining unit, he/she shall not be deemed to have accumulated bargaining unit seniority while working the position not within the bargaining unit. Section 6. Recall from layoff will be made by certified letter to the last address in the employee's record in the Human Resources Department. The employee must, within seven (7) days of the certified receipt date, notify in writing the Human Resources Director and the Police Chief of his/her intention of returning to work. Return to work must occur within thirty (30) days of the certified receipt date of the City's notice of recall, except as hereinafter provided. When offered recall, an employee who is temporarily unable to accept due to personal or medical reasons, after notifying the Department of his/her intention of returning, may in the sole discretion of the City be granted if necessary up to sixty (60) days leave of absence without pay but without loss of seniority rights to return to employment. The employee must request such leave of absence and provide the specific reasons therefore. Section 7. Employees who decline recall, or who in the absence of extenuating circumstances acceptable to the City fail to respond as directed within the time limit allowed, shall be presumed to have resigned and their name shall be removed from the re-employment list. Section 8. Employees who are recalled may be required to pass the City's standard physical examination for their particular job classification before returning to work. If unable to pass said examination, the employee shall not be permitted to return to work. Such employee shall be returned to the re-employment list until able to pass the examination or until expiration of the eligibility period of the list as provided above. Section 9. Employees who are required to have specific certifications (i.e., State of Florida certification as police officer) or to possess designated licenses (i.e., driver license) in order to perform Page 51 their jobs must present evidence of such certifications and licenses as a condition of their re-employment and failure to do so shall be cause for denial of their return to work. Page 52 ARTICLE 15 DURATION, MODIFICATION, AND TERMINATION This Agreement shall be effective as of the start of the payroll period that includes October 1, 20242021, and shall continue in full force and effect until the thirtieth day of September, 30 20272024. At least one hundred twenty (120) days At any time commencing January 1 of the year in which this Agreement terminates, but no later than 90 days prior to the termination of this Agreement, either party hereto shall notify the other, in writing, of its intention to modify, amend or terminate this Agreement. Failure to notify the other party of intention to modify, amend or terminate, as herein above set forth, will automatically extend the provisions and terms of this Agreement for a period of one (1) year, and each year thereafter absent notification. IN WITNESS WHEREOF, the parties hereto have hereunder set their hands and seals this day of , A.D., 2024. ATTEST: CITY OF CLEARWATER, FLORIDA By Rosemarie Call, City Clerk Jennifer Poirrier, City Manager Approved as to form and correctness: Countersigned: David Margolis, City Attorney Bruce Rector, Mayor FLORIDA STATE LODGE OF THE FRATERNAL ORDER OF POLICE Officers Bargaining Unit By _________________________________ Sergeant Ryan McMullen, President Clearwater Officers Bargaining Unit _________________________________ Mike Tucker, Staff Representative Florida State Lodge, Fraternal Order of Police Inc. WITNESSES: __________________________________ __________________________________ APPENDIX A i POLICE SERVICE TECHNICIAN PAY RANGE P-44 Step October, 2021 Hourly October, 2022 Hourly October, 2023 Hourly 1 $19.0949 $19.6677 $20.2577 2 $20.0496 $20.6511 $21.2706 3 $21.0521 $21.6836 $22.3341 4 $22.1047 $22.7679 $23.4509 5 $23.2099 $23.9062 $24.6234 6 $24.3703 $25.1014 $25.8545 7 $24.9797 $25.7291 $26.5009 8 $25.6042 $26.3723 $27.1634 9 $26.2444 $27.0317 $27.8427 10 $26.9003 $27.7073 $28.5385 11 $27.5728 $28.4000 $29.2520 12 $28.2622 $29.1100 $29.9833 POLICE SERVICE TECHNICIAN SUPERVISOR PAY RANGE P-50 Step October, 2021Hourly October, 2022 Hourly October, 2023 Hourly 1 $21.8944 $22.5512 $23.2278 2 $22.9892 $23.6789 $24.3892 3 $24.1386 $24.8627 $25.6086 4 $25.3454 $26.1058 $26.8890 5 $26.6127 $27.4111 $28.2334 6 $27.9434 $28.7817 $29.6451 7 $28.6419 $29.5012 $30.3862 8 $29.3580 $30.2387 $31.1459 9 $30.0920 $30.9947 $31.9246 10 $30.8443 $31.7696 $32.7227 11 $31.6153 $32.5638 $33.5407 12 $32.4058 $33.3779 $34.3793 ii Step October, 2021 Hourly October, 2022 Hourly October, 2023 Hourly 1 $27.7452 $28.5776 $29.4349 2 $29.1324 $30.0064 $30.9066 3 $30.5890 $31.5067 $32.4519 4 $32.1185 $33.0820 $34.0745 5 $33.7245 $34.7362 $35.7783 6 $35.4317 $36.4946 $37.5895 7 $36.3176 $37.4071 $38.5293 8 $37.2254 $38.3422 $39.4925 9 $38.1560 $39.3007 $40.4797 10 $39.1100 $40.2833 $41.4918 11 $40.0877 $41.2903 $42.5290 12 $41.0899 $42.3226 $43.5923 POLICE SERVICE TECHNICIAN PAY RANGE P-44 Step October, 2024 Hourly October, 2025 Hourly October, 2026 Hourly 1 $ 21.8783 $ 22.7535 $ 23.4361 2 $ 22.9722 $ 23.8911 $ 24.6079 3 $ 24.1208 $ 25.0857 $ 25.8382 4 $ 25.3269 $ 26.3400 $ 27.1302 5 $ 26.5932 $ 27.6570 $ 28.4867 6 $ 27.9229 $ 29.0398 $ 29.9110 7 $ 28.6210 $ 29.7658 $ 30.6588 8 $ 29.3365 $ 30.5099 $ 31.4252 9 $ 30.0699 $ 31.2727 $ 32.2109 10 $ 30.8216 $ 32.0545 $ 33.0162 11 $ 31.5922 $ 32.8559 $ 33.8416 12 $ 32.3820 $ 33.6773 $ 34.6876 POLICE OFFICER PAY RANGE P-56 ii POLICE SERVICE TECHNICIAN SUPERVISOR PAY RANGE P-50 Step October, 2024 Hourly October, 2025 Hourly October, 2026 Hourly 1 $ 25.0860 $ 26.0895 $ 26.8721 2 $ 26.3403 $ 27.3939 $ 28.2158 3 $ 27.6573 $ 28.7636 $ 29.6265 4 $ 29.0402 $ 30.2018 $ 31.1079 5 $ 30.4922 $ 31.7119 $ 32.6633 6 $ 32.0168 $ 33.2975 $ 34.2964 7 $ 32.8173 $ 34.1299 $ 35.1538 8 $ 33.6377 $ 34.9832 $ 36.0327 9 $ 34.4786 $ 35.8578 $ 36.9335 10 $ 35.3406 $ 36.7542 $ 37.8568 11 $ 36.2241 $ 37.6731 $ 38.8033 12 $ 37.1297 $ 38.6149 $ 39.7733 POLICE OFFICER PAY RANGE P-56 Step October, 2024 Hourly October, 2025 Hourly October, 2026 Hourly 1 $ 33.0731 $ 34.3960 $ 35.4279 2 $ 34.7267 $ 36.1158 $ 37.1993 3 $ 36.4631 $ 37.9216 $ 39.0592 4 $ 38.2862 $ 39.8177 $ 41.0122 5 $ 40.2005 $ 41.8086 $ 43.0628 6 $ 42.2106 $ 43.8990 $ 45.2160 7 $ 43.2658 $ 44.9965 $ 46.3463 8 $ 44.3475 $ 46.1214 $ 47.5050 9 $ 45.4562 $ 47.2744 $ 48.6926 10 $ 46.5926 $ 48.4563 $ 49.9099 11 $ 47.7574 $ 49.6677 $ 51.1577 12 $ 48.9513 $ 50.9096 $ 52.4366 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1525 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Approve the collective bargaining agreement as negotiated between the City of Clearwater and Fraternal Order of Police, Clearwater Supervisors Bargaining Unit for Fiscal years 2024/2025, 2025/2026, 2026/2027 and authorize the appropriate officials to execute same. (consent) SUMMARY: The current collective bargaining agreement between the City of Clearwater and FOP Clearwater Supervisors Bargaining Unit expired on September 30, 2024. The parties reached a tentative agreement for a new contract which was ratified by the membership on November 13, 2024. This three-year agreement will bring the FOP Supervisors to the 75th percentile in year one, which is a 15% increase for Sergeants and a 5% increase for Lieutenants. Year two provides a 4% general wage increase (GWI) for all classifications in the first pay period in October. It also provides a step pay increase of 4% and provides for all pay ranges to be adjusted by 4% in the second year.  In the third year of the agreement, it provides for a 3% general wage increase plus a step pay increase of 4% and a 3% pay range adjustment for all classifications.  A summary of all other changes is attached. APPROPRIATION CODE AND AMOUNT: A cumulative estimated value of this agreement over the three years is $1,525.984, including benefits.  The cost associated with the implementation of this agreement by fiscal year is anticipated to be approximately as follows: FY 2024/25                     $780,182 FY 2025/26                     $400,740 FY 2026/27                     $345,062 Funds are available in the FY 2024/25 budget to cover the first year of this agreement.  Future budgets will include the contract costs in the proposed budget. The Police Department is funded by General Fund revenues. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Superior Public Service 5.1 Attract and retain top-quality personnel through the maintenance of a competitive compensation program. Page 1 City of Clearwater Printed on 12/3/2024 FOP Supervisors Collective Bargaining Agreement 2024-2027 Overview of Changes General housekeeping of the document including dates/years have been updated throughout the document and some of the gender specific language was changed to gender neutral. Article 1, Recognition and General Provisions Added a pension reopener to be reopened no later than January 31, 2025, to discuss cost neutral options. Article 3, Rights of Parties Added language that the City shall request and obtain and independent medical evaluation for any disability pension claims and the City Attorney’s office will make a recommendation for a stipulated approval or evidentiary hearing. If stipulated approval is recommended, an agenda item will be brought forward to the Pension Trustees. If an evidentiary hearing is recommended, the hearing shall be conducted by State of Florida Division of Administrative Hearings. Article 6, Grievance Procedure Specified that the list from the Federal Mediation and Conciliations Service will need to be requested within ten working days of the notice of intent to arbitrate. Added language for grievance arbitrations that each party shall have the right to unilaterally reject one list of arbitrators from Federal Medication and Conciliation Service and extended the time frame of the arbitration hearing to sixty days. Article 7, Personnel Practices Deleted language that the contract may be reopened to negotiate monetary incentives for physical fitness. Updated language that outside employment of bargaining unit members shall be subject to the provisions in the City’s Human Resources Policy Manual instead of the Civil Service Rules & Regulations. Deleted language to reopen this Article for the purpose of negotiating mandatory subjects of bargaining related to extra-duty employment. Updated language that employees who wish to not participate in direct deposit will receive a pay card instead of a physical paycheck. Article 8, Leaves of Absence Increased vacation leave cap from 320 hours to 342 hours. Updated language payment of unused sick leave is limited to only disability if the separation is involuntary on the part of the employee. Updated the funeral leave language to include aunt, uncle, nephew, and niece as part of the extended family. Included Space Force in list of armed forces. Added that the City will provide one week of paid parental leave to eligible bargaining unit members in conjunction with FMLA use for the birth of a child, adoption, or foster care. Article 9, Wages and Compensation Added that bargaining unit members will be paid in accordance with the new annual rate for the first year of the contract. Bargaining unit members will receive a 4% GWI in year two and 3% GWI in year three and eligible bargaining members will receive a step each year of the contract in conjunction with the GWI. Added that bargaining unit members who are assigned to Crimes Against Children & Family and Homicide Unit will receive an addition 5% for a total of 10% above the employee’s current base rate. Added language that a bargaining unit member who is not on-duty during a follow-up doctor or therapy visit shall be granted up to two hours of flex time during their scheduled shift to attend the doctor or therapy visit. Updated tuition reimbursement amount from $1,700 to $2,000 and from $2,000 to $2,200 for Master’s Degree level programs. Added a Safe Driving Incentive program where employees who are regularly assigned to drive a City vehicle and are not involved in a preventable accident during a fiscal year will receive $100. Article 11, Performance and Discipline Added language that a bargaining unit member who has been arrested for any crime involving domestic violence, a DUI, or any felony charge and formally charged may be placed on administrative leave without pay pending the conclusion of the administrative investigation at the discretion of the Police Chief. This does not apply to any bargaining unit members who are arrested due to allegations of excessive force while acting on-duty and being paid by the City. AGREEMENT between CITY OF CLEARWATER, FLORIDA and FLORIDA STATE LODGE FRATERNAL ORDER OF POLICE SUPERVISORS BARGAINING UNIT 2024-20252021-2022 2025-20262022-2023 2026-20272023-2024 TABLE OF CONTENTS Preamble ......................................................................................... 1 Article 1 Recognition and General Provisions .............................................. 1 Recognition ..................................................................................................... 1 Contract Constitutes Entire Agreement ..................................................... 1 Severability and Waiver ................................................................................. 2 Existing Rules ................................................................................................. 2 Pension Reopener .......................................................................................... 2 Article 2 Representatives of Parties .............................................................. 2 Article 3 Rights of Parties ............................................................................. 3 Officers Bill of Rights ................................................................................... 3 City’s Management Rights ............................................................................ 4 Union Rights .................................................................................................. 5 Disability Retirement Process ...................................................................... 7 Article 4 No Strike ....................................................................................... 97 Article 5 Labor/Management Cooperation ................................................ 98 Article 6 Grievance Procedure .................................................................... 98 Definition ...................................................................................................... 98 Steps ............................................................................................................ 109 Arbitration ................................................................................................ 1211 Article 7 Personnel Practices ................................................................... 1312 Police Sergeant and Lieutenant Duties ................................................. 1312 Special Duty Call Out .............................................................................. 1312 Probation .................................................................................................. 1312 Promotional Procedures ......................................................................... 1413 Certification and Appointment .............................................................. 1413 Removal of Names from Eligibility List ............................................... 1413 Productivity .............................................................................................. 1514 Training ..................................................................................................... 1514 Light Duty Assignment ........................................................................... 1614 Personnel Records ................................................................................... 1615 Residency Requirements ......................................................................... 1615 Tobacco Product Usage .......................................................................... 1615 Seat Belt and Safety Equipment Use ..................................................... 1716 Physical Examinations, Inoculations, and Fitness .............................. 1716 Outside Employment .............................................................................. 1817 Funeral Detail ........................................................................................... 1817 Take-Home Vehicles ............................................................................... 1817 Legal Protection ........................................................................................... 18 Copies of Municipal Code ...................................................................... 1918 Paycheck Issuance ................................................................................... 1918 Subcontracting ......................................................................................... 1918 Article 8 Leaves of Absence ........................................................................ 19 Designated Holidays .................................................................................... 19 Floating Holidays ......................................................................................... 19 Vacations ....................................................................................................... 20 Sick/Injury Leave .................................................................................... 2221 Bonus Leave Days ................................................................................... 2423 Leave Pool .................................................................................................... 24 Funeral Leave ........................................................................................... 2625 Military Leave ............................................................................................... 26 Time Off ....................................................................................................... 28 Leave Without Pay ...................................................................................... 29 Parental Leave ............................................................................................. 30 Article 9 Wages & Compensation ............................................................ 3130 Wages ........................................................................................................ 3130 Work Week and Overtime ..................................................................... 3231 Compensatory Time Allowance ............................................................ 3332 Shift Differential ...................................................................................... 3332 Standby Pay .............................................................................................. 3433 Recall Pay .................................................................................................. 3433 Acting Pay ................................................................................................. 3534 Job Assignment Pay ................................................................................ 3534 Canine Assignment .................................................................................. 3534 Court and Standby Time ......................................................................... 3635 Line-of-Duty Injury Pay ......................................................................... 3736 Uniforms and Plain-Clothes Allowance ............................................... 3837 Tuition Refund Program ........................................................................ 3938 Article 10 Insurance .................................................................................. 3938 Article 11 Performance & Discipline ........................................................ 4039 Article 12 Drug & Alcohol Policy .............................................................. 4140 Article 13 Retirement ................................................................................. 4241 Article 14 Seniority, Layoff, and Recall ..................................................... 4341 Article 15 Duration, Modification, & Termination .................................. 4543 Appendix A Pay Schedules ..................................................................................i Page 1 PREAMBLE This Agreement is entered into between the City of Clearwater, Florida, hereinafter referred to as the "City" and the Florida State Lodge of the Fraternal Order of Police, Clearwater Supervisors bargaining unit, hereinafter referred to as the "Union." It is the intent and purpose of this Agreement to assure sound and mutually beneficial working and economic relationships between the parties hereto, to provide an orderly and peaceful means of resolving any misunderstandings or differences which may arise, and to set forth herein the full agreements between the parties concerning rates of pay, wages, hours of employment, and other terms and conditions of employment. It is understood that the City is engaged in furnishing essential public services which vitally affect the health, safety, comfort and general well being of the public and both parties hereto recognize the need for continuous and reliable service to the public. There shall be no individual arrangement contrary to the terms herein provided. ARTICLE 1 RECOGNITION AND GENERAL PROVISIONS Section 1. Recognition The City hereby recognizes the Union as the exclusive bargaining representative as defined in Chapter 447, Florida Statutes, as amended, for all employees employed in the unit defined by the Public Employee Relations Commission in its certification No. 816, dated October 20, 1988, which certification is limited to Police Sergeants and Police Lieutenants. Section 2. Contract Constitutes Entire Agreement The parties acknowledge and agree that during the negotiations which resulted in this Agreement, each had the unlimited right and opportunity to make demands and proposals with respect to any subject or matter included by law within the area of collective bargaining and that all the understandings and agreements arrived at by the parties after the exercise of that right and opportunity are set forth in this Agreement. Therefore, the City and the Union, for the life of this Agreement, each voluntarily and unqualifiedly waives the right to require further collective bargaining, and each agrees that the other shall not be obligated to bargain collectively with respect to any matter or subject not specifically referred to or covered by this Agreement, whether or not such matters have been discussed, even though such subjects or matters may not have been within the knowledge or contemplation of either or both parties at the time they negotiated or signed this Agreement. This Agreement contains the entire contract, understanding, undertaking and agreement of collective bargaining for and during its term, except as may be otherwise specifically provided herein. However, the parties agree that the City Employees Pension Plan may be separately negotiated at any time upon the mutual agreement of both parties. This Agreement may be amended at any time by the mutual consent of the parties, but no such attempted amendment shall be of any force or effect until placed in writing and executed by each party hereof. The parties agree to bargain proposed changes in the City’s Pension Plan at the same time that bargaining occurs for this agreement and successor agreements. Page 2 Section 3. Severability and Waiver Each and every clause of this Agreement shall be deemed separable from each and every other clause of this Agreement. In the event that any clause or clauses shall be finally determined to be in violation of any law, such clause or clauses only shall be deemed of no force and effect and unenforceable without impairing the validity and enforceability of the rest of the contract including any and all provisions in the remainder of any clause, sentence or paragraph in which the offending language may appear. The exercise or the non-exercise of the rights covered by this Agreement by the City or its employees or agents or the Union shall not be deemed to waive any such rights or the right to exercise them in the future. Section 4. Existing Rules Any Police Department rule, regulation, policy or procedure in existence at the time of adoption of this Agreement which is in conflict with any provision of this Agreement shall be resolved by modification of such rule, regulation, policy or procedure to be compatible with this Agreement. Employees shall be required to observe and comply with Department regulations governing their employment as set forth in any Departmental procedures and such special and general orders and written communications now existing or which may hereafter be established which are not in conflict with this Agreement. No disciplinary action shall be taken for violation of a newly established or amended and posted rule or regulation until at least forty-eight (48) hours after initial posting. The President of the Clearwater Supervisors Bargaining Unit shall be forwarded a copy of any written departmental memorandum, rule, regulation, general or special order, or policy intended for publication at least 10 days prior to the effective date such document is intended to establish a standard of conduct or performance for members of the bargaining unit. Section 5. Pension Reopener The parties agree that this Agreement may be reopened for the purpose of discussing proposed changes to the City’s Pension Plan. Either party must notify the other party of its intention to reopen no later than January 31, 2025. The reopener shall be limited to discussing cost neutral changes to the City’s Pension Plan. Cost neutral shall mean only those changes which will not increase the City’s cost of funding the City’s Pension Plan. ARTICLE 2 REPRESENTATIVES OF PARTIES Section 1. The City agrees that during the term of this Agreement it will deal only with the authorized representatives of the Union in all matters requiring mutual consent or other official action called for by this Agreement. The Union agrees to notify the City of the name of such authorized representatives as of the execution of the Agreement and each replacement therefore during the term of the Agreement. Authorized representatives shall be defined as the elected Officers of the Union including those appointed as stewards in accordance with this Agreement, provided that notification has been provided in writing to the Office of the Police Chief and to the City Manager or his/her Page 3 designee at least twenty-four (24) hours in advance. Until such notice is received, the City is under no obligation to recognize an individual as an authorized representative of the Union. Section 2. The Union agrees that during the term of this Agreement the Union and the employees covered hereunder shall deal only with the City Manager or his/her representative in matters requiring mutual consent or other official action and specifically the Union agrees that neither the Union nor the employees covered hereunder shall seek to involve the Mayor-Commissioner or Commissioners in the administration of the Agreement, or otherwise in the operation of the City's Police Department, provided that nothing contained herein shall restrict an employee's right to present non-employment related matters to such elected officials. All matters relating to grievances shall be processed only through the grievance procedure chain of command. ARTICLE 3 RIGHTS OF PARTIES Section 1. Any right or working condition enjoyed by employees covered by this Agreement as the result of specific action taken by the City Manager or Police Chief shall not be changed in an arbitrary or capricious manner. Section 2. Police Officers' Bill of Rights It is understood and agreed that all unit members shall enjoy those protections afforded under Sections 112.531, 112.532, 112.533 and 112.534, Florida Statutes, commonly known as the Law Enforcement Officer's Bill of Rights. Section 3. The City agrees to continue its policy of not discriminating against any employee for any reason prohibited by applicable state or federal law. Any claim of discrimination by any employee against the City, its officers or representatives shall not be grievable or arbitrable under the provisions of the Grievance Article of this Agreement, but shall be subject to the matter of review prescribed by law or by rules and regulations of appropriate state or federal agencies having the force and effect of law. Section 4. The Union and its representatives agree to support federal and state laws and regulations thereunder which have the effect of law and to abide by them, and further to encourage all bargaining unit members to comply with such laws and regulations at all times. From time to time, as the City issues policy statements or develops specific training programs concerning areas of prohibited discrimination under federal laws and regulations, the City may submit such policies and/or programs to the Union for their review and consideration for endorsement. If the Union determines not to endorse the policy and/or program, it shall advise the City of its reservations which have precluded it from endorsement. Section 5. The Union and the City shall not interfere with the right of employees covered by this Agreement to become or to refrain from becoming members of the Union, and the Union and the City shall not discriminate against any such employee because of membership or non-membership in any employee organization. The Union acknowledges that it is the sole representative of bargaining unit employees. However, the Union has no obligation to prosecute grievances under this Agreement for non-members. Page 4 Section 6. City’s Management Rights A. The City reserves, retains, and is vested with, solely and exclusively, all rights of management which have not been expressly abridged by specific provisions of this Agreement. The sole and exclusive rights of management include, but are not limited to, the following: (a) to manage the City generally and to determine the issues of policy; (b) to determine the existence or nonexistence of facts which are the basis of management decisions; (c) to determine the necessity or organization of any service or activity conducted by the City and to expand or diminish services; (d) to determine the nature, manner, means, and technology, and extent of services to be provided to the public; (e) to determine methods of financing and budgeting; (f) to determine the types of equipment and technology to be used; (g) to determine and/or change the facilities, methods, technology, means and size of the work force by which the City operations are to be conducted; (h) to determine and change the number of locations, relocations, and types of operations, processes, and materials to be used in carrying out all City functions including, but not limited to, the right to contract for or subcontract any work or operation of the City; (i) to assign work to and schedule employees in accordance with requirements as determined by the City, and to establish and change work schedules and assignments; (j) to relieve employees from duties for lack of work, lack of funds or any other non-disciplinary reasons; (k) to establish and modify productivity and performance programs and standards; (l) to discharge, suspend, demote, or otherwise discipline employees for just cause; (m) to determine job classifications and to create, modify or discontinue jobs; (n) to hire, transfer, promote, and demote employees; (o) to determine policies, procedures, and standards for selection, training and promotion of employees; (p) to establish employee performance standards including, but not limited to, quality and quantity standards and to require compliance therewith; Page 5 (q) to maintain order and efficiency in its facilities and operations; (r) to establish and promulgate and/or modify rules and regulations and standard operating procedures including, but not limited to, Civil Service rules; (s) to take any and all necessary action to carry out the mission of the City and the Police Department in emergencies. B. If in the sole discretion of the City Manager or the Mayor it is determined that civil emergency conditions exist or may exist including, but not limited to, riots, civil disorders, hurricane conditions, strikes, or similar catastrophes or disorders, this Agreement may be suspended by the City Manager or the Mayor during the time of the declared emergency, provided that wage rates and other direct monetary payments shall not be suspended. Section 7. Union Rights A. Union Dues and Checkoff -- During the term of this Agreement, and except as provided below, the City agrees to deduct the basic and uniform membership dues owed by the employee to the Union on a biweekly basis, provided that prior to any such deduction the Union has provided the City with a signed statement from each said employee for whom dues are to be made that such deduction is authorized, and provided further that such authorization is in a form satisfactory to the City. Any authorization for dues deduction may be canceled or amended by the employee upon thirty (30) days written notice to the City and the Union and shall be discontinued in the event the employee is terminated or is transferred, promoted or otherwise moved out of the bargaining unit. The City will not deduct any Union fines, penalties or special assessments from the pay of any employee. In the event that an employee's salary earnings within any pay period, after deductions for withholding, pension or social security, health and/or hospitalization insurance, or other standard or legally required deductions, are not sufficient to cover the basic and uniform membership dues, it will be the responsibility of the Union to collect its dues for that pay period from the employee. B. Indemnification -- The Union shall indemnify, defend and hold the City, its officers, officials, agents and employees harmless against any claim, demand, suit or liability (monetary or otherwise) and for all legal costs arising from any action taken or not taken by the City, its officials, agents and employees in complying with this Agreement. The Union shall promptly refund to the City any funds received in accordance with this Agreement which are in excess of the amount of basic and uniform membership dues which the City has agreed to deduct. C. Stewards -- The stewards of the Union shall consist of the elected officers of the Union, subject to a limit of four persons and four alternates. If the Union has more than four officers, it shall designate the four who will serve as stewards. The Union will submit a list of the four elected officers who will serve as stewards and the four alternates to the Police Chief and to the City Manager or his/her designee. Page 6 Any steward who feels unqualified to represent a member on any matter will be permitted to contact the Union president who shall designate a representative to serve the member. A steward shall not investigate or otherwise handle grievances during working hours without the specific, expressed consent of the Division Commander. A steward shall not investigate his/her own grievance or otherwise represent himself/herself. D. Union Time -- The Union shall be allowed up to 300 hours of time off without loss of pay per year for the purpose of attending official F.O.P. or bargaining unit functions, meetings or conferences. Union time off with pay shall be granted by the City for the purposes of grievance representation, labor management meetings, contract negotiations, and participation as a member or attendee of any City committee whereby the Union member appears at the behest of and in the interest of the City. Union time off with pay shall be provided for up to five Union representatives (excluding a note taker) for contract negotiations. Requests for use of this Union time shall be made in advance in writing by an elected officer of the Clearwater Supervisors Bargaining Unit or Union Steward as described above to the immediate supervisor of the bargaining unit member who will be utilizing the requested union time. The Police Chief or his/her designee will grant such time off without loss of pay provided that, in his/her sole and unlimited discretion, the efficiency of operation of the Department will not be interfered with or impaired. Any portion of the Union time not used in an annual period, which shall be defined as a contract year beginning with ratification, shall be forfeited and shall not be carried forward into the next annual period. Bargaining unit members utilizing Union time under the provisions of this Section shall not be eligible during the time of utilization for Worker's Compensation benefits in case of injury. In any event, absence from duty for Union business shall not be approved when such requires a Union member to be off duty for periods in excess of two (2) consecutive work shifts. Extension of any consecutive time off for Union members over and above two (2) consecutive shifts may be granted solely at the discretion of the Police Chief. Joint related business between the City and the Union shall not be subject to deduction from Union time under this Section when an employee is directed by the City to attend. However, the Union acknowledges that such time needed for arbitration hearings will be chargeable to the account. E. Union Notification Media -- The City agrees to provide space (not less than 24 inches by 24 inches) on bulletin boards, utilization of e-mail, or other appropriate means of distributing notices of meetings and other official Union information. The Police Chief or his/her designee shall first review and approve or not approve any such posting or transmission of F.O.P. official information for distribution in any City facility. No other City bulletin board, e-mail, or other distribution methods may be used by the Union or any member of the bargaining unit for any purpose not approved by the Police Chief. Such approval shall not be unreasonably withheld. The Union is expressly prohibited from posting any information relating to political candidates or political office. F. Rules and Regulations and Memorandums -- The designated representative of the Union shall have a copy distributed to his/her mail box of any written departmental memorandum, rule, regulation, order or policy, intended for publication to all members of the bargaining unit, which is intended to establish a standard of conduct for members of the bargaining unit. Page 7 The designated representative of the Union shall be forwarded a copy of the agenda from the City Clerk's office of any regular City Commission meeting in the same manner that the Police Chief is forwarded a copy. G. Copying of Agreement -- In accordance with the City’s Greenprint Sustainability Plan, the City and the Union each agree that this Agreement shall be posted by the City on the City’s Launchpad and Website. H. Use of Copying Equipment -- The City agrees to allow the Union's officers to use the departmental copying equipment while off duty under the following conditions: (a) The Chief or his/her designee shall approve the copying of any matter which shall be limited to departmental records which the Chief will not allow the Union to remove from the Department and copy using its own equipment. (b) The Union will be charged and will remit such rate as may hereafter be established by the City in accordance with City Policy. (c) Department business will of course take priority and the Union will only be allowed to make copies when the Department is not otherwise using the copier. I. The Union shall designate a Civil Service Liaison Officer who may, on request, be relieved from duty with no loss of pay for the purpose of attending Civil Service Board Meetings, unless the efficiency of operation of the Department will be interfered with or impaired in the sole and unlimited discretion of the Police Chief or his/her designee. In addition, two Union officers may, on request and at the discretion of the Chief or his/her designee, be relieved from duty with no loss of pay for the purpose of attending official Union meetings, unless the efficiency of operation of the Department will be interfered with or impaired. J. The President of the Clearwater Supervisors Bargaining Unit or his/her designee shall be forwarded a copy of the agenda in advance of every regular City Commission meeting. Section 8. Disability Retirement Process Upon receipt of a complete application for a disability pension, which includes the most recent medical conclusions known to the applicant at the time of submittal, the City shall request and obtain an independent medical evaluation (“IME”). If disabilities are claimed that involve multiple specialties, one IME per specialty shall be selected. Any costs directly or indirectly relating to IME’s shall be paid by the pension plan. After receiving the completed IME report(s), the application and any other records the City deems relevant to the application, the City Attorney’s Office shall either review or arrange for outside legal counsel to review, on behalf of the City, the merits of the application. The City Attorney’s Office, or legal counsel hired by the City Attorney’s Office for this purpose, shall recommend to the City Manager either a stipulated approval or an evidentiary hearing. The City Manager shall take the recommendation under advisement and consider any other factors he/she deems relevant to the application and determine on behalf of the City whether to enter a stipulated approval, or whether to schedule an evidentiary hearing. Page 8 If the City Manager enters into a stipulated approval, an agenda item shall be brought before the Pension Trustees confirming the stipulation. The role of the Pension Trustees in said approval shall be ministerial in nature. Upon approval by the Pension Trustees, the City shall finalize and distribute the disability pension benefits to which the applicant is entitled. If the City Manager opts for an evidentiary hearing, the hearing shall be conducted by the State of Florida Division of Administrative Hearings (“DOAH”). The Pension Trustees will enter into a contract with DOAH for this purpose. It shall be the duty of the hearing officer to review the application for a disability retirement, determine whether the claim meets the criteria for awarding a disability pension benefit, and issue a recommended order. During the formal hearing, the applicant and City shall have the right to be heard, to be represented by a person of their choice, and to present evidentiary facts. Each party shall pay its own expense for its representative, counsel, and witnesses. At the formal hearing, the technical rules of evidence shall not apply. The hearing officer shall have the power to administer oaths, issue subpoenas, compel the production of books, papers and other documents and receive evidence. The hearing officer shall utilize a procedure similar to that set forth in F.S. §§ 120.569 and 120.57. The hearing officer shall have no authority to award attorney’s fees to the prevailing party. All recommended orders prepared by the hearing officer shall conform with the requirements for such orders as set forth in F.S. §§ 120.569 and 120.57. The hearing officer shall then transmit the recommended order composed of findings of fact, conclusions of law, and disposition to the Pension Trustees. The Pension Trustees may adopt the recommended order as the final order. The Pension Trustees in its final order may reject or modify the conclusions of law over which it has substantive jurisdiction and interpretation of administrative rules over which it has substantive jurisdiction. When rejecting or modifying such conclusion of law or interpretation of administrative rule, the Pension Trustees must state with particularity its reasons for rejecting or modifying such conclusion of law or interpretation of administrative rule and must make a finding that its substituted conclusion of law or interpretation of administrative rule is as or more reasonable than that which was rejected or modified. Rejection or modification of conclusions of law may not form the basis for rejection or modification of findings of fact. The Pension Trustees may not reject or modify the findings of fact unless the Pension Trustees first determines from a review of the entire record, and states with particularity in the order, that the findings of fact were not based upon competent substantial evidence or that the proceedings on which the findings were based did not comply with essential requirements of law. The Pension Trustees may accept the recommendation in the recommended order but may not reduce or increase it without a review of the complete record and without stating with particularity its reasons therefore in the order, by citing to the record in justifying the action. Any party adversely affected shall have the right to have the administrative proceeding reviewed by filing a petition for certiorari with the circuit court of Pinellas County as provided by Rule 9.100 of the Florida Rules of Appellate Procedure. Page 9 ARTICLE 4 NO STRIKE Section 1. The Union agrees that during the term of this Agreement it shall not authorize, instigate, condone, excuse, ratify, support or acquiesce in any strike, slowdown, work stoppage or any other act of like or similar nature likely to interfere with the efficient operation of the City's affairs engaged in or supported by members of the Union and/or employees represented by the Union or other agencies or representatives of the Union or its affiliates. Section 2. Should the Union or its member employees covered hereunder within the City's Police Department breach this Article, then the City may proceed to the appropriate court and, without notice, obtain a temporary restraining order against such breach. Section 3. Should any member of the bargaining unit be found guilty of striking as defined in Chapter 447, Florida Statutes, the employee shall be subject to dismissal, and it is expressly agreed that such violation constitutes just cause for dismissal. ARTICLE 5 LABOR-MANAGEMENT COOPERATION The City and Union support the concept of Labor-Management cooperation to address employee concerns that are not specifically provided for by contract provisions. Labor-Management cooperative efforts shall not be intended to bypass established grievance procedures or the right of collective bargaining. Labor-Management cooperation shall be utilized for the purpose of discussion and input from both parties on matters that may be mutually resolved and are not subject to collective bargaining, grievance, or litigation processes. ARTICLE 6 GRIEVANCE PROCEDURE It is the intent of this Article to provide a means for the fair, expeditious, and orderly settlement of disputes that arise under this Agreement between the Union and/or a bargaining unit member and the City. All employees and supervisory personnel should make every effort to settle differences at the lowest possible step outlined in this Article. Section 1. A grievance shall be defined as a timely complaint by an employee within the bargaining unit regarding the interpretation or application of specific provisions of this Agreement. The grieving individual must state in writing the remedy sought to resolve the grievance. Section 2. All grievances filed shall refer to the specific Article and Section of this Agreement upon which the grievance is based and shall contain a concise statement of the facts alleged to support the grievance. Any grievance relating to disciplinary action shall be signed by the employee initiating the grievance. A grievance relating to an alleged contract violation other than disciplinary action may be filed by, and signed by, the Union on behalf of an employee(s) but must specify the affected employee(s) by name. All information must be furnished. No grievance may be amended from the original written grievance filed at the initial step of the grievance procedure. The Union agrees to deliver copies of the initial grievance and of each successive written step of processing for the grievance to the City Manager or his/her designee within forty-eight (48) hours of its submission to the appropriate official within the Police Department. Page 10 Grievances shall be processed in accordance with the following procedure and shall be determined by application of the terms of this Agreement. Where the term "working days" is used in this Article, it shall refer to Monday through Friday. Saturdays, Sundays, and days designated as holidays for managerial employees of the Police Department or the City Manager's office are excluded from the term "working days." The time limits for filing the grievances and processing subsequent steps in the grievance process shall be strictly construed, but may be extended by mutual agreement evidenced in writing and signed by a duly authorized representative of the City and the grieving party. Failure of the grievant to comply with any of the time limits set forth hereunder shall constitute waiver and bar further processing of the grievance. Failure of the City to comply with the time limits set forth hereunder shall automatically move the grievance to the next level in the grievance process. Probationary employees shall not have access to the grievance procedure for failure to satisfactorily complete the probationary period, but will be allowed to grieve other forms of discipline for which they are charged for specific infractions or violations of City or departmental rules, regulations, orders or other documents regulating conduct. The right of management to demote a probationary employee for failing to meet standards is absolute and no specific reason shall be given. Section 3. On behalf of employees covered by this Agreement, the Union hereby waives any right of these employees to resort to the Civil Service Board concerning any matter that is defined in this Agreement. This shall specifically include grievances relating to suspensions, demotions and dismissals. Section 4. Formal Processing of Grievances Initiated By Employee The aggrieved employee may request that a Union representative be present at any time during the grievance procedure. STEP 1 An aggrieved employee (Police Sergeant or Police Lieutenant) shall present his/her grievance in writing to the Police Major in his/her respective Division, or to the Deputy Police Chief if the employee is not assigned to a specific Division, within ten (10) working days after the employee has knowledge or constructive knowledge of the occurrence of the action giving rise to the grievance. The written grievance at this step, and at all steps thereafter, shall contain the following information: 1. A statement of the grievance including date of occurrence, details, and the facts upon which the grievance is based. 2. The Article and Section of thisthe Labor Agreement alleged to have been violated. 3. The action, remedy, or solution requested by the employee. 4. Signature of aggrieved employee and Union representative. 5. Reason for rejection of management's answer, if appealed (Steps 2 and 3 only). 6. Date submitted. Page 11 Grievances submitted at this step shall be reviewed and returned to the grievant if the form does not contain the above information. The grievant shall be notified of the insufficiency and afforded an opportunity to correct and resubmit the grievance within two (2) working days of its being returned to him/her. As used in this Article, the term "employee" shall also mean a group of employees having the same grievance. In such event, one aggrieved employee shall be designated by the group of employees to be responsible for processing the grievance. The Police Major or Deputy Police Chief receiving the initial grievance shall review the grievance and meet with the employee and a Union representative if one is requested and shall submit a response in writing to the aggrieved employee within ten (10) working days from the date the grievance was presented to him/her. The written response at this step and all steps thereafter shall contain the following information: 1. An affirmation or denial of the facts upon which the grievance is based. 2. An analysis of the alleged violation of the Agreement. 3. The remedy or solution, if any, to be made. 4. Signature of the appropriate management representative. Where the Police Major or Deputy Police Chief determines that he/she is unable to respond due to circumstances of the grievance which may require a decision at a higher level, he/she may respond by denying the grievance. STEP 2 If the grievance is not resolved at Step 1, the aggrieved employee may submit the grievance to the Police Chief within ten (10) working days from receipt of the response in Step 1. Such submission of the grievance at Step 2 shall be in writing. The Police Chief or designee shall obtain necessary facts concerning the alleged grievance and shall, within seven (7) working days following receipt of the grievance at Step 2, meet with the aggrieved employee and a Union representative if one has been requested. The Police Chief or his/her designee shall notify the aggrieved employee of his/her decision in writing not later than seven (7) working days following the meeting day with the employee. STEP 3 If the grievance is not resolved at Step 2, the grievance and all responses thereto may be submitted to the City Manager or his/her designee within ten (10) working days of the time the response was provided in Step 2. At the request of the employee, the City Manager or his/her designee shall meet with the employee and a Union representative if one has been requested. The City shall determine who shall meet with the employee. Within ten (10) working days of the meeting with the employee, the City Manager or his/her designee will notify the aggrieved employee, in writing, of their his/her decision. If a grievance is not submitted to the City Manager or his/her designee, it shall be deemed to have been resolved at Step 2 or to have been dropped by the grievant. Section 5. Formal Processing of Grievance Initiated By City Where any provision of this Agreement involves responsibility on the part of the Union which, in the view of the City, is not properly being carried out, the City may present the issue to the Union as a grievance. If such grievance cannot be resolved by discussion between the City and the unit Page 12 representative on an informal basis, the grievance may be formally filed in writing by the City Manager or his/her designee by giving written notice to the authorized representative of the Union. Such notice shall indicate the provision of the Agreement which the City contends is not properly being carried out by the Union. If not resolved within ten (10) working days following receipt by the Union of the written grievance, the City may submit the grievance to arbitration under the provisions of Section 6 of this Article. Section 6. Grievance Arbitration In the event that a grievance is still unresolved after Step 3 in Section 4 above or as provided in Section 5 above, the matter may be submitted to final and binding arbitration as provided in this Section. A. Within ten (10) working days of the decision of the City Manager or his/her designee, the aggrieved party shall notify the City Manager or his/her designee of intent to arbitrate. Concurrently, Within ten (10) working days of the notice of intent to arbitrate, said party shall request from the Federal Mediation and Conciliation Service a list of seven (7) names of qualified arbitrators. Each party shall have the right to unilaterally reject one list of arbitrators received from FMCS. Thereafter, a list may only be rejected by mutual consent of the parties. Within ten (10) working days after the receipt of such a list, representatives of the parties shall meet and each party shall strike three (3) names. The party filing the grievance shall strike the first name, then the other party shall strike a name. The process shall be repeated and the remaining name shall be the arbitrator selected. The arbitrator shall be notified of theirhis/her selection. As promptly as can be arranged, but no later than sixty (60) calendarthirty (30) days from the selection of an arbitrator, the arbitration hearing shall be held. In the event that the arbitrator selected is not available within the sixty (60)thirty (30) day time frame, the parties shall immediately obtain a new list from the Federal Mediation and Conciliation Service and select another arbitrator using the same process as previously referenced. B. Each party shall pay its own expense for its representative, counsel and witnesses. The fees of the arbitrator, including the appearance fee of a court reporter and the cost of any transcript to be provided to the arbitrator, shall be shared equally by the parties. C. The decision of the arbitrator shall be final and binding upon both parties, except that either party may petition for review in the circuit court. The arbitrator shall have no power to amend, add to, or subtract from the terms of this Agreement in rendering his/her decision and such decision shall be limited to determination and interpretation of the explicit terms of this Agreement. If the City has denied the grievance on the basis that it was not timely filed and processed as required by this Article and if the arbitrator finds that the grievance was not timely filed or processed, then the arbitrator shall have no power to grant relief. No decision of the arbitrator shall create a basis for retroactive adjustment in any other case. D. Copies of the decision of the arbitrator made in accordance with the jurisdiction and authority of this Agreement shall be furnished to both parties within thirty (30) calendar days from the date of the hearing. E. The arbitrator shall arbitrate solely the issue presented. Page 13 F. Unless otherwise mutually agreed upon, the submission to the arbitrator shall be based solely on the originally written grievance submitted in the grievance process. Section 7. Grievances arising out of the discharge, demotion, or suspension of a bargaining unit employee shall be initiated at Step 3 of the grievance procedure. ARTICLE 7 PERSONNEL PRACTICES Section 1. Duties of Police Sergeants and Police Lieutenants A. The Union agrees that the duties of Police Sergeants and Police Lieutenants involve both the performance of general police duties and the supervision of designated police personnel. The City agrees that no Police Sergeant or Police Lieutenant shall be required to perform duties or functions not reasonably consistent with the job specifications and duties as set forth in their respective job descriptions or reasonably related to the performance of functions of the Police Department. B. The City agrees that Police Sergeants and Police Lieutenants shall not be required to change automobile tires except in emergencies; nor shall they be required to manually push disabled motor vehicles. However, they shall make appropriate efforts to remove such disabled motor vehicles where the elimination of blocked or congested traffic flow or related safety needs is such as to reflect that the disabled motor vehicles should be reasonably relocated from the scene. Section 2. Special Duty Call Out A. All employees who are covered by this Agreement shall receive notice of any special duty detail, not less than five (5) working days prior to that event. B. This Section shall not pertain to emergencies or to unplanned or unscheduled events. Such occurrences shall be conducted in accordance with established City policies and procedures. C. Employees assigned to the criminal investigation division, patrol special operations section, traffic section, canine team, or community problem response, and Liaison teams are subject to adjustments of their hours and /or days to meet the circumstances at hand. As much notice as possible will be given when adjustments are necessary, but it is understood that hours must be flexible. Efforts will be made to ensure that officers are not recalled within eight (8) hours of their last shift; if unavoidable, management will inquire as to the officer’s ability to perform their duties. Officers must advise management if they are unable to do so. Section 3. Probation An employee initially appointed or promoted to a class within the bargaining unit (Police Sergeant or Police Lieutenant) shall serve a probationary period of six (6) months of active service during which he/she shall have the opportunity to demonstrate to the satisfaction of the Police Chief his/her suitability for the job. In the event the employee is for any reason absent from duty for an accumulated period of eighty scheduled work hours or more, then all such time shall be added to and Page 14 thereby extend the probationary period. The employee shall attain regular status in the class at the completion of the six-month period, unless the Department has notified Human Resources with just cause for withholding such status. An employee, who during the probationary period does not demonstrate suitability for the class as determined by the Police Chief, shall be notified in writing and shall be demoted to his/her former classification. An employee serving a probationary period within the bargaining unit shall not be entitled to appeal his/her non-successful probationary period and/or return to his/her former position. Section 4. Promotional Procedures A. Eligibility -- All Police Sergeants who have completed the promotional probationary period successfully and who have served one year as a Sergeant following successful completion of the probationary period shall be eligible to compete in the promotional process held by the City for the classification of Police Lieutenant provided they have met the minimum qualification requirements established by the City. Effective September 30, 2024, those promoting into the classification of Police Lieutenant shall have graduated from an accredited four-year college or university with a Bachelor’s Degree. B. Evaluation Process -- The promotional process shall be competitive. It shall be based upon an evaluation of the education and training of the candidates and their experience in the Clearwater Police Department. C. Upon promotion, employees shall be placed into the step in the higher level classification that represents at least a 5% increase in base pay. Employees who at the time of promotion are receiving Job Assignment Pay in accordance with Article 9, Section 8 of this Agreement shall be entitled to have incorporated into their base pay, prior to the calculation of the promotional increase, the greater amount from paragraph A or paragraph B. Such employees shall be placed into the step in the higher level classification that represents at least a 5% increase above the combined rate of pay and shall thereafter be eligible to receive Job Assignment Pay and any other additional pays in accordance with the respective terms and conditions of this Agreement. Section 5. Certification and Appointment The Human Resources Department shall provide in alphabetical order a certified promotional list for the filling of a vacancy in a permanent position. The Police Chief shall provide each certified eligible with the opportunity to be interviewed for the designated vacancy, provided however that if a candidate has been interviewed within the past one hundred and twenty (120) days for the position of Police Lieutenant, such candidate shall not have to be interviewed. (All such candidates shall be treated uniformly as to being re-interviewed or not being re-interviewed.) Selection from the Eligible List shall be at the sole discretion of the Police Chief and shall not be grievable. Section 6. Removal of Names from Eligibility List Names of eligibles for Police Lieutenant shall be removed from the Eligible List by operation of any one of the following: Page 15 (a) Appointment through certification and selection from such list to fill a permanent position of Police Lieutenant. (b) Declination of appointment when appointment is offered by the Police Chief. (c) Separation from the City service of the eligible. (d) Removal from the employment area designated by the City when such residence was required as a condition of employment or previous promotion. (e) Determination by the City that the eligible willfully or knowingly gave false or wrong information, withheld information, or was evasive in responses relating to his/her employment background, training, education or character. (f) Written statement by the eligible indicating that he/she no longer wishes to remain on the Eligibility List. Section 7. Productivity The Union recognizes that productivity is of utmost concern to the City and is critical to the provision of services to the citizenry in an efficient and cost effective manner. The Union acknowledges, except as expressly limited by the provisions of this Agreement, that the City may introduce new methods, processes and equipment, implement new technology, and establish work measurement standards to determine performance levels; that it may develop flexible job assignments and shifts; that it may establish innovative programs to improve the provision of police and related public services or to reduce the cost of providing such services; and that it may take such other actions as it deems appropriate to improve productivity. Section 8. Training In addition to the training required by the State for certification or recertification, schools, training and career development courses as determined by the Department will be made available to all bargaining unit members. Officers who desire to attend will complete the departmental training request form and submit it to their supervisor. All time spent in training which has been duly authorized by the Department shall be compensated as hours worked unless all four of the following are met: (1) attendance at the training is voluntary and (2) the training occurs outside the employee’s regular work hours and (3) the employee performs no productive work and (4) the training is not directly related to the actual performance of the employee’s present assignment. Employees assigned to training must receive approval from their immediate supervisor prior to performing any additional work outside of the actual time spent in training while on the training assignment. All such work hours when duly authorized shall be paid in accordance with the provisions of the Federal Fair Labor Standards Act. All City sponsored mandated training will be compensated as day for day regardless of the shift the employee is assigned. Employees currently assigned an eight (8) hour shift will be compensated for the eight (8) hours worked for the training day. Employees currently assigned to a ten (10) hour shift will be compensated for the eight (8) hours worked for the training day and be allotted two (2) hours of administrative time. Employees currently assigned to a twelve (12) hour Page 16 shift will be compensated for the eight (8) hours worked for the training day and be allotted four (4) hours of administrative time. It is understood that the amount of administrative time allotted will be considered non-sweat hours worked. The Department will select officers for attendance based on the needs of the Department. Section 9. Light Duty Assignment A. In the event an employee in the bargaining unit is unable to work at full-time duty but is certified by a licensed physician to work light or limited duty, subject to the availability of light or limited duty the City may assign such employee to an appropriate work assignment within the City of Clearwater work force. However, assignments in any Department other than the Police Department shall occur only in the event there are no available positions within the Police Department which the officer would be capable of performing. Assignments outside the Police Department shall be limited to only those positions which the officer is capable of performing, or would be capable of performing with a reasonable amount of on-the-job training and effort, based on the officer's physical ability, suitability to the work to be performed, and skills required to perform the work. B. The City shall have the right to direct an employee to a licensed physician of its choice to determine if the employee is fit to work light or limited duty. C. Failure of the employee to work light or limited duty when assigned may be grounds for disciplinary action. Section 10. Personnel Records It shall be the right of any member of the bargaining unit at reasonable times to inspect his/her personnel file, and at his/her expense to make copies of such personnel file or portions thereof. When a personnel record of a member of the bargaining unit is furnished to any citizen pursuant to a request therefor, the City agrees to abide by current federal and state law and will not release any portion of the employee's file which is not required to be released by law. The employee shall be notified as soon as possible whenever his/her Internal Affairs, Police Department, or Human Resources Department file is accessed by someone other than the employee. If the employee is absent from duty, his/her immediate supervisor shall be notified and shall attempt to contact the employee, and if unsuccessful shall inform the employee upon his/her return to work. Section 11. Residency Requirement Except as provided by Department General Orders, any existing employees who move to a different residence and all new hires as a condition of employment shall establish and maintain their bona fide, permanent residence within the following geographical boundaries: Pasco County, Pinellas County, and Hillsborough County from the western boundary eastward to Interstate 75 only. When response times are an operational factor in special duty assignments, the Police Chief or designee may consider residency location in selecting personnel to such special duty assignments. Employees may request special permission from the Police Chief to reside outside the specified areas. Violation of this provision may be grounds for discipline. Page 17 Section 12. Tobacco Product Usage Employees in the bargaining unit hired on or after December 15, 1986, are prohibited from smoking or chewing any form of tobacco product both on and off the job during their employment with the City. In addition to the above, effective October 1, 2009 all bargaining unit members will comply with the City’s Tobacco Product Usage Policy. Section 13. Seat Belt and Safety Equipment Use All employees are required to wear seat belts when driving or riding as a passenger in any City vehicle or in a personal vehicle while on city business, except in cases of operational necessity or when a city vehicle does not have available seat belts. Whenever the employee is furnished with City safety gear, he / she shall wear it whenever he / she is required to wear safety gear on duty. All Police Supervisors will be issued body armor (bullet resistant vest). All Police Supervisors shall wear the body armor at all times while in any police uniform with the exception of the Honor Guard uniform and those engaging in training where body armor is not a requirement of the training. All other Police Supervisors will have the body armor readily available while on duty. No employee will be placed on patrol duties or hazardous assignments (e.g. search warrants, SWAT operations, ERT operations, etc.) until body armor has been issued. Section 14. Physical Examinations, Inoculations, and Fitness The City and Union agree that the physical fitness of police officers is of importance to insure the public of quality police service. The City will provide free and mandatory annual physical examinations. The physical examination will be performed by Life Scan Wellness Center for each employee (to include an optional mammogram for females). The cost of the Life Scan Wellness examination will be paid by the City. The employee may submit proof of satisfactory completion from the Life Scan Wellness examination. All employees whose physical fitness or medical status is deemed deficient in some manner as a result of the physical examination shall be counseled by the Department and shall be encouraged to undertake a fitness rehabilitation program in an effort to improve their physical fitness and health. A. In the event that the Department determines that an officer requires an inoculation or immunization, then the same immunization or inoculation will be made available to the members of the employee’s household. B. Physicals will be administered no less than ten (10) months and no more than eighteen (18) months apart. C. The Department will attempt to schedule physicals while the employee is on duty. Any annual physical fitness exam will also be administered during the employee’s on-duty time. Work schedules of affected employees may be subject to change in order to accomplish this objective but only if the examinations cannot be scheduled during normal work hours. Employees may also be permitted with the approval of their supervisor to flex time within the same work week for time spent taking the physical. It is the employee’s responsibility to ensure that they physical is completed, and no employee shall be paid for time spent taking a physical unless that time falls Page 18 within his/her assigned shift or other work hours that the employee has been permitted to flex. The employee will be permitted to flex the actual time required to complete the physical. The City shall provide free access for all bargaining unit members, and family members who are currently enrolled on the City’s health insurance plans, to any City recreational facility. Additional fees for programs conducted at such facilities shall be borne by the employee. It is understood by all parties that the decision whether to use such facilities is completely voluntary on the part of the bargaining unit members, and time spent using such facilities shall neither be paid nor will any accidents or injuries incurred while utilizing such facilities be compensable under workers compensation. D. The City and the Union may mutually agree to reopen negotiations to discuss monetary incentives for physical fitness. Section 15. Outside Employment Outside employment of bargaining unit members shall be subject to provisions of the City's Human Resources Policy ManualCivil Service or the Departmental Rules & Regulations governing outside employment, provided further however, that police-related “extra-duty” employment shall be limited to a maximum of 20 hours per week. During periods of unusual seasonal demand, exceptions to the 20-hour maximum will be considered by the Police Chief, or theirhis/her designee, who shall approve or deny such requests in his/her sole and unlimited discretion. The City and Union agree that this Section shall upon the request of either party be reopened for the purpose of negotiating mandatory subjects of bargaining related to “extra-duty” employment and any specific impact such program may have on any existing provisions or items affected by such program. However, items affecting wages, hours, or terms and conditions of employment shall be implemented only upon mutual agreement of the parties. Section 16. Funeral Detail A. The Department shall permit one employee of this bargaining unit to be part of a funeral detail and permit this detail to attend the funerals of any law enforcement officer within the State of Florida who loses his/her life in the line of duty. B. The City will supply the funeral detail with a marked cruiser for the purpose of attending funerals as provided in (A) above. C. The City shall not be responsible for the payment of expenses of this detail such as gas, oil, lodging, and meals. D. In the event the bargaining unit member who serves as the F.O.P. funeral detail is on-duty at the time of the funeral, he/she shall be released without loss of pay, provided however, that such member shall not be eligible during such time off for workers’ compensation benefits in case of injury. E. This provision shall not be subject to any grievance procedure. Section 17. Take-Home Vehicles Page 19 The City reserves the exclusive right to determine if and when bargaining unit members shall be allowed to take city vehicles home and further retains the right to discontinue any current usage at any time. Section 18. Legal Protection The City agrees to defend any member of this bargaining unit who is sued for damages as a result of actions taken in the scope of his/her employment with the City to the extent provided in Chapters 111.065, 111.07, 768.28(9), and 768.28(19) FS. The employee agrees to cooperate with the City in providing this defense. Section 19. Copies of Municipal Code The City agrees to provide copies of those portions of the City Code of Ordinances relating to penal offenses to employees upon request. Section 20. Paycheck Issuance All employees are encouraged to enroll in direct deposit. Paychecks will be issued biweekly via direct deposit for employees enrolled in direct deposit. Paychecks will be issued biweekly via pay card for employees not enrolled in direct deposits. Pay advice shall be available on the same day that the pay advice is dated to be issued to employees both coming on and going off shift at their assigned work location at the start or end of the respective workday as applicable. Employees shall have an option to opt out of receiving a paper pay advice and accessing it online. Effective 60 days following the date of approval of this Agreement by the City Council, employees shall be required to elect to receive the entirety of their pay in either standard hard copy paycheck format or through direct deposit by electronic transfer, and will not be permitted to split their pay between the two mediums. Employees may elect to change from one payment medium to the other at any time provided 14 days written notice is given to the City’s payroll division. Section 21. Subcontracting The City agrees that for the period from October 1, 2021 through September 30, 2024, tThe City shall not contract with another entity to supplant or displace any budgeted positions currently represented by the Fraternal Order of Police Clearwater Supervisor' s bargaining unit. This agreement does not preclude the City from pursuing cost savings or operational consolidations, including the reduction of budgeted positions, that do not result in the supplanting or displacing of any bargaining unit member by an outside source. Page 20 ARTICLE 8 LEAVES OF ABSENCE Section 1. Holidays A. There shall be nine (9) paid holidays. They shall be: New Year's Day January 1st Martin Luther King Day Federal Holiday Presidents Day Federal Holiday Memorial Day Federal Holiday Independence Day July 4th Labor Day Federal Holiday Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25th The City shall permit the use of bargaining unit seniority with existing bid practices to determine whether an employee will work on holidays and reserves the right to determine the appropriate level of staffing and the schedule employees will observe on the holidays. B. In the event that one of the above named holidays occurs during the course of an employee's vacation, then the employee shall not be charged vacation leave for the holiday and/or the employee's vacation shall be extended one day. C. In the event that one of the above named holidays occurs while an employee is on paid sick/injury leave, the employee shall receive holiday pay at his/her straight time rate and shall not be charged sick/injury leave pay for that day. In the event the employee is on sick/injury leave without pay, or any other form of time off without pay, the employee shall not be paid for the holiday. D. Employees who work on Christmas Day, New Year's Day, Independence Day, and Thanksgiving Day shall be paid at a rate of 2-1/2 times regular pay. E. An employee may be required to work all or part of any holiday even though it may be his/her regularly scheduled day off. When a holiday falls on an employee's regular day off, 8-hour, 10- hour, and 12-hour employees are paid eight (8) hour's holiday pay. (Both types of employees have worked 40 hours and are paid 48 hours -- a full week plus one (1) holiday.) F. An employee who is required to take the day off as a holiday when he/she would otherwise have been working the day as part of his/her regular workweek shall receive holiday pay for the day in accordance with his/her schedule and such hours shall count as hours worked towards the calculation of overtime. G. Floating Holidays - In addition to the holidays named above, employees shall be entitled to four (4) floating holidays. These days may be days off with pay and taken at the employee's request provided that operations will not be interfered with and provided further that such days shall be taken in full-day increments. Floating holidays shall be awarded at the end of the first payroll period of the payroll calendar year and must be taken by the end of the last payroll period of the Page 21 same payroll calendar year. An employee may elect to take up to four floating holidays as a cash stipend. In such case, the employee will be paid at the rate of eight (8) hours for each floating holiday for which the employee makes this election. Section 2. Vacations A. Accrual of Vacation Leave 1. Vacation leave shall accrue on an hourly basis based on hours in a paid status for all full-time employees in accordance with the number of completed years of credited service as follows: Completed Years of Service Hourly Accrual Vacation Hours 0 .0385 0 1 – 2 .0385 80 3 .0424 88 4 .0462 96 5 .0500 104 6 .0539 112 7 .0577 120 8 – 10 .0616 128 11 .0654 136 12 .0693 144 13 – 14 .0731 152 15 – 19 .077 160 20 & Over .0808 168 2. The vacation year shall be the payroll calendar year. B. Use of Vacation Leave 1. All bargaining unit employees are entitled to use at least two (2) weeks of accrued vacation leave per year. Accrued vacation shall be authorized in any amount provided it does not adversely affect department operations. 2. If service requirements permit and with the approval of the Department, an employee may use his/her accrued vacation leave in increments of tenths of an hour. 3. The borrowing of vacation time prior to its accrual is prohibited. 4. There is no advancing of vacation pay. 5. Employees may take compensatory time off in conjunction with a regular vacation if authorized. C. Maximum Accrual of Vacation Leave 1. The maximum amount of vacation leave that may be accumulated is 342 320 hours. Page 22 2. In a payroll calendar year, employees who have used at least forty (40) vacation hours may receive up to eighty (80) hours of regular pay in exchange for the same number of vacation hours. The employee must maintain a minimum of 125 hours in their vacation bank after the exchange. The employee must not have received any formal discipline during that payroll calendar year and must receive at least Meet Standards on the annual evaluation. The employee must make a written request to the Payroll Preparer on or before November 15 to receive the eighty (80) hours of regular pay in the payroll period which includes December 1. D. Payment and Accrual During Military Leave 1. An employee granted an extended military leave of absence for active duty in accordance with the City’s Emergency Military Leave Supplementary Compensation Policy shall be paid all accrued leave upon the employee’s request when the employee begins the extended military leave. 2. An employee returning from an extended military leave of absence shall accrue vacation leave for the period of military service not to exceed 342 320 hours. E. Conversion to Sick Leave or Funeral Leave During Vacation Leave 1. The employee may request that vacation leave be changed to sick leave if the employee or member of the employee’s immediate family becomes ill for more than three (3) consecutive days while the employee is on vacation leave. 2. The employee may request that vacation leave be changed to funeral leave, provided the request is consistent with Funeral Leave provisions of this Agreement. F. Payment of Unused Vacation Leave 1. Payment of unused vacation leave will be paid upon retirement or voluntary separation of the employee up to a maximum of 342 320 hours, provided the employee was not dismissed for cause and has more than one year of continuous service. Payment will be made at the base rate exclusive of any premium pay or shift assignment pay. Section 3. Sick/Injury Leave For payroll purposes, a payroll calendar year begins with the first day of the first pay period for the first pay check date in the calendar year and ends with the last day of the past pay period for the las pay check in the calendar year. A. Sick Leave Accrual Employees shall accrue Sick Leave each payroll period based on hours in a paid status. Employees shall accrue .0462 hours of sick leave on an hourly payroll basis -- (i.e., an employee on a 40-hour work week earns twelve (12) days per payroll calendar year). B. Sick Leave Accrual Caps Employees may accumulate up to 1560 accrued hours. Page 23 C. Sick Leave Balance Transfers and Restoration 1. Sick leave balances are restored to an employee recalled from layoff or returned from a leave of absence. 2. Sick leave balances remain the same upon transfer to another department or classification. 3. No sick leave balances are restored after a break in service. D. Calculation for Use of Sick Leave Sick leave may be authorized for increments of tenths of an hour. E. Authorized Use of Sick Leave Sick leave is not a privilege to be used at the employee’s discretion. It shall be authorized only for absences: 1. Due to personal illness or physical incapacity. 2. Due to exposure to contagious disease in which the health of others would be endangered by the employee’s attendance on duty. 3. Due to dental appointments, physical examinations, or other personal or family sickness prevention measures. 4. Due to illness of a member of the employee’s immediate family which requires the employee’s personal care and attention. “Immediate family” shall mean parents, stepparents, grandparents, children, stepchildren, grandchildren, brothers, sisters or present spouse of the employee and the “immediate family” of the employee’s spouse or other family member living in the “immediate household.” F. Authorization of Sick Leave 1. An employee requesting authorization of sick leave shall inform an on-duty supervisor or the desk officer at least one-half hour prior to the regularly scheduled reporting time the specific reason and where (phone number and address) the employee will be while on sick leave. This address and phone number will be updated whenever the address or phone number changes during the period of sick leave. 2. Failure to do so may be the cause for denial of sick leave and other disciplinary action. G. Payment for Unused Sick Leave Upon separation from City service, an employee shall be paid for one-half (1/2) of his/her accumulated unused sick leave up to 1560 hours. The rate of payment shall be based on the regular hourly rate (excluding shift differential or any other addition to base pay) of the employee on the last day worked prior to separation. Payment shall be made provided: Page 24 1. The employee has had at least twenty (20) years of continuous service with the City. Leaves of absence without pay, suspensions and layoffs followed by subsequent re-employment shall not be considered as breaks in service. The length of such time off or layoff shall be deducted from the total length of service. Military leaves and leaves during which the employee is receiving Workers Compensation shall not be deducted from continuous service; or 2. That the separation is involuntary on the part of the employee, limited to only including disability (incurred on or off the job) and layoffs; or 3. The employee’s estate shall receive payment if an employee dies. 4. An employee who has been dismissed for cause shall have no claim for sick leave payment. H. Injury From Other Employment An employee may not utilize accumulated sick leave for absences resulting from an injury arising out of and in the course of employment other than City employment, for which monetary or other valuable consideration is received or expected. Any employee who utilizes accumulated sick leave, or who attempts to utilize accumulated sick leave, for absences resulting from an injury arising out of and in the course of employment other than City employment, may be suspended or terminated. I. Use of Leave After Accrual Employees may be authorized to use sick leave after it is accrued. The employee may be required to submit acceptable evidence such as a medical certificate from a medical doctor to substantiate the reason for requesting sick leave. J. Bonus Leave Days Following a payroll calendar year that a bargaining unit employee uses no sick leave, or less than two days of sick leave, the employee will be awarded Bonus Leave Days in accordance with the following chart. Bonus Leave Days must be used in full-day increments. Bonus Leave Days must be used before the end of the payroll calendar year for which they are awarded. At the end of each payroll calendar year, employees may elect to be paid the cash equivalent based upon the employee’s current base rate of pay for any Bonus Leave Days not used during the payroll calendar year. Page 25 Assigned Shift Amount of Sick Leave Used Bonus Leave Days Awarded Eight, Ten, or Twelve-Hour Shifts Zero Time 2 Eight, Ten, or Twelve-Hour Shifts More than zero time but less than 2 days 1 Combination of Eight, Ten, and Twelve-Hour Shifts More than zero time but less than 2 days combined as:  2 Eight-hour days  2 Ten-hour days  2 Twelve-hour days  1 Ten-hour day and  1 Eight-hour day 1 1. A payroll calendar year begins with the first day of the first payroll period for the first pay check date in the calendar year and ends with the last day of the last payroll period for the last pay check in the calendar year. 2. Bonus Leave Days are not included in overtime calculations. 3. Upon an employee’s separation from the City, the employee will receive a lump sum payment for his/her remaining Bonus Leave Day balance. Section 4. Leave Pool A joint leave pool will be established by the members of the Fraternal Order of Police Lodge No. 10 and Fraternal Order of Police Supervisors bargaining units, such leave pool to be available for use by members of both bargaining units, subject to the following provisions: A. The purpose of the leave pool is to provide leave to bargaining unit members who face significant time off without pay due to a serious illness or injury, whether job-connected or non-job- connected, or serious illness or injury to a family member covered under the family sick leave policy. The leave pool may not be used for short time periods where an employee may be without pay. Short time shall be defined as less than thirty (30) calendar days. B. A committee shall be formed and the committee shall determine use of the leave pool days, subject to the above purposes and limitations. 1. The committee shall consist of two (2) members designated by each bargaining unit, and one employee designated by the other four members. 2. The committee shall review employee needs and circumstances consistent with the provisions of the leave pool and shall determine eligibility for and the amount of pool leave time that may be provided to employees. The committee may establish procedures, forms, and other rules necessary for its effective operation, provided they are consistent with the provisions of this Section. Page 26 3. The committee’s decisions are final and are not grievable. An employee may ask for reconsideration by the committee in accordance with rules established by the committee. 4. Bargaining unit members may donate days at 100% value from their vacation, sick leave or floating holiday balances to the leave pool one time per year unless the number of days in the leave pool becomes less than fifty days, whereby the committee may open up the opportunity for additional donations to be made during the calendar year. (a) No employee shall be permitted to donate more than four (4) days of leave per year to the pool unless modified with the prior approval of the City Manager. (b) All donations of pool leave time must be in full-day increments based on the employee’s full-time, regularly scheduled day (i.e., an eight-hour or ten-hour day is a full day). (c) Donations of pool leave time are irrevocable. (d) No dollar value shall be placed on leave donations. All donations and all authorized usage shall be computed as day for day. 5. In order to be eligible to receive leave time from the joint leave pool, employees must have donated a minimum of one (1) day to the joint leave pool with the past twelve months prior to making application for leave from the pool. Newly hired employees shall be exempted from the requirement to donate a minimum of one day to the leave pool prior to requesting time from the leave pool for a period of one (1) year from the date of their employment with the City. 6. When pool leave time is authorized by the committee for use by an employee, it shall be on a day-for-day basis, irrespective of whether the employee works an eight-hour or ten-hour shift. An employee using leave pool time shall receive regular base pay and his/her regular shift pay; however, other pays shall not be provided with leave pool days (e.g., lead pay, acting pay, special assignment pay, etc.). Pool leave time granted shall be limited to 60 days in any 12 month period for each pool leave time recipient, except that requests from the Union for time in excess of 60 days to be granted from the leave pool to a recipient may be approved at the sole discretion of the City Manager/designee. 7. Pool leave time not used in a given year by the employee receiving the donated pool leave time shall be returned to the leave pool and carried over to the next year. No donated pool leave time will be refunded to the donor. Section 5. Funeral Leave A. Each employee shall be allowed up to forty (40) hours funeral leave with no loss of pay and no charge against sick /injury leave in the event of a death in the “immediate family." Death in the "immediate” family shall be defined as a death of a spouse or domestic partner of record, as defined in accordance with criteria, policies, and procedures determined by the City, or the employee’s or employee’s spouse’s or domestic partner’s child, parent, foster- child(ren), minor-guardianship(s), brother, sister, grandparent, grandchild, great-grandchild, stepparent, or stepchild. This is not chargeable to sick leave. Employees may be required to produce legal justification for Foster Child(ren)/Minor Guardianship(s). Page 27 B. Additional funeral leave for a death in the immediate family may be granted with the approval of the Police Chief. C. Each employee shall be allowed up to two (2) consecutive work days at any one time for a death of a member of the " extended family" chargeable to sick /injury leave. " Extended family" shall be defined as the following family members: stepbrothers, stepsisters; brother's wife; sister's husband, aunt, uncle nephew, niece, or other family member living in the employee' s immediate household. Additional time, chargeable to sick /injury leave, may be granted with the approval of the Police Chief. D. An employee must attend the funeral in order to receive pay for a death in the family. Section 6. Military Leave Any regular or probationary employee in the classified service being inducted or otherwise entering the armed forces of the United States in time of war, or pursuant to the Selective Service Act of 1948 as amended, or of any other law of the United States, shall be granted military leave of absence without pay for the period of the military service required of him/her and on completion thereof, be reinstated in the City service in accordance with the following regulations: A. Military leaves shall be granted in accordance with the provisions herein except where said provisions may be superseded by federal law: 1. For inductees, the minimum period of time required to be served; 2. For enlistees in time of war, the period of the first minimum enlistment, or for such additional period of time required to be served; 3. For reservists, the minimum period of time required to be served. 4. For pre-induction physical examination when so ordered by a Selective Service Board,. time off shall be granted for the minimum period necessary to comply with such order but shall in no case exceed two (2) regularly scheduled work days; 5. For required active or inactive training duty as a member of the Reserve Component or the National Guard falling on the employee's regularly scheduled work days, the employee shall be allowed up to a maximum of 240 hours per year without loss of seniority rights or efficiency rating. Absence from duty for required military reserve training in excess of 240 hours per year or for any non-required military reserve training for which the employee initially volunteered shall not be compensated by the City. A copy of the employee's military orders certifying his/her training assignment shall be submitted by the employee to the Police Chief immediately upon receipt by the employee. An employee who is required to attend military duty training which falls or occurs during regular working hours and which exceeds the 240 hours provided above will be granted time off without pay. The employee shall be required to provide timely notice to the City of such training assignments. Failure to provide any of the timely notices herein required of an employee's military orders to the Police Chief shall be considered just cause for disciplinary action not to exceed a three (3) day suspension. Page 28 B. For the purpose of this Section, "armed forces" shall be defined to include: 1. The Army, Navy, Marine Corps, Air Force, Coast Guard, Space Force, and National Guard. 2. The auxiliary services directly necessary to and actually associated with the armed forces of the United States, as may be determined by the City. C. Application for reinstatement must be made within ninety (90) calendar days from date of discharge or release, or from hospitalization continuing after discharge for a period of not more than one year. Such application shall be in writing to the Human Resources Director and shall be accompanied by evidence of honorable discharge or release. D. Upon return from military leave, the employee shall be reinstated in the City service in accordance with the following regulations: 1. If still qualified to perform duties of his/her former position, the employee shall be restored to such position or to a position of like seniority, status and pay; 2. If not qualified to perform the duties of his/her former position by reason of disability sustained during such service but qualified to perform the duties of any other position in the employ of the City, the employee shall be restored to such other position, the duties of which the employee is qualified to perform, as will provide the employee with like seniority, status and pay, or the nearest approximation thereof consistent with the circumstances in his/her case. 3. In the event there exists no vacancy in the appropriate class and there is an employee in such class serving a probationary period who has not acquired regular status, then such probationary employee shall be laid off or returned to a former position in which the employee had acquired permanent status and the returning employee reinstated. 4. If a returning employee has regular status and cannot be reinstated under the provisions of paragraph (3) above, then the employee having been employed in the appropriate class for the shortest period of time shall be laid off or returned to a former position in which he/she had acquired permanent status and the returning employee reinstated. 5. A returning employee shall have the same status as prior to the beginning of his/her military leave. The employee shall be allowed to take any subsequently administered examinations after return that he/she would have been eligible to take had he/she not been on military leave and to complete any uncompleted period of probation. No grievance shall be filed by any other employee in connection with this paragraph. 6. The employee shall submit to such medical and/or physical examinations as the appointing authority shall deem necessary to determine whether or not such military service has in any way incapacitated him/her for the work in question; provided however, that as far as practicable any employee returning with disabilities shall be placed in such employment as the appointing authority shall deem suitable under the circumstances. 7. Any regular or probationary employee receiving a dishonorable discharge from the armed forces shall not be reinstated to any position in the City service. Page 29 8. An employee granted a military leave of absence shall, insofar as possible, have all the rights and privileges he/she would have had if he/she had remained on duty including cumulative seniority, and except as otherwise provided in this Agreement, applicable Civil Service/Personnel Rules, or City benefit policies, all other benefits dependent on length of employment to the same extent as if the employee had not been absent on such leave. E. An employee returning from military service shall be reinstated to active City service at the earliest possible date following application for such reinstatement, consistent with the best interests of the City service and taking into consideration necessary adjustments of staff. However, in no event shall this period be more than thirty (30) calendar days. The City shall have the right as part of directing the employee's duties upon returning to work, to assign the employee to such training as is necessary in its judgment to ensure the employee's familiarity with job duties and knowledge. F. Eligible employees will be paid in accordance with Sections 115.09 and 115.14, Florida Statutes. Section 7. Time Off A. An employee shall be granted necessary time off from his/her duties with pay for any of the following reasons when such time off does not in the judgment of the Police Chief interfere with the operations of the Department: 1. For participation in promotional examinations held by the City. 2. For serving on a jury. The employee shall be required to furnish proof of such service and shall work any part of his/her regular schedule when not required to serve on said jury. 3. When directed by the City Manager or Police Chief to attend professional or other conventions, institutes, courses, safety meetings or other meetings, including in-service training or in-service meeting. Employees who wish to attend career development training may be granted time off from duty with pay to attend such training, however compensation for such training shall be in accordance with Article 7, Section 8 of this Agreement. B. An employee may be granted time off without pay for attendance at meetings other than those specified above or to attend to urgent personal business, provided that such employee shall request approval from the Police Chief in sufficient time to permit the Police Chief to make arrangements therefor, and further provided that such time off will not affect the efficient operation of the Department in the sole and unlimited discretion of the Police Chief. C. With the prior approval of the City Manager and Police Chief or his/her designee, and when the employee is acting in an official capacity on behalf of the City, an employee may be granted time off from his/her duties for acting as an active or honorary pallbearer at a funeral or for attendance at state funerals, funerals of City officials, or employees or their spouses, or for military or fraternal funerals. Such time off may be granted with or without compensation at the sole and unlimited discretion of the Police Chief and the City Manager or their designees. For the above occasions only, the Department shall provide all expenses for up to a total of two designated Honor Guard members from the Department, as well as transportation and fuel costs for any other Honor Guard members permitted to be released from duty in accordance with Department staffing requirements. Page 30 Time off with compensation under any of the provisions of this Agreement (including vacation and sick/injury leave) shall not be required to be made up. Section 8. Leave Without Pay A. A regular employee may, on written application therefor, be granted a leave of absence without pay upon the prior approval of the City Manager or his/her designee for any of the following reasons: 1. The physical or mental disability of the employee; 2. The employee has announced his/her candidacy for public office; 3. The employee is entering upon a course of training and/or study for the purpose of improving the quality of service to the City and/or of fitting himself/herself for promotion in the classified service; 4. Extraordinary reasons, sufficient in the opinion of the City Manager, to warrant such leave of absence. 5. In accordance with the Family and Medical Leave Act, eligible employees may take up to twelve (12) weeks of unpaid, job-protected leave to care for a newborn child, newly adopted child, or child with a serious health condition. Eligible spouses who work for the City are subject to the combined limitation of twelve (12) weeks as set forth in the Family and Medical Leave Act. B. Leave for any of the above reasons shall be subject to the following regulations: 1. Such leave shall not be granted for more than six (6) months, but may under the provisions of the paragraphs above be renewed upon written application therefore by the employee and approval of the City Manager. 2. An employee granted a leave of absence hereunder shall except as hereinafter provided be restored to his/her former position on the expiration of leave, or if requested in writing by the employee and approved by the City Manager, before the expiration thereof. 3. In the event that it is determined by the City Manager that it would not be in the best interest of the City to restore such employee to his/her former position or in the event that the former position has been abolished in the meantime, the employee shall be placed at the head of the reemployment list for the class or positions nearest approximating that in which he/she was employed immediately prior to such leave, provided the employee is physically and mentally qualified for such position. Should the names of two or more employees returning from leave be placed on the same reemployment list, the names shall be arranged in order of seniority. Section 9. Parental Leave The City will provide up to one week of paid parental leave following the birth of an employee’s child or the legal permanent placement of a child with an employee in connection with adoption or foster care. This paid leave will run concurrently and in conjunction with the Family and Medical Leave Act. Eligible employees must meet the following criteria: Page 31 i. Have been employed with the City for at least 12 months. ii. Have worked at least 1,250 hours during the 12 consecutive months immediately preceding the date the leave would begin. iii. Be a regular full-time employee. Employees must be taking leave for one of the reasons listed below: i. To bond with the newborn child within one year of birth. ii. The legal permanent placement of a child with the employee for adoption or foster care and to care for the newly placed child within one year of placement. The fact that a multiple birth, adoption or placement occurs (e.g., the birth of twins or adoption of siblings) does not increase the total amount of paid parental leave granted for that event. In addition, in no event will an employee receive more than one week of paid parental leave in a rolling 12-month period, regardless of whether more than one birth, adoption or foster care placement event occurs within that 12-month time frame. Paid parental leave is compensated at 100 percent of the employee’s regular, straight-time weekly pay. Paid parental leave will be paid on a biweekly basis on regularly scheduled pay dates. Approved paid parental leave may be taken at any time during the 12-month period immediately following the birth, adoption or legal permanent placement of a child with the employee. Paid parental leave may not be used or extended beyond this 12-month time frame. Employees must take paid parental leave in one continuous period of leave and must use all paid parental leave during the 12-month time frame indicated above. Any unused paid parental leave will be forfeited at the end of the 12-month time frame. The employee will provide their supervisor and the Human Resources Department with notice of the request for leave at least 30 days prior to the proposed date of the leave (or if the leave was not foreseeable, as soon as possible). Employees must return to work for the City for at least 6 months following the paid parental leave. An employee will be responsible for repayment if this commitment is not fulfilled. The repayment will be deducted from the employee’s sick time balance first, followed by their personal floating holiday and then vacation. Page 32 ARTICLE 9 WAGES AND COMPENSATION Section 1. Wages A. The Pay Schedules shall be in accordance with Appendix A. B. Rules for Administering the Pay Schedule Employees in the bargaining unit shall be eligible for performance review on their promotional anniversary date on an annual basis and considered for subsequent merit step advancement based on satisfactory evaluations, except as provided elsewhere in the provisions of this Section. Employees in the top step in their respective range shall not be eligible for merit increases; however, an annual performance evaluation shall be conducted on the employee's promotional anniversary date. Eligibility for review for within pay schedule increases shall be as follows: Police Sergeants Step 1 – Original appointment Step 2 – At the end of one year of satisfactory service in step 1. Step 3 – At the end of one year of satisfactory service in step 2. Step 4 – At the end of one year of satisfactory service in step 3. Step 5 – At the end of one year of satisfactory service in step 4. Step 6 – At the end of one year of satisfactory service in step 5. Step 7 – At the end of one year of satisfactory service in step 6. Step 8 – At the end of one year of satisfactory service in step 7. Police Lieutenants Step 1 – Original appointment Step 2 – At the end of one year of satisfactory service in step 1. Step 3 – At the end of one year of satisfactory service in step 2. Step 4 – At the end of one year of satisfactory service in step 3. Step 5 – At the end of one year of satisfactory service in step 4. Step 6 – At the end of one year of satisfactory service in step 5. Step 7 – At the end of one year of satisfactory service in step 6. C. Responsibility for Performance Evaluations Performance evaluations shall be based on a review of the employee's job performance and adherence to departmental rules, regulations and procedures. Performance evaluations will be by the employee's immediate supervisor and reviewed by Police Department senior management personnel and the office of the Police Chief. D. Denial of Merit Step Advancement and Effect Upon Advancement Employees who receive an evaluation on their promotional anniversary date of less than Satisfactory shall not be granted a merit step advancement at the beginning of the payroll period which includes their promotional anniversary date. Such employees may be reevaluated after three Page 33 months, and if then rated satisfactory shall be granted a merit step advancement at the beginning of the payroll period which includes that date. The effective date of this increase shall be utilized for the purpose of determining subsequent annual merit review dates. If the three-month follow-up rating is still less than satisfactory, the employee shall be reevaluated in another three months. If then rated satisfactory, the employee shall be provided a merit step advancement as of the second three-month follow-up review. The effective date of this increase shall be utilized in the future as their promotional anniversary date for the purpose of determining subsequent annual merit review dates. If still rated less than satisfactory, no merit step advancement shall be made and the employee will be evaluated on their his/her regular promotional anniversary date. E. Effective for the beginning of the payroll period that includes October 1, 2024 2021, the City shall provide a 3% general wage increase for all employees all employees will be paid in accordance with the new annual rate of pay as provided in Appendix A. Effective for the period from October 1, 2024 2021 through September 30, 2025 2022, employee shall advance in Step as provided for in Section 1. Employees may not exceed the maximum annual rate of pay as provided in Appendix A. Effective for the beginning of the payroll period that includes October 1, 2025 2022, the City shall provide a 4% 3% general wage increase for all employees. Effective for the period from October 1, 2025 2022 through September 30, 2026 2023, employee shall advance in Step as provided in Section 1. Employees may not exceed the maximum annual rate of pay as provided in Appendix A. Effective for the beginning of the payroll period that includes October 1, 2026 2023, the City shall provide a 3% 3% general wage increase for all employees. Effective for the period from October 1, 2026 2023 through September 30, 2027 2024, employees shall advance in Step as provided in Section 1. Employees may not exceed the maximum annual rate of pay as provided in Appendix A. Any further step advancements after September 30, 2024 will be dependent upon and subject to negotiations in any successor Agreement. Section 2. Work Week and Overtime A. Normal Work Week: The normal work week for employees in the bargaining unit shall consist of forty (40) hours of working time. An FLSA authorized exception is an 84 hour 14 day work period when working 12-hour shifts. Generally, the employee will work five (5) days of approximately eight (8) hours per day, or four (4) days of approximately ten (10) hours per day or 12-hour shifts; however, the City and Department may otherwise establish and flex an employee's schedule as necessary in their judgment to best provide police services in an effective and efficient manner. No employee shall be sent home prior to the end of his/her regularly scheduled shift for the purpose of denying overtime pay; nor shall any employee have his/her work schedule altered in an arbitrary or capricious manner. B. Overtime: Employees shall be required to work overtime when scheduled or ordered by competent authority. Employees shall be paid time and one-half their regular rate for all hours worked after the employee has actually worked forty (40) hours in that work week. An authorized FLSA exception are 12-hour shifts. FLSA provides for an 84-hour, 14 day work period. Overtime accrues for hours worked in excess of 84. Page 34 Overtime: Overtime will be paid for time worked in excess of 84 hours during the 14-day work period. Sick or Vacation time utilized during the same 14-day period will cause time worked in excess of 84 hours to revert to straight time as is the current practice for the 40-hour work week. (Overtime accrual in excess of 84 hours exceeds the FLSA requirement). In the event 12-hour shift were to be implemented anywhere other than District I, the Pitman schedule would be utilized as has been the practice in District I. Only hours actually worked will count as hours worked for the purpose of computing overtime pay, unless otherwise specifically provided in this Agreement. Section 3. Compensatory Time Allowance Employees will be permitted to request to be granted compensatory time in lieu of overtime payment, up to a maximum cumulative accrual of 120 hours of compensatory time. At no time may an employee's total accrual of compensatory time exceed 120 hours. Compensatory time accrual will be at time and one half for each hour selected in lieu of premium overtime payment. Requests to use compensatory time shall be made to the appropriate Police Major or other employee's immediate supervisor. Compensatory hours off shall be considered as hours worked in computing overtime under this Article. Payment for compensatory hours will be made for all time exceeding the 120 hour limit, or for any hours when requested in writing by an employee. Employees shall be paid for all compensatory time upon separation from City service. Section 4. Shift Differential Employees shall be entitled to shift differential pay as follows: A. For purposes of computing shift differential pay, the following shift series and payments are established: Shift Series No. Hours Payment Per 14 Day Period 100 2400-0700 10% 200 0700-1600 0% 300 1600-2400 5% The shift differential payments shall be computed as a percentage of the employee's base pay. B. An employee's shift differential shall be determined by the shift series into which the majority of the weekly hours of his/her regularly assigned shift for the scheduled shift cycle falls and without regard to the starting or ending time of the employee's shift. Any employee working 12-hour shifts would receive the 10% differential if assigned to a team designated as night shift. Temporary shift or duty assignments of less than fourteen (14) calendar days shall not entitle an employee to shift differential pay. Employees shall maintain shift differential pay during temporary Series 200 shift or duty assignments of less than fourteen (14) calendar days. Page 35 C. Shift differential pay shall be paid to any Sergeant regularly assigned to a Series 100 or 300 shift and shall not be prorated on account of vacation, holidays or other paid time off. 1. Two “floating” FTO supervisor positions allocated to the regular patrol shift bid assignments and specialty assignments. 2. No more than one FTO Sergeant will be permitted to occupy the midnight relief shift at any given time. Bargaining unit members who are selected for FTO supervisor assignments shall be permitted to bid among themselves by seniority in rank for the FTO supervisor assignments. Patrol Sergeants who are in special duty assignments such as Community Policing, Traffic Section, or the Special Operations Section are not included in the bidding process. An employee who is placed on light or restricted duty shall have bidding rights for shift assignments, but has no assurance of the assignment until he/she resumes full duty status. The Police Chief may reassign any officer when such reassignment is in the best interest of the Police Department. Such reassignment shall be with proper justification. Section 5. Standby Pay A. Standby, other than court standby, for the purpose of this Section shall occur when the Police Chief or his/her designee places an employee on standby status and requires that the employee provides a telephone number at which he/she can be reached for the purposes of a Telephone Alert situation. B. An employee assigned to standby will receive a flat fee of: $50.00 per night, Monday through Friday (except Holidays) $100.00 per night for Saturday, Sunday, or any Holiday listed in Article 8, Section 1, Paragraph A of this Collective Bargaining Agreement. C. Only the Police Chief or his/her designee may place an employee on standby. This Section will only apply to Telephone Alert situations. Section 6. Recall Pay Any employee who is recalled to duty after having left for the day, or on a regularly scheduled day off, or more than three (3) hours prior to the start of his/her regularly scheduled tour of duty, shall be guaranteed a minimum of two (2) hours pay or two (2) hours work. For the purpose of this Section, recall is defined as the unscheduled calling back or call in of an employee to perform needed work after the employee’s regular shift ends and the employee has already left the job or on a weekend, holiday, or other equivalent period during which the employee would not otherwise have worked and shall include any duty, detail, response to a lawful order for which the employee can be disciplined for his/her failure to comply. Recall specifically excludes court appearances. Efforts will be made to ensure that employees are not recalled within 8 hours of their last shift; If unavoidable, management will inquire as to the employee’s ability to perform their duties. Employees must advise management if they are unable to do so. Employees will be paid only for the actual time worked for any self-initiated police action taken while off duty and all such hours shall count as hours worked toward the calculation of overtime. Any employee recalled while on vacation shall be paid at time and one-half for all hours worked on the recall assignment. Page 36 Section 7. Acting Pay If an employee is assigned to act in a higher classification for more than two (2) consecutive complete payroll calendar work weeks (Saturday through Friday), the employee shall receive five (5) percent above the employee’s base pay retroactive to the date the employee assumed the Acting status. When a bargaining unit employee is designated to serve in an acting capacity as a Police Major, such employee shall remain eligible to receive shift differential pay, overtime, and assignment pay. Any provisions of this Agreement which restrict the City's ability to schedule hours of work or shifts shall not apply. Section 8. Job Assignment Pay A. Sergeants who are assigned to the Community Policing Squads, Criminal Investigations Division, Office of the Chief, Support Services Division, Traffic Unit, Canine Unit, Special Operations, and the Field Training and Evaluation Program shall be granted job assignment pay at 5% over the employee’s current base rate of pay. Sergeants who are assigned to the Crimes Against Children & Family and Homicide Unit shall be provided an additional 5% for a total of 10% above the employee's current base rate of pay. B. Sergeants who are assigned to Mobile Command Center operator, Patrol Support Supervisor, SWAT Team, or Traffic Homicide Investigator shall be provided $40.00 per payroll period in addition to the employee’s current base rate of pay. granted job assignment pay of the following amounts in addition to the employee’s current base rate of pay: October 1, 2021 through September 30, 2024 - $40 per payroll period C. An employee may participate in more than one Job Assignment but may not receive more than one Job Assignment Pay differential from group (A) above nor more than one Job Assignment Pay differential from group (B) above, but may receive one Job Assignment Pay differential from group (A) above in addition to one Job Assignment Pay differential from group (B) above. Bargaining unit members designated as certified Bi-Lingual in accordance with department specifications shall be provided $50.00 per payroll period in addition to the employee’s current base rate of pay over and above the assignment pay differentials listed above. D. The above referenced Sergeant’s assignments shall be made at the discretion of the Police Chief from a list of interested candidates who have been determined to be qualified for such based on criteria developed by the Department. The number and duration of such assignments may vary and shall be at the discretion of the Department. Should reduction of the number of employees in an assignment be necessary, such reduction shall be based upon the bargaining unit seniority of the employees in the affected assignment. Section 9. Canine Assignment Page 37 A. Employees covered by this Agreement who are assigned as canine officers shall normally work for seven hours and fifteen minutes per work day for five (5) days per week on regular duty with or without their canine(s). On those regular work days, they shall also be credited with forty-five minutes work time for time in the care and handling of their canine(s). This time shall be the customary and average amount of time spent by a canine officer on a duty day. On the officers' days off from regular duty, they shall be credited with 30 minutes of work time for time in the care and handling of their canine(s). Such time shall be based on their regular rate of pay and shall be paid at straight time or an overtime rate depending upon total hours worked during the week. It is recognized that on off-duty days the officer's responsibilities for care and maintenance are reduced. B. Advance approval shall be required from the appropriate Police Major or higher level manager before a canine officer can work any additional overtime in care and maintenance activities. C. No work time is to be used by an officer to prepare or train for participation in canine demonstrations or competitions, except as scheduled by the Department in accordance with standard operating procedures established by the Department and approved by the Police Chief. In the sole discretion of the Police Chief, canine officers may be scheduled to attend demonstrations or competitions. Time involved in demonstrations or competitions shall be limited to the officer's regular weekly duty hours (40 hours) unless previously approved in writing by the Police Chief or his/her designee. Due to the scheduling of demonstrations or competitions, hours and/or days of work are subject to adjustment to meet the circumstances at hand. D. Assignment and the removal of assignment as a canine officer is the sole prerogative of the Police Chief or his/her designee, and assigned pay shall only be provided during the period of such assignment as authorized by the Police Chief or his/her designee. E. All Department Standard Operating Procedures relating to canine use, care, maintenance, and other aspects of the program as established by the Police Chief shall apply. F. Effective October 1, 2021 to September 30, 2024, a A monthly allowance of $125.00 shall be provided for each dog kept at the employee’s home for supplemental food, medical grooming, pest control, and related needs associated with care of the canine. Section 10. Court and Standby Time Any employee who is subpoenaed or otherwise required to appear for a remote video deposition or other court proceeding by remote video conference as the result of a matter arising out of the course of his/her employment shall receive payment for the greater of a minimum of one (1) hour or actual time worked if such attendance is during the employee’s regularly scheduled time- off. The start time will begin at the time scheduled on the subpoena and end at the conclusion of the deposition or court proceeding. This provision does not apply if the video conferencing requires the employee’s physical appearance at the State Attorney’s Office, Public Defender’s Office, private attorney’s office, or Driver’s License hearing. Any employee who is subpoenaed or otherwise required to appear in county or circuit court as the result of a matter arising out of the course of his/her employment shall receive a minimum of three Page 38 (3) hours pay if such attendance is during the employee's regularly scheduled time-off. This provision shall also apply when the employee is subpoenaed or otherwise required to appear at the State Attorney's Office, Public Defender's Office, private attorney's office, or Driver License hearing in a criminal, traffic, or civil case arising from the employee's course of employment. When an employee is subpoenaed or otherwise required to appear at the State Attorney’s Office at the Police Department during his/her regularly scheduled time off, the employee will receive a minimum of two (2) hours pay. All time paid for any court attendance will count as time worked toward the calculation of overtime. Travel time outside of required scheduled work hours in response to subpoenas in Pinellas, Pasco, or Hillsborough counties is not compensable. Travel time outside of required scheduled work hours in response to subpoenas outside of Pinellas, Pasco, or Hillsborough counties will be paid in accordance with FLSA regulations. The three-hour minimum does not apply if prior to the end of the three-hour period: (a) The employee reports for duty. Standby pay stops at the time the employee reports for duty or court. (b) The employee shall be notified via email or telephone as determined by the Court Liaison and told to report to court within the three-hour period or as soon as possible. Court standby pay stops when the employee is notified and court time starts when the employee arrives at court. (c) If the employee is notified to report to court at a future time, the employee receives standby pay for the three-hour minimum or actual time in excess of three hours. Court time starts at the employee’s scheduled appearance time (with the exception of being late). Standby time shall be excluded from hours worked computations. Section 11. Line-of-Duty Injury Pay The City hereby agrees to pay the following compensation to any employee injured in the line of duty in accordance with the following definitions, terms, and conditions: (a) Line-of-Duty Compensation shall be payable under this Section only with respect to disability as the result of injury to an employee where such injury is incurred in the line of duty. (b) An injury shall be deemed to have been incurred in the line of duty if and only if such injury is compensable under the Florida Worker's Compensation Law. (c) The amount of line-of-duty compensation paid shall be the amount required to supplement funds received from the Florida Worker's Compensation Law and any other disability or other income plan provided by the City, either by law or by agreement, to the point where the sum of the line-of-duty supplement herein provided and all other payments herein described equal the employee's regular rate of pay at the time of the injury. Regular rate of pay for workers' compensation purposes is defined as base pay and any assigned pay if regularly assigned, but not shift pay. (d) No line-of-duty compensation under this Section shall be allowed for the first seven (7) calendar days of disability; provided however, that if the injury results in disability of more than Page 39 twenty-one (21) calendar days, line-of-duty compensation shall be paid from the commencement of the disability. In such case, the sick/injury leave taken by the employee will be credited back to the employee's accrued sick/injury leave account. (Changes in workers' compensation law will modify this paragraph accordingly.) Employees shall be required to utilize accrued paid leave time to supplement funds received from the Florida Workers Compensation Law in order to maintain a paid status. Employees shall be permitted to utilize accrued paid leave time only in the amount necessary to supplement funds received from the Florida Workers Compensation Law in order to equal the employee’s regular rate of pay at the time of the injury. (e) The term disability as used in this Section means incapacity because of the line-of-duty injury to earn in the same or any other employment the wages which the employee was receiving at the time of the injury. (f) It is the intent of this Section to provide supplemental compensation for line-of-duty injuries only, and this Section shall not be construed to provide compensation in the event of death or injury incurred in any manner other than in the line of duty. Coverage under this Section shall not result in the loss of step increases which the officer would have received had he/she been on the active status. Any time taken off for follow-up doctor visits or therapy due to a line-of- duty injury when coordinated through established Risk Management procedures shall not be charged to the employee’s sick leave and shall be considered as time worked. An employee who is not on-duty during the follow-up doctor visit or therapy shall be granted up to two hours of flex time during their scheduled shift to attend said visit or therapy. In the event of any dispute or disagreement concerning the interpretation of this Section, then the decisions concerning definition of the terms of this Section issued under the Florida Worker's Compensation Law shall control. (g) The City shall have the right to require the employee to have a physical examination by a physician of its choice prior to receiving or continuing to receive compensation under this Section. (h) Failure to report a line-of-duty injury to the employee's immediate supervisor, or to the Risk Management Division within twenty-four (24) hours of the time of occurrence of the injury shall result in a loss of all line-of-duty pay under Article 13 unless such failure to report was: (a) caused solely by and as a direct result of the employee's injuries or (b) resulted from the occurrence of an event over which the employee had no control in the opinion of the City Manager. It shall be the employee's responsibility to prove the injury occurred while on duty. (i) Any provisions of this contract to the contrary notwithstanding, should any provision of this contract be inconsistent with the terms of the Florida Workers' Compensation Law (Chapter 440, Fla. Statutes), the Florida Rules of Workers' Compensation Procedure (Fla. R. Work Comp. P), Florida Department of Labor and Division of Workers' Compensation Rule 38 or any other state or federal law or regulation now in force or hereinafter enacted, then such provision of this contract shall be null and void and of no legal force or effect. Section 12. Uniforms and Plain-Clothes Allowance Page 40 A. Uniforms: The City shall continue to provide the uniforms and equipment currently provided by the City, except that the City may make changes in styles or update equipment as it deems appropriate. B. Plain-Clothes Allowance: Employees assigned to positions outside the uniform patrol division and who are not issued uniforms or other clothing by the department shall receive a plain-clothes allowance of $900 each year for Fiscal Years 2021/2022, 2022/2023, and 2023/2024. Plain-clothes allowance shall not be paid to employees on temporary or rotational assignments. C. Persons transferred to plain-clothes duty shall be permitted to retain at least one uniform. D. The City may determine the most appropriate way to pay uniform allowance; e.g., biweekly, monthly, quarterly, annually. Further, the City may change the manner in which the allowance is paid provided that employees are given not less than thirty (30) days' notice of the change and that the change does not reflect a reduction in the annual amount to be paid. Section 13. Tuition Refund Program Members of the bargaining unit shall be entitled to reimbursement for tuition fees for approved courses in accordance with the City's Tuition Refund Program up to an amount of $2,000 $1,700 per fiscal year for the period from October 1, 2021 through September 30, 2024, subject to meeting the approval and eligibility requirements of the City's program. However, the City shall reimburse up to $2,200 $2,000 per fiscal year for tuition fees of approved courses in a Master’s Degree level program for the same period. Employees in the bargaining unit must execute an Agreement to repay to the City any amount of Tuition Refund exceeding $650.00 reimbursed in a fiscal year period should such employee separate from the City within two (2) years of receipt of reimbursement. In the event that an employee separates from the City by retirement and opts to receive an extended sick/injury leave benefit, separation for the purpose of repayment of tuition refunds shall date from the employee's last actual work day and not the effective date of retirement. Section 14. Safe Driving Incentive Employees who are regularly assigned to drive a City vehicle and are not involved in a preventable accident during a fiscal year (October 1 until September 30) will receive a safe driving incentive of $100.00. Employees will be eligible for this incentive each year of this Agreement. For employees who are involved in a preventable accident during a particular fiscal year, they will begin their next 12 month cycle the next October 1st following the preventable accident. Employees hired after October 1st must wait until the following October 1st in order to begin accumulating their time for the purpose of participation in this incentive. The City agrees to make its best efforts to complete the administrative work that is needed to add this incentive to each eligible employee’s paycheck within 90 days of the end of the cycle. Page 41 ARTICLE 10 INSURANCE The City agrees to meet with the Union and other City of Clearwater Unions' representatives to review the health and life insurance programs for the purpose of reducing the cost of such programs for the City and the employees. The City further agrees to provide the Union with such information as it has available as would be required to formulate such a benefit package and to cooperate with the F.O.P. to obtain pertinent information from the present carrier and the insurance consultant. Any information received by either party from the consultant or another carrier will be shared with the other party. The City agrees that for the calendar year occurring within the first year of the agreement, the City shall contribute toward the medical insurance premiums for employees and their dependents in the amount approved for the plans approved by the City Commission. The City agrees to maintain the current Benefits Committee recommendation process culminating in final action by the City Commission to determine medical insurance premiums for employees and their dependents for the duration of this Agreement. The City further agrees that during the life of the agreement, the City will make available to employees the option of at least one health insurance plan for which the City shall pay 100% of the premium for the employee only base benefit plan cost, it being understood that such base plan may provide a different level of benefit than that which is currently provided. Additional coverage for the family or spouse, as well as any enhancements or “buy ups” to the base plan will continue to be paid for by the employee. The City agrees to continue to pay the premiums for group life insurance valued at a minimum of $2,500 per employee. Effective April 1st, 2007, the City shall no longer permit any new enrollment in the 1% Life Insurance Program. Bargaining unit employees who are enrolled as of April 1st, 2007 may continue to participate provided they maintain their participation on a continuous basis thereafter. Any employees who currently participate and choose to discontinue their enrollment will not be permitted to re-enroll in this benefit again at a later date. All life insurance premium contributions and plans currently in force shall continue for the duration of this Agreement. The selection of an insurance company shall be of the employee’s choice from the companies offered by the City as approved by the Insurance Committee. ARTICLE 11 PERFORMANCE AND DISCIPLINE Section 1. No employee who has successfully completed his/her probation period or extended probationary period as a Police Sergeant or Police Lieutenant shall be demoted, suspended or dismissed without just cause. All discipline will be for just cause and consistent with due process. Employees have a right to Union representation at any time they believe a meeting may lead to disciplinary action. The employee or city may refer to the employee’s entire work history and the outcomes of similar discipline cases involving the employee or other employees of the same bargaining unit when opposing or supporting discipline. Section 2. An employee may also be issued a non-disciplinary “Letter of Reprimand” by his/her Division Head. Prior to a Letter of Reprimand being placed in an employee's file, a Police Sergeant will have the right to confer with the Division Head and a Police Lieutenant will have the Page 42 right to confer with the Deputy Chief regarding the proposed Letter of Reprimand. The Letter of Reprimand will be retained in the employee’s Department file for the period of time specified by State of Florida public records laws and may only be used for future disciplinary action during that period (generally 3 years). Section 3. Performance, behavior management, and disciplinary procedures shall be found in the current Police Department SOP’s and General Orders 211, 212, and 213. The City will notify the Union of any proposed change to the system of discipline or performance management. The Union will within a reasonable amount of time notify the City in writing of the specific impact of the proposed change and the intent of the Union to bargain the impact of the change to the system. Proposed changes will be consistent with sound personnel practice and may be implemented by the City provided that mandatory and permissive bargaining requirements have been met. The Police Department and the Union will continue the practice of Labor Management meetings to resolve these types of issues. The City acknowledges the right of the employee or Union to grieve the application of the process or the application of any individual performance or behavior management standards. Section 4. The City will continue its current practice of allowing the affected employee to give a brief oral statement to an accident review board. Section 5. An employee who has been arrested for any crime involving domestic violence for a DUI and formally charged by information or indictment by the prosecuting authority for said crime(s) may be placed on administrative leave without pay pending the conclusion of the administrative investigation, at the sole discretion of the Police Chief. An employee who has been arrested for any felony crime may be placed on administrative leave without pay pending the conclusion of the administrative investigation, at the sole discretion of the Police Chief. This section 5 does not apply to any employee who is arrested due to allegations of excessive force while acting on-duty and being paid by the City. ARTICLE 12 DRUG AND ALCOHOL POLICY Section 1. Voluntary use of controlled substances which cause intoxication or impairment on the job poses risks to the employer, the affected employee and coworkers. All bargaining unit employees will be fully informed of the employer's for cause drug testing policy before testing is administered. Bargaining unit employees will be provided with information concerning the impact of the use of drugs on job performance. Police Majors and other management personnel are trained to recognize the symptoms of drug abuse, impairment and intoxication. Section 2. City’s Drug and Alcohol Program Policy A. The City’s Drug and Alcohol Program Policy delineates drug and alcohol test procedures. Revisions governing testing standards and job classification specifications shall be made as revisions to laws or regulations of state or federal government or agencies deem permissible. Union representatives will be furnished with copies of the policies upon such revision. Page 43 Whenever the City or the Union proposes to amend or change any policy affecting drug and alcohol testing, the City or the Union shall provide notice and a copy of the proposed amendments or changes to the other party at least 30 calendar days in advance of the proposed effective date of the change. The Union and the City shall have the right to bargain such proposed amendments or changes in accordance with the law and the terms of this agreement. B. References to CDL and “safety-sensitive” employees and positions shall not apply to F.O.P. bargaining unit members unless required by law. As such, F.O.P. bargaining unit members shall not be subject to the following provisions of the City Drug and Alcohol Program Policy unless required by law or agreed to by the parties: Section II, B. Section II, C. Section II, E. 2. Section II, E. 4. Section 3. Drug Testing Upon Designated Assignments A. Bargaining unit members shall, when assigned to the Vice & Intelligence Unit, have a drug test administered. Additionally, such bargaining unit members shall have an annual drug screening as part of their annual physical. When an employee tests positive on the screening test, the sample shall be submitted for a confirmation test. 1. The drug screening will be performed utilizing urine samples unless the employee, at his/her option, requests a blood test in lieu of a urine test. 2. Urine and blood samples shall be drawn or collected at a City-designated facility. 3. All testing shall be done by a laboratory certified by NIDA. C. Assignment to Vice & Intelligence or removal from same shall be at the sole discretion of the Police Chief, regardless of the drug screening/confirmation findings. D. In the event that a Vice & Intelligence officer was required, as a course of his/her employment to imbibe in alcoholic beverages or ingest secondhand marijuana, hashish, crack, cocaine smoke, or smoke from any other controlled substance, within 48 hours of a scheduled drug screening test, the test shall be postponed for one week. The officer shall be responsible for advising his/her supervisor of the occurrence of such an incident as soon as practical. ARTICLE 13 RETIREMENT Section 1. Employees shall participate in either the City Pension Plan or the Federal Social Security program as established by provisions of those programs. Should the City subsequently establish an alternate plan to the existing City Pension Plan which is made available to City employees in the City Pension Plan, bargaining unit members may elect to convert to the alternate plan consistent with the provisions of the conversion procedure. Page 44 Section 2. Retirement Advancement A. The City and the Union agree that prior to retiring an employee may use his/her vacation leave balance at 100% value and sick leave balance at 50% value to advance the employee’s date of retirement. B. The employee will be considered a regular employee for service credit to the pension plan. The City and the employee will continue to contribute to the pension plan. C. During the period of “retirement advancement”, the employee will not be eligible to receive or accrue any benefits except retirement credit. The benefits that will stop include, but are not limited to, vacation and sick leave accrual, insurance premium payments, workers’ compensation, allowances, reimbursements, and special payments of any kind. ARTICLE 14 SENIORITY, LAYOFF, AND RECALL Section 1. Seniority shall be defined as the length of continuous service in full-time City employment and will continue to accrue during all types of leave of absence with pay and other leaves when specifically provided in this Agreement. Seniority in rank will be utilized to determine vacation selection, selection of floating holidays, and for bidding for shift assignments, provided that skills and qualifications are substantially equal and except as provided in Section 2 hereof. Section 2. Bargaining unit members shall be permitted to bid shift assignments by seniority in rank but the Department reserves the right, based on its determination of operational demands to ensure that officers with specialized skills are appropriately deployed among the shifts and to ensure that officers with limited tenure in their job classification are distributed relatively evenly among the shifts. The Department reserves the right to designate up to four field training supervisors which will be distributed as follows: 3. One FTO supervisor permanently assigned to an FTO team in District II 4. One FTO supervisor permanently assigned to an FTO team in District III 5. Two “floating” FTO supervisor positions allocated to the regular patrol shift bid assignments and specialty assignments. 6. No more than one FTO Sergeant will be permitted to occupy the midnight relief shift at any given time. Bargaining unit members who are selected for FTO supervisor assignments shall be permitted to bid among themselves by seniority in rank for the FTO supervisor assignments. Patrol Sergeants who are in special duty assignments such as Community Policing, Traffic Section, Camera Program Supervisor, or the Special Operations Section are not included in the bidding process. An employee who is placed on light or restricted duty shall have bidding rights for shift assignments, but has no assurance of the assignment until he/she resumes full duty status. The Police Chief may reassign any officer when such reassignment is in the best interest of the Police Department. Such reassignment shall be with proper justification. Section 3. An employee shall lose his/her status as an employee and his/her seniority if the employee: Page 45 (a) resigns or quits; (b) is discharged or terminated (unless reversed through the grievance or arbitration process); (c) retires; (d) does not return to work from layoff within ten (10) calendar days after being notified to return by certified mail addressed to his/her last address filed with the Human Resources Department; (e) is absent from work, including the failure to return from leave of absence, vacation or disciplinary action, for three (3) consecutive working days without notifying the Department, except where the failure to notify and work is due to circumstances verified as being beyond the control of the employee and which are acceptable to the City. Section 4. In the event that the City determines layoffs are necessary, all emergency, temporary, provisional or probationary employees shall be laid off before any regular status employee serving in the same class. If reduction in force requires further layoffs, the order of such layoffs shall be determined by seniority in rank. An employee who is in a position that is subject to layoff shall have the option to revert to the position held within the Police Department prior to promotion to his/her current position, or to another sworn position of lower classification within the Police Department for which he/she is qualified. If this movement requires further reduction in force, the applicable bargaining agreement for the affected employees shall govern. No new employee shall be hired or promoted to the classifications of Police Sergeant or Police Lieutenant until all Police Sergeants and/or Lieutenants on layoff or demoted from those ranks in lieu of layoff have been given an opportunity to return to work in their former Police Sergeant or Police Lieutenant position and seniority date, provided that after one year of layoff such employees shall cease to accrue seniority and that such reemployment rights shall cease after two years from the date of layoff. Page 46 ARTICLE 15 DURATION, MODIFICATION, AND TERMINATION This Agreement shall be effective as of the start of the payroll period that includes October 1, 20242021, and shall continue in full force and effect until the thirtieth day of September 30, 2027 2024. At least one hundred twenty (120) days At any time commencing January 1 of the year in which this Agreement terminates, but not later than (90) days prior to the termination of this Agreement, either party hereto shall notify the other, in writing, of its intention to modify, amend or terminate this Agreement. Failure to notify the other party of intention to modify, amend or terminate, as herein above set forth, will automatically extend the provisions and terms of this Agreement for a period of one (1) year, and each year thereafter absent notification. IN WITNESS WHEREOF, the parties hereto have hereunder set their hands and seals this day of , A.D., 2024. ATTEST: CITY OF CLEARWATER, FLORIDA By Rosemarie Call, City Clerk Jennifer Poirrier, City Manager Approved as to form and correctness: Countersigned: David Margolis, City Attorney Bruce Rector, Mayor FLORIDA STATE LODGE OF THE FRATERNAL ORDER OF POLICE Supervisors Bargaining Unit By _________________________________ Sergeant Daniel Negersmith, President Clearwater Supervisors Bargaining Unit _________________________________ Mike Tucker, Staff Representative Florida State Lodge, Fraternal Order of Police Inc. WITNESSES: __________________________________ __________________________________ i APPENDIX A POLICE SERGEANT PAY RANGE A-10 POLICE SERGEANT PAY RANGE A-10 Step October, 2024 Hourly October, 2025 Hourly October, 2026 Hourly 1 $ 46.2159 $ 48.0646 $ 49.6065 2 $ 48.0646 $ 49.9871 $ 51.4868 3 $ 49.9871 $ 51.9866 $ 53.5462 4 $ 51.9866 $ 54.0661 $ 55.6881 5 $ 54.0661 $ 56.2287 $ 57.9156 6 $ 56.2287 $ 58.4779 $ 60.2322 7 $ 58.4779 $ 60.8170 $ 62.6415 8 $ 60.8170 $ 63.2497 $ 65.1472 Step October, 2021 Hourly October, 2022 Hourly October, 2023 Hourly 1 $37.8808 $39.0172 $40.1878 2 $39.3962 $40.5780 $41.7954 3 $40.9715 $42.2007 $43.4667 4 $42.6106 $43.8889 $45.2056 5 $44.3151 $45.6446 $47.0139 6 $46.0877 $47.4703 $48.8944 7 $47.9312 $49.3691 $50.8502 8 $49.8484 $51.3438 $52.8842 POLICE LIEUTENANT PAY RANGE A-20 Step October, 2021 Hourly October, 2022 Hourly October, 2023 Hourly 1 $48.1845 $49.6301 $51.1190 2 $50.1122 $51.6155 $53.1640 3 $52.1366 $53.7007 $55.3118 4 $54.2220 $55.8486 $57.5241 5 $56.3909 $58.0826 $59.8251 6 $58.6466 $60.4059 $62.2181 7 $60.9924 $62.8221 $64.7068 Page ii POLICE LIEUTENANT PAY RANGE A-20 Step October, 2024 Hourly October, 2025 Hourly October, 2026 Hourly 1 $ 53.6750 $ 55.8220 $ 57.4966 2 $ 55.8220 $ 58.0548 $ 59.7965 3 $ 58.0548 $ 60.3770 $ 62.1883 4 $ 60.3770 $ 62.7921 $ 64.6759 5 $ 62.7921 $ 65.3038 $ 67.2629 6 $ 65.3038 $ 67.9159 $ 69.9534 7 $ 67.9159 $ 70.6326 $ 72.7516 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1441 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Authorize an increase to the purchase order with Rock Capital Sound Corporation dba RCS Corporation (RCS) of Clearwater for event production services in the amount of $150,000.00 for a new annual not to exceed amount of $200,000.00 for the initial term ending September 30, 2025, with four, one-year renewal options at an annual amount of $200,000.00 pursuant to RFP 57-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: On July 23, 2024, Procurement issued Request for Proposal (RFP) 57-24, Event Production Services and two responsive bids were received on August 23, 2024. A team of City staff evaluated and ranked both proposals based on the RFP criteria and overall responsiveness to the RFP requirements. RCS was determined to be the most responsive and responsible vendor to provide the requested services. As part of the numerous events planned for Coachman Park, the City has introduced a new monthly event called "Last Friday." Held on the last Friday of each month, this event will offer live entertainment, delicious food, and a variety of engaging activities. For example, the October event featured family-friendly fall activities, including a children's costume contest, a candy trail, live music, a touch-a-truck experience, and more. A total of nine Last Friday events are scheduled through September 2025. In addition to the Last Friday event series the City of Clearwater also produces groundbreaking and ribbon cutting events as well as larger festivals and events such as The Sea-Blues Festival and Clearwater Celebrates America. RCS will provide various production services such as lighting, audio, sound, backline, equipment, and generators needed to produce these events and more throughout the year. APPROPRIATION CODE AND AMOUNT: Parks and Recreation cost centers 0101831 (Downtown Core Programming) and/or 0101804 (Special Events) will be utilized depending on the specifics of the events these services are provided. The Parks and Recreation department is funded by General Fund revenues. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITIES: Approval of this item supports several Strategic Plan Objectives, including: ·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. ·2.2: 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. ·3.1: Support neighborhood identity through services and programs that empower community pride and belonging. ·3.4: Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive, and engaged communities. Page 1 City of Clearwater Printed on 12/3/2024 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4630 Tel v 07.2021 REQUEST FOR PROPOSALS #57-24 Event Production Services July 23, 2024 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, August 23, 2024, to provide event production services. Brief Description: The City of Clearwater frequently organizes a range of community events annually. Proposals are sought for event production services for our signature events such as Clearwater Celebrates America on July 4th, as well as other community gatherings. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement contact below: Kristina Cook Procurement Analyst kristina.cook@myclearwater.com This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com INSTRUCTIONS Event Production Services 2 RFP #57-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their 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: August 23, 2024 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 Event Production Services 3 RFP #57-24 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 Event Production Services 4 RFP #57-24 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 Event Production Services 5 RFP #57-24 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 Event Production Services 6 RFP #57-24 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (Response Elements, pages 20-21) Points Demonstrated Experience (tab 2) 20 References (tab 2) 15 Methodology and Approach (tab 3) 20 Proposals for Displays ($7.5K, $15K, $50K) (tab 4) 30 Staffing and Experience (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. INSTRUCTIONS – EVALUATION Event Production Services 7 RFP #57-24 i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: July 23, 2024 Advertise Tampa Bay Times: July 24, 2024 Responses due: August 23, 2024 Review proposals/presentations (if requested): August 23, 2024-September 3, 2024 Award recommendation: September 3, 2024 City Manager / Council authorization: September 2024 Contract begins: September 2024 STANDARD TERMS AND CONDITIONS Event Production Services 8 RFP #57-24 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Event Production Services 9 RFP #57-24 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Event Production Services 10 RFP #57-24 S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 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 Event Production Services 11 RFP #57-24 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written STANDARD TERMS AND CONDITIONS Event Production Services 12 RFP #57-24 assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. STANDARD TERMS AND CONDITIONS Event Production Services 13 RFP #57-24 a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. STANDARD TERMS AND CONDITIONS Event Production Services 14 RFP #57-24 S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. STANDARD TERMS AND CONDITIONS Event Production Services 15 RFP #57-24 S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Event Production Services 16 RFP #57-24 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,904 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 2. BACKGROUND. Following an $85 million renovation in 2023, Coachman Park has become one of the nation's premier waterfront parks. The city hosts a diverse array of annual signature events and initiated a partnership in 2023 with Ruth Eckerd Hall to manage a new 4,000-seat waterfront amphitheater. Events can range from large music festivals to small community events and ceremonies. Scheduled events for 2024-2025 include "Rumba en Clearwater" (September 2024), featuring three nationally touring musicians, the Clearwater Sea-Blues Festival (February 2025), a two-day, multi-act festival, the Clearwater Celebrates America Event on July 4th, 2025, and a new series of "Sunset Music Events" showcasing regional acts on the final Friday of each month from October 2025 to September 2026. 3. SCOPE OF SERVICES. The purpose of this Request for Proposals (RFP) is for the City of Clearwater to solicit bids for event production services involving the rental of audio and lighting, complete set-up and breakdown services, and the personnel required to complete the services for its annual signature events, the July 4th holiday, and other community gatherings. The city seeks detailed proposals highlighting unique and sustainable offerings that could enhance community music events. The city aims to enhance various community events with rented audio and lighting equipment, along with other production services, to enrich the overall experience for attendees. As part of the city's green initiative, the city is seeking information on whether the proposer offers sustainable equipment options. These options may include devices with auto-standby or energy- saving modes, LED lighting, low-heat emitting audio amplifiers (Class-D), and similar technologies. Vendor(s) shall submit proposals to provide production services within the following budgeted amounts: • $7,500.00 for smaller community events featuring local or regional performers, including audio and lighting for use on the City’s mobile community stage or a similarly sized stage. • $15,000.00 for events featuring regional and/or national acts on the City’s mobile community stage or a similarly sized stage. • $50,000.00 for larger national and/or international events potentially hosted on a large sized stage similar to the BayCare Sound stage. Each proposal shall include an itemized breakdown ("display worksheet") detailing the equipment, products, and any additional visual elements or explanations related to the production aspects. All services provided must comply with applicable laws and regulations. Delivery, equipment set- up, sound-checks, and event production should be completed well in advance of each event, as outlined in the submitted proposals. DETAILED SPECIFICATIONS Event Production Services 17 RFP #57-24 The Vendor is responsible for all aspects and risks related to storing equipment on City premises. The City will supply stages, meet electrical needs, allocate sufficient vehicle parking space, and prepare the event site. 4. MINIMUM QUALIFICATIONS. Proposers shall demonstrate at least five (5) years of experience in event, festival, and/or concert production. 5. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. 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. WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater DETAILED SPECIFICATIONS Event Production Services 18 RFP #57-24 Attn: Procurement Division, RFP #57-24 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Event Production Services 19 RFP #57-24 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. September 2024 – September 2025. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Four (4), one (1) year renewal is possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for the one (1) year renewal term. d. No fuel surcharges will be accepted. RESPONSE ELEMENTS Event Production Services 20 RFP #57-24 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. Provide the following information regarding experience: a. Explain the company’s qualifications, abilities, experience and expertise in providing the requested services, appropriate staffing, and necessary resources. b. References – A minimum of three (3) current references 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 3 – Methodology and Approach. Clearly define the services offered and your method of approach including, but not limited to, the following elements: a. Scheduling, delivery, set-up and takedown procedures. b. Advance notice reservation requirements. Specify the number of hours, days, etc. that must be given and your guarantee that reserved equipment will be available. c. Normal business hours and rental facility locations, including weekends. d. Ability to complete work after regular business hours (evenings/weekends/holiday). e. Explain your responsiveness to meet the City’s needs; guaranteed response time, emergency response coverage (i.e. cancellation due to inclement weather, need to change item the day of an event, need to provide items for an event with short notice). f. Explain your customer service and complaint resolution process including the procedure when there is breakage or loss of item or equipment. g. Identify sustainable equipment options, including devices with auto-standby or energy- saving modes, LED lighting, and low-heat emitting audio amplifiers (Class-D), among others. TAB 4 – Proposals for Displays $7.5K, $15K, and $50K. Submit a detailed "display worksheet" (at least three (3) worksheets per level) outlining the equipment types included in the production, necessary supplies and equipment to support the event (such as rented trucks, heavy equipment, additional decking, etc.), and any other visual elements, accompanied by an explanatory description of the presentation. TAB 5 – Staffing and Experience. The following information shall be included: a. Staffing levels allocated for each proposed event. b. List of staff members' relevant experience in the specified event areas. RESPONSE ELEMENTS Event Production Services 21 RFP #57-24 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 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 Event Production Services 22 RFP #57-24 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 Event Production Services 23 RFP #57-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this 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 Event Production Services 24 RFP #57-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Event Production Services 25 RFP #57-24 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Event Production Services 26 RFP #57-24 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Event Production Services 27 RFP #57-24 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Event Production Services 28 RFP #57-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #57-24, Event Production Services Due Date: August 23, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #57-24, Event Production Services Due Date: August 23, 2024, 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 ------------------------------------------------ 1) Orlando Event Productions, LLC 2) RCS Corporation- Florida 7605 Presidents Drive 15380 US Hwy 19 Ste. B Orlando, FL 32809 Clearwater, FL 33764 407-746-9633 727-329-6259 ADVERTISED: TAMPA BAY TIMES 07.24.24 POSTED:myclearwater.com 07.23.24-08.23.24 Due/Opening: August 23, 2024; 10:00 a.m. REQUEST FOR PROPOSAL No. 57-24 Event Production Services Solicitation Response Listing FOR THE CITY OF CLEARWATER This is an Agreement between RCS Corporation (Vendor) and the City of Clearwater for providing services at special events at Coachman Park/The BayCare Sound, Downtown Core Eddie C. Moore Complex and any others as requested within the City of Clearwater. In consideration of the mutual terms and conditions of this Letter of Agreement, the Vendor and the City of Clearwater agree as follows: 1. The Vendor agrees to provide concert production of lights, audio, sound, backline, equipment, and generators and associated ancillary items and services as needed for the following dates and events: a. December 2024 Last Friday (Coachman Park) b. January 2025 Last Friday (Coachman Park) c. February 2025 Last Friday (Coachman Park) d. February 2025 Sea Blues Festival (Coachman Park) e. February 2025 Clearwater Invitational Eddie C. Moore f. March 2025 Last Friday (Coachman Park) g. April 2025 Last Friday (Coachman Park) h. May 2025 Last Friday (Coachman Park) i. June 2025 Last Friday (Coachman Park) j. July 2025 Clearwater Celebrates America (Coachman Park) k. July 2025 Last Friday (Coachman Park) l. August 2025 Last Friday (Coachman Park) m. September 2025 Rumba en Clearwater (Coachman Park) 2. The Vendor will be granted access to the venue prior to the start of each event for load-in. Loading/unloading times and zones will be determined by the City and the Vendor and locations must be clear of equipment or any other material that would hinder a smooth load-in. 3. The City of Clearwater shall ensure that the performance venue and staging areas are accessible for an amount of time sufficient for setting up prior to the rehearsal and concert or for any related activity. 4. The initial term shall be from December 20, 2024 through September 30, 2025 not to exceed $200,000. 5. Up to four, one-year renewals of the agreement with mutual written approval are available. 6. The Parties will be responsible for their own actions and shall only be liable for damages resulting from said actions. Nothing herein is intended to serve as a waiver of sovereign immunity by the City of Clearwater or any provision of Section 768.28, Florida Statutes. Nothing herein shall be construed as consent by the City of Clearwater to be sued by third parties in any matter arising out of this Letter of Agreement. The provision shall not be construed as an indemnification clause. 7. The Vendor agrees to comply with all laws and regulations the City is obligated to abide by as a government entity and The Vendor will not implement or enforce any rules that violate a citizen's constitutional rights. 8. This Agreement is subject to all normal terms of Force Majeure, in that if the concert is cancelled due to sickness, accident, riot, strike, lockout, inclement weather including a hurricane or tropical storm, an act of God or any other legitimate condition(s) beyond either party’s control, both parties shall be relieved of the obligations hereunder. Signed: ROCK CAPITAL SOUND CORPORATION DBA RCS CORPORATION OF CLEARWATER, FL. [Print] [Signature] [Title] Date: _________________________ Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By: ____________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ _______________________________ Melissa Isabel Rosemarie Call Assistant City Attorney City Clerk November 15, 2024 NOTICE OF INTENT TO AWARD - REVISED The Selection Committee and the Procurement Division has shortlisted the top ranked company for RFP 57-24, Event Production Services, and have recommended awarding the contract to Rock Capital Sound Corporation dba RCS Corporation of Clearwater, FL. The award is estimated at an annual amount of $200,000.00 for a period of one (1) year, with four (4), one (1) year renewal options. The ranked firms in order are as follows: 1. RCS Corporation – Florida 2. Orlando Event Productions, LLC Negotiations will begin with the top ranked company. Should negotiations fail, the committee will move to the next ranked company on the list. The negotiated contract is subject to City Manager’s authorization. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 444-8510, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Krissie Cook Krissie Cook Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1451 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Approve an increase to existing purchase orders with Pete and Ron's Tree Service, O'Neils Tree Service, and TreesForYou.com for additional tree care services caused by Hurricanes Helene and Milton for the initial term in the cumulative amount of $900,000.00 bringing the purchase order totals to $1,600,000.00 pursuant to ITB 26-24 and authorize the appropriate officials to execute same. (consent) SUMMARY: The City currently holds purchase orders with Pete & Ron's Tree Service, O'Neils Tree Service, and TreesForYou.com for citywide tree services, as approved by the Council on July 15, 2024, under Invitation to Bid #26-24 Tree Care Services, with an annual spending cap of $700,000.00. However, due to extensive damage from Hurricanes Helene and Milton, this annual limit will be exceeded. Staff is requesting an additional $900,000.00 to cover necessary work for removing damaged trees, hangers, and leaning trees from city parks, public spaces, and rights-of-way impacted by the hurricanes for the initial term ending on July 31, 2025. The remaining terms will remain at $700,000.00 annually. So far, storm-related expenses have reached $500,000.00 across Parks and Recreation, Public Works Urban Forestry, and Public Utilities, with further services anticipated in the coming months. APPROPRIATION CODE AND AMOUNT: All tree work related to Hurricane Helene will be coded to special program code 1817525-546300-D2402, disaster response - Hurricane Helene; all tree work related to Hurricane Milton will be coded to 1817525-546300-D2501, disaster response - Hurricane Milton. Reimbursement will be requested and is anticipated from FEMA for all work related to these two storms. Funds used for normal tree work outside of the storms will be coded to various operating codes as was originally budgeted. USE OF RESERVE FUNDS: Funding will be from Special Programs Special Revenue Fund reserves, pending potential FEMA reimbursement. 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. ·1.4: Foster safe and healthy communities in Clearwater through first class public safety and emergency response services. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. · 4.3: Protect the conservation of urban forests and public green spaces to promote biodiversity and Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1451 reduce our carbon footprint. Page 2 City of Clearwater Printed on 12/3/2024 Item Description Unit of Measure Unit Price Unit Price Unit Price Unit Price 1-1 A 1 - 6 inch diameter tree at DBH EA $98.00 $95.00 $650.00 $95.00 1-2 A 6-11 inch diameter tree at DBH EA $247.00 $145.00 $1,150.00 $250.00 1-3 A 12-17 inch diameter tree at DBH EA $512.00 $495.00 $1,550.00 $675.00 1-4 A 18-23 inch diameter tree at DBH EA $772.00 $825.00 $2,350.00 $1,450.00 1-5 A 24-35 inch diameter tree at DBH EA $1,461.00 $1,895.00 $3,150.00 $2,500.00 1-6 A 36-49 inch diameter tree at DBH EA $1,640.00 $2,550.00 $3,950.00 $3,900.00 1-7 A 50-59 inch diameter tree at DBH EA $2,189.00 $3,150.00 $4,950.00 $4,300.00 1-8 A 60+ inch diameter tree at DBH EA $2,880.00 $500.00 $5,950.00 $6,700.00 $9,799.00 $9,655.00 $23,700.00 $19,870.00 Item Description Unit of Measure Unit Price Unit Price Unit Price Unit Price 1-1 B 3 - 12 feet CT EA $130.00 $150.00 $750.00 $95.00 1-2 B 13 - 20 feet CT EA $195.00 $225.00 $999.00 $150.00 1-3 B 21 - 30 feet CT EA $390.00 $325.00 $1,250.00 $250.00 1-4 B 31 - 40 feet CT EA $390.00 $325.00 $1,750.00 $375.00 1-5 B 41 - 50 feet CT EA $390.00 $350.00 $2,050.00 $500.00 1-6 B 51 - 60+ feet CT EA $455.00 $350.00 $2,500.00 $600.00 $1,950.00 $1,725.00 $9,299.00 $1,970.00 Item Description Unit of Measure Unit Price Unit Price Unit Price Unit Price 2-1 Stump Removal 2-12" diameter IN $85.00 /range $12.50 /in $350.00 $50.00 /range 2-1 Stump Removal 13-24" diameter IN $185.00 /range $13.50 /in $450.00 $200.00 /range PALM AND STUMP REMOVAL O'Neils LLC d/b/a O'Neils Tree Services Pete & Ron's Tree Service Tip Top Tree Experts LLC TreesForYou.com Inc Total Bid for Category 1A: TREE AND STUMP REMOVAL Total Bid for Category 1B: CATEGORY 2: ALL-INCLUSIVE PRICING STUMP REMOVAL ONLY STUMP REMOVAL CITY OF CLEARWATER ITB # 26-24, TREE CARE SERVICES DUE DATE: MAY 2, 2024; 10:00 AM BID TABULATION CATEGORY 1: ALL-INCLUSIVE PRICING FOR TREE/PALM STUMP REMOVAL 2-1 Stump Removal 25-48" diameter IN $400.00 /range $16.00 / in $650.00 $400.00 /range 2-1 Stump Removal over 48" diameter IN $600.00 /range $17.00 / in $950.00 $500.00 /range $1,270.00 $59.00 $2,400.00 $1,150.00 Item Description Unit of Measure Unit Price Unit Price Unit Price Unit Price 3-1 A Pruning 11-20 ft canopy width EA $250.00 $140.00 $600.00 $175.00 3-2 A Pruning 21-30 ft canopy width EA $450.00 $210.00 $950.00 $275.00 3-3 A Pruning 31-40 ft canopy width EA $450.00 $280.00 $1,450.00 $375.00 3-4 A Pruning 41-55+ ft canopy width EA $450.00 $350.00 $1,950.00 $500.00 3-1 B Raising 11-20 ft canopy width EA $162.50 $95.00 $500.00 $200.00 3-2 B Raising 21-30 ft canopy width EA $270.00 $145.00 $750.00 $275.00 3-3 B Raising 31-40 ft canopy width EA $290.00 $195.00 $1,200.00 $300.00 3-4 B Raising 41-55+ ft canopy width EA $162.50 $245.00 $1,500.00 $400.00 3-1 C Trimming 0 -6 inches EA $50.00 $25.00 $350.00 $35.00 3-2 C Trimming 7 - 12 inches EA $100.00 $50.00 $550.00 $70.00 3-3 C Trimming 13 - 18 inches EA $125.00 $140.00 $999.00 $80.00 3-4 C Trimming 19 - 24 inches EA $250.00 $175.00 $1,200.00 $90.00 3-5 C Trimming 25 - 30 inches EA $125.00 $210.00 $1,550.00 $100.00 3-6 C Trimming 31 - 36 inches EA $125.00 $250.00 $1,800.00 $120.00 3-7 C Trimming 37 - 42 inches EA $125.00 $290.00 $1,900.00 $150.00 3-8 C Trimming 43+ inches EA $125.00 $290.00 $2,000.00 $200.00 $3,510.00 $3,090.00 $19,249.00 $3,345.00 Item Description Unit of Measure Unit Price Unit Price Unit Price Unit Price 4-1 Cost per treatment (average stump size 0 - 15")EA $50.00 $35.00 $200.00 $100.00 4-1 Cost per treatment (average stump size 15"+)EA $75.00 $55.00 $350.00 $150.00 $125.00 $90.00 $550.00 $250.00 Total Bid for Category 2: CATEGORY 3: ALL-INCLUSIVE PRICING FOR PRUNING SERVICES (TREE PRUNING, CANOPY CROWN RAISING "LIFTING" AND TREE LIMB TRIMMING) Total Bid for Category 3: Total Bid for Category 4: CREW AND EQUIPMENT CATEGORY 4: ALL-INCLUSIVE PRICING INVASIVE PLANT SPECIES INVASIVE PLANT SPECIES TREATMENT MISCELLANEOUS HOURLY RATES *Rates used as-needed, case by case basis and will not be a basis of the award. Item Description Unit of Measure Unit Price Unit Price Unit Price Unit Price 1 Crew Leader HR $250.00 $65.00 $85.00 $30.00 2 Grounds Person HR $175.00 $45.00 $65.00 $20.00 3 Tree Climber HR $250.00 $65.00 $90.00 $25.00 5 Aerial Lift (Bucket Truck) with Operator HR $250.00 $105.00 $350.00 $25.00 6 Chipper Truck, Chipper with Operator HR $250.00 $85.00 $325.00 $20.00 Items with a star ( ) indicates intent to award. v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID #26-24 Tree Care Services March 29, 2024 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, May 2, 2024, to provide Tree Care Services. Brief Description: The City of Clearwater is seeking to establish a term contract from a qualified Vendor for routine tree care services to include but no limited to, tree/palm removal, stump removal, pruning, and invasive plant removal from City’s parks, public grounds, public rights-of-ways and open spaces. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Tree Care Services 2 ITB #26-24 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: May 2, 2024 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to INSTRUCTIONS Tree Care Services 3 ITB #26-24 the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, INSTRUCTIONS Tree Care Services 4 ITB #26-24 as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. INSTRUCTIONS Tree Care Services 5 ITB #26-24 i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Tree Care Services 6 ITB #26-24 i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: March 29, 2024 Advertise Tampa Bay Times: April 3, 2024 Bids due: May 2, 2024 Review bids: May 2 – 14, 2024 Award recommendation: May 14, 2024 Council authorization: June 2024 Contract begins: June 2024 STANDARD TERMS AND CONDITIONS Tree Care Services 7 ITB #26-24 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Tree Care Services 8 ITB #26-24 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Tree Care Services 9 ITB #26-24 S.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-562-4092 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and STANDARD TERMS AND CONDITIONS Tree Care Services 10 ITB #26-24 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written STANDARD TERMS AND CONDITIONS Tree Care Services 11 ITB #26-24 assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. STANDARD TERMS AND CONDITIONS Tree Care Services 12 ITB #26-24 a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. STANDARD TERMS AND CONDITIONS Tree Care Services 13 ITB #26-24 S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. S.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. STANDARD TERMS AND CONDITIONS Tree Care Services 14 ITB #26-24 S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.40 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.42 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Tree Care Services 15 ITB #26-24 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of Florida and the third largest city in the Tampa Bay region with an estimated 118,904 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. 2. SCOPE OF SERVICES. The City is accepting bids to establish a term contract for routine tree care services for municipal trees to include but not limited to tree and stump removal, stump grinding, and pruning services located throughout the City’s parklands, public grounds, public rights-of-ways, and open spaces. Services will be performed on an as-needed basis. Four (4) categories have been established: Tree/Palm and Stump Removal (Category 1), Stump Removal Only (Category 2), Pruning Procedures (Category 3), and Invasive Plant Species (Category 4). CATEGORY 1 – TREE/PALM AND STUMP REMOVAL PROCEDURES Tree removal includes:  Cutting down the tree,  Removal of all tree debris from site,  Grinding the stump to eight (8) inches below the surrounding existing grade to include all visible surface roots to a depth of up to twenty (20) inches or as directed by the City.  Removing the stump grindings where site tree removal meets surrounding grade, and the area shall be raked and swept clean.  At times, the City may request stump grindings to be replaced with topsoil, regraded to meet surrounding grade, and sodded. • The listing of the tree sizes has been rounded up or down to the nearest one (1) full inch. For example: A. 12.49-inch at tree DBH will be considered as a 12-inch diameter tree. B. 12.50-inch at tree DBH will be considered as a 13-inch diameter tree. The diameter breast height (DBH) is the measurement of the tree's trunk diameter measured at four and a half (4.5) feet above the grade. If there is a fork at or below four and a half (4.5) feet, measure the trunks narrowest point below the fork. If the tree is multi stemmed from the root collar, measure each stem at the DBH and total the trunk diameters to the nearest full inch. The palm size is measured by the height of the clear trunk (CT). • Where there is a multi-trunked tree that is branching from the main trunk or the root system below DBH, each trunk is to be considered a separate tree. If the tree is considered a multi-trunk, the stump shall be measured at the point that the split occurs. • The tree stumps of all trees removed shall be removed by stump grinding eight (8) inches below the surrounding existing grade to include all visible surface roots to a depth of up to twenty (20) inches or as directed by the City. DETAILED SPECIFICATIONS Tree Care Services 16 ITB #26-24 • The Vendor shall be required to remove stump ground materials to allow for a six (6) inch hump, unless otherwise approved by the City. • Stumps shall be ground within two (2) weeks of tree being removed and debris from stumps shall be removed and backfilled within the same day. • In the event tree disease and/or insect infested wood requires special handling or disposal, the Vendor shall dispose of the wood in a manner that prevents further contamination. • Once tree removal has begun, the Vendor shall have three (3) business days to remove the entire tree, unless previous arrangements have been made with the City. CATEGORY 2 – STUMP REMOVAL ONLY PROCEDURES • Contractor shall remove the stump, root flare, surface roots, and all associated debris to a depth of eight (8) inches below grade. • Stumps or holes that will pose an immediate and considerable hazard to pedestrians or vehicles shall be adequately barricaded with appropriate warning devices. • All excavated stumping holes shall be filled the day they are excavated. No excavated stumping holes shall be left open after the workday is complete. • Fill stump hole, tamping down soil and continuing to add soil as per approved by the City. • Prevent damage to any surrounding structures, sidewalks, pavements, or amenities. • Stump measurements shall be based on the diameter in inches of the stump measured just above the trunk flare. CATEGORY 3 – PRUNING PROCEDURES • Pruning activities should remove no more living material than is necessary to achieve the tree pruning objectives outlined in these specifications. • Trees shall be pruned to remove all dead, diseased, broken and crossing branches that are three (3) inches in diameter in a park or larger and two (2) inches in diameter or larger in Right of Ways or pedestrian paths. • In raising lower branches for clearance, care should be given to symmetrical appearance and cuts shall not be made so large that it will prevent normal sap flow. Trim to allow for several years growth before smaller secondary and tertiary limbs will be below the required clearance height. Raise lower scaffold branches. The following guidelines shall be followed.  For a minimum of twelve (12) feet of clearance to the ground under the dripline from the street curb to residence.  Raise lower scaffold branches for a minimum of sixteen (16) feet of clearance to the ground under the dripline over the street.  On occasion, the City may request different heights based on the need. • Trees shall be pruned to provide clear, unobstructed views of street signs, streetlights, traffic signs and traffic signals from five hundred (500) feet from the intersection signal or sign. • Remove old stubs leaving the branch collar intact. • No hangers shall be left in tree after trimming is complete. DETAILED SPECIFICATIONS Tree Care Services 17 ITB #26-24 • For young and medium trees (1-20” inches DBH) prune to develop/improve tree structure. The following guidelines shall be followed.  Develop dominate leader(s) and scaffold branches appropriate for the species and the site while maintaining the tree’s natural shape.  Subordinate or remove competing leader, branches or shoots (subordination is preferred over removal) while maintaining the tree’s natural shape.  Subordinate or remove branches that have poor branch angles, including branches with included bark.  Remove suckers and stump sprouts.  No more than thirty percent (30%) of the living branches shall be removed per calendar year. • To allow for proper wound closure to occur, all cuts shall be made sufficiently close to the trunk or parent limb without cutting into the branch bark ridge or branch collar (reference Figure A below) or leaving a protruding stub. Clean cuts shall be made at all times. • Branches shall be pre-cut when necessary to prevent splitting or peeling of the bark (reference Figure B below). • All necessary precautions shall be taken to prevent unnecessary damage to the remaining tree. • To avoid unnecessarily large cuts, limbs that are greater than one-third (1/3) the diameter of the trunk shall not be removed unless directed by the City. • For diseased trees, tools shall be sterilized between pruning cuts, to avoid spreading disease to unaffected branches. (Figure A) (Figure B) DETAILED SPECIFICATIONS Tree Care Services 18 ITB #26-24 CATEGORY 4 – INVASIVE PLANT SPECIES • Invasive plant species shall be controlled by cutting the stem and treating the stumps with herbicide. • Herbicide Application to Cut-Stump Method shall be followed: A saw shall be used to cut the trunk as close to the ground as possible. Within five (5) minutes, a herbicide that contains the active ingredient triclopyr shall be applied as carefully as possible to the thin layer of living tissue, called the cambium, which is just inside the bark of the stump (reference Figure C). (Figure C) 3. REGULATIONS: • All work shall be performed in accordance with the standards defined in American National Standards Institute (ANSI) Safety Standard Z133, Safety Requirements for Arboricultural Operations and in accordance with the current Occupational Safety and Health Administration (OSHA) requirements for Florida. • All tree removal and pruning services shall be performed by or under the direct supervision of an International Society of Arboriculture (ISA) Certified Arborist. The Arborist is not required to be on site during stump grinding and cleanup activities. Bidders shall have at least one (1) certified arborist on staff at time of bid and for the duration of the contract term. • Pruning work shall be in accordance with ANSI A300 pruning standards and the International Society of Arboriculture’s Tree Pruning Best Management Practices. 4. SERVICE REQUIREMENTS: • Vendor shall provide all required labor, materials, tools, equipment, vehicles, transportation, insurance, and supervision to perform all related services to include but not limited to tree removal, pruning and stump removal services. • Vendor shall have in their possession or available to them trucks, devices, chippers, stump grinders, hand tools and other equipment and supplies which shall be able to access any areas that present a diverse range of accessibility situations and are necessary to perform the services as outlined in these specifications. DETAILED SPECIFICATIONS Tree Care Services 19 ITB #26-24 • The Vendor shall be required to submit a written work order to the City for approval prior to the start of any job. • No work shall be performed without the prior approval of the City. Without the prior approval by the City, the Vendor may not be compensated. • Vendor should expect that it might be necessary to climb trees to perform the tree removal for this specification. Extreme care shall be taken to prevent limbs, branches, and trunks from falling and creating damage to adjacent homes, driveways, sidewalks, streets, and other property, both public and private. • Limbs and branches larger than four (4) inches in diameter shall be lowered to the ground using ropes or other mechanical device(s). • Vendor shall communicate any delays in work or difficulties to the City representative designated to the job. 5. WORK PROCEDURES: • Services shall be performed on a per job basis. • The City may request a written estimate, based on the contract prices, for a particular scope of work. Plans and specifications may accompany the request and the estimate shall conform to them. There shall be no charge for job site inspections, assessments and/or written estimates. • The Vendor shall complete the necessary site visit and preparation requirements for each work site, including, but not limited to:  Temporary Traffic Control (TCC) Requirements  Coordinate all required utility locates for stump removal services • As part of the site visit, the Vendor shall physically observe the tree/stump to be removed, and mark on the ground with white paint the perimeter of work for the tree/stump removal. • After the written estimate is accepted, verification that site preparation has been completed and approval from the City has been issued to the Vendor, the work may be scheduled. No work shall be performed without the prior approval of the City. Without prior approval by the City, the Vendor may not be compensated. • Vendor shall communicate their work schedule to the City as required. At any given time, the City may inspect the work in progress. • The Vendor shall meet with the City, as required, for a complete inspection of the project and status. • Vendor may be required to take before and after photographs of job locations. • Vendor shall repair any tracks, ruts, or divots with grass sod to match existing turf. If ruts or divots are not repaired at the time of the removal, Vendor shall be required to return to the site and repair the area to its original condition. • Vendor shall assist the City in reporting vandalism, graffiti, and/or damage on public and private property in need of repair/refurbishing (i.e. traffic or directory signs, structures, site furnishings, monuments, fences, lighting, utilities, and paving). DETAILED SPECIFICATIONS Tree Care Services 20 ITB #26-24 • Vendor shall be responsive to special conditions or unexpected problems that may occur during the contract. The City expects the full cooperation and prompt response by the Vendor. 6. PERSONNEL REQUIREMENTS: • Vendor shall provide licensed and insured technicians to perform all work as required by Local, State, and/or Federal Regulations. Personnel shall have knowledge, experience, and demonstrated ability to perform the work and safely operate all equipment normally used to perform the services described in this bid. • The Vendor shall supply competent and capable employees and provide appropriate supervision to the work. All personnel shall be skilled in the field in which they work; unskilled laborers are not permitted to perform any work for the City. • Vendor shall have “on-site” supervisor fully conversant in the safety procedures to be followed in case of injury and/or accident. On-site supervisor shall have the ability to read and speak in the English language. • Vendor shall conduct a safety briefing with employees each day prior to beginning any operations specified with this contract. Safety practices shall be in conformance with applicable Local, State and Federal regulations. • All work crews shall be required to wear company issued uniform with identification, use appropriate Personal Protection Equipment (PPE), meet ANSI Z133 standards, abide by any and all company and Occupational Safety and Health Act (OSHA) safety standards, and behave in a well-mannered, orderly fashion while performing work on behalf of the City. • The Vendor shall keep an up-to-date list (name and position) of employees it has assigned to provide the services under this contract to the City. A current list of employees with position shall be included with their bid submittal and upon request during the contract term. 7. TOOLS / EQUIPMENT / VEHICLES • All tools, equipment and vehicles shall be in optimum operating conditions, free from oil and fluid leaks and properly maintained for safety of City residents, City personnel and Vendor personnel. • The Vendor shall include a list of equipment to be used in the performance of this contract with their bid submittal. Such equipment shall be available for inspection by the City, prior to award of the contract, and at any time during the contract term. • Vendor shall have proper safety devices maintained at all times while tools, equipment and vehicles are in use. The proper tools and equipment shall be brought to each site to ensure that the work can be accomplished safely and professionally. If the tools or equipment do not contain proper safety devices and/or is being operated in an unsafe manner, the City shall direct the vendor to remove such tools or equipment and/or the operator until the deficiency is corrected to the satisfaction of the City. The Vendor shall be responsible for injury to persons caused by the negligent operation of the tools or equipment. • Tools, equipment, or work practice that damage bark or cambium shall be avoided. • Climbing spikes shall not be used when climbing trees, except to climb a tree to be removed or to perform an aerial rescue of an injured worker. • All equipment shall be of commercial quality, size, and type suitable for the operations specified in this contract. DETAILED SPECIFICATIONS Tree Care Services 21 ITB #26-24 • Tools, equipment, and vehicles shall not be left unsecured at any time. All tools, equipment and vehicles shall be stored in such a manner to ensure that the public do not have access to them. • All vehicles used in the execution of this contract shall have the company and/or logo and telephone number prominently displayed on both sides of the vehicle and be clean, maintained and painted to present a neat, professional appearance and be free of any leaky fluids. • All cabbed equipment shall be equipped with a Roll-over Protection System (ROPS). 8. DEBRIS REMOVAL: • Vendor shall be responsible to remove and dispose, in a proper and acceptable manner, all logs, brush, trees and debris resulting from the pruning or removal services each day before the work crew leaves the site. • Work site shall be left in a clean and neat appearance at the end of each workday, and prior to moving to another work site. • All lawn areas shall be raked, all streets and sidewalks shall be swept or blown clean. • Under no circumstances shall trash or debris be swept or disposed of into the streets, catch basins, drainpipes, storm sewer drains, open culverts, or into storm sewer systems. • Vendor shall at all times keep the premises clean from accumulation of waste materials or rubbish caused by employees or work. • Work areas are to be left in a condition to match the surrounding areas. • Extraordinary amounts of debris caused by hurricanes, tornados, vandalism, special events, or roadside dumping shall not be the responsibility of the Vendor. The Vendor shall report such accumulations of debris to the City when encountered. 9. SERVICE HOURS: • Services shall be performed between the hours of 7:00 AM to 7:00 PM, Local, Monday through Friday, with the following exceptions:  Major City Arterial Streets, including State Roads and County Roads: Work permitted between the hours of 9:00 AM – 3:00 PM, to include establishing the TTC for the project.  Right of ways, within 1000 feet of schools: No work is permitted during the hours when children are arriving or leaving school properties (beginning or ending of school days). • Vendor shall contact the City to obtain permission to perform services on Saturdays and shall observe the same hours as listed above. No routine work shall be performed on Sundays. On occasion, the City may request work to be performed on weekends (Saturday and Sunday). 10. TRAFFIC CONTROL AND PEDESTRIAN SAFETY: • The Vendor shall fully acquaint and comply with TTC safety requirements. If required, the TTC plan shall be submitted and approved by the City prior to partial lane closure and commencement of the work. All necessary lane closures shall be approved by the City’s Traffic DETAILED SPECIFICATIONS Tree Care Services 22 ITB #26-24 Operations Division and Parking Division a minimum of forty-eight (48) hours in advance of scheduled operations. 727-562-4750 • The Vendor shall coordinate maintenance operations in certain high pedestrian use areas and peak time periods with the City. The spring tourist season (March 1-May 1) is generally not an acceptable time to close traffic lanes for maintenance and shall be handled on a case-by-case basis. The City reserves the right to limit the hours of operation in certain high pedestrian use areas. • Any and all proposed traffic control shall conform to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD), the Florida Department of Transportation Roadway and Traffic Design Standards, (600 Series) and the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction. • For work to be completed within the rights-of-way, the Vendor shall be responsible for all TTC per FDOT specifications and shall have a TTC certified individual on site while work is being performed. It is preferred that the Vendor have a TTC certified individual on staff, however, with prior City approval a pre-approved agency may be used for these services at Vendor’s expense. This must be indicated with Bid Submittal. • TTC services shall be provided by the Vendor for the duration of the contract and shall be included in unit pricing. • The Vendor shall position advance-warning signs as appropriate for the existing work conditions. • The Vendor shall provide a crew responsible to construct, relocate, and maintain all traffic control devices, to cover, add or remove signs as needed, and do all work necessary to maintain a safe work zone. • Two-way traffic shall always be maintained through intersections and roadways. Closure is not permitted. 11. ELECTRICAL HAZARDS / UTILITIES: • Vendor shall be aware of primary power lines, working around trees within these locations, and shall understand the ten-foot (10-foot) clearance requirement. • The Vendor shall coordinate with the utility company for their assistance as required in the removal of all necessary limbs and branches which may conflict with or create a personal injury hazard in conducting the services of this agreement. • Vendor shall be responsible for contacting the appropriate utility company (Call 811) three (3) days prior to tree/stump removal to obtain the location of any underground electric services in the work area and which could be damaged by Vendor’s services. • Vendor shall ensure that any area indicated by the utility company to contain underground electrical services is clearly marked with white paint and appropriate safety measures are followed. • The Vendor shall protect overhead utilities (telephone, cable, etc.) from damage and shall be responsible for all claims for damage due to its services. 12. PUBLIC AWARENESS OF WORK SCHEDULE: The City intends for the work of this contract to impact the public as little as possible. As a result, the following conditions shall be met. DETAILED SPECIFICATIONS Tree Care Services 23 ITB #26-24 • The Vendor shall provide the City’s with a written schedule (email is acceptable) of the tree removal or pruning services prior to the start of work to ensure that notification can be provided to City employees or citizens who may be affected by these services. • A minimum of one (1) week, (seven (7) days) in advance of scheduled work, the Vendor shall 1) notify the City of the planned work and 2) place a hang tag on homeowner’s door as notification that the City is removing a tree or pruning in front of their property. When appliable, a City representative may make notifications to the homeowner in person. • The Vendor shall take a digital photo of the hang tag placed at the homeowner residence. The photos shall include the tree marker that identifies the address of the home and be date stamped. This digital information shall be provided to the City for verification the hang tag was in place one (1) week, (seven (7) days) prior to the services schedule date. • The hang tags shall be provided by the City. • The information on the hang tag will direct the homeowner to contact the City should they have any concerns or questions about the scheduled tree removal. 13. COMPLETION OF WORK / INSPECTION / APPROVAL: • The Vendor shall notify the City within two (2) days of completing scheduled work. • Upon receiving notification from the Vendor, the City shall inspect the serviced location within three (3) business days. • If, upon inspection, the work specified has not been satisfactorily completed, the City shall contact the Vendor to advise them to take the necessary corrective measures. • The Vendor shall be given two (2) days from this notification to make appropriate corrections. • Upon re-inspection, if the work has been completed successfully then the Vendor may submit an invoice for payment. • Any work not performed to the complete satisfaction of the City shall be rejected and the work shall be corrected within two (2) days by the Vendor at no additional expense to the City. 14. RESPONSIBILITIES FOR DAMAGES: • The Vendor shall be responsible for any damages to sidewalks or other properties as a result of the tree/stump removal or pruning services. Vendor shall report damages to the City with a corrective plan within one (1) day. • Prior to beginning services, any issues or concerns about the existing site conditions shall be brought to the attention of the City for clarification. E-mail is the preferred method of notification, and a picture of existing issue or concern shall be included.  An example would be a sidewalk that has been damaged or disturbed by tree roots. The Vendor shall take a digital photograph of the surrounding area and submit it to the City to confirm that the City will make the necessary repairs once services have been completed. • Any existing damage not discussed with the City prior to removal or pruning services shall be assumed to be the responsibility of the Vendor. DETAILED SPECIFICATIONS Tree Care Services 24 ITB #26-24 15. ALL-INCLUSIVE PRICES: • Exhibit A – Bid Pricing shall be inclusive of all labor, equipment, material, tools, incidentals, and any other service or charge necessary to complete the project. There shall be no additional charges for mobilization, demobilization, equipment transport, fuel, fuel surcharges, disposal fees/increases, travel time, wait time, labor or insurance charges/increases, or any other charge not listed. 16. PAYMENT / INVOICING: • Pricing is categorized for individual tree pruning, tree removal, and stump grinding tasks. • Vendor shall submit invoices to the designated requesting department. Invoices shall be submitted once services have been approved by the City. All invoices shall include at minimum, the following information:  Site location(s)  Date of service  Itemized Services/Product rendered  Unique invoice number  Purchase Order (PO) number 17. CHANGES IN SCOPE OF WORK: • The City reserves the right to make changes as deemed necessary in the scope of work at any time during the term of the contract. Changes include, but are not limited to the following:  Increase or decrease in quantities of work;  Deletion or alteration of any portion of the work;  Changes in design or specification;  Addition of new work • Any changes to the scope of work shall be mutually agreed upon by both City and Vendor. Work not approved by the City shall be the responsibility of the Vendor. 18. MINIMUM QUALIFICATIONS: • Vendor shall have the capability to perform and complete the services in all respects in accordance with the solicitation documents. • The Vendor shall have been in business for a minimum of five (5) years in all services as referenced herein. • References. Three (3) references are required for whom the Vendor has performed similar work, preferably for a public agency of similar size, in the Tampa Bay region. • Staff Certifications and Licenses. The Vendor shall have all necessary certifications and licenses (City, County, and State) as required under this contract and shall comply with all laws, ordinances, regulations, etc., applicable to work contemplated herein.  The Vendor is required to have one or more permanent full-time ISA certified arborists on staff and onsite during all arboricultural activities.  At time of bid, the Vendor shall provide copies and a list to the City containing the names, certificate number, and expiration date, for permanent (full-time) staff members who are ISA Certified Arborists, certified intermediate TTC, and Landscape Best DETAILED SPECIFICATIONS Tree Care Services 25 ITB #26-24 Management Practices for Pinellas County (BMP) Certified, or GI-BMP (Green Industries) Certified. 19. 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. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, ITB #26-24 P.O. Box 4748 Clearwater, FL 33758-4748 DETAILED SPECIFICATIONS Tree Care Services 26 ITB #26-24 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 Tree Care Services 27 ITB #26-24 1. BEGINNING AND END DATE OF INITIAL TERM. June 2024 through May 2025 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rest solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. two (2), one (1) year renewal is possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://www.bls.gov/cpi/home.htm) The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Tree Care Services 28 ITB #26-24 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form Completed Exhibit A – Bid Pricing Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form References form; Minimum of three (3) required Current list of employees and positions held (6. PERSONNEL REQUIREMENTS, page 20) Current list of equipment (7. TOOLS/EQUIPMENT/VEHICLES, page 20) Verification of TTC certified staff member(s) and/or pre-approved agency; (10. TRAFFIC CONTROL AND PEDESTRAIN SAFETY, page 22) Copies of all applicable Certificates and Licenses held by Vendor staff (18. MINIMUM QUALIFICATIONS, Staff Certifications and Licenses, pg. 25) W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Tree Care Services 29 ITB #26-24 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Tree Care Services to the City of Clearwater at the price(s) stated below. BIDDING INSTRUCTIONS: A valid bid requires that bid pricing be entered on the protected Excel worksheet that is provided as Exhibit A – Bid Pricing; no other pricing format shall be accepted. Pricing shall be inclusive of all labor, equipment, material, tools, incidentals, and any other service or charge necessary to complete the project. (Reference 15. ALL-INCLUSIVE PRICES, page 24) DELIVERY REQUIREMENTS: FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Tree Care Services 30 ITB #26-24 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name: Date: ____ VENDOR INFORMATION Tree Care Services 31 ITB #26-24 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM Tree Care Services 32 ITB #26-24 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORM Tree Care Services 33 ITB #26-24 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ _ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Tree Care Services 34 ITB #26-24 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE OFFER CERTIFICATION Tree Care Services 35 ITB #26-24 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES Tree Care Services 36 ITB #26-24 Instructions: Vendor shall provide with bid a minimum of three (3) references for whom the Vendor has performed similar work, preferably for a public agency of similar size, in the Tampa Bay region. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name: Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Tree Care Services 37 ITB #26-24 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #26-24, Tree Care Services Due Date: May 2, 2024, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #26-24, Tree Care Services Due Date: May 2, 2024, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 File #:ID#24-0705 Version: 1 Name: Approve purchase orders to O’Neils LLC, of Ozona, FL, Pete & Ron’s Tree Service Inc., of Tampa, FL, and TreesForYou.com Inc, of Belleair Beach, FL, for citywide tree care services, on a unit price basis, in the total not- to-exceed amount of $2,100,000 Type:Action Item Status:Passed File created:6/10/2024 In control:Public Works On agenda:7/15/2024 Final action:7/15/2024 Title: Approve purchase orders to O'Neils LLC, of Ozona, FL, Pete and Ron's Tree Service Inc., of Tampa, FL, and TreesForYou.com Inc, of Belleair Beach, FL, for citywide tree care services, on a unit price basis, in the cumulative annual not-to-exceed amount of $700,000.00 with two, one-year renewal options pursuant to Invitation to Bid (ITB) 26-24, Tree Care Services and authorize the appropriate officials to execute same. Indexes:1. High Performing Government Attachments:1. ITB 26-24 Bid Tabulation, 2. ITB 26-24 Tree Care Services (6), 3. 26-24 Response Listing, 4. ITB 26-24 Intent to Award_REVISED SUBJECT/RECOMMENDATION: Title Approve purchase orders to O’Neils LLC, of Ozona, FL, Pete and Ron’s Tree Service Inc., of Tampa, FL, and TreesForYou.com Inc, of Belleair Beach, FL, for citywide tree care services, on a unit price basis, in the cumulative annual not-to-exceed amount of $700,000.00 with two, one-year renewal options pursuant to Invitation to Bid (ITB) 26-24, Tree Care Services and authorize the appropriate officials to execute same. Body SUMMARY: Invitation to Bid 26-24, Tree Care Services, was issued on March 29, 2024, with submissions received on May 2, 2024. The Public Works and Parks & Recreation Departments evaluated each submission and determined that the three noted companies, O’Neils Tree Service, Pete & Ron’s Tree Service and TreesForYou.com Inc., are the lowest most responsible bidders in accordance with the ITB specifications providing as-needed tree care services. Lori Vogel | My Account | Help Center | Sign Out Home Legislation Calendar City Council Departments People Archived Meetings Details Reports History (1)Text 11/13/24, 11:28 AM City of Clearwater - File #: ID#24-0705 https://clearwater.legistar.com/LegislationDetail.aspx?ID=6773138&GUID=1A79A1D4-7CB8-4058-8CA6-1B89BC5E9BF6 1/3 The City's internal arborist teams regularly conduct scheduled tree maintenance and address concerns by trimming tree limbs obstructing street signs, traffic signs, sidewalks, and roads. This contract aims to complement the efforts of the City's Urban Forestry Division, which will oversee contractual services citywide, excluding those managed by the Parks & Recreation department in city parks and green spaces. The Public Works and Parks & Recreation Departments recommend awards for these services as follows: Category 1: All-inclusive Tree/Palm removal of trees and stumps Ø Pete & Ron’s Tree Service Inc of Tampa, Florida: PRIMARY Ø O’Neils LLC d/b/a O’Neils Tree Service of Palm Harbor, Florida: SECONDARY Category 2: All-Inclusive Stump Removal Only Ø TreesForYou.com Inc of Clearwater, Florida: PRIMARY Ø O’Neils LLC d/b/a O’Neils Tree Service of Palm Harbor, Florida: SECONDARY Ø Pete & Ron’s Tree Service Inc of Tampa, Florida: TERTIARY Category 3: All-inclusive Pruning Services Ø Pete & Ron’s Tree Service Inc of Tampa, Florida: PRIMARY Ø TreesForYou.com Inc of Clearwater, Florida: SECONDARY Ø O’Neils LLC d/b/a O’Neils Tree Service of Palm Harbor, Florida: TERTIARY Category 4: All-inclusive Invasive Plant Species Ø Pete & Ron’s Tree Service Inc of Tampa, Florida: PRIMARY Ø O’Neils LLC d/b/a O’Neils Tree Service of Palm Harbor, Florida: SECONDARY Ø TreesForYou.com Inc of Clearwater, Florida: TERTIARY This contract will be used for tree care services including but not limited to tree/palm removal, stump removal, pruning, and invasive species removal from city facilities such as but not limited to city owned parcels, parks and recreational facilities, public utilities facilities, public rights of ways, easements, and open spaces as needed. This award is being made to multiple vendors to ensure service continuity. In instances where immediate availability is crucial, flexibility to seek services from the vendors listed above as a secondary and tertiary option is requested. Council approval is sought for a cumulative annual not-to-exceed amount of $700,000.00 with an option for two one-year renewals bringing the total not to exceed amount for all three years to $2,100,000.00. Prices are based on a unit price, which includes provisions for additional requested work, annual contract price adjustments, and other contractual management necessities. This funding encompasses contributions from Public Works, Parks & Recreation, Public Utilities, and other various city department budgets. APPROPRIATION CODE AND AMOUNT: Funding for these contracts is available in Fiscal Year 2023/2024 departmental budgets in various operating and capital codes and funding for future years will be requested in the annual budget process. 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. 11/13/24, 11:28 AM City of Clearwater - File #: ID#24-0705 https://clearwater.legistar.com/LegislationDetail.aspx?ID=6773138&GUID=1A79A1D4-7CB8-4058-8CA6-1B89BC5E9BF6 2/3 11/13/24, 11:28 AM City of Clearwater - File #: ID#24-0705 https://clearwater.legistar.com/LegislationDetail.aspx?ID=6773138&GUID=1A79A1D4-7CB8-4058-8CA6-1B89BC5E9BF6 3/3 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1461 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Authorize Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of Oldsmar, FL, for renovations and improvements of State Street Park located at 1312 State Street in the amount of $1,356,526.25 pursuant to Request for Qualifications (RFQ) 51-24, Construction Manager at Risk Services Continuing Contracts; transfer $500,000.00 from M2002 Environmental Parks to G2218 State Street Park and authorize the appropriate officials to execute same. (consent) SUMMARY: On October 03, 2024, Council approved the use of eighteen firms to serve as Construction Managers at Risk (CMAR) for Continuing Contracts under RFQ 51-24 and Keystone Excavators, Inc. was selected as one of the approved firms. Keystone Excavators, Inc. was selected from the approved CMAR Continuing Contracts List based on past reliability, professionalism, prevalent on-site supervisory personnel, and their ability to put together a team of various disciplines to complete this project, as well as their past performances with other major park renovation projects within the City of Clearwater’s Parks portfolio. Due to deadlines associated with ARPA funding the use of a trusted CMAR is imperative to allow the city to encumber the funding of this project prior to December 31, 2024. Keystone’s proven ability to deliver consistent quality civil and site work services, expedite designated timelines, and communicate clearly with the client makes them the ideal CMAR to be considered for this project. Staff has met with the Spring Branch Neighborhood Association on numerous occasions to gather their input regarding the development of this park. State Street Park is a 7.99-acre neighborhood park that will serve the recreational needs of the surrounding area providing approximately 2,810 linear feet of nature trails, seating, two stormwater management facilities, two bridges, and environmental education signage. The storm water facilities have been designed to accommodate future additions to the park which may include a picnic shelter, parking lot and playground. The plan also includes a sidewalk along North Betty Lane adjacent to the site with crosswalks across North Betty Lane to the sidewalk on the west side of the street. City staff will install irrigation, sod and landscaping. Additional staffing for these improvements will not be required as parks staff currently maintains the active portion of the park while the passive areas of the park will remain in their natural state with the addition of improved trails and signage. Operating budgets will increase by approximately $12,000.00 to cover the increased cost of electricity, water, replacement shell, and miscellaneous supplies. This item is consistent with the Community Development Code as well as the Comprehensive and Strategic Plans. Staff is requesting an increase in the State Street Park budget from $1,049,662.00 to $1,549,662.00 with the transfer of $500,000.00 of Penny for Pinellas revenue from the Environmental Parks project to the State Street Park improvements project. The new total project funding includes $700,000.00 of ARPA related General Fund revenue, $349,662 of General Fund revenue, and $500,000 in Penny revenue. Total project cost of $1,549,662 is broken down in the following manner. Engineering Design Work - (TranSystems) $135,580 Park construction (Keystone Excavators Inc.)$1,356,526 Sod, Landscape & Irrigation -(City Staff) $57,556 Total $1,549,662 Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1461 This is a 180-day contract from issuance of notice to proceed. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will transfer $500,000.00 of Penny for Pinellas from capital project M2002, Environmental Parks to project G2218, State Street Park to provide the remaining funding needed for this project. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the proposal 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. ·4.2: Adopt renewable resource usage and waste reduction practices to ensure a vibrant city for current and future generations. ·4.3: Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. Page 2 City of Clearwater Printed on 12/3/2024 PROPOSAL Project: CLEARWATER CM @ RISK - STATE ST R1 DescripƟon: Clearwater CM @ Risk Bid LocaƟon: Clearwater, FL From:Keystone Excavators, Inc. 371 Scarlet Blvd. Oldsmar, FL 34677 USA Contact: Marcus M. Epling Phone: 813 854 2342 Email: marcus@keystoneexcavators.com ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT 100 MobilizaƟon 1.000 LS $67,500.00$67,500.00 110 Maintenance of Traffic 1.000 LS $12,500.00$12,500.00 120 Survey and Layout 1.000 LS $74,000.00$74,000.00 130 Bond 1.000 LS $27,130.00$27,130.00 200 Silt Fence 3,860.000 LF $8,685.00$2.25 210 Inlet ProtecƟon 7.000 EA $1,575.00$225.00 220 Tree Barricades 5,010.000 LF $41,332.50$8.25 PROPOSAL ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT 230 Temp Gravel Interceptor Berm 1.000 EA $4,250.00$4,250.00 240 Root Pruning 3,460.000 LF $25,950.00$7.50 300 Chain Link Fence Removal 1.000 LS $1,850.00$1,850.00 310 Chain Link Fence Removal - Gate 1.000 EA $250.00$250.00 330 Clearing and Grubbing 1.000 LS $162,000.00$162,000.00 400 On Site Cuts and Fills 375.000 CY $6,750.00$18.00 410 ExcavaƟon and Disposal 2,750.000 CY $77,000.00$28.00 420 Grading 1.000 LS $34,000.00$34,000.00 500 6" Underdrain W/ Filter Stone and Fabric 44.000 LF $7,425.00$168.75 PROPOSAL ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT 505 6" Underdrain Cleanout 2.000 EA $2,500.00$1,250.00 510 12" HP Storm 170.000 LF $17,850.00$105.00 515 15" HP Storm 38.000 LF $5,035.00$132.50 520 15" RCP 55.000 LF $7,810.00$142.00 525 12" Mitered End SecƟon 1.000 EA $1,500.00$1,500.00 530 15" Mitered End SecƟon 1.000 EA $1,750.00$1,750.00 535 15" Nyloplast Inlet 2.000 EA $7,900.00$3,950.00 540 Storm Manhole 1.000 EA $9,500.00$9,500.00 545 Outlet Control Structure W/ Skimmers and Sump Pad 2.000 EA $25,000.00$12,500.00 PROPOSAL ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT 700 Concrete Sidewalk 3,425.000 SF $64,561.25$18.85 705 ADA Ramp 4.000 EA $15,100.00$3,775.00 710 D Curb 130.000 LF $8,840.00$68.00 715 Concrete Curb & GuƩer (15" RCP RestoraƟon) 1.000 LS $1,500.00$1,500.00 720 5' x 10' Concrete Pad (Bike Rack) 1.000 EA $1,550.00$1,550.00 725 5' x 11' Concrete Pad (Bench) 9.000 EA $14,625.00$1,625.00 750 Pinellas County Road RestoraƟon for 15" RCP (Index 1290) 1.000 LS $31,825.00$31,825.00 755 Proof Roll Subgrade (Raised Shell Trail) 1,875.000 SY $8,906.25$4.75 760 6" Thickness #57 Stone W/ Filter Fabric (Raised Shell Trail) 1,875.000 SY $108,281.25$57.75 PROPOSAL ITEM / DESCRIPTION BID QTY U/MUNIT BIDAMOUNT 765 2" Thickness Crushed Washed Shell (Raised Shell Trail) 1,875.000 SY $46,875.00$25.00 800 Re-Clean / Re-Shape DetenƟon Areas Prior to SOD 1.000 LS $24,250.00$24,250.00 930 Mid-Block Pedestrian Crossing RRFBs 4.000 EA $90,000.00$22,500.00 935 Mid-Block Pedestrian Crossing Signs 6.000 EA $2,850.00$475.00 970 Pedestrian Bridges 2.000 EA $183,000.00$91,500.00 Alternates 1 1000 ConƟngency 1.000 LS $123,320.00$123,320.00 TOTAL BID: $1,356,526.25 Project Comments Project Notes /Exclusions: No permits, fees, or testing of any kind figured unless explicitly stated within this proposal's notes or bid line items. Site furniture is not included (shade canopys, trash receptacles, benches, signage, playground PROPOSAL equipment). Undercutting of unsuitable soils and backfill with suitable materials has not been figured. All fills required to bring site to proposed subgrade shall be accomplished with on-site material, imported fills have not been figured. Pricing does not figure encountering underground obstructions such as rock, unmarked utilities or utilities not clearly marked on the bid plans. Rerouting, fixing, or replacement of encountered existing utilities in the way of proposed work has not been figured. All items within the legend on plan sheet C4 of 15 are not included (Legend Items 01-13). No electrical or lighting work figured. Pavilion is not included (grading, foundations, slab, structure, downspouts, restoration, etc.). No work figured within future playground area. Temporary chain link construction fencing has not been figured for this project. Pole and telecom relocation by others. Timber Bridge Notes: • 10,000 GVW (5T) LOADING CAPACITY • BRIDGE #1 10’ X 45’ • BRIDGE #2 10’ X 25’ • TIMBER PILING, CAPS, STRINGERS, AND HANDRAIL POST • COMPOSITE (CEDAR) DECK AND HANDRAIL FRAMING W/ WIRE MESH • 3” DECK/HANDRAIL STAINLESS STEEL SCREW FASTENERS • 5/8 HDG HEX BOLTS HANDRAIL POSTS • All materials, unless otherwise specified, to be CCA treated Southern Yellow Pine (SYP). • Composite structural 2x “wear deck” from Owens Corning Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1481 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Authorize a purchase order with St. Petersburg College for the Clearwater Police Department and Clearwater Fire Rescue for police academy sponsorships, paramedic training program, and ongoing advanced training for existing personnel in the amount of $160,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional Services not subject to CCNA (academics), and authorize the appropriate officials to execute same. (consent) SUMMARY: In recent years, the effort to recruit and hire quality police officer candidates has become increasingly competitive. In response, the Clearwater Police Department has made various efforts towards this challenge to include offering police academy sponsorships to new officer candidates. This has become a common practice with other local law enforcement agencies and is critical for the police department to continue the same practice. In FY23, the agency sponsored ten cadets. In FY24, the agency sponsored 11 cadets. In FY25, the agency estimates sponsoring up to 16 cadets. The police academy is offered through the Southeastern Public Safety Institute (SEPSI) at St. Petersburg College. The academy is a 22-week, 790-hours, program that includes classroom and practical scenario-based instruction in criminal law, investigations, interviewing, report writing, traffic stops, defensive tactics, firearms, driving, and de-escalation techniques. The police academy will properly prepare cadets to then enter an additional 20-week training program provided by the police department to ensure their readiness to adequately serve and protect the citizens, visitors, and business owners within the City of Clearwater and meet the dynamic challenges of being a police officer. Academy sponsorships are $5,000.00 for each cadet and would equate to $80,000.00 for 16 estimated sponsorships. An additional $20,000.00 is estimated for advanced training for current officers to keep up with the newest trends in high liability areas as well as get specific training for positions to include instructors, detective, community policing, supervisor and many others. Clearwater Fire Rescue is requesting $42,000.00 to sponsor eight new EMTs in FY25 to attend paramedic school at St. Petersburg College in response to the critical need for qualified paramedics in our community. The paramedic school program spans three semesters, including Paramedic I, Paramedic II, and Paramedic III. Throughout this comprehensive training, students will undergo essential hands-on clinical experiences both in the hospital and in the field. This hands-on approach ensures a well-rounded education, preparing our personnel to meet the dynamic challenges of emergency medical services. An additional $18,000.00 is estimated for advanced training for current Firefighters and EMTs to keep up with newest trends in the field. Clearwater is known throughout the area as providing exceptional training for their officers and firefighters. Supporting this training will help to maintain our high levels of professionalism, knowledge and superior public service. APPROPRIATION CODE AND AMOUNT: Funding for this purchase order was anticipated and is available through the Police Recruitment special program (99279) for police academy sponsorships; Police Department operating budget cost code 557300 (training) for ongoing advance training; and the Clearwater Fire & Rescue operating budget cost code 557300 (training). Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1481 The budget for operations of the Police Department, Fire Department, associated special programs are funded by General Fund revenues. STRATEGIC PRIORITY: We encourage professional development through employee educational opportunities, skills-based training, and leadership succession planning. Page 2 City of Clearwater Printed on 12/3/2024 JMR 12/2023 SPC Law Enforcement Academy Program Admission Steps 1. Contact Police Applicant Screening Service (PASS) at 727-864-3822 Ext. 1 to complete a background check. The cost is $250 and non-refundable. The PASS office is located at the Allstate Center in suite 135. Visit policestandards.org for more information. a. PASS eligibility: • At least 19 years of age • High school diploma or equivalent • Any 30 college credits from a regionally accredited school with a GPA of 2.0 or higher, or • Honorable discharge from active duty in one of the armed services b. After successfully completing the background check, a provisional or completion letter will be issued allowing academy entrance. Then contact the academy at 727-341-4516. NOTE: Candidates sponsored by an agency might not be subject to the above requirements. Contact a recruiter for agency-specific requirements. 2. Pass the Florida Basic Abilities Test (FBAT/BAT) at our private Pearson VUE Authorized Testing Center in room AC-102 located at the Allstate Center. The fee is $39. a. Visit https://home.pearsonvue.com/fdle/bat to schedule the exam • Testing Center phone number: 727-341-4760 b. Exemptions! Law Enforcement candidates who are military veterans or hold an associate degree or higher, are exempt from taking the BAT. 3. Enroll as a student with St. Petersburg College to obtain a student ID number and college email address. The cost is $40 and non-refundable. NOTE: Candidates sponsored by an agency do NOT have to pay the application fee. a. Go to the SPC Application online and choose the following: • New Undergraduate Student • Non-Degree Seeking • No Community • Job Enrichment b. Returning students: Current SPC students who have not attended in 2 years or more must complete the readmission process: Readmission Steps JMR 12/2023 Program Information The Law Enforcement Academy prepares you for the Florida Department of Law Enforcement State Officer Certification Examination to become a police officer. SPC’s Southeastern Public Safety Institute is an approved FDLE training center and uses the curriculum of the Florida Criminal Justice Standards and Training Commission (CJSTC). Volume 1 – Florida Basic Recruit Training Program: Law Enforcement Chapter Course Title Hours Course Number Chapter 1 Introduction to Law Enforcement 12 CJK_0002 Chapter 2 Communication 24 CJK_0016 Chapter 3 Legal 64 CJK_0018 Chapter 4 Interviewing and Report Writing 56 CJK_0019 Chapter 5 Fundamentals of Patrol 40 CJK_0063 Chapter 6 Serving Your Community 34 CJK_0021 Chapter 7 Crimes Against Persons 48 CJK_0072 Chapter 8 Crimes Involving Property and Society 12 CJK_0073 Chapter 9 Crime Scene Follow-up Investigations 34 CJK_0079 Chapter 10 Traffic Incidents 12 CJK_0400 Chapter 11 Traffic Stops 24 CJK_0401 Chapter 12 Traffic Crash Investigations 30 CJK_0402 Chapter 13 DUI Traffic Stops 24 CJK_0403 Chapter 14 Critical Incidents 44 CJK_0093 Subtotal 458 Volume 2 – Florida Basic Recruit Training Program: High Liability Chapter 1 Law Enforcement Vehicle Operations 48 CJK_0020 Chapter 2 First Aid for Criminal Justice Officers 40 CJK_0031 Chapter 3 Criminal Justice Firearms 80 CJK_0040 Chapter 4 Criminal Justice Defensive Tactics 80 CJK_0051 Chapter 5 Conducted Electrical Weapon/Dart-Firing Stun Gun 4 CJK_0421 Chapter 6 Criminal Justice Officer Physical Fitness Training 60 CJK_0096 Subtotal 312 NOTE: Students who complete this program are eligible to receive 15 college credits. However, credit cannot be given again/twice for these classes. Schedule and Length The program is approximately 22 weeks long, for a total of 790 classroom-based hours. The hours are full- time, Monday through Friday from 7:45 am to 4:45 pm. Upcoming academies are listed on the website’s “SCHEDULE” tab. JMR 12/2023 Program Costs In-state residents: $5,000 Out-of-state residents: $11,327.90 Program uniforms: approximately $275 The online application will confirm your residency. You are considered a Florida resident when you have lived in Florida for the last 12 consecutive months. Tuition Assistance Financial Aid: Contact Kim Phillips at Phillips.Kim@spcollege.edu or (727) 302-6434. Veterans: Call Sarah Mauter with Veterans Services at 727-394-6262. Be prepared to provide a copy of your COE. Fitness Standards The Cooper Fitness Standards are used to determine fitness eligibility. The chart below indicates minimum requirements. Students will be denied entry until they reach their minimum requirements. NOTE: This physical fitness assessment is generally waived for agency-sponsored candidates. Contact a recruiter for agency-specific requirements. St. Petersburg College is committed to equal access/equal opportunity in its programs, activities, and employment. For additional information visit www.spcollege.edu/eaeo 02/02/2024 last updated SK Paramedic Certificate/EMS-AS Program Admission Requirements Checklist (Meeting minimum requirements does not guarantee admission) Term Applications Accepted Application Review Student Notified through MySPC email Fall: August Spring: January March 1 – May 15 July 1 – September 15 May 16 – May 31 September 16 – September 30 June 1 October 1 The Paramedic Certificate is the second completion point in the EMS-AS degree. □ New students must complete the St. Petersburg College Admission Application and pay the non-refundable fee. Returning students must complete the online Readmission steps in MySPC if you have not enrolled in the previous six semesters. Admissions and Readmissions □ Submit official, unopened (sealed) high school or GED transcripts indicating completion of standard high school diploma or equivalency. We do not accept unofficial copies or official copies that have been opened. Applicants who have earned an Associate in Arts, Associate in Science, Associate in Applied Science, Baccalaureate, or higher degree from a regionally accredited institution are waived from this requirement. Transcripts must be received and evaluated by St. Petersburg College prior to the application deadline to ensure consideration. Submitting Official Transcripts □ Submit official, unopened (sealed) transcripts from all regionally accredited college(s) and/or universities currently or previously attended. We do not accept unofficial copies or official copies that have been opened. Transcripts must be received and evaluated by St. Petersburg College prior to the application deadline to ensure consideration. Submitting Official Transcripts □ Your Academic Standing may have an impact on your admission, enrollment, and financial aid eligibility. See the SPC Academic Standing Policy for details. Academic Standing Policy □ Submit the Health Programs Application by going to https://web.spcollege.edu/hec/application/apply □ Enter your Florida State certified Emergency Medical Technician certificate number and issue date on the application or be enrolled in a program that will lead to certification by the end of Paramedic I. 02/02/2024 last updated SK Program Information • The Paramedic program will prepare the student for the Paramedic Certification Exam. • Students admitted: 30 - 36 • Clinical facilities may prohibit students who do not have an assigned social security number from participating in clinical experiences which are a mandatory component of the curriculum. If other placement options are not available, the student would need to withdraw from that semester and would not be able to progress in the program. These factors must be taken into consideration prior to pursuing admission to the program. • Classroom sessions meet two days per week and follow a shift friendly schedule. • Along with the classroom, students will complete a required number of hours and competencies in the clinical and field environment. • This program is offered at the SPC Allstate Center located at 3200 34th Street South, St Petersburg, FL Selection Criteria and Admissions • All application requirements must be satisfied by the closing of the application window. • Preference for admission (up to 12 seats) may be given to individuals employed by community partners. If the number of remaining eligible applicants exceed program availability, admission will be determined through a lottery system. An EMT Employment Verification Form is required. If you are admitted, you will need to complete the following pre-enrollment requirements prior to the start of the first program course to maintain eligible status. • Complete the Notice of Intent survey by the date indicated in the admission email. • Successfully pass a background check and drug screening by date indicated in the admission email. • Complete the Health Education Program orientation. Details provided in the admission email. • Complete the Health Examination Form and any required immunizations. Details provided at orientation. • Completion of BLS Provider from American Heart Association by date indicated at the orientation. If you are not admitted, you will need to reapply during the next application cycle. 02/02/2024 last updated SK Estimated Cost Tuition*¹ Background Check and Drug Screening Physical, Vaccines and Proof of Immunity Uniforms, Special Equipment, Lab Fees & Other Costs Textbooks State/National Exam and License fees TOTAL $5,229.70 $150.00 $700.00** $250.00 $1,100.00** $160.00 $7,439.70 *Tuition is estimated using the Florida residency rate of $111.75/credit hour. Non-resident rate is $386.90. ¹ Tuition is for core coursework only, excluding student fees. General Education and Support courses are not included. ** These are high estimates; actual costs may vary. The following requirements for all Health Programs at SPC will incur additional fees: • Background Check and Drug Screening for Health Program admissions • Health Insurance is required while you are enrolled in a Health Program Accessibility Services St. Petersburg College is committed to providing quality education and services to all students by ensuring that admission, academic programs, support services, student activities, and campus facilities are accessible to and usable by qualified students with disabilities. Each specific health program has its own technical standards which all students must meet with or without accommodation(s). To help students achieve success, Accessibility Services works with students, faculty, and staff to coordinate the provision of reasonable accommodations. To put your accommodations in place, please contact the Gibbs Campus Accessibility Services at (727) 341-4316 or visit http//www.spcollege.edu/accessibility Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1426 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Approve a purchase order extension and increase with T2 Systems of Indianapolis, IN, for parking violation, permit processing, and collection agency services in the not-to-exceed amount of $440,000.00 for the term December 1, 2024 through November 30, 2026, with a one, two-year renewal option at $440,000.00 pursuant to Request for Proposal (RFP) 20-19 and authorize the appropriate officials to execute same. (consent) SUMMARY: In 2019, the City issued a solicitation for a Parking Management Solution under RFP 20-19 to obtain services for parking violation enforcement, permit processing, and collection agency services for the Parking Division. Twelve firms responded to the solicitation, aiming to provide the new parking management services. A selection committee, consisting of representatives from Internal Audit, Finance, Information Technology (IT), and the Parking System Division of Engineering, reviewed each proposal and shortlisted five firms for presentations. The committee ultimately ranked United Public Safety (now T2 Systems) as the top firm. According to the RFP Milestones, the award was initially structured for a three-year term with three two-year renewal options (totaling nine years). However, when the item was presented to Council on November 7, 2019, approval was sought and granted for a three-year term with two one-year renewal options (totaling five years). Authorization is now requested to use the additional renewal options specified in the original RFP solicitation. The requested amount of $880,000.00 is allocated as follows: ·$440,000.00 for the term from 12/01/24 to 11/30/26 ·$440,000.00 for the term from 12/01/26 to 11/30/28 T2 Systems (formerly United Public Safety) has continued to deliver excellent service, and the current parking software and ticketing technology have proven highly effective over the past five years. T2 Systems has successfully integrated with our other related technologies, including License Plate Readers, the Mobile Payment app, and Flowbird parking kiosks. Although transitioning to a new platform is feasible, it would result in downtime and reduced productivity due to implementation, training, and familiarization with new equipment. Additionally, technology costs have risen over the past five years, making it financially prudent to continue our contract with a reliable and proven vendor at the agreed upon 2019 prices with no increases. APPROPRIATION CODE AND AMOUNT: Funds for FY2024/25 are available in Public Works - Parking cost codes 4351333-530300 and 4351334-530300. Future funding will be included in the Parking System and Parking Enforcement Operating Budget requests for Fiscal Years 2025/26 through FY2027/28. The Parking Division of Public Works is funded by Parking Fund, an 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. 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers Page 1 City of Clearwater Printed on 12/3/2024 Purchasing Office 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 11.2018 REQUEST FOR PROPOSALS #20-19 Parking Management Solution June 21, 2019 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, July 23, 2019 to provide a Parking Management Solution. Brief Description: The City of Clearwater seeks proposals from qualified companies for a comprehensive Parking Management Solution capable of performing data analytics and related services. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by Purchasing 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/bid Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Sr. Procurement Analyst: Lori Vogel, CPPB Sr. Procurement Analyst lori.vogel@myclearwater.com This Request for Proposals is issued by: Alyce Benge, CPPO, C.P.M. Purchasing Manager Alyce.Benge@myclearwater.com INSTRUCTIONS Parking Management Solution 2 RFP #20-19 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 Purchasing Manager listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than seven (7) 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 and mailed to those who register on the City website when downloading solicitations 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 i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: July 23, 2019 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 Purchasing. 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 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 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 any, will be returned to Contractor upon the expiration or termination of the contract. INSTRUCTIONS Parking Management Solution 3 RFP #20-19 i.7 SUBMIT PROPOSALS TO: Use label at the end of this solicitation package City of Clearwater Attn: Purchasing 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 Purchasing Office as the official time. i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this solicitation for purpose of influencing the process or the award, between any person or affiliates seeking an award from this solicitation and the City, including but not limited to the City Council, employees, and consultants hired to assist in the solicitation, is strongly discouraged. This does not prohibit public comment at any City Council meeting, study session or Council committee meeting. This shall not apply to vendor-initiated communication with the contact(s) identified in the solicitation or City-initiated communications for the purposes of conducting the procurement including but not limited to pre-bid conferences, clarification of responses, presentations if provided in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal resolution, or surveying non-responsive vendors. 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. 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 INSTRUCTIONS Parking Management Solution 4 RFP #20-19 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. 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. INSTRUCTIONS Parking Management Solution 5 RFP #20-19 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 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18 (“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Purchasing Manager no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting Purchasing. ADDRESS PROTESTS TO: Alyce Benge, CPPO, C.P.M. Purchasing Manager 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Parking Management Solution 6 RFP #20-19 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 have sufficient financial resources, 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 (Proposal Format, pg. 22) Points Project Understanding, Qualifications, Experience, and References (Tab 2) 25 Technical Specifications/Requirements (Tab 3) 20 Project Method, Approach, Implementation Plan & Timeline, and Management Plan (Tab 4) 15 Warranty, Training, Maintenance Agreement, Technical Support (Tab 5) 15 Parking Management Solution Costs (Tab 6) 15 Citation Collection Services (Tab 7) 10 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored 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 proposer must provide a formal presentation/interview on-site at a City location upon request. INSTRUCTIONS – EVALUATION Parking Management Solution 7 RFP #20-19 i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/bid to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: June 21, 2019 Advertise Tampa Bay Times: June 22, 2019 Responses due: July 23, 2019 Review proposals: July 23 – 31, 2019 Presentations (if requested): week of August 12, 2019 Award recommendation: August 16, 2019 Council authorization: September 5, 2019 Contract begins: October 1, 2019 TERMS AND CONDITIONS Parking Management Solution 8 RFP #20-19 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified TERMS AND CONDITIONS Parking Management Solution 9 RFP #20-19 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. a. 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. b. 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. TERMS AND CONDITIONS Parking Management Solution 10 RFP #20-19 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. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recoding of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. TERMS AND CONDITIONS Parking Management Solution 11 RFP #20-19 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 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current TERMS AND CONDITIONS Parking Management Solution 12 RFP #20-19 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 from participating in City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. TERMS AND CONDITIONS Parking Management Solution 13 RFP #20-19 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or TERMS AND CONDITIONS Parking Management Solution 14 RFP #20-19 services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without TERMS AND CONDITIONS Parking Management Solution 15 RFP #20-19 limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Purchasing Department and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Purchasing Department for resolution. Supplements may be written to the contract for the addition or deletion of services. S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Purchasing Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may TERMS AND CONDITIONS Parking Management Solution 16 RFP #20-19 be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Parking Management Solution 17 RFP #20-19 1. INTRODUCTION. The City of Clearwater (City) is located on the West Coast of Florida in the Tampa Bay region. It is the third largest city in the region with an estimated population of 110,000 residents. The City of Clearwater is also a major tourist destination – Clearwater Beach has been rated #1 U.S. Beach by TripAdvisor, “Florida’s Best Beach Town 2013” by USA Today, and was on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well as hosting several sports tournaments through the year that attract visitors from across the country. Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater. 2. PROJECT GOAL. It is the City of Clearwater’s intent to replace or enhance the existing citation management process with a new state-of-the-art enforcement, citation, permit, and customer relationship management solution that is capable of data analytics through consolidation of multiple data sources; and the provision of citation processing services. 3. BACKGROUND. The City of Clearwater’s (City) Parking Department operates approximately 3,500 on- and off-street public parking spaces within city limits. Detailed information on all public parking spaces, including maps (interactive and GIS), rates, and hours of enforcement can be viewed at: https://www.myclearwater.com/visitors/parking. The City utilizes a combination of Cale pay stations, single space Guardian MacKay meters, and single space IPS meters. Efforts are underway to eliminate single space meters within the next 12 months, to implement and integrate digital/virtual permits, converting all hourly transactions to pay- by-plate via pay station or pay-by-phone, and add the use of license plate recognition (LPR) capabilities for enforcement; all to improve data analytics and systemwide management. The City connects to the Florida Department of Highway Safety and Motor Vehicles (DHSMV) via fixed IP through the current provider’s network, with an IP address for all equipment needing access. Integration with Tyler Munis, the City’s financial software, via flat file export/import is required. Existing equipment and services include: • Mobile Payment System – ParkMobile (contract expires February 2020) • Enforcement and Citations – DataTicket (monthly extension up to six [6] months) • Nine (9) Verizon Samsung Galaxy S8+ handhelds (leased from DataTicket) • Nine (9) 3” (three inch) TSC (alpha-3R) Bluetooth printers (leased from DataTicket) • Nine (9) Otterbox cases (leased from DataTicket) • 65 Cale Pay Stations (owned by City) • 1,300 Single Space Guardian MacKay Meters (owned by City) • 83 IPS Single Space Meters (owned by City) The City’s Parking Enforcement Division employs nine (9.0) full-time equivalent positions – seven (7) state certified parking enforcement specialists, one (1) parking assistant, and one (1) parking enforcement supervisor. This division oversees the parking system seven (7) days per week, 52 weeks per year, with the exception of six (6) official City holidays. Over the past Fiscal Year 17/18, approximately 30,000 citations were issued with $748,700 ticket fines revenue collected. Parking fines are covered in City Ordinances, Chapter 30 “Traffic and Motor Vehicles”, Article II. Stopping, Standing and Parking; Sections 30.060 and 30.061, available for review at www.myclearwater.com. The current provider DataTicket issues up to four (4) notices for unpaid citations and utilizes the State of Florida’s Department of Highway Safety and Motor Vehicles (DHSMV) “registration hold” program for three (3) or more unpaid citations or one (1) Handicap citation. The Pinellas County Circuit Court and the City of Clearwater Customer Service handle all citation disputes. It is the responsibility of the awarded vendor to communicate the coordination, scheduling, and follow-up for all court dates. In Fiscal Year 17/18 there were a total of 113 disputes. All monies collected will be required to be direct deposit into a City account. DETAILED SPECIFICATIONS Parking Management Solution 18 RFP #20-19 4. SCOPE OF SERVICES. Enforcement, Citations, Permits - Parking System Management Solution The successful respondent will provide comprehensive and innovative equipment and a software solution that satisfies the City’s need for an integrated first-class parking management system. The proposed hardware and software must demonstrate flexibility to easily accept upgrades as the system evolves. The system must include back-office database, cloud-based storage, handheld ticketing devices, citation printers, and handheld personal computers as necessary, including the necessary technical support for same. The system must include robust analytical capability and dashboarding to facilitate management decision making. Extraction, analysis, and presentation of data must be easy and dynamic, and the ability to customize with integrated data from other systems is a necessity. Parking Citation Processing The successful respondent’s solution will include the capability, support, and equipment to enable citation processing, inclusive of late payment notifications and fees. Customer service will be provided by the City, from internal City offices and via the City’s website. Proposals must be for a fully tested and functioning solution that includes all hardware, software, database management, communication networks, reports, forms, notices, hand-held ticket issuance with real time features, real time support services, and compatibility with the City’s network. Provider shall have staff with required expertise to support citation processing, ongoing operation, maintenance, and process enhancements. Strict control of the privacy, integrity, and safety of all data stored or processed must be demonstrated. Exhibit A – Solution Requirements must be completed and submitted in Tab 3 of respondent’s proposal. Parking Citation Collection Services This is a low-scored element of the overall Scope of Services (10 points). The City is interested in options for citation collection services as an extension of the parking management solution. Respondents with an established solution or partnership for collection services should provide a detailed explanation of the option(s) available, not limited to support services, hardware requirements, database management, reporting, forms, integration with the parking management solution, 3rd party provider(s), references, accreditation, and working agreements with other states’ and Canada’s Bureau of Motor Vehicles to facilitate the identify of violators’ registration data. 5. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to 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. DETAILED SPECIFICATIONS Parking Management Solution 19 RFP #20-19 b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Cyber Liability coverage in an adequate amount to meet or exceed the requirements, including notification and monitoring, under Florida Statute 501.171. e. Crime and Employee Dishonesty third-party fidelity coverage is required to cover the acts of an employee against an employer’s clients; using ISO form CR 00 01 Employee Dishonestly Coverage Form or its equivalent, and shall include ISO endorsement CR 04 01 Clients’ Property or its equivalent, and ISO endorsement CR 20 14 Loss Payable or its equivalent. f. 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 $500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing Department, RFP #20-19 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. DETAILED SPECIFICATIONS Parking Management Solution 20 RFP #20-19 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 Parking Management Solution 21 RFP #20-19 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. October 1, 2019 through September 30, 2022. 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), two (2) year renewals are possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of three (3) years except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this 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 Parking Management Solution 22 RFP #20-19 1. PROPOSAL SUBMISSION - Submit one (1) signed original proposal, six (6) copies of the proposal, and one (1) electronic format copy on a disc or thumb drive, in a sealed container/envelope. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A letter of transmittal, signed by an authorized principal or agent of the Respondent, which provides an overview of the proposal affirming the ability to perform the Scope of Services stated herein, as well as the name, title, email address, and phone number of the person to whom the City may direct questions concerning the proposal. Include a statement by the signatory indicating their ability to bind the company. TAB 2 – Project Understanding, Qualifications, Experience, and References. Provide the following information: A. A detailed assessment of the proposer’s understanding of the Scope of Services and abilities to meet and satisfy the stated requirements. B. A detailed overview of the proposer’s staff qualifications and available resources necessary to complete a successful project. Resumes of key staff should be included. C. An overview of the proposer’s experience (minimum of three [3] projects within the past five [5] years) and References (for each project noted) with other entities for whom you have provided similar services. For each reference include contact name, phone number, email address, mailing address, and dates services were provided. TAB 3 – Technical Specifications/Requirements. Complete Exhibit A in full; incomplete forms will result in a proposal being deemed non-responsive. Response information must be detailed in order to explain the proposer’s ability to provide the goods and services detailed herein; and all exceptions or alternatives must be clearly identified with explanation to include the ramification or advantage of such exception or alternative. TAB 4 – Project Method, Approach, Implementation Plan & Timeline, and Management Plan. A. Fully describe the project method and approach for development of the parking management solution described herein, not limited to conversion process, training, cash management, staffing recommendations, and customer service. B. Provide an implementation plan of the parking management solution including timeline for development, testing, and implementation. C. Fully describe the company’s quality assurance/management approach for this project, not limited to escalation of issues, financial resources, and solution testing. TAB 5 – Warranty, Training, Maintenance Agreement, and Technical Support. Fully describe these critical elements of the parking management solution, how they are supported, and include explanation of any “level” options associated with each. TAB 6 – Parking Management Solution Costs. The cost portion of the proposal must include all costs associated with provision of the Parking Management Solution. Costs must be itemized by service type and/or phase of the project and ongoing support. TAB 7 – Citation Collection Services. The City is interested in options for citation collection services as an extension of the parking management solution. Proposers with an established solution or partnership for collection services should provide a detailed explanation, including 3rd party provider(s), references, accreditation, and working agreements with other states’ and Canada’s Bureau of Motor Vehicles to facilitate the identify of violators’ registration data. TAB 8 – Other Forms. The following forms should be completed and signed: 1. Exceptions/Additional Materials/Addenda form 2. Vendor Information form 3. Vendor Certification of Proposal form 4. Scrutinized Companies form(s) as required 5. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Parking Management Solution 23 RFP #20-19 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 Parking Management Solution 24 RFP #20-19 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: VENDOR CERTIFICATION OF PROPOSAL Parking Management Solution 25 RFP #20-19 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Parking Management Solution 26 RFP #20-19 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 on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (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 Parking Management Solution 27 RFP #20-19 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #20-19, Parking Management Solution Due Date: July 23, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing 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 #20-19, Parking Management Solution Due Date: July 23, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Page 1 of 6 SOFTWARE LICENSE AND SERVICE AGREEMENT The following terms, including the terms and conditions found in all Exhibits (the "Agreement"), represent the full understanding of United Public Safety, Inc. ("UPsafety") and the Party named below ("Client" and with UPsafety, the "Parties" and each individually a "Party"). In exchange for the mutual covenants herein and other good and valuable consideration, the Parties agree and intend to be bound as follows: I. General Terms United Public Safety will provide services (the "Services") and license all software, including all web and mobile applications and related documentation, (the "Software") necessary for Client to operate a Citation Management Program ("CMP") which allows Client's parking enforcement officers to issue parking citations and allows Client to accept payment for parking citations and perform citation adjudication tasks. Exhibits A - C listed below are incorporated into and made a part of this Agreement. In interpreting this Agreement and resolving any ambiguities, the main body of this Agreement takes precedence over the exhibits and any inconsistency between the Exhibits will be resolved in their listed order, which include: Exhibit A: SaaS Terms and Conditions Exhibit B: UPsafety Response to RFP #20-19 Exhibit C: Warranty Information II. Term and Termination The Terms and Conditions of the Agreement will remain in effect for a period of three (3) years from the later of a) the date on which UPsafety signs this Agreement or (b) the date on which the Software is deployed to Client the "Effective Date"). On the third anniversary of the Effective Date, and on each anniversary date thereafter, this Agreement will automatically renew for a one-year period upon the same terms and conditions. If either the Client or UPsafety does not wish for any such renewal, it must notify the other party in writing of its intention not to renew no later than ninety (90) days prior to any such anniversary date, in which case this Agreement shall terminate on such anniversary date. Page 2 of 6 Either party may terminate this agreement for cause with immediate effect in the event that it provides written notice to the other Party of a material breach and the breaching Party fails to cure said breach within thirty (30) days after receiving written notice of the breach from the non -breaching Party. Either party may terminate this agreement without cause upon thirty (30) days written notice. If this termination is exercised by Client prior to the thirty six (36) months following the Effective Date, UPsafety will be entitled to collect $1,000 for each month or partial month remaining in the thirty six month term. By way of example only, if Client were to cancel on the first day of the third month, Client would be obligated to pay to UPsafety a fee of $33,000. III. CityCiteTM Platform Component Terms UPsafety will provide the service, or services as specified in Exhibit B in conformance with the following Terms: I. Physical Equipment UPsafety will supply hardware to Client in the models and quantities set forth in Exhibit B, under the warranty terms attached in Exhibit C. All equipment provided by UPsafety under this Agreement will be standard new and unused equipment of the latest model available. Where any part or standard accessory of such equipment is not described, it shall be understood that all equipment and accessories that are provided standard with such equipment shall be furnished. Client acknowledges that, if the equipment has not been purchased outright, that the equipment is the property of UPsafety, and Client agrees to exercise reasonable care of said equipment while in its possession. Leased equipment that becomes lost or stolen will be the sole responsibility of the Client, and will be billed to the Client at the cost of: N5Z1 One Piece Ticket Writer — Branded as CiteProTM: $2750.00 11. Data Plans UPsafety will provide a Data Plan for each device requiring one, allowing unlimited data usage for the handheld devices, for the pricing specified in Exhibit B. UPsafety expressly disclaims all warranties as to the network's reliability, fitness for a particular purpose or uptime. III. Paper and Physical Consumables Paper, Permits and other Physical Consumables will be provided in the configurations and quantities identified in Exhibit B. Additional paper can be purchased for the same terms. If Client orders custom printer paper not quoted in Exhibit B, UPsafety will provide a separate Agreement to Purchase to Client detailing costs. Page 3 of 6 IV. Public Citation Management Portal UPsafety will provide an online payment portal and an interactive voice response (IVR) system through which patrons may view, pay and dispute outstanding parking citations, as well as view, purchase and apply for permits. Service levels and other terms of use for this portal are governed by Exhibit A: Terms and Conditions. V. Automated Notice Generation, Owner Lookups & Collections UPsafety will prepare all Delinquent Notices and Notice of Violations for outstanding tickets issued to vehicles bearing State of Florida plates and Out -of -State plates (to the extent allowed by each State's DMV) to the last known registered owner(s). State agency approval will also be obtained where applicable. Such notices shall comply with state rules and regulations in all material respects. If authorized by Client, citations which remain unpaid may be submitted to the Florida Courts for escalation; to a collections agency to initiate a further collections process; or both. VI. Custom Software Development Upon the request of the Client and the receipt by UPsafety of a signed purchase order, UPsafety may perform custom software development to customize the CityCiteTM, CodeCiteTM or ForCiteTM platforms to meet the Client's request. Work will be performed in accordance with an issued Statement of Work ("SOW"), and will be performed in a professional and workmanlike manner in accordance with recognized industry standards and other specifications as outlined in the project specific SOW. VII. Support & Issue Resolution Through the life of the Contract, UPsafety will provide online, telephone and e-mail support to Client during the Term, providing live, direct UPsafety Product Support from 8:00 a.m. to 5:00 p.m. EST, Monday through Fridays, excluding holidays. Additionally, Email and Voice Mail will be made available 24/7 and a reply will be generated by UPsafety initiating the Support call within 1 hour. UPsafety Product Support will assist Clients in communications relating to, but not limited to: 1) Recommendations for optimal use of CMP 2) Problems with or questions pertaining to the operation of CMP 3) Problems with interfaces between CMP & other systems 4) Error messages from CMP 5) Printing issues related to Mobile Software 6) Questions about CMP customizable reporting tool VIII. Shipping Costs Client will bear all shipping costs incurred by UPsafety for the shipment of Paper, Equipment, Permits and all other physical components required to operate the CMP except in the case of all-inclusive warranty programs which may be offered to Client. Page 4 of 6 IX. Out of Scope Services Additional services requested by the Client that are not described in this Agreement must be submitted in writing by the Client. UPsafety will prepare a statement of work along with a detailed cost estimate to be approved in writing by the Client prior to the implementation of said changes or additions. This includes, but is not limited to, requests for additional equipment, installation of additional sessions, Client requested software modifications and/ or relocation of equipment. X. Service Level Agreement for Cloud Services UPsafety will provide the software with uptime of at least ninety-nine point nine percent (99.9%) calculated over a rolling six-month period ("uptime guarantee"). For any month during which system uptime drops below the uptime guarantee, UPsafety will provide a billing credit in an amount equal to: the percentage difference between a) the lowest uptime reached at any point during the month (calculated on a rolling six-month period) and b) the uptime guarantee multiplied by the total fees payable to UPsafety for such month. For example, if during a given month the software uptime fell as low as ninety-five percent (95%) and during that month, the fees payable to UPsafety were one hundred dollars ($100.00), UPsafety would issue a billing credit of four dollars and ninety cents ($4.90). For the purposes of this agreement, uptime is defined as any period of time during which end users of the software can use the software to: (1) pay for parking citations and permits, and 2) issue and manage parking citations and permits. IV. Merchant Processing Framework In performing UPsafety's obligations in connection with the maintenance of the Public Citation Management Portal ("PCMP"), UPsafety will serve as the merchant of record for all PCMP transactions and will supply a payment gateway for all such transactions. Except for chargeback fees from UPsafety's merchant bank, UPsafety will be responsible for all merchant processing costs associated with citation payments made online through the payment portal provided by UPsafety, including, without limitation, settlement fees, payment gateway fees, and interchange reimbursement fees. Chargeback fees from UPsafety's merchant bank will be passed through directly to Client with no markup. UPsafety will remit all fees and fines to Client, less UPsafety's per transaction fees, refunded fees, merchant processing fees as applicable based on the pricing set forth in Exhibit B. Funds from all transactions processed through the PCMP will be remitted to Client within one (1) business day of Settlement. V. Fees Client agrees to the fee schedule outlined within the attached Agreement to Purchase. Invoices will be submitted on a monthly basis, payable within thirty (30) days upon receipt. Fees may only increase within the term due to an evidenced increase in UPsafety's direct costs in providing the specified equipment and services. Increases in scope must be evidenced by a signed acknowledgement, incorporated as an amendment to this document herein. VI. Payment Payment for Software Licensing, Data Plans and CiteGuardPlusTM Warranties are invoiced one (1) year in advance. Payment for purchased Hardware and CiteGuard'M warranties are due prior to installation. If handheld Page 5 of 6 and other upfront costs have been amortized over a three-year term, the lump sum payment outlined in the attached Agreement to Purchase will be invoiced one year in advance. Payments for any Owner Lookups, Data Entry, Automated Notices and Call Center Support, as applicable, are invoiced monthly on an as -used basis conformant to the Agreement to Purchase or other Appendices. UPsafety shall keep accurate records of all services performed under this agreement and shall submit such information to the Client with each invoice. Any payment for goods or services provided under this agreement shall be made to UPsafety not more than thirty (30) days after receipt of an invoice and acceptance of the goods or services by the Client. VII. Signatures This Software License and Service Agreement ("Agreement") is entered into, as of the Effective Date, between United Public Safety, Inc. and the Client named below. This Agreement includes and incorporates the terms and conditions found in this document and the Standard Terms and Conditions found in Exhibit A, and the terms and conditions found in Exhibits B through C, which are attached hereto and incorporated herein by reference. There shall be no force or effect to any different terms of any related purchase order or similar form even if signed by the parties after the date hereof. SIGNATURE PAGE TO FOLLOW Agreed and accepted: United Public Safety, Inc. Countersigned: Young resident ij-%2o/ Date CtebrltAcrc\t`cS George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney William B. Horne, 11 City Manager Attest: Page 6 of 6 i. Rosemarie Call • _ City Clerk ' _ , T, ,; ,) ' X11 Exhibit A: SaaS Terms and Conditions SaaS Terms and Conditions These United Public Safety Terms and Conditions are related to and deemed incorporated into the CONTRACT aforementioned between United Public Safety, Inc., a Pennsylvania corporation having a principal place of business in 321 Morris Road, Fort Washington, Pennsylvania ("UPsafety"), and the Client (the "Client"). Client's execution of a CONTRACT referencing these Terms and Conditions shall be deemed Client's agreement to these Terms and Conditions. In the event of any conflict between the terms of the CONTRACT and these Terms and Conditions, the CONTRACT shall control with respect to such conflicting terms. 1. Definitions For purposes of these Terms and Conditions, the terms below shall have the meanings defined below. Additional terms are defined in the preamble above and throughout these Terms and Conditions. 1.1. "Client Content" means any data, databases, information, trademarks, service marks, logos, files, images, text, files, records or other content that may be provided by or on behalf of Client or its authorized users for use in conjunction with the Software or Services. 1.2. "SaaS Term" means the period during which the Services and access to the Software will be provided by UPsafety to Client as defined in the CONTRACT. 1.3. "Services" means the hosting, maintenance, support and other services provided by UPsafety pursuant to these Terms and Conditions. 1.4. "Software" means the software specified in the CONTRACT, with "Management Platform" referring to the internet accessible management portal, and "Mobile" referring to the Android based data collection software. 1.5. "UPsafety Content" means any information, documentation or other materials provided to Client by UPsafety relating to the Software, including, without limitation, the User Documentation. 1.6. "User Documentation" means the UPsafety user documentation relating to the Software. 1.7. "CONTRACT" means the agreement accepting the costs and terms of the products and services sold to Client by UPsafety. 1.8. "Web Sites" means the web sites of UPsafety, including the web sites that provide access to the Software. 2. Web -Based License UPsafety grants to Client, and Client accepts, a nontransferable, nonexclusive license and right to access the Management Software via the Internet, and to the Mobile Software through Android devices on which UPsafety has installed their software at the client's behest. Client agrees to the use of this Software and the User Documentation only as authorized in these Terms and Conditions, for its own internal purpose and operations, during the SaaS Term. Client acknowledges that its access to and use of the back end management Software will be web -based only. This Software will not be provided to Client in CD-ROM or DVD form (or any other form of media) and will not be installed on any servers or other computer equipment owned or otherwise controlled by Client. Instead, the Management Software will be hosted by UPsafety (as described in Section 3) and accessed and used by Client through the use of the Internet and Client's computers, while Mobile Software will be installed on Client Android devices exclusively by UPsafety. United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 3. Accessibility UPsafety will provide Client access to the latest supported version of the Management Platform Software via the Internet, from the Microsoft Azure hosting facility leased by UPsafety on a 24x7 basis, except for scheduled and emergency maintenance as set forth in Section 9, Mobile Software, which may be installed on Client's android devices, will also be accessible 24x7, but may lack connectivity to the Management Platform during maintenance periods, or in the absence of wireless connectivity. 4. Limitations The maximum number of Client's employees, Contractors, volunteers, and other agents that are simultaneously accessing or using the Software at any given time shall not exceed the number of users specified in the CONTRACT. Client's use of the Software may not exceed the scope of the use provisions above without the express written agreement of UPsafety. 5. Permitted Uses Consistent with and subject to UPsafety's database permissions and limitations, users shall be permitted access to the UPsafety CityCite® products for the following uses (but only such uses) as described below: By users as permitted and authorized by Client within the terms and features of the CONTRACT: I) Issuance & Management of Citations, Tickets & Permits ii) Customization & Management of Settings, Rules, Reporting and User Permissions iii) Customization & Management of Public Citation Management Portal The permitted uses described herein shall only be permitted during the Saas Term. Client agrees that upon expiration or termination of the Saas Term, all rights granted to Client shall immediately terminate and revert to UPsafety, and Client shall destroy the UPsafety Content and any and all copies thereof, in any form, and shall erase from all computer, electronic, or other storage device or otherwise destroy all images and copies of the UPsafety Content, and shall provide certification as to the same. 6. Hyperlinks UPsafety's web sites may contain hyperlinks to other web sites which are not maintained by, or related to, UPsafety. Hyperlinks to such web sites are provided as a service to users and are not sponsored by or affiliated with the Web Site(s) or UPsafety. UPsafety does not continuously monitor or review any or all of such web sites and is not responsible for the content of those web sites. Hyperlinks are to be accessed at the user's own risk, and UPsafety makes no representations or warranties about the content, completeness or accuracy of these hyperlinks or the web sites hyperlinked to the Web Sites. UPsafety provides hyperlinks as a convenience, and the inclusion of any hyperlinks to a third party web site does not necessarily imply endorsement by UPsafety of that web site or any association with its operators. UPsafety has no liability for any damage or loss that Client or its users may suffer as a result of the use of any third -party web sites. 7. Additional Storage Fees UPsafety shall provide a default maximum storage space of 250 GB, which includes the backup and retention thereof, to the Client within the hosted environment. Any additional data usage beyond the initial 250 GB will be billed in accordance with the real increased cost levied by Microsoft, as specified in the CONTRACT. United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 8. Maintenance Window UPsafety and/or its hosting or telecommunications vendor(s) may perform system maintenance within the following Maintenance Windows" during which time access to the Software, Services and Client Data may be temporarily unavailable: i) "Security Maintenance/Upgrade Window" — Nightly between 12 a.m. and 6 a.m. U.S. Eastern Time for application of periodically distributed security/software updates as provided by operating system, network, and firewall vendors, or UPsafety. ii) "Emergency Maintenance Window" — In the event there is an unforeseen issue that causes the Software or the Services to be unavailable or the performance of the Software or the Services to be materially inhibited, in which case the Software or Services may be temporarily unavailable while UPsafety and its vendors work to resolve the issue. Client understands and agrees that there may be instances when UPsafety needs to interrupt access to the Software without notice in order to protect the integrity of the Software or Services due to security issues, virus attacks, spam issues or other unforeseen circumstances. 9. Availability 9.1 Commitment Level. UPsafety will provide "availability" to the Software during the SaaS Term, calculated and defined within CONTRACT. Any Maintenance Window shall not be included as downtime for purposes of determining availability. 9.2 System Monitoring. UPsafety will monitor performance indicators on the systems and network infrastructure (its own and that of third party suppliers) in order to gauge the overall performance of its hosting services, and will take reasonable steps to address systems and network infrastructure as required to maintain application performance. UPsafety will use an internal system to measure whether the Software is available, and Client agrees that this system will be the sole basis for resolution of any dispute that may arise between Client and UPsafety regarding these Terms and Conditions. UPsafety will not systematically monitor Client Content, but UPsafety reserves the right to review Client Content from time to time in its discretion. UPsafety reserves the right to (a) disable access to or delete any Client Content which it determines in its sole discretion (such discretion to be exercised in good faith) to be illegal, obscene, threatening, defamatory, fraudulent, infringing, harassing, or otherwise offensive, and (b) disable access to or delete any other Client Content under justified exigent circumstances, as such circumstances are determined in good faith by UPsafety. UPsafety also reserves the right to monitor, restrict, and terminate Client's ability to build, run and obtain reports and batch jobs/processes through the use of the Software or Services if Client is using excessive computing resources which are impacting the performance of the Software and Services for other subscribers. UPsafety agrees to notify Client in cases where it restricts or terminates such reports or jobs/processes and use good faith efforts to determine an appropriate alternative or work -around solution. 10. Upgrades UPsafety will install upgrades/releases of the Software which are generally made available to its other subscribers, including patches and/or fixes, as they are made available, at no charge during the SaaS Term. United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 11. Client Responsibilities Client will retain responsibility for administering security within the UPsafety applications (e.g., the granting of rights to a user for a specific form in the application), including maintaining the secrecy of all usernames and passwords. Client shall be responsible for all actions taken using the usernames and passwords provided to Client. Client is responsible for maintaining its user desktops and other devices and providing users network and internet access to the Software. Client is also responsible for ensuring that its users comply with these Terms and Conditions with respect to use of the Software and Services. Client shall provide secure connectivity to the Internet for its location(s) for purposes of providing adequate access to Software hosted at the Hosting Site. UPsafety shall not be responsible for the reliability or continued availability of the communications lines, or the corresponding security configurations, used by Client in accessing the Software via the Internet. Client shall provide adequate industry "best practice" standards to ensure reasonable security for integration between applications at the Client site and Software hosted by UPsafety. Client shall provide accurate input information in the manner reasonably prescribed by UPsafety in connection with the Software and Services provided under these Terms and Conditions. Client shall advise UPsafety of any changes to Client's operations, banking relationships, Primary Contact, or other information that would require a change in the support, operation, or configuration of the hosted Software. Client shall configure necessary user accounts via the administrator account provided by UPsafety. Client shall be responsible for ensuring that any Client Content is accurate, not corrupt in any way, and does not contain any viruses. 12. Intellectual Property Rights Client agrees that the Software, User Documentation and Services are proprietary products and services and that all right, title and interest in and to the Software, User Documentation and Services, including all associated intellectual property and other proprietary rights, are and shall at all times remain with UPsafety and its third party licensors. The Software contains trade secret and proprietary information owned by UPsafety or its third party licensors and is protected by United States copyright laws and international trade provisions and other applicable law. Client must treat the Software like any other copyrighted material and Client may not copy or distribute the Software or the User Documentation, electronically or otherwise, for any purpose. Client hereby grants to UPsafety a nonexclusive right to use all Client Content for the purposes of providing the Software and Services to Client and its authorized users pursuant to these Terms and Conditions. Client represents and warrants that the Client Content does not infringe or violate the intellectual property, proprietary or personal rights of any third party and Client has the right to grant UPsafety the right to use the Client Content as set forth herein. 13. Other Restrictions Use of the Software and Services is restricted to use by the specific licensing entity only, and only for Client's internal business purposes. Client may not use the Software or Services for the benefit of any third parties or provide service bureau or other access or use of the Software or Services to third parties. Client may not, directly or indirectly, sublicense, assign, transfer, sell, rent, lend, lease or otherwise provide the Software, Services (or any portion thereof, including without limitation any capacity) or the User Documentation, or any portions thereof, to any third party, and any attempt to do so is null and void and shall be deemed a material breach of these Terms and Conditions. Client may not reverse engineer, disassemble, decompile or make any attempt to ascertain, derive or obtain the source code for the Software. Client shall not use the Software for any commercial purpose beyond the functionality for which the Software is intended. Client hereby agrees, represents and warrants to UPsafety that Client will not access or use the Software or the Web Sites for any purpose that is unlawful or prohibited by these Terms and Conditions. Client will not use the Software, Services or UPsafety ToCite, CityCite, CodeCite and ForCite Cloud product to take any actions that (i) infringe on any third party's copyright, patent, trademark, trade secret or other proprietary rights or rights of publicity or privacy; (ii) violate any applicable law, statute, ordinance or regulation (including those regarding export control); (iii) are defamatory, trade libelous, threatening, harassing, or obscene; (iv) constitute unauthorized entry to any machine accessible via the network; (v) create or build any derivative works from any information, content, software, products or services obtained from or otherwise connected to UPsafety's Software or Web Sites, including appending such information or content to Client's internal database for distribution to multiple nonprofits as a donor database product or service; or (vi) distribute, transfer or resell the results of Client's use of the Software, Services or Web Sites. Client shall not interfere with or disrupt network users, services or equipment with the intent to cause an excessive or disproportionate load on UPsafety's or its suppliers' infrastructure United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 by means of (but not limited to) distribution of unsolicited bulk emails or chain letters, viruses, Trojan horses, worms, or other similar harmful or deleterious programming routines. Client further agrees to cooperate with UPsafety in causing any unauthorized use (including but not limited to co -branding, framing or hyper -linking) to immediately cease. 14. Location, Audio, Image and Video Services Client acknowledges and consents to the automated and manual creation and/or collection of Location -Based, Audio, Image, and/or Video Services information in the Software and/or Device through interaction between the Devices where the Software is installed, UPsafety's servers, and third party applications and systems. UPsafety will use commercially reasonable efforts to ensure the accuracy of Location -Based, Audio, Image, and/or Video Services; however, UPsafety assumes no liability or responsibility in the event of inaccuracies in such information. While UPsafety uses commercially reasonable efforts to safeguard such information, UPsafety assumes no liability or responsibility for losses resulting from illegal or fraudulent access to Location - Based, Audio, Image, and/or Video Services related information. UPsafety also reserves the right to make such information available to auditors, police and other governmental agencies as permitted or required by law. 15. Software Modifications Client shall not make any modifications to the Software. Any modifications that Client makes to the Software will void any warranty obligations contained in these Terms and Conditions. 16. Limitation of Liability UPSAFETY'S MAXIMUM LIABILITY FOR ANY ACTION ARISING UNDER THESE TERMS AND CONDITIONS, REGARDLESS OF THE FORM OF ACTION AND WHETHER IN TORT, CONTRACT OR OTHER FORM OF LIABILITY, SHALL IN NO EVENT EXCEED THE FEES PAID BY CLIENT DURING THE TWO-YEAR PERIOD PRECEDING NOTICE TO UPSAFETY OF CLIENT'S LOSS. IN NO EVENT SHALL UPSAFETY BE LIABLE FOR INDIRECT, SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES OF ANY KIND, INCLUDING WITHOUT LIMITATION, LOST DATA, LOST PROFITS, OPPORTUNITIES OR CONTRIBUTIONS, LOSS OF USE, GOOD WILL, BUSINESS INTERRUPTION, COST OF COVER, OR OTHER PECUNIARY OR NON- PECUNIARY LOSS, HOWEVER ARISING, EVEN IF UPSAFETY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. UPSAFETY SHALL HAVE NO LIABILITY OR RESPONSIBILITY IN THE EVENT OF ANY LOSS OR INTERRUPTION IN SOFTWARE ACCESS DUE TO CAUSES BEYOND ITS REASONABLE CONTROL OR FORESEEABILITY, SUCH AS LOSS, INTERRUPTION OR FAILURE OF TELECOMMUNICATIONS OR DIGITAL TRANSMISSIONS AND LINKS, INTERNET SLOWDOWN OR FAILURES. THE PARTIES AGREE TO THE ALLOCATION OF RISK SET FORTH HEREIN. BECAUSE SOME STATES DO NOT ALLOW THE EXCLUSION OR LIMITATION OF LIABILITY FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES, THE ABOVE LIMITATION MAY NOT APPLY TO CLIENT TO THE EXTENT PROHIBITED BY APPLICABLE LAW. 17. Independent Contractor UPSAFETY IS AN INDEPENDENT CONTRACTOR AND NOT AN AGENT OR EMPLOYEE OF CLIENT. NO AGENCY, PARTNERSHIP, FRANCHISE, JOINT VENTURE, OR EMPLOYMENT RELATIONSHIP EXISTS BETWEEN UPSAFETY AND CLIENT. UPSAFETY'S EMPLOYEES AND AGENTS WILL NOT BE EMPLOYEES OR AGENTS OF CLIENT. UPSAFETY SHALL BE FULLY AND SOLELY RESPONSIBLE FOR THE SUPERVISION, CONTROL, PERFORMANCE, COMPENSATION, BENEFITS (INCLUDING, WITHOUT LIMITATION, ALL FORMS OF INSURANCE) WITHHOLDINGS, HEALTH AND SAFETY OF ALL OF ITS EMPLOYEES AND AGENTS. CLIENT WILL NOT BE RESPONSIBLE OR LIABLE FOR ANY WITHHOLDING TAXES OR CONTRIBUTIONS TO STATE WORKER'S COMPENSATION, UNEMPLOYMENT OR OTHER FUNDS OR PROGRAMS. United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 18. Notices All notices, consents and communications required hereunder shall be given in writing and delivered by electronic mail or mail, shall be deemed to be given upon receipt thereof and shall be sent to address below: If to UPsafety: United Public Safety, Inc. 321 Morris Road Fort Washington, PA, 19034 EMAIL: legal@upsafety.net If to Client: The City of Clearwater Attn: Steve Reiter, Parking Manager 100 S. Myrtle Avenue Clearwater, FL 33756 EMAIL: steve.reiter@myclearwater.com 19. Compliance with Applicable Law ALL WORK PERFORMED BY UPSAFETY SHALL BE IN CONFORMANCE WITH PERTINENT OSHA, LOCAL, STATE AND FEDERAL GOVERNMENT LAWS, RULES AND REGULATIONS. UPSAFETY FURTHER COVENANTS AND AGREES THAT ALL WORK PERFORMED AND FURNISHED HEREUNDER SHALL BE IN ACCORDANCE WITH APPLICABLE PROFESSIONAL STANDARDS. 20. Warranties Mutual Warranties. Each party warrants that (i) it has the right and power to enter into these Terms and Conditions, and (11) it will comply with all applicable laws and regulations pertaining to these Terms and Conditions. UPsafety Limited Warranty. UPsafety warrants that the Services will be performed in a professional and workmanlike manner in accordance with recognized industry standards and other specifications as outlined in the CONTRACT. Exclusive Remedies. Beyond provisions for liquidated damages in the CONTRACT, if, during the Warranty Period the Software fails to comply with the Software Warranty set forth above, UPsafety's entire liability and Client's exclusive remedy beyond these damages will be either to a) repair or replacement of the Software, or b) if in UPsafety's opinion such repair or replacement is not possible, termination of the SaaS Term and a refund of the Subscription Fees paid for the Software. This limited warranty is void if failure of the Software has resulted from accident, abuse, misuse or negligence of any kind in the use, handling or operation of the Software, including any use not consistent with the User Documentation or UPsafety training. UPsafety's entire liability and Client's exclusive remedy for any breach of warranty with respect to the Services as described above shall be UPsafety re -performing the Services performed. Disclaimers. Any written or oral information or representations provided by UPsafety agents, employees, resellers, consultants or service clients with respect to the use or operation of the Software will in no way increase the scope of UPsafety's warranty. UPsafety and its suppliers exercise no control whatsoever over the content of the information passing through their systems. Client and users must exercise their own due diligence before distributing and/or relying on information available on the Internet, and must determine that they have all necessary rights to copy, publish, or otherwise distribute such information under copyright and other applicable laws. Neither UPsafety nor its suppliers will be liable for United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 any consequences of providing services, including those suffered as a result of delivering or accessing information or content, such as accessing information with offensive, inaccurate or inappropriate content, the possibility of Contracting computer viruses, or unauthorized access to or alteration, theft, or destruction of any data, files, programs, procedures, or information through accident, fraudulent means or devices, or any other method. UPSAFETY DOES NOT AND CANNOT WARRANT THE PERFORMANCE OR RESULTS OBTAINED BY CLIENT IN USING THE SOFTWARE OR THE SERVICES, OR THAT THE SOFTWARE OR THE SERVICES WILL MEET CLIENT'S REQUIREMENTS OR THAT THE OPERATION OF THE SOFTWARE WILL BE UNINTERRUPTED OR ERROR FREE. EXCEPT FOR THE WARRANTIES SET FORTH ABOVE AND IN THE CONTRACT, UPSAFETY EXPRESSLY DISCLAIMS ALL OTHER REPRESENTATIONS OR WARRANTIES, WHETHER EXPRESS, IMPLIED, OR STATUTORY (BY ANY TERRITORY OR JURISDICTION) TO THE EXTENT PERMITTED BY LAW. FURTHER, UPSAFETY EXPRESSLY EXCLUDES ANY WARRANTY OF NONINFRINGEMENT, TITLE, FITNESS FOR A PARTICULAR PURPOSE, OR MERCHANTABILITY TO THE EXTENT PERMITTED BY LAW 21. Public Records. All records made pursuant to this Agreement, as well as negotiations conducted prior to its execution, shall be handled in compliance with Chapters 119 and 286 of the Florida Statutes unless an exemption applies. The Client gives no assurance as to the confidentiality of any portion of any proposal or record once submitted. 22. Indemnity Subject to Florida Statute 762.28, UPsafety and its members agree to indemnify and hold free and harmless, assume legal liability for and defend the Client, and its officers, employees, agents, and servants, whether they are current or former, from and against any and all actions, claims, liabilities, assertions of liability, losses, costs and expenses, in law or in equity, including but not limited to attorney's fees at trial and appellate levels, reasonable investigative and discovery costs, court costs, or claims for bodily injury or death of persons and for loss of or damage to property, except as provided for herein, or every kind and nature whatsoever, which in any manner directly or indirectly may arise or be alleged to have arisen, from the goods and services the Client has contracted for. Nothing contained herein is intended to serve as a waiver by the Client of its sovereign immunity, to extend the liability of the Client beyond the limits set forth in Section 762.28, Florida Statutes, or be construed as consent by the Client to the sued by third parties. 23. Right to Work Product Any invention, discovery, creation, expression or other result of UPsafety's Services, such as findings, analyses, conclusions, opinions, recommendations, ideas, techniques, know-how, designs, programs, tools, applications, interfaces, enhancements, software, and other technical information (collectively "Work Product"), created by UPsafety in the course of performing the Services hereunder are the property of UPsafety and are licensed to Client, without further license fees, pursuant to the license in these Terms and Conditions, provided, however, Work Product does not include, and Client shall retain title to (i) Confidential Information of Client, and (ii) all Client Content. Client shall have no right to sublicense, transfer, assign, convey or permit any third party to use or copy any Work Product. 24. Force Majeure Except for Client's obligation to pay UPsafety, neither party shall be liable for any failure to perform its obligations under these Terms and Conditions if prevented from doing so by a cause or causes beyond its control, including without limitation, acts of God or public enemy, failure of suppliers to perform, fire, floods, storms, epidemic or quarantine restrictions, earthquakes, riots or civil commotion, strikes, war, and restraints of government, freight or other embargoes, weather conditions or any failures by UPsafety's subcontractors or suppliers. United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 25. Assignment Neither these Terms and Conditions nor the CONTRACT shall be assigned by Client without the prior written consent of UPsafety. Any attempted assignment in violation of this provision shall be null and void. Subject to the foregoing, these Terms and Conditions are binding upon, inure to the benefit of, and are enforceable by the parties hereto and their respective successors and assigns. 26. Choice of Law and Venue This Agreement shall be construed according to the laws of the State of Florida. Jurisdiction and venue for any legal action in connection herewith, whether sounding in contract or tort, shall lie in Pinellas County, Florida. 27. Miscellaneous Except as otherwise specifically stated herein, remedies shall be cumulative and there shall be no obligation to exercise a particular remedy. If any provision of these Terms and Conditions are held to be unenforceable, the other provisions shall nevertheless remain in full force and effect. The failure by either party to enforce any rights granted hereunder or to take action against the other party in the event of any breach of these Terms and Conditions will not be deemed a waiver by that party as to the subsequent enforcement of rights or subsequent actions in the event of future breaches. These Terms and Conditions and the CONTRACT together set forth the entire agreement between the parties with respect to the subject matter hereof and all other agreements, representations, communications and understandings, both oral and written, are superseded hereby. United Public Safety, Inc. 321 Morris Road, Fort Washington, PA, 19034 Exhibit B: Agreement to Purchase October 17, 2019 United Public Safety 1 Cost Proposal Summary Our proposal can be summarized as follows. We will provide the City everything requested under this RFP, including a full site license, training, 24/7/365 support, full data conversion and eleven (11) of our favorite mobile 3 -inch printers for a "clean" $3.00 per ticket and permit paid online, entirely paid by the constituent. The City will only pay for: Upgraded hardware, either from UPsafety or the mobile equipment provider of the City's choosing Payment processing for Citations and Permits at 2.9% plus $0.25 per transaction Data Plans from either UPsafety or the City's current mobile data provider The Cost of a First -Class U.S. Stamp + $0.15 for Automated Notice Mailing Paper either through UPsafety or the City's choice of vendor Out of State DMV research at $0.70 per Violator Found I In -State at Direct Cost Hardware Pricing Unlike many enforcement providers, we provide full, in-house support for the hardware we resell to you. That means that instead of calling Panasonic/Zebra/Samsung's technical support hotline, you're calling our fully US -based staff under the same one-hour Service Level Agreement that we maintain for our software. We believe anything less is not supporting the whole solution. CitePro TM Print Hardware Package — $54.00 per Device per Month (for three years) We recommend this one-piece solution as the workhorse device for your PEO's. The hardware package includes the mobile computer, two hot-swappable external battery packs, a charging dock which allows both the device and a supplemental battery to be charged in tandem, and a power-supply/charging cable. We are also happy to provide, at no additional cost, 4- slot docking stations for better space management. Quantity Provided Under Contract: Eleven (11) CitePro Handhelds will be provided Cost for Hardware provided: 11 Devices * $54 Per Device * 12 Months = $7,128.00 per year. 1 October 17, 2019 Hardware Warranty Options CiteGuardP/us Warranty — $25.00 per Device per Month In the case of hardware damage or failure, this warranty fully covers: 1. Immediate shipment of a no -cost Loaner device to replace the affected device 2. A call tag for the affected device for shipment to our offices for repair 3. Shipping for the repaired device back to your offices 4. A call tag for the Loaner device Over a full three-year term. This provides for instant remediation of hardware issues, and keeps officers enforcing. Quantity Provided Under Contract: Eleven (11) CiteGuardP/us Warranties will be provided. Cost for Hardware Warranties: 11 Warranties * $25 per Warranty * 12 Months = $3,300.00 per year. Platform Pricing and 24/7 Software Support CityCiteTM Platform Fee — Site License Included We sell our cloud hosted software suite at a recurring monthly license fee per device per month based on the functionality utilized. This fee includes: 1. A license for (1) mobile user and (1) cloud user to use our front-end data entry software, and cloud based back end management software. This includes access to all features of our software, including the iPermit permitting module, as well as live real -time -push integrations, and maintenance of those integrations to almost all major parking vendors, including, for this project: Cale Kiosks, ParkMobile PayByCeII and Vigilant ALPR. 2. 24/7/365 in house help desk support for any and all software and hardware issues. 3. Access to our Client Resource Center, which provides in depth details of the functionality within our mobile and back end software, including video demonstrations and guided walk throughs. 4. Any and all software updates, including product enhancements, issue resolutions, and new feature releases as they become available. Since inception, we have been releasing new software to clients rapidly. October 17, 2019 Some major upgrades in 2018, provided at no additional cost to ALL current subscribers, included: Full Cloud & Mobile User Interface Refresh Enhanced Dashboard Data Visualizations Added Payment Functionality (Skeletal, Swaps, Refunds) Multiple Ticket Management NSF Check Automation Stripe Integration & Dashboard Advanced Disputes & Hearing Scheduling To ensure these features are fully utilized, we regularly hold UPsafety User Webinars, at no additional cost to subscribers, before each major update to identify, train, and answer any and all customer questions and concerns. Users who cannot make the webinar can request a recorded copy to view anytime. 5. Free admission to our yearly Users Conference 6. Two free remote training sessions per year to ensure all users remain product experts Quantity of Licenses Provided Under Contract: Full Site License Cost for Software Licensing & Support: $0.00. Included in Citizen Portal fees. Citizen Portal — $3.00 per Citation or Permit Paid Online with $5.00 Fleet Maximum We will fully customize an e-commerce site to meet your needs, including branding, adding customized dispute fields, and developing lookup logic. Through the portal, constituents can: Review photo evidence, as well as all ticket data recorded at the time of issuance View fine schedules, laws and FAQ's Pay tickets online, from the moment a ticket is issued, via QR code on the ticket, the website printed on the ticket, or, through the Interactive Voice Response (IVR) phone number Dispute and inquire as to ticket status, including the upload of secure documents to be viewed by enforcement or administrative staff When a violator pays a $30.00 citation, they will pay the citation amount, plus the service fee, and we will remit the full $30.00 citation value to you next day. This includes permit purchase and renewal, citation payments, and online disputes and hearings. October 17, 2019 Costs of Portal: $0.00 to the City, $3.00 by Patrons for every violation or permit paid online. For fleets, the service fee will not exceed $5.00 per transaction regardless of the number of violations and permits paid in one transaction. Training and Implementation Full On -Site Training — Included This fee is for on-site training of your officers and administrators on how to use the system inside and out, as well as training managers to a Train the Trainerstandard. This covers our costs in paying the 1-2 employees training, as well as their hotel rooms and travel. Cloud Set Up & Customization — Included We charge this fee to fully customize the cloud to your department, including setting permissions for each individual employee, implementing ticket lifecycle business logic, creating report templates specified by managers, importing common street names in order to optimize officer drop down lists and more. Services Provided Under Contract: Full on-site training, set up and implementation. Cost for Implementation: $0.00. Included in Citizen Portal fees. Processing and Other Per Item Services Out of State DMV Research — $0.70 per Out of State Owner Found / <$.48 per In -State Owner Found For DMV research for out of state violators, we charge Per Successful Plate Lookup, which means that a charge is only incurred if a valid address has been found for the requested plate. Service Provided: We will automatically provide and associate registered owner information for violations bearing license plates for which information can be retrieved from national DMV's. Cost for Service: Variable depending on volume. As discussed, the Florida DMV increased pricing for in-state violations from $0.02 per record to $0.50 per record mid contract negotiations, which is why the cost of $0.50 - $0.02 = $0.48 is mentioned. Please note that we will reduce this price in kind if their policies and other developments are able to reduce it. October 17, 2019 Our best estimate is 5% of violations will be issued to vehicles with out of state plates bringing the most likely yearly cost to: 30,000 Violations * .05 * 50% needing lookup * $0.70 per Violator Found = -$525.00 per year. For in -states, our best estimate is 50% of violations will require a lookup, bringing this potential cost to: 30,000 Violations * 50% * $.48 per Violator Found = -$7,200.00 per year. In total, approximately $7,725.00 per year. Credit Card Processing for Ticket and Permit Payments - 2.9% plus $0.25 per Transaction Service Provided: We will process and remit the money from all Credit & Debit cards processed through our gateway next day. For each transaction processed, we will bill the City 2.9% of the volume processed, and $0.25 for each transaction processed, monthly in arrears. Cost for Service: Variable depending on the volume of citations issued and processed. Our best estimate is -20,000 transactions and -$500,000 processed, or: 20,000 * $0.25 = $5,000) + ($500,000 * .029 = $14,500) = 419,500.00 per year. Automated Delinquent Notices - Cost of First -Class U.S. Stamp + $0.15 The cost of customizing physical notices, which will be mailed to violators as warnings and requests for payment, or, for any other automated correspondence on behalf of your organization, is fully included in the set-up process. This fee is for the printing, stamping and mailing of physical notices to violators. Service Provided: We will prepare and mail two (2) notices to the registered owner(s) of applicable vehicles. Cost for Service: Variable depending on the volume of citations issued and processed. Our best estimate is that 50% of violators will receive a first notice, and of that 25% will receive a second so: 75 * 30,000 * ($0.55 + $0.15) = -$15,750.00 per year, but please note this can vary with delinquency levels, ticket issuance volume and the cost of a First - Class U.S. Stamp. 5 October 17, 2019 Polyvinyl Paper - -$0.05 Per Ticket Written We provide top quality water and tear resistant polyvinyl paper at a price of $169.00/Case. There are 50 rolls per case and clients see anywhere between 60-70 tickets per roll. The value of 05/ticket that we mention in our literature is computed as follows: 169 Per Case = $3.38 Per Roll - $ 0.05 50 Rolls Per Case 65 Tickets Per Roll Per Ticket Service Provided: We will aid in the design and order of all paper required for this project by Clearwater. Cost for Service: Variable depending on the volume of citations issued. We will charge the City no more than a 20% markup on Custom paper, or, no more than our then current price for plain polyvinyl. VeriFone P400 Point of Sale Terminal(s) - $399.00 per Unit In person payments, under the current Stripe supported system, are performed by utilizing the VeriFone P400 terminal, VeriFone's latest and most advanced terminal offering. Boasting a full color, touchscreen display, the P400 comes with EMV standard, and also allows for expanded functionality as payment trends change, including mobile wallet acceptance, EMV capabilities, and NFC/CTLS. Service Provided: We will provide four (4) Terminals to the City to be connected to our Cloud -based Point of Sale software. Cost for Service: 4 Terminals * $399 per Terminal = $1,596.00 one-time fee Verizon 4G LTE Data Plan - $35.00 per Device per Month We resell data plans from Verizon exclusively, because their network and speed are uncompromising. This plan includes mobile data for one device. Service Provided: We will provide data plans for all eleven (11) devices and all loaner devices required. Cost for Service: 11 Data Plans * $35 Per Plan * 12 Months = $4,620.00 per year. October 17, 2019 Total Cost of Solution - With Estimates Estimated Yearly Costs Product Quantity Price Billed Year 1 Year 2 Year 3 CiteProl" Hardware Package 11 $ 54. 00 Monthly $ 7, 128. 00 $ 7, 128. 00 $ 7, 128. 00 CiteGuard+ Extended Warranty 11 $ 25. 00 Monthly $ 3, 300. 00 $ 3, 300. 00 $ 3, 300. 00 Verizon 4G LTE Ultd Data Plan 11 $ 35. 00 Monthly $ 4, 620. 00 $ 4, 620. 00 $ 4, 620. 00 Cost of Out of State Lookups - 750 $ 0. 70 Per Item $ 525. 00 $ 525. 00 $ 525. 00 Cost of In State Lookups - 15000 $ 0. 48 Per Item $ 7, 200. 00 $ 7, 200. 00 $ 7, 200. 00 Cost of Automated Notices - 15, 000 $ - 0. 70 Per Item $ 10, 500. 00 $ 10, 500. 00 $ 10, 500. 00 Cost of Citation Paper - 30, 000 $ - 0. 05 Per Item $ 1, 500. 00 $ 1, 500. 00 $ 1, 500. 00 Card Fees - Per Item - 20, 000 $ 0. 25 Per Item $ 5, 000. 00 $ 5, 000. 00 $ 5, 000. 00 Card Fees - Volume -$ 500, 000 2. 90% Per Item $ 14, 500. 00 $ 14, 500. 00 $ 14, 500. 00 Verifone P400 Terminal 4 $ 399. 00 One Time $ 1, 596. 00 $ $ Total Cost of Solution 55, 869. 00 $ 54, 273. 00 $ 54, 273. 00 Please note that yearly costs for line items with " Per Item" designations are calculated using our best estimates for the multiplicand( s) applicable. Exhibit C: Warranty Information CiteGuard' & CiteGuardPLU Terms and Conditions for the N -Class UPsafety Product Care Program LIMITED PRODUCT WARRANTY United Public Safety, Inc. (UPsafety) warrants that the N -Class Rugged Android product shall be free from defects in materials and workmanship, under normal intended use, for a period of 12 months from the date of shipment from UPsafety. The N -CLASS products can be warranted up to three (3) years (including the standard warranty period). UPsafety warrants that the following items shall be free from defects in materials and workmanship, under normal intended use, for a period of ninety (90) days from the date of shipment: battery packs, media containing the N -CLASS programs, desktop PC programs, owner's manual and any accessories. Extended warranties apply only to the N -CLASS products, not battery packs, media containing N -CLASS programs, desktop PC programs, owner's manual(s) and any accessories. WARRANTY EXCLUSIONS OF CITEGUARDTM AND CITEGUARDPLusTM This warranty shall not apply if: (i) the product has been set up improperly or has been improperly installed or calibrated, (ii) the product is operated in a manner that is not in accordance with the instruction manual(s) and/or user guide, (iii) the product is used for a purpose other than for which it was designed, (iv) the product has been used in environmental conditions outside of those specified for the product, (v) the product has been subject to any modification, alteration, or change by or on behalf of customer (except and unless modified, changed or altered by UPsafety or UPsafety's direct supervision), (vi) the defect or malfunction results from misuse or accident, (vii) the serial number on the product has been tampered with or removed, or (viii) the product has been opened or tampered with in any way. Broken or Damaged Display is not covered under Warranty. Excessively worn parts are not covered under the RX Extend program. These may include, but are not limited, touch screen, keyboard elastomer/ switch, hand strap, bumpers, graphics, battery. This warranty is exclusive and UPsafety will not assume and hereby expressly disclaims any further warranties, whether express or implied, including, without limitation, any warranty to merchantability, fitness for a particular purpose, non -infringement or any warranties arising from the course of performance, dealing or usage of trade. UPsafety specifically makes no warranties as to the suitability of its products for any particular application. UPsafety makes no warranties that its products will meet your requirements or will work in combination with any hardware or applications software products provided by third parties, that the operation of its products will be uninterrupted or error free, or that all defects in the product will be corrected. UPsafety shall not be responsible for software, firmware, information, or memory data contained in, stored on, or integrated with any products returned to UPsafety for repair, whether under warranty or not. REMEDY In the event a defect in materials or workmanship is discovered and reported to UPsafety within the specified warranty period, UPsafety will, at its option, repair the defect or replace the defective product. Replacement products may be new or reconditioned. UPsafety warrants any replaced or repaired product for a period of ninety 90) days from the date of return shipment, or through the end of the original warranty period, whichever is longer. LIMITATION OF LIABILITY To the fullest extent allowed by law, UPsafety's obligation shall be limited to the repair or replacement of the product. UPsafety shall in no event be liable for special, incidental, or consequential, indirect, special or punitive damages of any kind, or for loss of revenue or profits, loss of business, Toss of information or data, or other financial loss arising out of or in connection with the sale, installation, maintenance, use performance, failure or interruption of any product. Any responsibility and/or liability of UPsafety shall, in connection with a warranted product, be limited in maximum amount to the original purchase price. 0 2019 United Public Safety. All rights reserved. UNITE iR TY CiteGuardTM' & CiteGuardPLue UNITED PUBLIC SAFETY'S PRODUCT CARE PROGRAM: TERMS AND CONDITIONS WARRANTY REPAIRS To obtain repair or service on N -CLASS product, contact the Repair Services Department within the applicable warranty period to receive a Return Material Authorization (RMA) number. Repairs returned without proper authorization may be subject to additional handling fee and/or delay the repair. The customer is responsible to prepay all shipping costs when sending equipment to a repair center UPsafety will return the repaired equipment by the same method it was received. GOVERNING LAW This warranty is governed by laws of the Commonwealth of Pennsylvania, and excluding the United Nations Convention on Contracts for the International Sale of Goods. The courts of the Commonwealth of Pennsylvania shall have exclusive personal jurisdiction in case of any disputes arising out of or in connection with this warranty. SERVICES AND MATERIALS PROVIDED UNDER ALL WARRANTIES Analysis of problem by service technician Labor and materials required to fix defective parts Functional analysis performed after repair OBLIGATIONS FOR EXTENDED WARRANTY Customer Obligations 1. Pay for the extended warranty coverage per UPsafety's stated terms and conditions. The extended warranty time frame must be determined and purchased at the time of original equipment purchase. 2. When a repair is needed contact United Public Safety Technical Support at support@upsafety.net or call 215.394.1906, ext. 3. 3. Properly pack the product (equal to the original shipping carton). 4. Adequately insure the product against loss or shipping damages. 5. Pay for shipping, handling, and insurance costs needed to return the product. 6. Pay for any expediting fees outside our normal repair policy and extended warranty programs. 7. Assume full responsibility for returning the product for repair prior to the warranty expiration date. 8. Assist as needed in tracing and/or settling shipping losses or damages. FACTORY OBLIGATIONS 1. Provide Return Material Authorization (RMA) number and accept the product back for evaluation or repair. 2. Evaluate, repair or replace the product as needed. 3. Repair and return the product within the specified turn around time or notify the customer if there is a delay and explain the cause of the delay 4. Forewarn the customer of any non -warranty work to be completed (including associated shipping and handling costs). 5. Assist as needed in tracking and/or settling losses or damages. 2019 United Public Safety. All rights reserved. 215.394.1906 sales@upsafety.net upsafety.net Sometimes, even the best hardware fails Officers drop their units, the elements take their toll, or maybe there was a small manufacturer defect. Whatever it is, we have you covered with two optional extended warranty plans — CiteGuard' and CiteGuardPLUSTN. Our new service plans are designed specifically for our CiteProTM enforcement hardware. This 3 -year protection program is intended to make the repair process as efficient and cost effective for you, as possible. CiteGuardTM Get the same coverage as your original 12 -month factory standard warranty for 36 months with CiteGuard. CiteGuardnus M CiteGuardPLUS includes: All shipping costs (4 -way) No charge loaner device (shipped overnight) until original device is repaired Call tag (or similar) sent for defective device Our CiteGuardPLUS option is a highly recommend value, as it makes one of the most arduous support processes seamless. All we require is an initial five minute call to troubleshoot the device, to determine if the failure is something that can be handled in the field. AMENDMENT NO. 1 TO SOFTWAR LICENSE AND SERVICE AGREEMENT This Amendment No. 1 to the SOFTWARE LICENSE AND SERVICE AGREEMENT (the “Agreement”) is entered into as of November 30, 2024 by and among T2 SYSTEMS INC., (“T2”) and City of Clearwater and all of its subsidiaries and affiliates listed herein ("Customer”). RECITALS WHEREAS, T2 and Customer entered into that certain Agreement, dated as of October 22, 2019; WHEREAS, Customer has requested and T2 has agreed to revise the following sections under the Agreement; NOW THEREFORE, in consideration of the premises and the mutual agreements set forth herein, the receipt and sufficiency of which are hereby acknowledged, the parties hereto hereby agree as follows: 1. Defined Terms. Capitalized terms used but not defined herein shall have the respective meanings ascribed to such terms in the Agreement. 2. Amendment to Agreement. Agreement is hereby amended as follows: 2.1 Section II - Term and Termination of the Agreement is hereby amended by deleting and restating such section in its entirety as follows: (a) The Terms and Conditions of the Agreement will remain in effect up to November 30, 2026, with an extension of one (1), two (2) year renewal option. 2.2 Exhibit D - Collections Addendum of the Agreement is hereby added to the Agreement at Appendix A below: 2.3 Exhibit E – Sourcewell Contract #080321 is hereby added and incorporated by reference to the Agreement. 3. Execution in Counterparts. This amending agreement may be executed originally or by other means of electronic transmission in any number of counterparts and by different parties hereto in separate counterparts, each of which when so executed and delivered shall be deemed to be an original and all of which when taken together shall constitute but one and the same instrument. 4. Modified Agreement. Except as herein amended or modified, the provisions of the original Agreement, and all attachments thereto, are expressly reaffirmed and remain in full force and effect. 5. Entire Agreement. This amending agreement and the Agreement constitute the entire agreement among the parties with respect to the subject matter hereof and thereof and supersede all other prior agreements and understandings, both written and oral, among the parties or any of them with respect to the subject matter hereof. IN WITNESS WHEREOF, the parties have executed this amending agreement as of the date first indicated above. T2 SYSTEMS, INC. CITY OF CLEARWATER Per: ________________________________ Per: ________________________________ Name: Zack Harmeyer Name: ______________________________ Title: Senior VP, Product Title: ______________________________ Exhibit D - Collection Services Addendum THIS COLLECTION SERVICES ADDENDUM GOVERNS THE PROVISION AND USE OF COLLECTION SERVICES PURCHASED BY CITY OF CLEARWATER (“CUSTOMER”) FROM T2 SYSTEMS, INC. (“T2 SYSTEMS”). 1. BACKGROUND. The parties have entered into a Software License and Service Agreement (“Agreement”) with Effective Date October 22, 2019. This Addendum is incorporated into and subject to the terms of the Agreement and the terms of the Agreement are incorporated herein. To the extent of any conflict between the terms of this Addendum and the Agreement, the terms of the Addendum shall control. All terms defined in this Addendum shall have the meanings ascribed thereto. Capitalized terms used in this Addendum that are not otherwise defined in this Addendum have the meaning set forth in the Agreement. Customer has authority pursuant to certain laws, ordinances and/or regulations to assess and collect fines and citations for violations of these laws, ordinances and/or regulations. T2 Systems is a duly licensed collection agency, and possesses the personnel, experience, expertise, and equipment to collect the fines and citations through an effective collection process and court action, if necessary. Customer and T2 Systems have mutually agreed that T2 Systems will assist in the collection of, or actually collect, certain unpaid fines and citations (the “Accounts”) which Customer refers to T2 Systems from time to time during the Term of this Addendum. 2. REFERRED ACCOUNTS. (a) Referred Accounts. Pursuant to the terms and conditions of this Addendum, Customer shall provide to T2 Systems, from time to time, those Accounts which Customer desires T2 Systems to assist in the collection of (or actually collect) on behalf of Customer. All Accounts submitted to, and accepted by, T2 Systems shall be referred to as “Referred Accounts.” (b) Collection of Referred Accounts. T2 Systems agrees to undertake the collection of each Referred Account in accordance with the level of service selected by Customer which shall be described in more detail in a Statement of Work (“SOW”) in the form attached hereto as Appendix A (collectively, the “Collection Services”). (c) T2 Systems Collection Services. During the Term of this Addendum, T2 Systems agrees to employ such lawful means, methods, and procedures as in T2 System’s judgment, discretion and experience, it believes will best effect the collection of the Referred Accounts. T2 Systems may use outside contractors or vendors to perform certain portions of the Collection Services and/or gather information about Referred Accounts and the obligors thereon. (d) Authority to Settle Referred Accounts. Customer hereby authorizes T2 Systems to collect, compromise, or settle each Referred Account. However, unless otherwise authorized by Customer in writing, any such settlement shall be in conformance with the minimum amounts as set forth on the applicable SOW related to the Referred Account in question. (e) Transfer of Accounts. All Accounts will be forwarded to T2 Systems using the systems and procedures designed by T2 Systems. Upon request of T2 Systems, Customer will provide certified copies or originals of violation notices, tickets, citations, assessment letters, and any other documents necessary for use by T2 Systems in collection of the Referred Accounts. T2 Systems agrees to keep all such documents confidential and to not use or disclose them (or the information contained therein) for any purpose other than the performance of the Collection Services. (f) Exclusivity of Collection Services. Customer agrees that T2 Systems shall be the exclusive third-party collector of all Referred Accounts during the Term of this Addendum and during any applicable retention period set forth in Section 3. If Customer refers an Account to T2 Systems, which becomes a Referred Account, Customer may continue to exercise its collection efforts with respect to such Referred Account; provided, however, that T2 Systems shall be entitled to payment pursuant to the terms of this Addendum for all collections made against such Referred Account, irrespective of who makes such collection. (g) Rejected and Returned Accounts. T2 Systems may reject any Account or return any Referred Account to Customer at any time for any reason (or no reason) in its sole discretion. After an Account is rejected or a Referred Account is returned to Customer at T2 System’s request, T2 Systems shall not be entitled to any additional fees with respect thereto. T2 Systems will return to Customer such Referred Accounts which it determines, in its sole judgment and discretion, to be uncollectible. If Customer wishes to remove a Referred Account from T2 Systems (the “Returned Accounts”), Customer will notify T2 Systems in writing at least ten (10) days in advance (the “Return Notice”). Section 3 shall govern the collection on any Returned Accounts. Within thirty (30) days of the expiration of the one (1) year period set forth in Section 3 for Returned Accounts, T2 Systems agrees to return each such Returned Account to Customer. 3. TERM AND TERMINATION. (a) Term. The initial term of this Addendum is up to October 7, 2025. unless written notice is provided to the other party at least sixty (60) days prior to the expiration of the then-current term. Any extensions past the initial term will be agreed to in writing between the parties. The initial term and any renewal terms are collectively referred to as the “Term.” (b) Termination. Either party may terminate this Addendum if the other party fails to perform any obligation hereunder which failure is not cured within fifteen (15) days after notice from the other party, except that T2 Systems may terminate this Addendum immediately for Customer’s failure to pay any amounts hereunder when due and payable. In the event T2 Systems elects to retain any Referred or Returned Account pursuant to the section below, the provisions of this Addendum applicable to such continuing collection efforts shall survive any termination or expiration of this Addendum until all rights and obligations hereunder are fully performed and/or satisfied with respect to such accounts. (c) Retention of Referred Accounts. Upon the expiration of this Addendum or earlier termination of this Addendum by T2 Systems due to a breach by Customer, T2 Systems shall have the right, at its sole discretion, to retain for collection, pursuant to the terms and conditions of this Addendum, any Referred Account upon which a partial payment has been made within the prior one (1) year period or which is subject to an agreed upon payment plan. 4. PAYMENT TERMS. (a) Collection fees. During the term of this addendum and during any applicable retention period set forth in Section 3, T2 Systems shall be entitled to the fees, costs, and expenses set forth (in the SOW applicable referred account), regardless of whether collected by T2 Systems, Customer, or others. (b) Payments to and from Customer. Customer agrees that T2 Systems will deposit each check received from the Customer’s end customer on behalf of the Customer. T2 Systems shall remit each payment it collects on a Referred Account to Customer, minus T2 System’s fees and any other amounts owed to T2 Systems, on or before the twentieth (20th) day of each month following the month in which the amount was actually collected. Invoices may be submitted to Customer by Collection Citation Services, LLC, which is an Affiliate of T2 Systems, Inc. Customer shall remit, or cause to be remitted, all amounts owed T2 Systems under this Addendum, if any, within thirty (30) days of receipt of notice thereof from T2 Systems. A late fee of one percent (1%) per month shall be assessed on all past due amounts from Customer based upon the aggregate amount of all past due monies. T2 Systems shall also be entitled to reasonable attorney’s fees and other costs of collection incurred in attempting to collect past due amounts from Customer. (c) Direct Payments. Customer agrees to immediately notify T2 Systems of any payments on a Referred Account made directly to Customer, and T2 Systems will be entitled to the fees specified in this Addendum as if T2 Systems had actually collected the Referred Account. Any such amounts may be deducted from Customer’s next monthly payment from T2 Systems. 5. MISCELLANEOUS. (a) Inspection Rights. Customer, its auditors, or any governmental agency or other party authorized to supervise, regulate or audit Customer, may examine T2 System’s records pertaining to the Referred Accounts during normal business hours and upon ten (10) days’ advance written notice; or with less notice if required of Customer by any such agency or other party or by law. (b) Entire Agreement. This Addendum (including all Appendices and Quote(s)) and the Agreement comprise the entire understanding and agreement between parties regarding the subject matter hereof and supersedes all prior written and oral agreements, purchase orders, representations, understandings, promises, descriptions or other communications between the parties regarding the subject matter hereof. IN WITNESS WHEREOF, the parties have executed this Addendum by a duly authorized representative thereof. T2 SYSTEMS, INC. Per: ______________________________ Name: Zack Harmeyer Title: Senior VP, Product Date: _____________________________ CITY OF CLEARWATER Per: ________________________________ Name: ______________________________ Title: ______________________________ Date: _______________________________ APPENDIX A Collections Statement of Work Copyright © 2024 T2 Systems, Inc. CONTENTS Collections Statement of Work ...................................................................................................... i Scope ............................................................................................................................................... 3 Project Methodology ........................................................................................................... 3 Project Schedule ...............................................................................................................3 Change Control .................................................................................................................3 Assumptions, Constraints, and Risks ................................................................................ 3 Collection Agency Collections ............................................................................................ 4 Agency Collection Services Details .................................................................................4 The Statement of Work and any Exhibits or Attachments hereto shall be governed by the terms and conditions of the UPsafety Legal Agreement dated October 22, 2019, between T2 Systems and City of Clearwater, Florida (AGENCY). SCOPE This Statement of Work (SOW) outlines the deliverables to be completed for the successful project implementation and on-going services for City of Clearwater, Florida. Deliverables not addressed in this SOW are out-of-scope, and therefore not included. T2 will provide the following activities through Citation Collection Services, LLC (‘CCS’) a wholly owned subsidiary of T2. Project Methodology Each party shall designate a Project Manager who shall work together to facilitate an efficient delivery of the SOW. The T2 Project Manager will be responsible for project planning, scheduling, and issue/risk resolution. The Agency’s Project Manager will be responsible for identifying and coordinating Agency resources necessary to meet the project schedule. T2 will assign a dedicated Business Analyst (BA) who is dedicated to the success of the project. Time is of the essence and all parties must participate as required to meet the timeframe. Project Schedule During the project kick-off meeting, the T2 Project Manager, with the Agency’s Project Manager, will determine the project schedule. Change Control Customers may request changes to this SOW or planned deliverables. Change requests may result in a change to the price, schedule and other terms and conditions contained herein. Assumptions, Constraints, and Risks Much of the CCS work will be performed remotely. Any requirements for project resources to come onsite may result in additional consulting fees and related travel expenses. Data integrity problems are a risk that, if encountered, can delay project timing. Data integrity issues are often the result of problems with consistency in the data and its usage. Co lection Agency Co lections CCS will perform outbound collection procedures on individual debts including:  Third party, FDCPA (Fair Debt Collection Practices Act) compliant letter services and outbound/inbound collection call center services  State licensed  Experienced staff  Non-confrontational and professional approach that reflects positively on your organization  Skip Tracing – access to a database with personal information  Real time bankruptcy information to ensure that no FDCPA violation is committed when pursuing an individual who has petitioned for bankruptcy, verify the legitimacy of the bankruptcy status, and improve collection efficiency and results Agency Collection Services Details  CCS will assume responsibility for all citations the Agency has identified and escalated to a collection status for open citations aged up to 36 months and not in an appeal disposition. The backlog will be transferred upon the start of this project.  Ongoing citations will be aged 91 days delinquent (final criteria are determined by the Agency) and transferred to CCS for collections weekly.  Fee for collections is 30%  Citations that meet the criteria of delinquent collections will be pursued using T2’s collections process that may include the state debt set off programs if applicable.  CCS is authorized to collect on the citations’ balance using collection best- practices. This can include additional letter notifications and outbound calling. These collection best-practices are already included in the fee quoted.  T2/CCS will provide a query to export the citation data to be escalated to CCS for collections. The Agency will generate this file weekly. In advance of generating this file, the data will be matched with current Registered Owner information.  CCS limits the number of citations that can have a fee waived per month. Six (6) citations per month can have their service fees waived.  In the event the Agency needs to recall a citation that has already been escalated for collection, the Agency will notify CCS via email at ccsclientservices@t2systems.com. Once the initial letter has been sent, the Agency can use one of their six (6) citation waivers per month to remove the service fee.  CCS will send one (1) PL-95 collection letter per citation. Assuming the citation holder does not pay from the PL-95, CCS will begin collection best practice procedures.  CCS will provide a daily file of payments to import into the Agency’s UP Safety database made through CCS. The file will contain the citation number, payment date and citation amount.  CCS will obtain from the Agency a daily payment import file of payments received at the Agency. It will contain the citation number, payment date and citation amount. It will be imported into the collection's software.  CCS will provide the Agency with a monthly reconciliation report on the 3rd Friday of each month. The report will provide statistics on citations collected, dollar amount collected, and associated fees. Also, an electronic check will be issued in the total amount collected, net of fees.  CCS will assess fees to the parker for insufficient funds. A flat $20.00 fee would be assessed to the citation holder for insufficient funds. CCS will retain this fee for bank services.  CCS will provide a Project Manager responsible for project planning, scheduling, and status reporting. In addition, the Project Manager will act as the project’s single point of contact with regards to change management and issue/risk control. City of Clearwater, Florida Signature: Print Name: Title: Date: T2 Systems, Inc. Signature: Print Name: Christy Thomas Title: Director, Citation Services Date: T2 Systems - Confidential Quotation Bill To: City of Clearwater - FL PO Box 4748 Clearwater, Florida 33758 United States Prepared By: Alexys Mitchell Prepared For: Sue Tellier Product Name Product Code Bundle Name Base Unit Price Quantity Sales Price Total Citation Services: Delinquent or 3rd Party Collections 100.2157 USD 0.00 1.00 USD 0.00 USD 0.00 City of Clearwater Florida will pay $o.oo as long as fee is passed to parker. T2/CCS assuming control over the debt from aged citations and taking specified collections actions to collect on said debt. A 30% convenience fee will be applied prior to sending to Collections and will be assessed per Account TOTAL: USD 0.00 Year 1 Total: USD 0.00 Net Total: USD 0.00 Tax Amount: USD 0.00 Tax Comments: N/A Total: USD 0.00 Additional Information: Freight Term: FOB-VEND-PP Payment Terms: IRIS Profile: End User: City of Clearwater - FL GP Customer Number: 4080 Billing Terms Upon processing of order, invoice issuance for subscriptions, hardware, services and shipping will be 50% at time of booking and 50% at project completion. Travel is invoiced as incurred. Stand-alone Mobile Enforcement App orders or CheckPayment order subscriptions, hardware, services and shipping will be invoiced within 30 days of order processing. Stand-alone Managed Services orders are invoiced 100% upon order processing. CS, RoVR and Permit Direct services are invoiced per transaction or per usage (minimum fees apply). Additional details to be provided in supporting documents. Tax rate, if applicable, will be finalized for calculation at time of invoicing. Invoices paid via credit card will incur a 2.5% convenience fee. Purchase orders can be forwarded to purchaseorders@t2systems.com Quote is developed in conjunction with the applicable Statement of Work. If any billing term language conflicts occur, Standard Billing Term section in Statement of Work document takes precedence. Quote Number: Q-41476 PO Required? IF "NO" IS SELECTED UNDER PO REQUIRED, CUSTOMER ACCEPTS RESPONSIBILITY TO PROCESS CONTRACT PAYMENT WITHOUT RECEIPT OF PURCHASE ORDER NUMBER. Customer Signature Print Name Title Date PO # Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1433 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Ratify and confirm a purchase order to Tip Top Tree Experts for emergency tree services immediately following Hurricane Milton (00-0054-AD) in the amount of $111,078.00. (consent) SUMMARY: The City has existing tree service contracts with Pete & Ron’s and O’Neil’s Tree Service and a recently expired palm trimming contract with Tip Top Tree Experts. All firms were contacted to assist with emergency response (CAT B work) following Hurricane Milton. Tip Top Tree Experts was the only company immediately available to respond to our needs. Tip Top agreed to provide services based on emergency and routine rates in an existing pre-storm competitively advertised contract with the City of Eustis, Florida, with a term from June 2, 2022 through June 1, 2025. Tip Top successfully completed past work with the City at reasonable rates. Tip Top Tree Experts mobilized to assist Public Works Urban Forestry and Parks and Recreation Department teams with tree removal and trimming to address immediate safety concerns along roadways and various portions of City parks that were not possible to secure from public access. Tip Top demobilized their emergency work on October 22, 2014. On October 23, 2024, once emergency work was complete, the City continued tree services with existing contractors, Pete & Ron’s and O’Neil’s. APPROPRIATION CODE AND AMOUNT: 1817525-530300-D2501 $110,078.00 This purchase will be coded to special program project 181-D2501, Milton, the City intends to apply for FEMA reimbursement for this expense. STRATEGIC PRIORITY: 1.4 Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. 3.2 Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 12/3/2024 Please note all customers receiving stump grinding services. or digging of any sort We are not responsible for any damages under ground.We will call locates on all stumps to be ground .Any damages resulting from stump grinding is at owners expense and is responsible for their own repairs for damages . Thank you. Tip Top Tree Experts, llc Mailing Address - P.O. 891 WEIRSDALE, FL 32195 US 352-750-9056 tiptoptrees@gmail.com http://www.tiptoptreeexpertsllc.com BILL TO Ali Ismailoski City Of Clearwater 100 South Myrtle Ave, 3rd Fl Clearwater, Fl 33756 INVOICE 000-7810 DATE 10/22/2024 DUE DATE 10/22/2024 ACTIVITY QTY RATE AMOUNT EMERGENCY TREE SERVICECrew 1 - (Emergency work-section 7. - $350.50 per hour/ Hazard work section 8 -per hour - $257.50 - Address and description as follows 10/11/24-10/12/24 27 608.00 16,416.00 City of Clearwater Other tree Removal 48-60 SEC 3EOther tree Removal 48" - 60" Carolina ave and meadow lark ln 1 1,899.00 1,899.00 Clearwater 4E 48-60"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and leave in - City to remove debris 1223 Brookside dr. 1 1,020.00 1,020.00 Clearwater 4D 36-48"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and leave in - City to remove debris2828 Quail Hollow Rd W, 1 824.00 824.00 Clearwater 4A 0-12"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and leave in - City to remove debris Cleveland 10/12/24 1 51.50 51.50 Clearwater 4C 24"-36"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and - City to remove debris 1050 Cleveland 1 618.00 618.00 Clearwater 4D 36-48"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak - City to remove debris 2050 Cleveland 1 824.00 824.00 Clearwater 4A 0-12"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and leave in- City to remove debris 1763 HARBOR DR 10/12/24 1 51.50 51.50 Please note all customers receiving stump grinding services. or digging of any sort We are not responsible for any damages under ground.We will call locates on all stumps to be ground .Any damages resulting from stump grinding is at owners expense and is responsible for their own repairs for damages . Thank you. ACTIVITY QTY RATE AMOUNT Clearwater 4B 12"-24"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and leave in- City to remove debris leaners 1763 HARBOR DR 3 309.00 927.00 City of Clearwater Pruning Sec 11Hourly pruning rate. charged for hangers 2 190.55 381.10 Clearwater 4D 36-48"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and - City to remove debris 1780 HARBOR DR 1 824.00 824.00 City of Clearwater Pruning Sec 11Hourly pruning rate. charged for hangers 2 190.55 381.10 Thank You For Your Business!SUBTOTAL 24,217.20 TAX (6%)0.00 TOTAL 24,217.20 TOTAL DUE $24,217.20 Please note all customers receiving stump grinding services. or digging of any sort We are not responsible for any damages under ground.We will call locates on all stumps to be ground .Any damages resulting from stump grinding is at owners expense and is responsible for their own repairs for damages . Thank you. Tip Top Tree Experts, llc Mailing Address - P.O. 891 WEIRSDALE, FL 32195 US 352-750-9056 tiptoptrees@gmail.com http://www.tiptoptreeexpertsllc.com BILL TO Paul Mack City of Clearwater Parks and Recreation 100 South Myrtle Ave, 3rd Fl Clearwater, Fl 33756 INVOICE 000-7813 DATE 10/22/2024 DUE DATE 10/22/2024 SALES REP.JOB LOCATION James Guenther Woodgate park ACTIVITY QTY RATE AMOUNT EMERGENCY TREE SERVICEEmergency work-section 7. $350.50 per hour/ Hazard per hr $257.50/ hangers per hour $190.55 from 10/13/24 thru 10/14/24 Hurricane Milton 16 798.55 12,776.80 City of Clearwater Pine Removals, cut & toss SEC 5B - 12"-24"Pine 12" - 24" City to remove debris 4 154.50 618.00 Clearwater 5C 24-36"- Pine- Per Tree/ Cut down and leave in 5' sections (City to clean)Pine 24-36 - City to remove debris 2 334.75 669.50 Thank You For Your Business!SUBTOTAL 14,064.30 TAX (6%)0.00 TOTAL 14,064.30 TOTAL DUE $14,064.30 Please note all customers receiving stump grinding services. or digging of any sort We are not responsible for any damages under ground.We will call locates on all stumps to be ground .Any damages resulting from stump grinding is at owners expense and is responsible for their own repairs for damages . Thank you. Tip Top Tree Experts, llc Mailing Address - P.O. 891 WEIRSDALE, FL 32195 US 352-750-9056 tiptoptrees@gmail.com http://www.tiptoptreeexpertsllc.com BILL TO Paul Mack City of Clearwater Parks and Recreation 100 South Myrtle Ave, 3rd Fl Clearwater, Fl 33756 INVOICE 000-7811 DATE 10/22/2024 DUE DATE 10/22/2024 SALES REP.JOB LOCATION James Guenther Del Oro Park ACTIVITY QTY RATE AMOUNT EMERGENCY TREE SERVICEEmergency work-section 7. $350.50 per hour/ Hazard per hr $257.50/ hangers per hour $190.55 from 10/14 thru 10/16/24 Hurricane Milton 26 798.55 20,762.30 Clearwater 6C 24-36"- Other- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Other Tree and leave - City to remove debris 1 489.25 489.25 Clearwater 4B 12"-24"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak and leave - City to remove debris 2 309.00 618.00 Clearwater 5C 24-36"- Pine- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Pine and leave - City to remove debris 1 334.75 334.75 Clearwater 5C 24-36"- Pine- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Pine and leave - City to remove debris 2 334.75 669.50 Thank You For Your Business!SUBTOTAL 22,873.80 TAX (6%)0.00 TOTAL 22,873.80 TOTAL DUE $22,873.80 Please note all customers receiving stump grinding services. or digging of any sort We are not responsible for any damages under ground.We will call locates on all stumps to be ground .Any damages resulting from stump grinding is at owners expense and is responsible for their own repairs for damages . Thank you. Tip Top Tree Experts, llc Mailing Address - P.O. 891 WEIRSDALE, FL 32195 US 352-750-9056 tiptoptrees@gmail.com http://www.tiptoptreeexpertsllc.com BILL TO Paul Mack City of Clearwater Parks and Recreation 100 South Myrtle Ave, 3rd Fl Clearwater, Fl 33756 INVOICE 000-7812 DATE 10/22/2024 DUE DATE 10/22/2024 SALES REP.JOB LOCATION James Guenther Eddie C Moore 1-9 ACTIVITY QTY RATE AMOUNT EMERGENCY TREE SERVICEEmergency work-section 7. $350.50 per hour/ Hazard per hr $257.50/ hangers per hour $190.55 from 10/16/24 thru 10/21/24 Hurricane Milton 49 798.55 39,128.95 City of Clearwater Pine Removals, cut & toss SEC 5B - 12"-24"Pine 12" - 24" City to remove debris 17 154.50 2,626.50 Clearwater 6B 12-24"- Other- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Other -12 -24 City to remove debris 3 130.25 390.75 Clearwater 4A 0-12"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak 0-12 - City to remove debris 1 51.50 51.50 Clearwater 4B 12"-24"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak 12-24 - City to remove debris 17 309.00 5,253.00 Clearwater 4C 24"-36"- Oak- Per Tree/ Cut down and leave in 5' sections (City to clean)Cut Oak 24-36 - City to remove debris 4 618.00 2,472.00 Thank You For Your Business!SUBTOTAL 49,922.70 TAX (6%)0.00 TOTAL 49,922.70 TOTAL DUE $49,922.70 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1437 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Approve a purchase order to MWI Corporation of Tampa, FL for the purchase of four additional MWI CT4 ECO QP 4-in. centrifugal pumps in a not to exceed amount of $182,905.62 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and Section 2.563(1)(d), Non-competitive purchases, and authorize appropriate officials to execute the same. (consent) SUMMARY: On February 1, 2024, an analysis began to address stormwater ponding issues on North Beach by deploying portable pumps rented from MWI Corporation at selected outfalls. The pumps performed effectively, significantly reducing stormwater ponding levels. Consequently, staff decided to purchase permanent replacements for the rental pumps. On April 29, 2024, Council authorized the purchase of four pumps in the amount of $157,720.00 pursuant to piggybacking off Florida Sheriffs Association (FSA) contract FSA23-EQU21.0. However, when the purchase order was processed by MWI Corporation, the estimated delivery date was delayed to late October 2024. With hurricane season approaching and the return date for the rented pumps set for May 31, 2024, staff explored the possibility of extending the rental agreement. However, continuing the rental arrangement with MWI Corporation was determined to be unfeasible. Recognizing the benefits provided by the rental pumps in reducing stormwater ponding, the study area was expanded to include additional stormwater basins. Public Works Director Marcus Williamson directed staff to expand the stormwater study area from four to eight basins (out of nine total, with one basin already served by a lift station) and to seek quotes from qualified vendors to replace the original pumps deployed since February 1, 2024. On May 16, 2024, Council authorized a purchase order to United Rentals for the rental of eight portable pumps in the amount of $139,176.00. This arrangement provided rental pumps for North Beach through November 30, 2024. From September 26 to September 27, 2024, Hurricane Helene passed well offshore of central Florida. While the region avoided hurricane-force winds, record storm surge from the hurricane severely impacted the Clearwater Beach community. All eight rental pumps were destroyed when they became submerged during the storm surge event. In mid-September 2024, MWI Corporation informed staff that the new pumps would arrive nearly a month earlier than anticipated. On September 27, 2024, the city took delivery of the four new centrifugal pumps and initiated their deployment. To address the need for replacements following the damage caused by Hurricane Helene, a purchase order was issued to MWI for four rental pumps. This order, valued at $8,300.00, secured the rental of four additional pumps, along with hoses, couplings, telemetry, and related equipment from MWI Corporation. On October 4, 2024, MWI Corporation submitted a proposal to build and deliver a second set of centrifugal diesel-powered, trailer-mounted portable pumps. The proposal outlined the purchase of four CT4 ECO QP 4 in. pumps and associated equipment to replace the four rental pumps and hoses Authorization is requested to purchase an additional four pumps and associated components by utilizing Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1437 the Florida Sheriff’s Association Contract #FSA-EQU21.0, valid through September 30, 2025. This procurement complies with Clearwater Code Section 2.563(1)(c) (Piggyback - $168,660.00) and Section 2.563(1)(d) (Non-Competitive Purchases - Impractical - $14,245.62). FSA pricing was updated on October 1, 2024. APPROPRIATION CODE AND AMOUNT: 3197319-564000-C1908 $182,905.62 Funding is available in Capital Improvement Project 319-C1908, Stormwater Vehicles & Equipment, to fund this purchase order. This project is funded by Stormwater revenues. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 12/3/2024 FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Final Award Contract Packet Notice of Final Award FSA23-EQU21.0: Equipment Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger Re: Notice of Final Award for FSA23-EQU21.0: Equipment Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing equipment contract. FSA is issuing the Notice of Final Award for contract FSA23-EQU21.0: Equipment that will be effective from October 1, 2023, through September 30, 2025. This year’s bid included 453 items. The contract will offer construction, material handling, transportation, all-terrain and utility vehicles, and grounds care equipment. The competitive process for this award began in May 2023, when stakeholders were surveyed regarding procurement needs. Items were added based on survey results and the Fleet Advisory Committee’s review of products. An advertisement for the Invitation to Bid was published in the Florida Administrative Weekly, as well as the State of Florida’s Office of Supplier Diversity and the FSA websites. On May 5, 2023, a direct notification was sent to 716 prospective bidders to participate in a voluntary bidder workshop. The ITB advertisement resulted in 149 pre-bid attendees or waivers. Of these respondents, 85 submitted bids and 78 qualified. FSA has identified intended awardees in the attached Final Award Report. The Final Award Report shows up to three lowest bidders per item, per zone. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions for this procurement. Bidders that become awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida, or to other entities approved by manufacturers to buy from this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer’s agreement. All purchasers are bound by state law, local ordinances, rules, and regulations for purchases made under this contract. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Current Contract Prices Item #Item Group Item Model #Link 1 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)CanAm Outlander 500 https://www.myvendorlink.com/external/award?s=152500&i=1 2 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Honda Rubicon 520 TRX520FA5-R https://www.myvendorlink.com/external/award?s=152500&i=23All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Polaris Sportsman 570 EFI A24SEA57A1 https://www.myvendorlink.com/external/award?s=152500&i=3 4 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Suzuki KingQuad 400 ASI LT-A400FM3 https://www.myvendorlink.com/external/award?s=152500&i=4 5 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Yamaha Kodiac 450 YFM45KDXPG https://www.myvendorlink.com/external/award?s=152500&i=56All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Honda RANCHER 420 ATV RANCHER 420 ATV https://www.myvendorlink.com/external/award?s=152500&i=6 7 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Polaris SPORTSMAN 450 ATV SPORTSMAN 450 ATV https://www.myvendorlink.com/external/award?s=152500&i=7 8 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Suzuki KING QUAD 400 ATV KING QUAD 400 ATV https://www.myvendorlink.com/external/award?s=152500&i=810All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Columbia Utilitruck Utilitruck https://www.myvendorlink.com/external/award?s=152500&i=10 11 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU400 Series CU400W-HD https://www.myvendorlink.com/external/award?s=152500&i=11 12 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU500 Series CU500-SB https://www.myvendorlink.com/external/award?s=152500&i=1213All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU800 Series CU800-SB https://www.myvendorlink.com/external/award?s=152500&i=13 14 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Bobcat UW56 UW56 https://www.myvendorlink.com/external/award?s=152500&i=14 15 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Bobcat UV34 UV34 https://www.myvendorlink.com/external/award?s=152500&i=1516All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)CanAm Defender HD7 https://www.myvendorlink.com/external/award?s=152500&i=16 19 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Honda Pioneer 700 SXS700M2M https://www.myvendorlink.com/external/award?s=152500&i=19 20 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)John Deere Gator HPX615E https://www.myvendorlink.com/external/award?s=152500&i=2021All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Kawasaki Mule 4x4 4010 https://www.myvendorlink.com/external/award?s=152500&i=21 22 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Kubota Diesel RTVX900 https://www.myvendorlink.com/external/award?s=152500&i=22 23 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Polaris Ranger SP 570 R24MAA57B1 https://www.myvendorlink.com/external/award?s=152500&i=2324All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Yamaha Viking YXM70BPAP https://www.myvendorlink.com/external/award?s=152500&i=2425All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)American Landmaster TRAIL CRUISER TRAIL CRUISER https://www.myvendorlink.com/external/award?s=152500&i=25 26 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Honda PIONEER 520 PIONEER 520 https://www.myvendorlink.com/external/award?s=152500&i=26 27 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Polaris PRO XD MIDSIZE GAS COMMERCIAL PRO XD MIDSIZE GAS COMMERCIAL https://www.myvendorlink.com/external/award?s=152500&i=2730Bulldozer: 180hp Caterpillar D6 D6 https://www.myvendorlink.com/external/award?s=152500&i=30 31 Bulldozer: 180hp John Deere 850L 850L https://www.myvendorlink.com/external/award?s=152500&i=31 33 Bulldozer: 180hp Case 2050M 2050M https://www.myvendorlink.com/external/award?s=152500&i=3334Bulldozer: 180hp Liebherr PR736 PR736 https://www.myvendorlink.com/external/award?s=152500&i=34 35 Bulldozer: 70hp Caterpillar D1 D1 https://www.myvendorlink.com/external/award?s=152500&i=35 36 Bulldozer: 70hp John Deere 450P 450P https://www.myvendorlink.com/external/award?s=152500&i=3637Bulldozer: 70hp Case 650M 650M https://www.myvendorlink.com/external/award?s=152500&i=37 38 Bulldozer: 90hp Caterpillar D2 D2 https://www.myvendorlink.com/external/award?s=152500&i=38 39 Bulldozer: 90hp John Deere 550P 550P https://www.myvendorlink.com/external/award?s=152500&i=3941Bulldozer: 90hp Case 850M 850M https://www.myvendorlink.com/external/award?s=152500&i=41 44 Chipper: Brush Chipper Vermeer BC1500 BC1500 https://www.myvendorlink.com/external/award?s=152500&i=44 46 Compactor: 80,000 lbs. Landfill Compactor Bomag BC773RB-5 BC773RB-5 https://www.myvendorlink.com/external/award?s=152500&i=4647Compactor: 80,000 lbs. Landfill Compactor Caterpillar 826 826 https://www.myvendorlink.com/external/award?s=152500&i=47 48 Compactor: 80,000 lbs. Landfill Compactor Tana H380 H380 https://www.myvendorlink.com/external/award?s=152500&i=48 49 Compactor: 80,000 lbs. Landfill Compactor Volvo LC450H LC450H https://www.myvendorlink.com/external/award?s=152500&i=4950Compressor: Air Compressor - Trailer Mounted Atlas Copco XAS 188 T4F XAS 188 T4F https://www.myvendorlink.com/external/award?s=152500&i=50 51 Compressor: Air Compressor - Trailer Mounted Doosan P185/HP185WDO-T4F P185/HP185WDO-T4F https://www.myvendorlink.com/external/award?s=152500&i=51 52 Compressor: Air Compressor - Trailer Mounted MULTIQUIP DIS185SSI4F DIS185SSI4F https://www.myvendorlink.com/external/award?s=152500&i=5253Compressor: Air Compressor - Trailer Mounted Sullair 185 T4F 185 T4F https://www.myvendorlink.com/external/award?s=152500&i=53 54 Compressor: Air Compressor - Trailer Mounted Sullivan Palatek D185P D185P https://www.myvendorlink.com/external/award?s=152500&i=54 55 Compressor: Air Compressor - Trailer Mounted Chicago Pneumatic CPS185-100 Trailer Mounted Compressor CPS185-100 https://www.myvendorlink.com/external/award?s=152500&i=5556Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Bell B25E B25E https://www.myvendorlink.com/external/award?s=152500&i=5657Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Caterpillar 725 725 https://www.myvendorlink.com/external/award?s=152500&i=57 58 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload DEVELON DA30-5 DA30-5 https://www.myvendorlink.com/external/award?s=152500&i=58 59 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload John Deere 260P 260P https://www.myvendorlink.com/external/award?s=152500&i=5961Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Volvo A25G A25G https://www.myvendorlink.com/external/award?s=152500&i=61 62 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Rokbak RA30 DumpTruck RA30 DumpTruck https://www.myvendorlink.com/external/award?s=152500&i=62 63 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Liebherr TA230 TA230 https://www.myvendorlink.com/external/award?s=152500&i=6364Excavator: All Terrain Walking Excavator Kaiser S8 S8 https://www.myvendorlink.com/external/award?s=152500&i=64 65 Excavator: All Terrain Walking Excavator Menzi Muck M4 https://www.myvendorlink.com/external/award?s=152500&i=65 66 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Bobcat E88 E88 https://www.myvendorlink.com/external/award?s=152500&i=6668Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Caterpillar 308 308 https://www.myvendorlink.com/external/award?s=152500&i=68 69 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight DEVELON DX89R-7 DX89R-7 https://www.myvendorlink.com/external/award?s=152500&i=69 70 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Hitachi ZX75US ZX75US https://www.myvendorlink.com/external/award?s=152500&i=7071Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Hyundai R80CR-9A R80CR-9A https://www.myvendorlink.com/external/award?s=152500&i=71 72 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight John Deere 75P 75P https://www.myvendorlink.com/external/award?s=152500&i=72 75 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Kubota KX080-4S KX080-4S https://www.myvendorlink.com/external/award?s=152500&i=7576Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Link-Belt 75X3 75X3 https://www.myvendorlink.com/external/award?s=152500&i=76 77 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Takeuchi TB290 TB290 https://www.myvendorlink.com/external/award?s=152500&i=77 78 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Volvo ECR88D ECR88D https://www.myvendorlink.com/external/award?s=152500&i=7879Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Case CX80C CX80C https://www.myvendorlink.com/external/award?s=152500&i=79 80 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Yanmar V1080-1A V1080-1A https://www.myvendorlink.com/external/award?s=152500&i=80 81 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Mecalac 8MCR 8MCR https://www.myvendorlink.com/external/award?s=152500&i=81 82 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Caterpillar 317 GC 317 GC https://www.myvendorlink.com/external/award?s=152500&i=8283Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight DEVELON DX180LC-5 DX180LC-5 https://www.myvendorlink.com/external/award?s=152500&i=83 84 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Hitachi ZX160LC ZX160LC https://www.myvendorlink.com/external/award?s=152500&i=84 85 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Hyundai HX160AL HX160AL https://www.myvendorlink.com/external/award?s=152500&i=8586Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight John Deere 160P 160P https://www.myvendorlink.com/external/award?s=152500&i=86 89 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Link-Belt 160X4 160X4 https://www.myvendorlink.com/external/award?s=152500&i=89 90 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Volvo EC160E EC160E https://www.myvendorlink.com/external/award?s=152500&i=9091Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Case CX170E CX170E https://www.myvendorlink.com/external/award?s=152500&i=91 92 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Bobcat E165 E165 https://www.myvendorlink.com/external/award?s=152500&i=92 93 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Liebherr R920 R920 https://www.myvendorlink.com/external/award?s=152500&i=9394Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Caterpillar 336 336 https://www.myvendorlink.com/external/award?s=152500&i=94 95 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight DEVELON DX350LC-7 DX350LC-7 https://www.myvendorlink.com/external/award?s=152500&i=95 96 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hitachi ZX350LC ZX350LC https://www.myvendorlink.com/external/award?s=152500&i=9697Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hyundai HX330AL HX330AL https://www.myvendorlink.com/external/award?s=152500&i=97 98 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight John Deere 350P 350P https://www.myvendorlink.com/external/award?s=152500&i=98 101 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Link-Belt 350X4 350X4 https://www.myvendorlink.com/external/award?s=152500&i=101102Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Volvo EC350 E EC350 E https://www.myvendorlink.com/external/award?s=152500&i=102 103 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Case CX350D CX350D https://www.myvendorlink.com/external/award?s=152500&i=103 104 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hitachi ZX350 ZX350 https://www.myvendorlink.com/external/award?s=152500&i=104105Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Liebherr R934 R934 https://www.myvendorlink.com/external/award?s=152500&i=105106Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Bobcat E32 E32 https://www.myvendorlink.com/external/award?s=152500&i=106 107 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Caterpillar 303 303 https://www.myvendorlink.com/external/award?s=152500&i=107 108 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight DEVELON DX35Z-7 DX35Z-7 https://www.myvendorlink.com/external/award?s=152500&i=108109Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Hitachi ZX35-U ZX35-U https://www.myvendorlink.com/external/award?s=152500&i=109 110 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Hyundai R35Z-9A R35Z-9A https://www.myvendorlink.com/external/award?s=152500&i=110 111 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight John Deere 35P 35P https://www.myvendorlink.com/external/award?s=152500&i=111114Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Kubota U35-4 U35-4 https://www.myvendorlink.com/external/award?s=152500&i=114 115 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Takeuchi TB240 TB240 https://www.myvendorlink.com/external/award?s=152500&i=115 116 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Volvo EC37F EC37F https://www.myvendorlink.com/external/award?s=152500&i=116117Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Yanmar Vi035-6A Vi035-6A https://www.myvendorlink.com/external/award?s=152500&i=117 118 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Case CX37C CX37C https://www.myvendorlink.com/external/award?s=152500&i=118 119 Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type Gradall XL4200 XL4200 https://www.myvendorlink.com/external/award?s=152500&i=119120Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type Gradall XL4100 XL4100 https://www.myvendorlink.com/external/award?s=152500&i=120 123 Excavator: Vacuum Excavator - Trailer Mounted Vermeer LP873SDT LP873SDT https://www.myvendorlink.com/external/award?s=152500&i=123 125 Excavator: Vacuum Excavator - Trailer Mounted Truvac TRXX TRXX 800 https://www.myvendorlink.com/external/award?s=152500&i=125126Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Caterpillar M318 M318 https://www.myvendorlink.com/external/award?s=152500&i=126 127 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight DEVELON DX210W-7 DX210W-7 https://www.myvendorlink.com/external/award?s=152500&i=127 129 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight John Deere 190 GW 190 GW https://www.myvendorlink.com/external/award?s=152500&i=129130Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Volvo EW180E EW180E https://www.myvendorlink.com/external/award?s=152500&i=130 131 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Case WX210E WX21OE https://www.myvendorlink.com/external/award?s=152500&i=131 132 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Liebherr A920 A920 https://www.myvendorlink.com/external/award?s=152500&i=132133Forklift: Cushion Tire - 4,000 lbs. Capacity Caterpillar 2CC4000 2CC4000 https://www.myvendorlink.com/external/award?s=152500&i=133 134 Forklift: Cushion Tire - 4,000 lbs. Capacity Crown CGC20SC-9 CGC20SC-9 https://www.myvendorlink.com/external/award?s=152500&i=134 135 Forklift: Cushion Tire - 4,000 lbs. Capacity Mitsubishi FGC20CN FGC20CN https://www.myvendorlink.com/external/award?s=152500&i=135136Forklift: Cushion Tire - 4,000 lbs. Capacity Toyota 50-8FGCU20 50-8FGCU20 https://www.myvendorlink.com/external/award?s=152500&i=136137Forklift: Cushion Tire - 4,000 lbs. Capacity Clark S20C S20C https://www.myvendorlink.com/external/award?s=152500&i=137 138 Forklift: Cushion Tire - 4,000 lbs. Capacity Hangcha FP20C CPYD20-XW71B1-C https://www.myvendorlink.com/external/award?s=152500&i=138 139 Forklift: Cushion Tire - 4,000 lbs. Capacity Hyundai 25LC-9 25LC-9 https://www.myvendorlink.com/external/award?s=152500&i=139140Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Case 586H 586H https://www.myvendorlink.com/external/award?s=152500&i=140 141 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Harlo HP5000 HP5000 https://www.myvendorlink.com/external/award?s=152500&i=141 142 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Master Craft MC Series MC-5 https://www.myvendorlink.com/external/award?s=152500&i=142143Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Manitou M30-4 M30-4 https://www.myvendorlink.com/external/award?s=152500&i=143 144 Forklift: Telescopic Tool Carrier/Telehandler Bobcat TL723 TL723 https://www.myvendorlink.com/external/award?s=152500&i=144 145 Forklift: Telescopic Tool Carrier/Telehandler Caterpillar TL642 TL642 https://www.myvendorlink.com/external/award?s=152500&i=145147Forklift: Telescopic Tool Carrier/Telehandler Manitou MTA8044 MTA8044 https://www.myvendorlink.com/external/award?s=152500&i=147 148 Forklift: Telescopic Tool Carrier/Telehandler Xtreme XR843-B XR843-B https://www.myvendorlink.com/external/award?s=152500&i=148 149 Forklift: Telescopic Tool Carrier/Telehandler Snorkel SR9244 SR9244 https://www.myvendorlink.com/external/award?s=152500&i=149150Generator: 125kW Stationary AKSA APD-ULJ125 APD-ULJ125 https://www.myvendorlink.com/external/award?s=152500&i=150 151 Generator: 125kW Stationary Blue Star Power Systems JD125-02 JD125-02 https://www.myvendorlink.com/external/award?s=152500&i=151 152 Generator: 125kW Stationary Caterpillar D125 D125 https://www.myvendorlink.com/external/award?s=152500&i=152153Generator: 125kW Stationary Generac SD130 SD130 https://www.myvendorlink.com/external/award?s=152500&i=153 154 Generator: 125kW Stationary Gillette SPJD-1250 SPJD-1250 https://www.myvendorlink.com/external/award?s=152500&i=154 155 Generator: 125kW Stationary Tradewinds T125 T125 https://www.myvendorlink.com/external/award?s=152500&i=155157Generator: 150kW Mobile Blue Star Power Systems VD150-02FT4MP VD150-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=157 158 Generator: 150kW Mobile Doosan G190WCU-3A-T4F G190WCU-3A-T4F https://www.myvendorlink.com/external/award?s=152500&i=158 159 Generator: 150kW Mobile Generac/Magnum MDG175DF4 MDG175DF4 https://www.myvendorlink.com/external/award?s=152500&i=159160Generator: 150kW Mobile MULTIQUIP DCA180SSJU4F3 DCA180SSJU4F3 https://www.myvendorlink.com/external/award?s=152500&i=160 162 Generator: 150kW Mobile Tradewinds TM150 TM150 https://www.myvendorlink.com/external/award?s=152500&i=162 163 Generator: 150kW Mobile Wacker Neuson G180 G180 https://www.myvendorlink.com/external/award?s=152500&i=163164Generator: 500kW Mobile Blue Star Generator VD550-02FT4MP VD550-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=164 165 Generator: 500kW Mobile Caterpillar XQ570 XQ570 https://www.myvendorlink.com/external/award?s=152500&i=165 166 Generator: 500kW Mobile Tradewinds TM500 TM500 https://www.myvendorlink.com/external/award?s=152500&i=166167Generator: 500kW Mobile Generac 570KVA MDE570P https://www.myvendorlink.com/external/award?s=152500&i=167 168 Generator: 500kW Mobile HiPower HRVW625T4F HRVW625T4F https://www.myvendorlink.com/external/award?s=152500&i=168 169 Generator: 500kW Mobile TechnoGen VO630TSX VO630TSX https://www.myvendorlink.com/external/award?s=152500&i=169170Generator: 500kW Mobile AKSA ADP-EPA-V550T4 ADP-EPA-V550T4 https://www.myvendorlink.com/external/award?s=152500&i=170 171 Generator: 500kW Stationary AKSA APD-ULJ500 APD-ULJ500 https://www.myvendorlink.com/external/award?s=152500&i=171 172 Generator: 500kW Stationary Blue Star Generator VD500-01 VD500-01 https://www.myvendorlink.com/external/award?s=152500&i=172173Generator: 500kW Stationary Caterpillar C15 C15 https://www.myvendorlink.com/external/award?s=152500&i=173 174 Generator: 500kW Stationary Generac SD500 SD500 https://www.myvendorlink.com/external/award?s=152500&i=174 175 Generator: 500kW Stationary Gillette SPVD-5000 SPVD-5000 https://www.myvendorlink.com/external/award?s=152500&i=175176Generator: 500kW Stationary Tradewinds T500 T500 https://www.myvendorlink.com/external/award?s=152500&i=176 178 Generator: 500kW Stationary IGSA GSVL20500S GSVL20500S https://www.myvendorlink.com/external/award?s=152500&i=178 180 Generator: 60kW Stationary AKSA APD-ULJ65 APD-ULJ65 https://www.myvendorlink.com/external/award?s=152500&i=180181Generator: 60kW Stationary Blue Star JD60-02 JD60-02 https://www.myvendorlink.com/external/award?s=152500&i=181 182 Generator: 60kW Stationary Gillette SPD-600 SPD-600 https://www.myvendorlink.com/external/award?s=152500&i=182 183 Generator: 60kW Stationary IGSA GSJD30060-UL GSJD30060-UL https://www.myvendorlink.com/external/award?s=152500&i=183184Generator: 60kW Stationary Caterpillar D60 D60 https://www.myvendorlink.com/external/award?s=152500&i=184185Generator: 60kW Stationary Tradewinds T60 T60 https://www.myvendorlink.com/external/award?s=152500&i=185 188 Generator: 125kW Stationary IGSA GSJD30125S GSJD30125S https://www.myvendorlink.com/external/award?s=152500&i=188 190 Generator: 150kW Mobile Caterpillar XQ230 XQ230 https://www.myvendorlink.com/external/award?s=152500&i=190191Generator: 150kW Mobile AKSA ADP-EPA-J170T4 ADP-EPA-J170T4 https://www.myvendorlink.com/external/award?s=152500&i=191 192 Generator: 150kW Mobile Blue Star VD150-02FT4MP VD150-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=192 193 Generator: 150kW Mobile HiPower HRJW190T4F HRJW190T4F https://www.myvendorlink.com/external/award?s=152500&i=193194Horizontal Directional Drill Vermeer D24X40 S3 D24X40 S3 https://www.myvendorlink.com/external/award?s=152500&i=194 195 Leaf Collector: Trailer Mounted Bonnell Spartan Leaf Pro - Trailer https://www.myvendorlink.com/external/award?s=152500&i=195 196 Leaf Collector: Trailer Mounted ODB DCL800TM DCL800TM https://www.myvendorlink.com/external/award?s=152500&i=196197Lift: Scissor Lift - Self Propelled Genie GS-1932 GS-1932 https://www.myvendorlink.com/external/award?s=152500&i=197 198 Lift: Scissor Lift - Self Propelled JLG JLG ES1932 JLG ES1932 https://www.myvendorlink.com/external/award?s=152500&i=198 199 Lift: Scissor Lift - Self Propelled Snorkel S321 S3219E https://www.myvendorlink.com/external/award?s=152500&i=199201Light Tower: Hybrid Light Tower Signal Power HT444PC HT444PC https://www.myvendorlink.com/external/award?s=152500&i=201 203 Light Tower: Light Tower - Trailer Mounted Doosan LCV6WKUB-60HZ-T4F LCV6WKUB-60HZ-T4F https://www.myvendorlink.com/external/award?s=152500&i=203 204 Light Tower: Light Tower - Trailer Mounted Generac MLT4060 MLT4060 https://www.myvendorlink.com/external/award?s=152500&i=204205Light Tower: Light Tower - Trailer Mounted Wacker Neuson LTV6L LTV6L https://www.myvendorlink.com/external/award?s=152500&i=205 206 Light Tower: Light Tower - Trailer Mounted Wanco WLT-4MK6K WLT-4MK6K https://www.myvendorlink.com/external/award?s=152500&i=206 207 Loader: Loader Backhoe - 4x4 Caterpillar 416 416 https://www.myvendorlink.com/external/award?s=152500&i=207208Loader: Loader Backhoe - 4x4 John Deere 310P 310P https://www.myvendorlink.com/external/award?s=152500&i=208 209 Loader: Loader Backhoe - 4x4 Case 580SN 580SN https://www.myvendorlink.com/external/award?s=152500&i=209 210 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Bobcat S62 S62 https://www.myvendorlink.com/external/award?s=152500&i=210211Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Caterpillar 236D3 236D3 https://www.myvendorlink.com/external/award?s=152500&i=211 212 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type John Deere 318G 318G https://www.myvendorlink.com/external/award?s=152500&i=212 213 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Kubota SSV65 SSV65 https://www.myvendorlink.com/external/award?s=152500&i=213214Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Case SV185B SV185B https://www.myvendorlink.com/external/award?s=152500&i=214216Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Caterpillar 272D3 272D3 https://www.myvendorlink.com/external/award?s=152500&i=216 217 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type John Deere 330G 330G https://www.myvendorlink.com/external/award?s=152500&i=217 218 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Case SV340B SV340B https://www.myvendorlink.com/external/award?s=152500&i=218220Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Manitou 1050RT 1050RT https://www.myvendorlink.com/external/award?s=152500&i=220 221 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Bobcat T770 T770 https://www.myvendorlink.com/external/award?s=152500&i=221 222 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Caterpillar 279D3 279D3 https://www.myvendorlink.com/external/award?s=152500&i=222223Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type John Deere 331G 331G https://www.myvendorlink.com/external/award?s=152500&i=223 224 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Kubota SVL 75-3 SVL 75-3 https://www.myvendorlink.com/external/award?s=152500&i=224 225 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Takeuchi TL12V2 TL12V2 https://www.myvendorlink.com/external/award?s=152500&i=225226Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Case TR310B TR310B https://www.myvendorlink.com/external/award?s=152500&i=226 227 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type ASV MAX-Series™ VT-100 Posi-Track® loader VT-100 https://www.myvendorlink.com/external/award?s=152500&i=227 228 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Yanmar TL100 Tracked Skid Steer TL100VS https://www.myvendorlink.com/external/award?s=152500&i=228229Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Manitou 1050R 1050R https://www.myvendorlink.com/external/award?s=152500&i=229 230 Loader: Wheel Loader - 1.5 cubic yd.Caterpillar 908 908 https://www.myvendorlink.com/external/award?s=152500&i=230 231 Loader: Wheel Loader - 1.5 cubic yd.Hitachi ZW120 ZW120 https://www.myvendorlink.com/external/award?s=152500&i=231232Loader: Wheel Loader - 1.5 cubic yd.John Deere 324P 324P https://www.myvendorlink.com/external/award?s=152500&i=232 233 Loader: Wheel Loader - 1.5 cubic yd.Manitou MLA7-75 H-Z MLA7-75 H-Z https://www.myvendorlink.com/external/award?s=152500&i=233 234 Loader: Wheel Loader - 1.5 cubic yd.Takeuchi TW80 TW80 https://www.myvendorlink.com/external/award?s=152500&i=234235Loader: Wheel Loader - 1.5 cubic yd.Volvo L45H L45H https://www.myvendorlink.com/external/award?s=152500&i=235 236 Loader: Wheel Loader - 1.5 cubic yd.Case 321F 321F https://www.myvendorlink.com/external/award?s=152500&i=236 237 Loader: Wheel Loader - 1.5 cubic yd.Mecalac A Series AS850 https://www.myvendorlink.com/external/award?s=152500&i=237238Loader: Wheel Loader - 1.5 cubic yd.Yanmar V12 V12 https://www.myvendorlink.com/external/award?s=152500&i=238 239 Loader: Wheel Loader - 3.0 cubic yd.Caterpillar 926 926 https://www.myvendorlink.com/external/award?s=152500&i=239 240 Loader: Wheel Loader - 3.0 cubic yd.DEVELON DL220-7 DL220-7 https://www.myvendorlink.com/external/award?s=152500&i=240241Loader: Wheel Loader - 3.0 cubic yd.DEVELON DL280-7 DL280-7 https://www.myvendorlink.com/external/award?s=152500&i=241 242 Loader: Wheel Loader - 3.0 cubic yd.Hitachi ZW180 ZW180 https://www.myvendorlink.com/external/award?s=152500&i=242 243 Loader: Wheel Loader - 3.0 cubic yd.Hyundai HL940A HL940A https://www.myvendorlink.com/external/award?s=152500&i=243244Loader: Wheel Loader - 3.0 cubic yd.John Deere 524P 524P https://www.myvendorlink.com/external/award?s=152500&i=244 246 Loader: Wheel Loader - 3.0 cubic yd.Volvo L60H2 L60H2 https://www.myvendorlink.com/external/award?s=152500&i=246 247 Loader: Wheel Loader - 3.0 cubic yd.Case 621G 621G https://www.myvendorlink.com/external/award?s=152500&i=247248Loader: Wheel Loader - 3.0 cubic yd.Liebherr L526 L526 https://www.myvendorlink.com/external/award?s=152500&i=248 249 Loader: Wheel Loader - 5.75 cubic yd.Caterpillar 972 972 https://www.myvendorlink.com/external/award?s=152500&i=249 250 Loader: Wheel Loader - 5.75 cubic yd.DEVELON DL480-7 DL480-7 https://www.myvendorlink.com/external/award?s=152500&i=250251Loader: Wheel Loader - 5.75 cubic yd.Hitachi ZW310 ZW310 https://www.myvendorlink.com/external/award?s=152500&i=251 252 Loader: Wheel Loader - 5.75 cubic yd.Hyundai HL975 HL975 https://www.myvendorlink.com/external/award?s=152500&i=252 253 Loader: Wheel Loader - 5.75 cubic yd.John Deere 744P 744P https://www.myvendorlink.com/external/award?s=152500&i=253255Loader: Wheel Loader - 5.75 cubic yd.Volvo L150H L150H https://www.myvendorlink.com/external/award?s=152500&i=255 256 Loader: Wheel Loader - 5.75 cubic yd.Case 1021G Z Bar 1021G Z Bar https://www.myvendorlink.com/external/award?s=152500&i=256 257 Loader: Wheel Loader - 5.75 cubic yd.Liebherr L580 L580 https://www.myvendorlink.com/external/award?s=152500&i=257258Low Speed Vehicle: Electric Type Columbia Journeyman Journeyman 2+2 https://www.myvendorlink.com/external/award?s=152500&i=258 259 Low Speed Vehicle: Electric Type GEM E4 E4 https://www.myvendorlink.com/external/award?s=152500&i=259 260 Low Speed Vehicle: Electric Type GEM e2 e2 https://www.myvendorlink.com/external/award?s=152500&i=260261Low Speed Vehicle: Electric Type Cruise Car ICON C40-ECO C40-ECO https://www.myvendorlink.com/external/award?s=152500&i=261262Low Speed Vehicle: Electric Type Star EV Capella CP-2 CP-2 https://www.myvendorlink.com/external/award?s=152500&i=262 263 Motor Grader: Large Caterpillar 120 120 https://www.myvendorlink.com/external/award?s=152500&i=263 264 Motor Grader: Large John Deere 620G 620G https://www.myvendorlink.com/external/award?s=152500&i=264266Motor Grader: Large Case 856C 856C https://www.myvendorlink.com/external/award?s=152500&i=266 267 Motor Grader: Small LeeBoy 685D 685D https://www.myvendorlink.com/external/award?s=152500&i=267 268 Motor Grader: Small Weiler G65 G65 https://www.myvendorlink.com/external/award?s=152500&i=268269Motor Grader: Small Case 836C 836C VHP https://www.myvendorlink.com/external/award?s=152500&i=269 271 Mower: 15ft. Flex Wing Rotary Mower Bush Hog 4115 4115 https://www.myvendorlink.com/external/award?s=152500&i=271 272 Mower: 15ft. Flex Wing Rotary Mower John Deere FC15M FC15M https://www.myvendorlink.com/external/award?s=152500&i=272274Mower: 15ft. Flex Wing Rotary Mower Rhino 4150 4150 https://www.myvendorlink.com/external/award?s=152500&i=274 275 Mower: 15ft. Flex Wing Rotary Mower Schulte FX-1800 FX-1800 https://www.myvendorlink.com/external/award?s=152500&i=275 276 Mower: 15ft. Flex Wing Rotary Mower Woods BW15.61 BW15.61 https://www.myvendorlink.com/external/award?s=152500&i=276277Mower: Electric Zero Turn Radius Mower Greenworks Optimus Z Zero Turn CZ60R18X https://www.myvendorlink.com/external/award?s=152500&i=277 278 Mower: Electric Zero Turn Radius Mower Mean Green Electric Mowers RIVAL 60" SIDE DISCHARGE RVL60S220 https://www.myvendorlink.com/external/award?s=152500&i=278 279 Mower: Remote Controlled Brush Mower Alamo Industrial RC28 RC28 https://www.myvendorlink.com/external/award?s=152500&i=279282Mower: Remote Controlled Brush Mower RC Mowers R-52 R-52 https://www.myvendorlink.com/external/award?s=152500&i=282 283 Mower: Remote Controlled Brush Mower Prinoth Raptor 100 Raptor 100 https://www.myvendorlink.com/external/award?s=152500&i=283 284 Mower: Remote Controlled Brush Mower AGRIA 9600-112 9600-112 https://www.myvendorlink.com/external/award?s=152500&i=284287Mower: Zero Turn Radius Mower Ferris ISX2200 5902078 https://www.myvendorlink.com/external/award?s=152500&i=287 288 Mower: Zero Turn Radius Mower Grasshopper 225 225 https://www.myvendorlink.com/external/award?s=152500&i=288 289 Mower: Zero Turn Radius Mower Gravely Proturn 360 https://www.myvendorlink.com/external/award?s=152500&i=289290Mower: Zero Turn Radius Mower Husqvarna Z560 Z560 https://www.myvendorlink.com/external/award?s=152500&i=290 291 Mower: Zero Turn Radius Mower John Deere Z930M Z930M https://www.myvendorlink.com/external/award?s=152500&i=291 292 Mower: Zero Turn Radius Mower Kubota Z725KH-3-60 Z725KH-3-60 https://www.myvendorlink.com/external/award?s=152500&i=292293Mower: Zero Turn Radius Mower Scag Tiger Cat II STCII-26FTEFI https://www.myvendorlink.com/external/award?s=152500&i=293294Mower: Zero Turn Radius Mower Bobcat ZT Series 9996010 https://www.myvendorlink.com/external/award?s=152500&i=294 295 Mower: Zero Turn Radius Mower Encore Caliber EC60FX850V5X https://www.myvendorlink.com/external/award?s=152500&i=295 296 Mower: Zero Turn Radius Mower Encore Edge EE60LS2P82F32 https://www.myvendorlink.com/external/award?s=152500&i=296297Mower: Zero Turn Radius Mower Encore Prowler EP60FX921V5 https://www.myvendorlink.com/external/award?s=152500&i=297 298 Mower: Zero Turn Radius Mower Redmax CZT Series CZT60X https://www.myvendorlink.com/external/award?s=152500&i=298 299 Mower: Zero Turn Radius Mower Hustler X-One 941856 https://www.myvendorlink.com/external/award?s=152500&i=299300Mower: Zero Turn Radius Mower Stihl RZ700 RZ760k https://www.myvendorlink.com/external/award?s=152500&i=300 301 Mower: Zero Turn Radius Mower Wright ZXL WZXL61S61E8E1B https://www.myvendorlink.com/external/award?s=152500&i=301 302 Pallet Jack: Electric 4,500 lbs. Capacity Big Joe WPT45 WPT45 https://www.myvendorlink.com/external/award?s=152500&i=302303Pallet Jack: Electric 4,500 lbs. Capacity Jungheinrich EJE120 EJE120 https://www.myvendorlink.com/external/award?s=152500&i=303 304 Pallet Jack: Electric 4,500 lbs. Capacity Mitsubishi PW23 PW23 https://www.myvendorlink.com/external/award?s=152500&i=304 306 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Envirosight Verisight Pro+VSP200 https://www.myvendorlink.com/external/award?s=152500&i=306307Pipe Inspection: Battery Operated Pipe Crawler Inspection System Aries UC3410 UC3410 https://www.myvendorlink.com/external/award?s=152500&i=307 308 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Pipe Trekker A-200 Pipe Crawler A-200 https://www.myvendorlink.com/external/award?s=152500&i=308 309 Pump: Mobile Pump Atlas Copco PAS 150 HF PAS 150 HF https://www.myvendorlink.com/external/award?s=152500&i=309310Pump: Mobile Pump BBA Pumps BA150E BA150E https://www.myvendorlink.com/external/award?s=152500&i=310 311 Pump: Mobile Pump ECO PUMP Trailer Mounted Trash Pump 6612T https://www.myvendorlink.com/external/award?s=152500&i=311 312 Pump: Mobile Pump Global Pump 6GSTAP 6GSTAP https://www.myvendorlink.com/external/award?s=152500&i=312313Pump: Mobile Pump Godwin CD 150S CD 150S https://www.myvendorlink.com/external/award?s=152500&i=313 314 Pump: Mobile Pump Holland Pumps PT6TPC-P1104D44T PT6TPC-P1104D44T https://www.myvendorlink.com/external/award?s=152500&i=314 315 Pump: Mobile Pump MWI CT006 CT006 https://www.myvendorlink.com/external/award?s=152500&i=315316Pump: Mobile Pump Pioneer PP66S12L71 PP66S12L71 https://www.myvendorlink.com/external/award?s=152500&i=316 317 Pump: Mobile Pump Thompson Pump 6JSC 6JSC https://www.myvendorlink.com/external/award?s=152500&i=317 318 Pump: Mobile Pump Tradewinds TPK66 TPK66 https://www.myvendorlink.com/external/award?s=152500&i=318321Pump: Mobile Pump PRIMAX-SYKES CP 150i https://www.myvendorlink.com/external/award?s=152500&i=321 322 Roadway Advisory Board: Mobile Message Board AMSIG CMS-GP465T CMS-GP465T https://www.myvendorlink.com/external/award?s=152500&i=322 323 Roadway Advisory Board: Mobile Message Board K&K Systems MB9757 MB9757 https://www.myvendorlink.com/external/award?s=152500&i=323324Roadway Advisory Board: Mobile Message Board Kustom Signal Smart VMS 2 https://www.myvendorlink.com/external/award?s=152500&i=324 325 Roadway Advisory Board: Mobile Message Board Ver-Mac PCMS-1500 PCMS-1500 https://www.myvendorlink.com/external/award?s=152500&i=325 326 Roadway Advisory Board: Mobile Message Board Wanco Full Size 3-Line Message Board Trailer WTLMB-A https://www.myvendorlink.com/external/award?s=152500&i=326327Roadway Advisory Board: Mobile Message Board Wanco Full Size Full Matrix Message Board Trailer WTMMB-A https://www.myvendorlink.com/external/award?s=152500&i=327 331 Roadway Advisory Board: Mobile Speed Board K&K Systems LTER12 LTER12 https://www.myvendorlink.com/external/award?s=152500&i=331 332 Roadway Advisory Board: Mobile Speed Board Kustom Signal Smart 12 https://www.myvendorlink.com/external/award?s=152500&i=332333Roadway Advisory Board: Mobile Speed Board Ver-Mac SP-710V SP-710V https://www.myvendorlink.com/external/award?s=152500&i=333 334 Roadway Advisory Board: Mobile Speed Board Wanco Compact Radar Speed Trailer WSDT3-S https://www.myvendorlink.com/external/award?s=152500&i=334 335 Roadway Advisory Board: Mobile Speed Board All Traffic Solutions, INC Shield 12 - with ATS-3 Trailer 4001809FSA https://www.myvendorlink.com/external/award?s=152500&i=335336Roadway Advisory Board: Mobile Speed Board All Traffic Solutions, INC SpeedAlert 18 - With ATS-3 Trailer 4001811FSA https://www.myvendorlink.com/external/award?s=152500&i=336 337 Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader Vetted Security Solutions ALPR Speed Trailer-STANDARD VSS-STD-SPD-VLT https://www.myvendorlink.com/external/award?s=152500&i=337 338 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board AMSIG T815 T815 https://www.myvendorlink.com/external/award?s=152500&i=338339Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board K&K Systems AT154896 AT154896 https://www.myvendorlink.com/external/award?s=152500&i=339 340 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Traffix Device Scorpion II Trailer Attenuator with Mobile Traffic Advisory / Directional Signal Board 10002-TL3M-12TA https://www.myvendorlink.com/external/award?s=152500&i=340 341 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Ver-Mac ST-4825 ST-4825 https://www.myvendorlink.com/external/award?s=152500&i=341342Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Wanco WECO Arrow Board Trailer WTSP55-LSA https://www.myvendorlink.com/external/award?s=152500&i=342343Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Wanco Metro Matrix Message Board Trailer WVTMM-L https://www.myvendorlink.com/external/award?s=152500&i=343 344 Roller: Compaction Roller 30,000 lbs. - Single Drum Bomag BW177D-5 BW177D-5 https://www.myvendorlink.com/external/award?s=152500&i=344 345 Roller: Compaction Roller 30,000 lbs. - Single Drum Caterpillar CS44 CS44 https://www.myvendorlink.com/external/award?s=152500&i=345346Roller: Compaction Roller 30,000 lbs. - Single Drum Hyundai HR140C HR140C https://www.myvendorlink.com/external/award?s=152500&i=346 347 Roller: Compaction Roller 30,000 lbs. - Single Drum Sakai SV544 SV544 https://www.myvendorlink.com/external/award?s=152500&i=347 348 Roller: Compaction Roller 30,000 lbs. - Single Drum Case SV207E SV207E https://www.myvendorlink.com/external/award?s=152500&i=348349Roller: Compaction Roller 30,000 lbs. - Single Drum Volvo SD75B Single Drum Roller SD75B https://www.myvendorlink.com/external/award?s=152500&i=349 350 Roller: Compaction Roller 30,000 lbs. - Single Drum Hamm HC70i Single Drum Vibratory Roller HC70i https://www.myvendorlink.com/external/award?s=152500&i=350 351 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Bomag BW190AD-5 BW190AD-5 https://www.myvendorlink.com/external/award?s=152500&i=351352Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Caterpillar CB13 CB13 https://www.myvendorlink.com/external/award?s=152500&i=352 353 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Dynapac CC5200VI CC5200VI https://www.myvendorlink.com/external/award?s=152500&i=353 354 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Hamm HD+90iVV HD+90iVV https://www.myvendorlink.com/external/award?s=152500&i=354355Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Sakai SW884 SW884 https://www.myvendorlink.com/external/award?s=152500&i=355 356 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Volvo DD120 DD120 https://www.myvendorlink.com/external/award?s=152500&i=356 357 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Case DV209D DV209D https://www.myvendorlink.com/external/award?s=152500&i=357358Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Bomag BW120SL-5 BW120SL-5 https://www.myvendorlink.com/external/award?s=152500&i=358 359 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Caterpillar CB2.7 CB2.7 https://www.myvendorlink.com/external/award?s=152500&i=359 360 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Dynapac CC1200VI CC1200VI https://www.myvendorlink.com/external/award?s=152500&i=360361Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Hamm HD12-VV HD12-VV https://www.myvendorlink.com/external/award?s=152500&i=361 362 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Volvo DD25 DD25 https://www.myvendorlink.com/external/award?s=152500&i=362 363 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Case DV26E DV26E https://www.myvendorlink.com/external/award?s=152500&i=363364Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.PipeHunter VacHunter Combo 101035 PH8C https://www.myvendorlink.com/external/award?s=152500&i=364 365 Sewer Cleaner: Trailer Mounted Sewer Cleaner Obrien 7018-SC 7018-SC https://www.myvendorlink.com/external/award?s=152500&i=365 366 Sewer Cleaner: Trailer Mounted Sewer Cleaner Sewer Equipment Co. of America 747-FR2000 747-FR2000 https://www.myvendorlink.com/external/award?s=152500&i=366367Sewer Cleaner: Trailer Mounted Sewer Cleaner Vac-Con VecJet VJ750 https://www.myvendorlink.com/external/award?s=152500&i=367368Sewer Cleaner: Trailer Mounted Sewer Cleaner Vactor RamJet 4018 https://www.myvendorlink.com/external/award?s=152500&i=368 369 Sewer Cleaner: Trailer Mounted Sewer Cleaner Harben DTK 375 E-180 (Manual)DTK 375 E-180 (Manual)https://www.myvendorlink.com/external/award?s=152500&i=369 370 Sewer Cleaner: Trailer Mounted Sewer Cleaner GAPVAX G7 Jetter G-Jet https://www.myvendorlink.com/external/award?s=152500&i=370371Sewer Cleaner: Trailer Mounted Sewer Cleaner PipeHunter 700 Gallon Tandem Trailer Jetter 3744 https://www.myvendorlink.com/external/award?s=152500&i=371 372 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Aquatech B-10 B-10 https://www.myvendorlink.com/external/award?s=152500&i=372 374 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Sewer Equipment Co. of America 900 ECO-12YD 900 ECO-12YD https://www.myvendorlink.com/external/award?s=152500&i=374375Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Super Products Camel Max 1200 https://www.myvendorlink.com/external/award?s=152500&i=375 376 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vacall AJV1010 AJV1010 https://www.myvendorlink.com/external/award?s=152500&i=376 377 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vac-Con V311HN/1000 V311HN/1000 https://www.myvendorlink.com/external/award?s=152500&i=377378Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vac-Con VPD4211SHAE VPD4211SHAE https://www.myvendorlink.com/external/award?s=152500&i=378 379 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vactor 2100l 2100l https://www.myvendorlink.com/external/award?s=152500&i=379 380 Shop Tools & Equipment ARI-HETRA Brake Hub Removal Jack WS-18-HR https://www.myvendorlink.com/external/award?s=152500&i=380381Shop Tools & Equipment ARI-HETRA Floor Jack WS-16124 https://www.myvendorlink.com/external/award?s=152500&i=381 382 Shop Tools & Equipment ARI-HETRA King Pin Press WS-KPP143 https://www.myvendorlink.com/external/award?s=152500&i=382 383 Shop Tools & Equipment ARI-HETRA On Vehicle Brake Lathe WS-BL44 https://www.myvendorlink.com/external/award?s=152500&i=383384Shop Tools & Equipment ARI-HETRA Tire Changer WS-12645 https://www.myvendorlink.com/external/award?s=152500&i=384 385 Shop Tools & Equipment ARI-HETRA Tire Inflation Cage WS-35026 https://www.myvendorlink.com/external/award?s=152500&i=385 386 Shop Tools & Equipment ARI-HETRA Wheel Balancer WS-12890 https://www.myvendorlink.com/external/award?s=152500&i=386387Shop Tools & Equipment ARI-HETRA Wheel Dolly WS-AH20440 https://www.myvendorlink.com/external/award?s=152500&i=387 389 Shredder: Mobile Shredder Tana Shark 440D 440D https://www.myvendorlink.com/external/award?s=152500&i=389 390 Solid Waste Material Handler: Wheeled Type Caterpillar MH3022 MH3022 https://www.myvendorlink.com/external/award?s=152500&i=390392Solid Waste Material Handler: Wheeled Type Volvo EW240E MH EW240E MH https://www.myvendorlink.com/external/award?s=152500&i=392 393 Solid Waste Material Handler: Wheeled Type Hyundai HW250AMH HW250AMH https://www.myvendorlink.com/external/award?s=152500&i=393 394 Solid Waste Material Handler: Wheeled Type Liebherr LH24M LH24M https://www.myvendorlink.com/external/award?s=152500&i=394396Stump Cutter Toro STX 38 STX 38 https://www.myvendorlink.com/external/award?s=152500&i=396 397 Stump Cutter Vermeer SC362 SC362 https://www.myvendorlink.com/external/award?s=152500&i=397 398 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Elgin Pelican NP Elgin Pelican https://www.myvendorlink.com/external/award?s=152500&i=398399Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Global R3 R3 https://www.myvendorlink.com/external/award?s=152500&i=399 400 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Global M3 M3 https://www.myvendorlink.com/external/award?s=152500&i=400 401 Sweeper: Cabover Mechanical Broom Street Sweeper Bucher Municipal E35m E35m https://www.myvendorlink.com/external/award?s=152500&i=401402Sweeper: Cabover Mechanical Broom Street Sweeper Elgin Eagle Eagle https://www.myvendorlink.com/external/award?s=152500&i=402 403 Sweeper: Cabover Mechanical Broom Street Sweeper Schwarze Industries M6 Avalanche M6 Avalanche https://www.myvendorlink.com/external/award?s=152500&i=403 404 Sweeper: Compact Air Sweeper - 2.3 cubic yd.Bucher Municipal 5006 5006 https://www.myvendorlink.com/external/award?s=152500&i=404405Sweeper: Compact Air Sweeper - 2.3 cubic yd.Dulevo D3 Sweeper D3 https://www.myvendorlink.com/external/award?s=152500&i=405 406 Sweeper: Compact Air Sweeper - 2.3 cubic yd.Excelway B200 B200 https://www.myvendorlink.com/external/award?s=152500&i=406 407 Sweeper: Regenerative Air Street Sweeper Bucher Municipal R65 R65 https://www.myvendorlink.com/external/award?s=152500&i=407408Sweeper: Regenerative Air Street Sweeper Elgin Crosswind J Plus Crosswind J Plus https://www.myvendorlink.com/external/award?s=152500&i=408 409 Sweeper: Regenerative Air Street Sweeper Tymco 600 600 https://www.myvendorlink.com/external/award?s=152500&i=409 410 Sweeper: Regenerative Air Street Sweeper Schwarze Industries A7 Tornado A7 Tornado https://www.myvendorlink.com/external/award?s=152500&i=410411Sweeper: Regenerative Air Street Sweeper Schwarze Industries A8 Twister A8 Twister https://www.myvendorlink.com/external/award?s=152500&i=411 412 Sweeper: Regenerative Air Street Sweeper Schwarze Industries A9 Monsoon A9 Monsoon https://www.myvendorlink.com/external/award?s=152500&i=412 413 Sweeper: Self-Propelled Hydrostatic Broom Broce 350 Broom 350 Broom https://www.myvendorlink.com/external/award?s=152500&i=413414Sweeper: Self-Propelled Hydrostatic Broom Holder S100 S100 https://www.myvendorlink.com/external/award?s=152500&i=414415Sweeper: Self-Propelled Hydrostatic Broom LeeBoy RB-50 RB-50 https://www.myvendorlink.com/external/award?s=152500&i=415 416 Sweeper: Self-Propelled Hydrostatic Broom Superior Broom DT74 DT74 https://www.myvendorlink.com/external/award?s=152500&i=416 417 Sweeper: Self-Propelled Hydrostatic Broom Smith Challenger SCM400 SCM400 https://www.myvendorlink.com/external/award?s=152500&i=417418Tactical Vehicle: Skid Steer Mounted (The Rook)Caterpillar 299D3 with Rook Option 299D3 with Rook Option https://www.myvendorlink.com/external/award?s=152500&i=418 419 Tool Carrier: Hydrostatic Drive Alamo Group Mantis 155B https://www.myvendorlink.com/external/award?s=152500&i=419 420 Tool Carrier: Hydrostatic Drive Energreen America Kommunal Kommunal https://www.myvendorlink.com/external/award?s=152500&i=420421Tool Carrier: Hydrostatic Drive MowerMax Tool Carrier MMB22 https://www.myvendorlink.com/external/award?s=152500&i=421 423 Tractor: Agriculture Tractor - 4x2 Case IH FARMALL 100C https://www.myvendorlink.com/external/award?s=152500&i=423 424 Tractor: Agriculture Tractor - 4x2 John Deere 5105M 5105M https://www.myvendorlink.com/external/award?s=152500&i=424425Tractor: Agriculture Tractor - 4x2 Kubota M5-111 M5-111 https://www.myvendorlink.com/external/award?s=152500&i=425 426 Tractor: Agriculture Tractor - 4x2 Massey Ferguson Tractor MF4709 https://www.myvendorlink.com/external/award?s=152500&i=426 427 Tractor: Agriculture Tractor - 4x2 New Holland Powerstar 100 https://www.myvendorlink.com/external/award?s=152500&i=427429Tractor: Compact Articulating Tractor - AWD Avant 528 528 https://www.myvendorlink.com/external/award?s=152500&i=429 431 Tractor: Small Agriculture Tractor - 4x4 Bobcat CT2035 CT2035 https://www.myvendorlink.com/external/award?s=152500&i=431 432 Tractor: Small Agriculture Tractor - 4x4 Case IH FARMALL 35C https://www.myvendorlink.com/external/award?s=152500&i=432433Tractor: Small Agriculture Tractor - 4x4 John Deere 3035D 3035D https://www.myvendorlink.com/external/award?s=152500&i=433 434 Tractor: Small Agriculture Tractor - 4x4 Kubota L3902 DT L3902 DT https://www.myvendorlink.com/external/award?s=152500&i=434 435 Tractor: Small Agriculture Tractor - 4x4 Massey Ferguson MF1840E MF1840E https://www.myvendorlink.com/external/award?s=152500&i=435436Tractor: Small Agriculture Tractor - 4x4 New Holland Boomer 35 https://www.myvendorlink.com/external/award?s=152500&i=436 437 Tractor: Tractor with Boom Mower - 4x4 Case IH Maxxum with Motrim Boom Mower 115 https://www.myvendorlink.com/external/award?s=152500&i=437 438 Tractor: Tractor with Boom Mower - 4x4 John Deere 6120M with Tiger Bengal Boom Mower 6120M https://www.myvendorlink.com/external/award?s=152500&i=438439Tractor: Tractor with Boom Mower - 4x4 John Deere 6120M Alamo Industrial Mower 6120M https://www.myvendorlink.com/external/award?s=152500&i=439 440 Tractor: Tractor with Boom Mower - 4x4 Kubota M6S-111 with Terrain King KB2300 Boom Mower M6S-111 https://www.myvendorlink.com/external/award?s=152500&i=440 441 Tractor: Tractor with Boom Mower - 4x4 Massey Ferguson 6S.145 with Diamond Boom Mower 6S.145 https://www.myvendorlink.com/external/award?s=152500&i=441442Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Talbert Talbert AC20 Talbert AC20 https://www.myvendorlink.com/external/award?s=152500&i=442443Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR EAGER BEAVER Eager Beaver 20-XPT Trailer 20XPT https://www.myvendorlink.com/external/award?s=152500&i=443 444 Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR INTERSTATE TRAILERS 40DLA 40DLA https://www.myvendorlink.com/external/award?s=152500&i=444 445 Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Big Tex 4XPH-20+5 4XPH-20+5 https://www.myvendorlink.com/external/award?s=152500&i=445446Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Texas Trailers FB2540GVB FB2540GVB https://www.myvendorlink.com/external/award?s=152500&i=446 447 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Big Tex 22PH255 22PH255 https://www.myvendorlink.com/external/award?s=152500&i=447 448 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Econoline BP0821DE BP0821DE https://www.myvendorlink.com/external/award?s=152500&i=448449Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Felling Trailers FT-16-2 FT-16-2 https://www.myvendorlink.com/external/award?s=152500&i=449 451 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Interstate 16BST 16BST https://www.myvendorlink.com/external/award?s=152500&i=451 452 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR SURE-TRAC ST102204SDDO-B-150 ST102204SDDO-B-150 https://www.myvendorlink.com/external/award?s=152500&i=452453Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Texas Trailer TX85258T TX85258T https://www.myvendorlink.com/external/award?s=152500&i=453 454 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Towmaster T-16LP T-16LP https://www.myvendorlink.com/external/award?s=152500&i=454 455 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Trail King TK20LP TK20LP https://www.myvendorlink.com/external/award?s=152500&i=455456Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR XL Specialized Trailers XL 24 T XL 24 T https://www.myvendorlink.com/external/award?s=152500&i=456 458 Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR EAGER BEAVER Eager Beaver 50-GSL-3 Lowboy 50-GSL-3 https://www.myvendorlink.com/external/award?s=152500&i=458 459 Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Talbert Talbert 55HRG Talbert 55HRG https://www.myvendorlink.com/external/award?s=152500&i=459460Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Cargo Mate Blazer BL716TA2 https://www.myvendorlink.com/external/award?s=152500&i=460 461 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR SURE-TRAC STW8416TA STW8416TA https://www.myvendorlink.com/external/award?s=152500&i=461 462 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Wells Cargo HD Wagon WHD716T2 https://www.myvendorlink.com/external/award?s=152500&i=462463Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Mission EZEC7x16 EZEC7x16 https://www.myvendorlink.com/external/award?s=152500&i=463 464 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Express ECT7X16TA Enclosed Cargo Trailer ECT7X16TA https://www.myvendorlink.com/external/award?s=152500&i=464 465 Trailer: Enclosed Utility Body/Trailer Mounted - 9,990 lbs. GVWR Knapheide Enclosed Mobile Work Station KC132 https://www.myvendorlink.com/external/award?s=152500&i=465466Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Pitts 35-Ton Fixed Neck Lowboy LB35-33CS https://www.myvendorlink.com/external/award?s=152500&i=466 467 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Pitts LB35-22DC Hydraulic Detachable Trailer LB35-22DC https://www.myvendorlink.com/external/award?s=152500&i=467 468 Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR Air Tow Trailers UT1410 Utility UT1410 https://www.myvendorlink.com/external/award?s=152500&i=468469Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Felling Trailers FT-70-2-PL-HT FT-70-2-PL-HT https://www.myvendorlink.com/external/award?s=152500&i=469 472 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Towmaster T-70HT T-70HT https://www.myvendorlink.com/external/award?s=152500&i=472 473 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Trail King TK80HT TK80HT https://www.myvendorlink.com/external/award?s=152500&i=473474Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR XL Specialized Trailers XL 80PT XL 80PT https://www.myvendorlink.com/external/award?s=152500&i=474 475 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Talbert Talbert 35HT Talbert 35HT https://www.myvendorlink.com/external/award?s=152500&i=475 476 Trailer: Leachate Tanker 6,500 gallons MACLTT Liquid tank trailer SRX-6500-1-2-NC https://www.myvendorlink.com/external/award?s=152500&i=476477Trailer: Livestock Trailer - 7,000 lbs. GVWR Delta Trailers 500ES-16 500ES-16 https://www.myvendorlink.com/external/award?s=152500&i=477 478 Trailer: Livestock Trailer - 7,000 lbs. GVWR Frontier Trailers LIV167LITE LIV167LITE https://www.myvendorlink.com/external/award?s=152500&i=478 479 Trailer: Livestock Trailer - 7,000 lbs. GVWR Texas Trailers ST1610B ST1610B https://www.myvendorlink.com/external/award?s=152500&i=479480Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Big Tex 14LP-14 14LP-14 https://www.myvendorlink.com/external/award?s=152500&i=480 481 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Felling FT-14 DT HD FT-14 DT HD https://www.myvendorlink.com/external/award?s=152500&i=481 482 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR SURE-TRAC ST8214HLOD-B-140 ST8214HLOD-B-140 https://www.myvendorlink.com/external/award?s=152500&i=482483Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Towmaster T-12HD T-12HD https://www.myvendorlink.com/external/award?s=152500&i=483 484 Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR Polar King Mobile Trailers PKM612 PKM612 https://www.myvendorlink.com/external/award?s=152500&i=484 485 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Big Tex 70PI-16 70PI-16 https://www.myvendorlink.com/external/award?s=152500&i=485486Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Mission MLS6.5X16 2.0 MLS6.5X16 2.0 https://www.myvendorlink.com/external/award?s=152500&i=486 487 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Texas Trailers UT61670GV UT61670GV https://www.myvendorlink.com/external/award?s=152500&i=487 488 Trailer: Waste Trailer with Walking Floor East Manufacturing Unloader 48FT https://www.myvendorlink.com/external/award?s=152500&i=488489Trailer: Waste Trailer with Walking Floor Mac Trailer TNSP48MF TNSP48MF https://www.myvendorlink.com/external/award?s=152500&i=489490Trailer: Waste Trailer with Walking Floor Steco AW048102 AW048102 https://www.myvendorlink.com/external/award?s=152500&i=490 491 Trailer: Waste Trailer with Walking Floor Warren Equipment Inc. WMFT-AS WMFT-AS-48102 https://www.myvendorlink.com/external/award?s=152500&i=491 493 Transfer Switch: 600 Amp Automatic Transfer Switch ASCO Series 300 Series 300 https://www.myvendorlink.com/external/award?s=152500&i=493494Transfer Switch: 600 Amp Automatic Transfer Switch Caterpillar CG CG https://www.myvendorlink.com/external/award?s=152500&i=494 495 Transfer Switch: 600 Amp Automatic Transfer Switch Generac TX/PSTS-600 TX/PSTS-600 https://www.myvendorlink.com/external/award?s=152500&i=495 496 Transfer Switch: 600 Amp Automatic Transfer Switch Thomson Auto Transfer Switch TS 870 https://www.myvendorlink.com/external/award?s=152500&i=496497Trencher: Walk Behind Trencher Vermeer RTX250 RTX250 https://www.myvendorlink.com/external/award?s=152500&i=497 498 Underground Locating Equipment: Ground Pentrating Radar US Radar Quantaum Imager Q4300 https://www.myvendorlink.com/external/award?s=152500&i=498 499 Underground Locating Equipment: Utility Locator Vermeer Verifier G-3 G-3 https://www.myvendorlink.com/external/award?s=152500&i=499500Vehicle Lift: Mobile - 2 Column, Cabled ARI-Hetra LP-10-2-AJ LP-10-2-AJ https://www.myvendorlink.com/external/award?s=152500&i=500 503 Vehicle Lift: Mobile - 2 Column, Wireless ARI-Hetra BPW-10-2-AJ BPW-10-2-AJ https://www.myvendorlink.com/external/award?s=152500&i=503 504 Vehicle Lift: Mobile - 2 Column, Wireless Challenger CLHM-190-2 CLHM-190-2 https://www.myvendorlink.com/external/award?s=152500&i=504507Vehicle Lift: Mobile - 4 Column, Cabled ARI-Hetra LP-10-4-AJ LP-10-4-AJ https://www.myvendorlink.com/external/award?s=152500&i=507 510 Vehicle Lift: Mobile - 4 Column, Wireless ARI-Hetra BPW-10-4-AJ BPW-10-4-AJ https://www.myvendorlink.com/external/award?s=152500&i=510 511 Vehicle Lift: Mobile - 4 Column, Wireless Challenger CLHM-190-4 CLHM-190-4 https://www.myvendorlink.com/external/award?s=152500&i=511514Vehicle Lift: Mobile - 6 Column, Cabled ARI-Hetra LP-10-6-AJ LP-10-6-AJ https://www.myvendorlink.com/external/award?s=152500&i=514 517 Vehicle Lift: Mobile - 6 Column, Wireless ARI-Hetra BPW-10-6-AJ BPW-10-6-AJ https://www.myvendorlink.com/external/award?s=152500&i=517 518 Vehicle Lift: Mobile - 6 Column, Wireless Challenger CLHM-190-6 CLHM-190-6 https://www.myvendorlink.com/external/award?s=152500&i=518522Vehicle Lift: Mobile - 8 Column, Wireless ARI-Hetra BPW-10-8-AJ BPW-10-8-AJ https://www.myvendorlink.com/external/award?s=152500&i=522 523 Vehicle Lift: Mobile - 8 Column, Wireless Challenger CLHM-190-8 CLHM-190-8 https://www.myvendorlink.com/external/award?s=152500&i=523 527 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Challenger CL 12-LC CL 12-LC https://www.myvendorlink.com/external/award?s=152500&i=527529Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Challenger 15000-3S 15000-3S https://www.myvendorlink.com/external/award?s=152500&i=529 531 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Challenger 18000 18000 https://www.myvendorlink.com/external/award?s=152500&i=531 533 Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k Challenger CL10V3 CL10V3 https://www.myvendorlink.com/external/award?s=152500&i=533 534 Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k Challenger AR4115XAO AR4115XAO https://www.myvendorlink.com/external/award?s=152500&i=534 536 Generator: 125kW Stationary Taylor Power Systems TD125 TD125 https://www.myvendorlink.com/external/award?s=152500&i=536 537 Generator: 150kW Mobile Taylor Power Systems TM225 TM225 https://www.myvendorlink.com/external/award?s=152500&i=537538Generator: 60kW Stationary Taylor Power Systems TD60 TD60 https://www.myvendorlink.com/external/award?s=152500&i=538 539 Generator: 500kW Stationary Taylor Power Systems TD500 TD500 https://www.myvendorlink.com/external/award?s=152500&i=539 540 Pallet Jack: Electric 4,500 lbs. Capacity Crown WP 3200 WP 3200 https://www.myvendorlink.com/external/award?s=152500&i=540541Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Felling FT-40-2 LP FT-40-2 LP https://www.myvendorlink.com/external/award?s=152500&i=541 542 Trailer: Detatchable Lowboy Trailer - 100,000 lbs. GVWR Felling XF-100-3 HDG XF-100-3 HDG https://www.myvendorlink.com/external/award?s=152500&i=542 543 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Felling FT-70-2 MX-L FT-70-2 MX-L https://www.myvendorlink.com/external/award?s=152500&i=543544Mower: Zero Turn Radius Mower Dixie Choppper Eagle 3160KW https://www.myvendorlink.com/external/award?s=152500&i=544 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Final Award Report 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 2/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:1, CanAm, Outlander, 500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $7,200.00 $7,600.00 Build Build Options Options Northern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $7,000.00 $7,300.00 Build Build Options Options Central Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $6,800.00 $7,000.00 Build Build Options Options Southern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $6,800.00 $7,000.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 3/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:2, Honda, Rubicon 520, TRX520FA5-R Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,950.00 $9,980.00 $10,419.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,650.00 $9,680.00 $10,419.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,350.00 $9,380.00 $10,019.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,350.00 $9,380.00 $10,419.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 4/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:3, Polaris, Sportsman 570 EFI, A24SEA57A1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC $8,100.00 $8,100.00 $8,130.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,800.00 $7,830.00 $7,860.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,500.00 $7,530.00 $7,560.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,500.00 $7,530.00 $7,560.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 5/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:4, Suzuki, KingQuad 400 ASI, LT-A400FM3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,900.00 $6,930.00 $7,100.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,600.00 $6,630.00 $7,100.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $6,900.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $7,100.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 6/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:5, Yamaha, Kodiac 450, YFM45KDXPG Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,900.00 $7,200.00 $7,230.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,700.00 $6,900.00 $6,930.00 Build Build Build Options Options Options Central Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,500.00 $6,600.00 $6,630.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,500.00 $6,600.00 $6,630.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 7/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:6, Honda, RANCHER 420 ATV, RANCHER 420 ATV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,919.00 $8,850.00 $8,880.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,919.00 $8,550.00 $8,580.00 Build Build Build Options Options Options Central Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,619.00 $8,250.00 $8,280.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,919.00 $8,250.00 $8,280.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 8/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:7, Polaris, SPORTSMAN 450 ATV, SPORTSMAN 450 ATV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,200.00 $7,230.00 $7,260.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $6,900.00 $6,930.00 $6,960.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $6,600.00 $6,630.00 $6,660.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $6,600.00 $6,630.00 $6,660.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 9/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:8, Suzuki, KING QUAD 400 ATV, KING QUAD 400 ATV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,900.00 $6,930.00 $7,100.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,600.00 $6,630.00 $7,100.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $6,900.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $7,100.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 10/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:10, Columbia, Utilitruck, Utilitruck Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $18,455.00 Build Options Northern Primary Texas Trailers Sales and Service $17,690.00 Build Options Central Primary Texas Trailers Sales and Service $17,970.00 Build Options Southern Primary Texas Trailers Sales and Service $18,520.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 11/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:11, Greenworks, CU400 Series, CU400W-HD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $14,850.00 Build Options Northern Primary Carswell Distributing Company $14,850.00 Build Options Central Primary Carswell Distributing Company $14,850.00 Build Options Southern Primary Carswell Distributing Company $14,850.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 12/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:12, Greenworks, CU500 Series, CU500-SB Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $18,000.00 Build Options Northern Primary Carswell Distributing Company $18,000.00 Build Options Central Primary Carswell Distributing Company $18,000.00 Build Options Southern Primary Carswell Distributing Company $18,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 13/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:13, Greenworks, CU800 Series, CU800-SB Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $26,100.00 Build Options Northern Primary Carswell Distributing Company $26,100.00 Build Options Central Primary Carswell Distributing Company $26,100.00 Build Options Southern Primary Carswell Distributing Company $26,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 14/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:14, Bobcat, UW56, UW56 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $63,516.00 Build Options Northern Primary Clark Equipment Company $63,516.00 Build Options Central Primary Clark Equipment Company $63,516.00 Build Options Southern Primary Clark Equipment Company $63,516.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 15/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:15, Bobcat, UV34, UV34 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $15,637.00 Build Options Northern Primary Clark Equipment Company $15,637.00 Build Options Central Primary Clark Equipment Company $15,637.00 Build Options Southern Primary Clark Equipment Company $15,637.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 16/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:16, CanAm, Defender, HD7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $12,200.00 $12,900.00 Build Build Options Options Northern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $12,000.00 $12,600.00 Build Build Options Options Central Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $11,800.00 $12,300.00 Build Build Options Options Southern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $11,800.00 $12,300.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 17/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:19, Honda, Pioneer 700, SXS700M2M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $12,450.00 $12,480.00 $13,600.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $12,150.00 $12,180.00 $13,600.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $11,850.00 $11,880.00 $13,100.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $11,850.00 $11,880.00 $13,600.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 18/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:20, John Deere, Gator, HPX615E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $13,900.00 Build Options Southern Primary EFE, INC $13,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 19/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:21, Kawasaki, Mule 4x4, 4010 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,400.00 $12,100.00 Build Build Options Options Northern Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,200.00 $11,800.00 Build Build Options Options Central Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,000.00 $11,500.00 Build Build Options Options Southern Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,000.00 $11,500.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 20/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:22, Kubota, Diesel, RTVX900 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$14,525.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $14,025.00 $14,296.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $14,025.00 $14,296.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $14,225.00 $14,296.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 21/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:23, Polaris, Ranger SP 570, R24MAA57B1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,868.00 $11,800.00 $11,830.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,668.00 $11,500.00 $11,530.00 Build Build Build Options Options Options Central Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,468.00 $11,200.00 $11,230.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,468.00 $11,200.00 $11,230.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 22/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:24, Yamaha, Viking, YXM70BPAP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc McKibben Motorsports LP, Inc $15,300.00 $15,400.00 $15,430.00 Build Build Build Options Options Options Northern Primary Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc McKibben Motorsports LP, Inc $15,100.00 $15,100.00 $15,130.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Ameri-Recreational Sports, LLC $14,800.00 $14,830.00 $14,900.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Ameri-Recreational Sports, LLC $14,800.00 $14,830.00 $14,900.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 23/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:25, American Landmaster, TRAIL CRUISER, TRAIL CRUISER Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Love Power Equipment, Inc $8,300.00 Build Options Northern Primary Love Power Equipment, Inc $8,200.00 Build Options Central Primary Love Power Equipment, Inc $7,999.00 Build Options Southern Primary Love Power Equipment, Inc $8,200.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 24/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:26, Honda, PIONEER 520, PIONEER 520 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $10,550.00 $10,580.00 Build Build Options Options Northern Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $10,250.00 $10,280.00 Build Build Options Options Central Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $9,950.00 $9,980.00 Build Build Options Options Southern Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $9,950.00 $9,980.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 25/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:27, Polaris, PRO XD MIDSIZE GAS COMMERCIAL, PRO XD MIDSIZE GAS COMMERCIAL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Love Power Equipment, Inc McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $13,799.00 $14,150.00 $14,180.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Love Power Equipment, Inc McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $13,799.00 $13,850.00 $13,880.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC Love Power Equipment, Inc $13,550.00 $13,580.00 $13,599.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC McKibben Motorsports LP, Inc $13,550.00 $13,580.00 $13,610.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 26/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:30, Caterpillar, D6, D6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $468,680.00 Build Options Northern Primary Ring Power Corporation $468,680.00 Build Options Central Primary Ring Power Corporation $468,680.00 Build Options Southern Primary Kelly Tractor Co $459,303.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 27/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:31, John Deere, 850L, 850L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $414,900.00 Build Options Northern Primary Dobbs Equipment, LLC $414,900.00 Build Options Central Primary Dobbs Equipment, LLC $405,900.00 Build Options Southern Primary Dobbs Equipment, LLC $405,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 28/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:33, Case, 2050M, 2050M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options Central Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 29/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:34, Liebherr, PR736, PR736 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 30/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 70hp Item:35, Caterpillar, D1, D1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $123,085.00 Build Options Northern Primary Ring Power Corporation $123,085.00 Build Options Central Primary Ring Power Corporation $123,085.00 Build Options Southern Primary Kelly Tractor Co $118,446.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 31/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 70hp Item:36, John Deere, 450P, 450P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $131,900.00 Build Options Northern Primary Dobbs Equipment, LLC $131,900.00 Build Options Central Primary Dobbs Equipment, LLC $129,250.00 Build Options Southern Primary Dobbs Equipment, LLC $129,250.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 32/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 70hp Item:37, Case, 650M, 650M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options Central Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 33/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 90hp Item:38, Caterpillar, D2, D2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $145,706.00 Build Options Northern Primary Ring Power Corporation $145,706.00 Build Options Central Primary Ring Power Corporation $145,706.00 Build Options Southern Primary Kelly Tractor Co $141,107.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 34/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 90hp Item:39, John Deere, 550P, 550P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $162,800.00 Build Options Northern Primary Dobbs Equipment, LLC $162,800.00 Build Options Central Primary Dobbs Equipment, LLC $158,995.00 Build Options Southern Primary Dobbs Equipment, LLC $158,995.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 35/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 90hp Item:41, Case, 850M, 850M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options Central Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 36/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Chipper: Brush Chipper Item:44, Vermeer, BC1500, BC1500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $91,087.00 Build Options Northern Primary Vermeer Southeast Sales $91,087.00 Build Options Central Primary Vermeer Southeast Sales $91,087.00 Build Options Southern Primary Vermeer Southeast Sales $91,087.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 37/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:46, Bomag, BC773RB-5, BC773RB-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $810,750.00 Build Options Northern Primary Linder Industrial Machinery $810,750.00 Build Options Central Primary Linder Industrial Machinery $810,750.00 Build Options Southern Primary Linder Industrial Machinery $810,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 38/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:47, Caterpillar, 826, 826 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $920,460.00 Build Options Northern Primary Ring Power Corporation $920,460.00 Build Options Central Primary Ring Power Corporation $920,460.00 Build Options Southern Primary Kelly Tractor Co $916,020.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 39/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:48, Tana, H380, H380 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options Northern Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options Central Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options Southern Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 40/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:49, Volvo, LC450H, LC450H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 41/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:50, Atlas Copco, XAS 188 T4F, XAS 188 T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $28,505.00 Build Options Northern Primary Ring Power Corporation $28,505.00 Build Options Central Primary Ring Power Corporation $28,505.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 42/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:51, Doosan, P185/HP185WDO-T4F, P185/HP185WDO-T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $25,898.00 Build Options Northern Primary Clark Equipment Company $25,898.00 Build Options Central Primary Clark Equipment Company $25,898.00 Build Options Southern Primary Clark Equipment Company $25,898.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 43/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:52, MULTIQUIP, DIS185SSI4F, DIS185SSI4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $31,549.00 Build Options Northern Primary Federal Contracts Corp $31,549.00 Build Options Central Primary Federal Contracts Corp $31,549.00 Build Options Southern Primary Federal Contracts Corp $31,549.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 44/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:53, Sullair, 185 T4F, 185 T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $32,583.00 Build Options Northern Primary Ring Power Corporation $32,583.00 Build Options Central Primary Ring Power Corporation $32,583.00 Build Options Southern Primary Kelly Tractor Co $31,001.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 45/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:54, Sullivan Palatek, D185P, D185P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $31,735.00 Build Options Southern Primary Kelly Tractor Co $31,735.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 46/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:55, Chicago Pneumatic, CPS185-100 Trailer Mounted Compressor, CPS185-100 Trailer Mounted Compressor Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options Central Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 47/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:56, Bell, B25E, B25E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $441,878.00 Build Options Northern Primary National Equipment Dealers, LLC $441,878.00 Build Options Central Primary National Equipment Dealers, LLC $441,878.00 Build Options Southern Primary National Equipment Dealers, LLC $441,878.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 48/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:57, Caterpillar, 725, 725 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $479,250.00 Build Options Northern Primary Ring Power Corporation $479,250.00 Build Options Central Primary Ring Power Corporation $479,250.00 Build Options Southern Primary Kelly Tractor Co $471,091.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 49/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:58, DEVELON, DA30-5, DA30-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options Central Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 50/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:59, John Deere, 260P, 260P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $466,200.00 Build Options Northern Primary Dobbs Equipment, LLC $466,200.00 Build Options Central Primary Dobbs Equipment, LLC $455,900.00 Build Options Southern Primary Dobbs Equipment, LLC $455,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 51/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:61, Volvo, A25G, A25G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 52/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:62, Rokbak, RA30 DumpTruck, RA30 DumpTruck Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options Central Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 53/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:63, Liebherr, TA230, TA230 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 54/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: All Terrain Walking Excavator Item:64, Kaiser, S8, S8 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 55/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: All Terrain Walking Excavator Item:65, Menzi, Muck, M4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Menzi USA Sales, INC.$367,555.00 Build Options Northern Primary Menzi USA Sales, INC.$367,555.00 Build Options Central Primary Menzi USA Sales, INC.$367,555.00 Build Options Southern Primary Menzi USA Sales, INC.$367,555.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 56/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:66, Bobcat, E88, E88 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $100,426.00 Build Options Northern Primary Clark Equipment Company $100,426.00 Build Options Central Primary Clark Equipment Company $100,426.00 Build Options Southern Primary Clark Equipment Company $100,426.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 57/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:68, Caterpillar, 308, 308 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $140,117.00 Build Options Northern Primary Ring Power Corporation $140,117.00 Build Options Central Primary Ring Power Corporation $140,117.00 Build Options Southern Primary Kelly Tractor Co $131,537.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 58/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:69, DEVELON, DX89R-7, DX89R-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options Central Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 59/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:70, Hitachi, ZX75US, ZX75US Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 60/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:71, Hyundai, R80CR-9A, R80CR-9A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $134,713.00 Build Options Northern Primary National Equipment Dealers, LLC $134,713.00 Build Options Central Primary National Equipment Dealers, LLC $134,713.00 Build Options Southern Primary National Equipment Dealers, LLC $134,713.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 61/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:72, John Deere, 75P, 75P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $115,150.00 Build Options Northern Primary Dobbs Equipment, LLC $115,150.00 Build Options Central Primary Dobbs Equipment, LLC $112,850.00 Build Options Southern Primary Dobbs Equipment, LLC $112,850.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 62/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:75, Kubota, KX080-4S, KX080-4S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$88,648.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $88,298.00 $93,243.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $88,148.00 $93,243.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $88,348.00 $93,243.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 63/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:76, Link-Belt, 75X3, 75X3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 64/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:77, Takeuchi, TB290, TB290 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 65/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:78, Volvo, ECR88D, ECR88D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 66/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:79, Case, CX80C, CX80C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options Central Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 67/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:80, Yanmar, V1080-1A, V1080-1A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $113,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 68/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:81, Mecalac, 8MCR, 8MCR Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options Central Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 69/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:82, Caterpillar, 317 GC, 317 GC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $211,678.00 Build Options Northern Primary Ring Power Corporation $211,678.00 Build Options Central Primary Ring Power Corporation $211,678.00 Build Options Southern Primary Kelly Tractor Co $207,182.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 70/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:83, DEVELON, DX180LC-5, DX180LC-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options Central Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 71/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:84, Hitachi, ZX160LC, ZX160LC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 72/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:85, Hyundai, HX160AL, HX160AL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $202,990.00 Build Options Northern Primary National Equipment Dealers, LLC $203.00 Build Options Central Primary National Equipment Dealers, LLC $202,990.00 Build Options Southern Primary National Equipment Dealers, LLC $202,990.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 73/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:86, John Deere, 160P, 160P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $207,150.00 Build Options Northern Primary Dobbs Equipment, LLC $207,150.00 Build Options Central Primary Dobbs Equipment, LLC $202,650.00 Build Options Southern Primary Dobbs Equipment, LLC $202,650.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 74/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:89, Link-Belt, 160X4, 160X4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 75/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:90, Volvo, EC160E, EC160E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 76/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:91, Case, CX170E, CX170E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options Central Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 77/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:92, Bobcat, E165, E165 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $174,573.00 Build Options Northern Primary Clark Equipment Company $174,573.00 Build Options Central Primary Clark Equipment Company $174,573.00 Build Options Southern Primary Clark Equipment Company $174,573.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 78/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:93, Liebherr, R920, R920 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 79/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:94, Caterpillar, 336, 336 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $374,613.00 Build Options Northern Primary Ring Power Corporation $374,613.00 Build Options Central Primary Ring Power Corporation $374,613.00 Build Options Southern Primary Kelly Tractor Co $360,293.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 80/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:95, DEVELON, DX350LC-7, DX350LC-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options Central Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 81/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:96, Hitachi, ZX350LC, ZX350LC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 82/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:97, Hyundai, HX330AL, HX330AL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $365,575.00 Build Options Northern Primary National Equipment Dealers, LLC $365,575.00 Build Options Central Primary National Equipment Dealers, LLC $365,575.00 Build Options Southern Primary National Equipment Dealers, LLC $365,575.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 83/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:98, John Deere, 350P, 350P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $355,750.00 Build Options Northern Primary Dobbs Equipment, LLC $355,750.00 Build Options Central Primary Dobbs Equipment, LLC $348,500.00 Build Options Southern Primary Dobbs Equipment, LLC $348,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 84/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:101, Link-Belt, 350X4, 350X4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 85/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:102, Volvo, EC350 E, EC350 E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 86/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:103, Case, CX350D, CX350D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options Central Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 87/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:104, Hitachi, ZX350, ZX350 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 88/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:105, Liebherr, R934, R934 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 89/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:106, Bobcat, E32, E32 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $42,535.00 Build Options Northern Primary Clark Equipment Company $42,535.00 Build Options Central Primary Clark Equipment Company $42,535.00 Build Options Southern Primary Clark Equipment Company $42,535.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 90/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:107, Caterpillar, 303, 303 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,554.00 Build Options Northern Primary Ring Power Corporation $51,554.00 Build Options Central Primary Ring Power Corporation $51,554.00 Build Options Southern Primary Kelly Tractor Co $50,499.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 91/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:108, DEVELON, DX35Z-7, DX35Z-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options Central Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 92/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:109, Hitachi, ZX35-U, ZX35-U Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 93/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:110, Hyundai, R35Z-9A, R35Z-9A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $56,421.00 Build Options Northern Primary National Equipment Dealers, LLC $56,421.00 Build Options Central Primary National Equipment Dealers, LLC $56,421.00 Build Options Southern Primary National Equipment Dealers, LLC $56,421.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 94/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:111, John Deere, 35P, 35P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $55,600.00 Build Options Northern Primary Dobbs Equipment, LLC $55,600.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $49,000.00 $54,350.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $49,000.00 $54,350.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 95/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:114, Kubota, U35-4, U35-4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$35,811.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $35,561.00 $38,801.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $35,411.00 $38,801.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $35,711.00 $38,801.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 96/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:115, Takeuchi, TB240, TB240 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 97/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:116, Volvo, EC37F, EC37F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 98/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:117, Yanmar, Vi035-6A, Vi035-6A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $55,246.00 Build Options Northern Primary Vermeer Southeast Sales $55,246.00 Build Options Central Primary Vermeer Southeast Sales $55,246.00 Build Options Southern Primary Alternate Alta Construction Equipment Florida, LLC Vermeer Southeast Sales $51,000.00 $55,246.00 Build Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 99/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:118, Case, CX37C, CX37C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options Central Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 100/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type Item:119, Gradall, XL4200, XL4200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 101/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type Item:120, Gradall, XL4100, XL4100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 102/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Vacuum Excavator - Trailer Mounted Item:123, Vermeer, LP873SDT, LP873SDT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $116,224.00 Build Options Northern Primary Vermeer Southeast Sales $116,224.00 Build Options Central Primary Vermeer Southeast Sales $116,224.00 Build Options Southern Primary Vermeer Southeast Sales $116,224.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 103/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Vacuum Excavator - Trailer Mounted Item:125, Truvac, TRXX, TRXX 800 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$150,218.00 Build Options Northern Primary Environmental Products Group, Inc.$150,218.00 Build Options Central Primary Environmental Products Group, Inc.$150,218.00 Build Options Southern Primary Environmental Products Group, Inc.$150,218.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 104/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:126, Caterpillar, M318, M318 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $296,083.00 Build Options Northern Primary Ring Power Corporation $296,083.00 Build Options Central Primary Ring Power Corporation $296,083.00 Build Options Southern Primary Kelly Tractor Co $289,744.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 105/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:127, DEVELON, DX210W-7, DX210W-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options Central Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 106/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:129, John Deere, 190 GW, 190 GW Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $284,500.00 Build Options Northern Primary Dobbs Equipment, LLC $284,500.00 Build Options Central Primary Dobbs Equipment, LLC $279,500.00 Build Options Southern Primary Dobbs Equipment, LLC $279,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 107/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:130, Volvo, EW180E, EW180E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 108/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:131, Case, WX210E, WX21OE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options Central Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 109/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:132, Liebherr, A920, A920 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 110/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:133, Caterpillar, 2CC4000, 2CC4000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $45,844.00 Build Options Northern Primary Ring Power Corporation $45,844.00 Build Options Central Primary Ring Power Corporation $45,844.00 Build Options Southern Primary Kelly Tractor Co $31,470.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 111/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:134, Crown, CGC20SC-9, CGC20SC-9 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $57,612.00 Build Options Northern Primary Federal Contracts Corp $57,612.00 Build Options Central Primary Federal Contracts Corp $57,612.00 Build Options Southern Primary Federal Contracts Corp $57,612.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 112/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:135, Mitsubishi, FGC20CN, FGC20CN Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $41,923.00 Build Options Northern Primary Ring Power Corporation $41,923.00 Build Options Central Primary Ring Power Corporation $41,923.00 Build Options Southern Primary Kelly Tractor Co $28,915.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 113/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:136, Toyota, 50-8FGCU20, 50-8FGCU20 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $29,373.00 Build Options Northern Primary Southern States ToyotaLift $29,373.00 Build Options Central Primary Southern States ToyotaLift $29,373.00 Build Options Southern Primary Southern States ToyotaLift $29,373.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 114/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:137, Clark, S20C, S20C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Lift Truck Service $32,609.00 Build Options Northern Primary National Lift Truck Service $32,609.00 Build Options Central Primary National Lift Truck Service $32,609.00 Build Options Southern Primary National Lift Truck Service $32,609.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 115/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:138, Hangcha, FP20C, CPYD20-XW71B1-C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Duke Equipment, Inc $27,995.00 Build Options Northern Primary Duke Equipment, Inc $27,995.00 Build Options Central Primary Alternate National Lift Truck Service Duke Equipment, Inc $26,143.00 $27,995.00 Build Build Options Options Southern Primary Alternate National Lift Truck Service Duke Equipment, Inc $26,143.00 $27,995.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 116/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:139, Hyundai, 25LC-9, 25LC-9 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Lift Truck Service $28,916.00 Build Options Northern Primary National Lift Truck Service $28,916.00 Build Options Central Primary National Lift Truck Service $28,916.00 Build Options Southern Primary National Lift Truck Service $28,916.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 117/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:140, Case, 586H, 586H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options Central Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 118/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:141, Harlo, HP5000, HP5000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $106,950.00 Build Options Northern Primary Dobbs Equipment, LLC $106,950.00 Build Options Central Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $106,950.00 $126,302.00 Build Build Options Options Southern Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $106,950.00 $126,302.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 119/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:142, Master Craft, MC Series, MC-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $112,553.00 Build Options Northern Primary Ring Power Corporation $112,553.00 Build Options Central Primary Ring Power Corporation $112,553.00 Build Options Southern Primary Kelly Tractor Co $117,875.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 120/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:143, Manitou, M30-4, M30-4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $112,414.00 Build Options Northern Primary National Equipment Dealers, LLC $112,414.00 Build Options Central Primary National Equipment Dealers, LLC $112,414.00 Build Options Southern Primary National Equipment Dealers, LLC $112,414.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 121/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:144, Bobcat, TL723, TL723 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $105,454.00 Build Options Northern Primary Clark Equipment Company $105,454.00 Build Options Central Primary Clark Equipment Company $105,454.00 Build Options Southern Primary Clark Equipment Company $105,454.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 122/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:145, Caterpillar, TL642, TL642 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $171,258.00 Build Options Northern Primary Ring Power Corporation $171,258.00 Build Options Central Primary Ring Power Corporation $171,258.00 Build Options Southern Primary Kelly Tractor Co $183,795.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 123/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:147, Manitou, MTA8044, MTA8044 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $173,353.00 Build Options Northern Primary National Equipment Dealers, LLC $173,353.00 Build Options Central Primary National Equipment Dealers, LLC $173,353.00 Build Options Southern Primary National Equipment Dealers, LLC $173,353.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 124/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:148, Xtreme, XR843-B, XR843-B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Southern States ToyotaLift National Lift Truck Service $186,995.00 $203,655.00 Build Build Options Options Northern Primary Alternate Southern States ToyotaLift National Lift Truck Service $186,995.00 $203,655.00 Build Build Options Options Central Primary Alternate Alternate Southern States ToyotaLift National Lift Truck Service Kelly Tractor Co $186,995.00 $203,655.00 $232,387.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Southern States ToyotaLift National Lift Truck Service Kelly Tractor Co $186,995.00 $203,655.00 $232,387.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 125/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:149, Snorkel, SR9244, SR9244 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options Northern Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options Central Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options Southern Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 126/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:150, AKSA, APD-ULJ125, APD-ULJ125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $55,100.00 Build Options Northern Primary Genserve LLC $55,100.00 Build Options Central Primary Genserve LLC $55,100.00 Build Options Southern Primary Genserve LLC $55,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 127/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:151, Blue Star Power Systems, JD125-02, JD125-02 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $47,430.00 Build Options Northern Primary Mid Florida Diesel, Inc $47,430.00 Build Options Central Primary Mid Florida Diesel, Inc $47,430.00 Build Options Southern Primary Mid Florida Diesel, Inc $47,430.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 128/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:152, Caterpillar, D125, D125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $72,620.00 Build Options Northern Primary Ring Power Corporation $72,620.00 Build Options Central Primary Ring Power Corporation $72,620.00 Build Options Southern Primary Pantropic Power $73,207.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 129/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:153, Generac, SD130, SD130 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $45,650.00 Build Options Northern Primary ACF Standby Systems $45,650.00 Build Options Central Primary ACF Standby Systems $45,650.00 Build Options Southern Primary Genset Services, Inc.$40,472.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 130/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:154, Gillette, SPJD-1250, SPJD-1250 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $62,400.00 Build Options Northern Primary Genserve LLC $62,400.00 Build Options Central Primary Genserve LLC $62,400.00 Build Options Southern Primary Genserve LLC $62,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 131/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:155, Tradewinds, T125, T125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$82,627.00 Build Options Northern Primary Tradewinds Power Corp.$82,627.00 Build Options Central Primary Tradewinds Power Corp.$82,627.00 Build Options Southern Primary Tradewinds Power Corp.$82,627.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 132/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:536, Taylor Power Systems, TD125, TD125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$51,200.00 Build Options Northern Primary Taylor Power Systems, Inc.$51,200.00 Build Options Central Primary Taylor Power Systems, Inc.$51,200.00 Build Options Southern Primary Taylor Power Systems, Inc.$51,200.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 133/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:157, Blue Star Power Systems, VD150-02FT4MP, VD150-02FT4MP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $130,400.00 Build Options Northern Primary Mid Florida Diesel, Inc $130,400.00 Build Options Central Primary Mid Florida Diesel, Inc $130,400.00 Build Options Southern Primary Mid Florida Diesel, Inc $130,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 134/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:158, Doosan, G190WCU-3A-T4F, G190WCU-3A-T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $119,782.00 Build Options Northern Primary Clark Equipment Company $119,782.00 Build Options Central Primary Clark Equipment Company $119,782.00 Build Options Southern Primary Clark Equipment Company $119,782.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 135/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:159, Generac/Magnum, MDG175DF4, MDG175DF4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $103,150.00 Build Options Northern Primary ACF Standby Systems $103,150.00 Build Options Central Primary ACF Standby Systems $103,150.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 136/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:160, MULTIQUIP, DCA180SSJU4F3, DCA180SSJU4F3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $150,746.00 Build Options Northern Primary Federal Contracts Corp $150,746.00 Build Options Central Primary Federal Contracts Corp $150,746.00 Build Options Southern Primary Federal Contracts Corp $150,746.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 137/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:162, Tradewinds, TM150, TM150 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$162,283.00 Build Options Northern Primary Tradewinds Power Corp.$162,283.00 Build Options Central Primary Tradewinds Power Corp.$162,283.00 Build Options Southern Primary Tradewinds Power Corp.$162,283.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 138/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:163, Wacker Neuson, G180, G180 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $169,460.00 Build Options Southern Primary Kelly Tractor Co $169,460.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 139/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:537, Taylor Power Systems, TM225, TM225 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$111,100.00 Build Options Northern Primary Taylor Power Systems, Inc.$111,100.00 Build Options Central Primary Taylor Power Systems, Inc.$111,100.00 Build Options Southern Primary Taylor Power Systems, Inc.$111,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 140/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:164, Blue Star Generator, VD550-02FT4MP, VD550-02FT4MP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $284,980.00 Build Options Northern Primary Mid Florida Diesel, Inc $284,980.00 Build Options Central Primary Mid Florida Diesel, Inc $284,980.00 Build Options Southern Primary Mid Florida Diesel, Inc $284,980.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 141/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:165, Caterpillar, XQ570, XQ570 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $539,980.00 Build Options Northern Primary Ring Power Corporation $539,980.00 Build Options Central Primary Ring Power Corporation $539,980.00 Build Options Southern Primary Pantropic Power $467,110.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 142/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:166, Tradewinds, TM500, TM500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$357,308.00 Build Options Northern Primary Tradewinds Power Corp.$357,308.00 Build Options Central Primary Tradewinds Power Corp.$357,308.00 Build Options Southern Primary Tradewinds Power Corp.$357,308.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 143/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:167, Generac, 570KVA, MDE570P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $254,875.00 Build Options Northern Primary ACF Standby Systems $254,875.00 Build Options Central Primary ACF Standby Systems $254,875.00 Build Options Southern Primary Genset Services, Inc.$219,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 144/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:168, HiPower, HRVW625T4F, HRVW625T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $253,500.00 Build Options Northern Primary Genserve LLC $253,500.00 Build Options Central Primary Genserve LLC $253,500.00 Build Options Southern Primary Genserve LLC $253,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 145/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:169, TechnoGen, VO630TSX, VO630TSX Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $306,300.00 Build Options Northern Primary Genserve LLC $306,300.00 Build Options Central Primary Genserve LLC $306,300.00 Build Options Southern Primary Genserve LLC $306,300.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 146/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:170, AKSA, ADP-EPA-V550T4, ADP-EPA-V550T4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Zabatt Engine Services, Inc.$242,192.00 Build Options Northern Primary Zabatt Engine Services, Inc.$242,192.00 Build Options Central Primary Zabatt Engine Services, Inc.$242,192.00 Build Options Southern Primary Zabatt Engine Services, Inc.$242,192.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 147/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:171, AKSA, APD-ULJ500, APD-ULJ500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $137,400.00 Build Options Northern Primary Genserve LLC $137,400.00 Build Options Central Primary Genserve LLC $137,400.00 Build Options Southern Primary Genserve LLC $137,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 148/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:172, Blue Star Generator, VD500-01, VD500-01 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $127,480.00 Build Options Northern Primary Mid Florida Diesel, Inc $127,480.00 Build Options Central Primary Mid Florida Diesel, Inc $127,480.00 Build Options Southern Primary Mid Florida Diesel, Inc $127,480.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 149/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:173, Caterpillar, C15, C15 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $202,890.00 Build Options Northern Primary Ring Power Corporation $202,890.00 Build Options Central Primary Ring Power Corporation $202,890.00 Build Options Southern Primary Pantropic Power $197,756.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 150/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:174, Generac, SD500, SD500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $133,500.00 Build Options Northern Primary ACF Standby Systems $133,500.00 Build Options Central Primary ACF Standby Systems $133,500.00 Build Options Southern Primary Genset Services, Inc.$108,221.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 151/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:175, Gillette, SPVD-5000, SPVD-5000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $126,200.00 Build Options Northern Primary Genserve LLC $126,200.00 Build Options Central Primary Genserve LLC $126,200.00 Build Options Southern Primary Genserve LLC $126,200.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 152/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:176, Tradewinds, T500, T500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$159,741.00 Build Options Northern Primary Tradewinds Power Corp.$159,741.00 Build Options Central Primary Tradewinds Power Corp.$159,741.00 Build Options Southern Primary Tradewinds Power Corp.$159,741.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 153/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:178, IGSA, GSVL20500S, GSVL20500S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $117,600.00 Build Options Northern Primary Genserve LLC $117,600.00 Build Options Central Primary Genserve LLC $117,600.00 Build Options Southern Primary Genserve LLC $117,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 154/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:539, Taylor Power Systems, TD500, TD500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$108,100.00 Build Northern Primary Taylor Power Systems, Inc.$108,100.00 Build Central Primary Taylor Power Systems, Inc.$108,100.00 Build Southern Primary Taylor Power Systems, Inc.$108,100.00 Build 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 155/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:180, AKSA, APD-ULJ65, APD-ULJ65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $37,600.00 Build Options Northern Primary Genserve LLC $37,600.00 Build Options Central Primary Genserve LLC $37,600.00 Build Options Southern Primary Genserve LLC $37,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 156/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:181, Blue Star, JD60-02, JD60-02 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $38,270.00 Build Options Northern Primary Mid Florida Diesel, Inc $38,270.00 Build Options Central Primary Mid Florida Diesel, Inc $38,270.00 Build Options Southern Primary Mid Florida Diesel, Inc $38,270.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 157/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:182, Gillette, SPD-600, SPD-600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $41,500.00 Build Options Northern Primary Genserve LLC $41,500.00 Build Options Central Primary Genserve LLC $41,500.00 Build Options Southern Primary Genserve LLC $41,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 158/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:183, IGSA, GSJD30060-UL, GSJD30060-UL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $38,700.00 Build Options Northern Primary Genserve LLC $38,700.00 Build Options Central Primary Genserve LLC $38,700.00 Build Options Southern Primary Genserve LLC $38,700.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 159/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:184, Caterpillar, D60, D60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $44,100.00 Build Options Northern Primary Ring Power Corporation $44,100.00 Build Options Central Primary Ring Power Corporation $44,100.00 Build Options Southern Primary Pantropic Power $47,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 160/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:185, Tradewinds, T60, T60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$55,991.00 Build Options Northern Primary Tradewinds Power Corp.$55,991.00 Build Options Central Primary Tradewinds Power Corp.$55,991.00 Build Options Southern Primary Tradewinds Power Corp.$55,991.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 161/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:538, Taylor Power Systems, TD60, TD60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$36,600.00 Build Northern Primary Taylor Power Systems, Inc.$36,600.00 Build Central Primary Taylor Power Systems, Inc.$36,600.00 Build Southern Primary Taylor Power Systems, Inc.$36,600.00 Build 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 162/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:188, IGSA, GSJD30125S, GSJD30125S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $49,100.00 Build Options Northern Primary Genserve LLC $49,100.00 Build Options Central Primary Genserve LLC $49,100.00 Build Options Southern Primary Genserve LLC $49,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 163/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:190, Caterpillar, XQ230, XQ230 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $198,320.00 Build Options Northern Primary Ring Power Corporation $198,320.00 Build Options Central Primary Ring Power Corporation $198,320.00 Build Options Southern Primary Pantropic Power $189,841.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 164/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:191, AKSA, ADP-EPA-J170T4, ADP-EPA-J170T4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $118,600.00 Build Options Northern Primary Genserve LLC $118,600.00 Build Options Central Primary Genserve LLC $118,600.00 Build Options Southern Primary Genserve LLC $118,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 165/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:192, Blue Star, VD150‐02FT4MP, VD150‐02FT4MP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $130,400.00 Build Options Northern Primary Mid Florida Diesel, Inc $130,400.00 Build Options Central Primary Mid Florida Diesel, Inc $130,400.00 Build Options Southern Primary Mid Florida Diesel, Inc $130,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 166/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:193, HiPower, HRJW190T4F, HRJW190T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $114,400.00 Build Options Northern Primary Genserve LLC $114,400.00 Build Options Central Primary Genserve LLC $114,400.00 Build Options Southern Primary Genserve LLC $114,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 167/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Horizontal Directional Drill Item:194, Vermeer, D24X40 S3, D24X40 S3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $386,826.00 Build Options Northern Primary Vermeer Southeast Sales $386,826.00 Build Options Central Primary Vermeer Southeast Sales $386,826.00 Build Options Southern Primary Vermeer Southeast Sales $386,826.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 168/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Leaf Collector: Trailer Mounted Item:195, Bonnell, Spartan, Leaf Pro - Trailer Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 169/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Leaf Collector: Trailer Mounted Item:196, ODB, DCL800TM, DCL800TM Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$160,016.00 Build Options Northern Primary Environmental Products Group, Inc.$160,016.00 Build Options Central Primary Environmental Products Group, Inc.$160,016.00 Build Options Southern Primary Environmental Products Group, Inc.$160,016.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 170/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Lift: Scissor Lift - Self Propelled Item:197, Genie, GS-1932, GS-1932 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $15,731.00 Build Options Northern Primary Ring Power Corporation $15,731.00 Build Options Central Primary Ring Power Corporation $15,731.00 Build Options Southern Primary Kelly Tractor Co $15,768.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 171/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Lift: Scissor Lift - Self Propelled Item:198, JLG, JLG ES1932, JLG ES1932 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $18,545.00 Build Options Southern Primary Kelly Tractor Co $18,545.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 172/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Lift: Scissor Lift - Self Propelled Item:199, Snorkel, S321, S3219E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options Northern Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options Central Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options Southern Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 173/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Hybrid Light Tower Item:201, Signal Power, HT444PC, HT444PC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $38,370.00 Build Options Northern Primary Federal Contracts Corp $38,370.00 Build Options Central Primary Federal Contracts Corp $38,370.00 Build Options Southern Primary Federal Contracts Corp $38,370.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 174/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:203, Doosan, LCV6WKUB-60HZ-T4F, LCV6WKUB-60HZ-T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $12,664.00 Build Options Northern Primary Clark Equipment Company $12,664.00 Build Options Central Primary Clark Equipment Company $12,664.00 Build Options Southern Primary Clark Equipment Company $12,664.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 175/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:204, Generac, MLT4060, MLT4060 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $16,460.00 Build Options Northern Primary ACF Standby Systems $16,460.00 Build Options Central Primary ACF Standby Systems $16,460.00 Build Options Southern Primary Genset Services, Inc.$13,612.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 176/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:205, Wacker Neuson, LTV6L, LTV6L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $13,889.00 Build Options Southern Primary Kelly Tractor Co $13,889.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 177/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:206, Wanco, WLT-4MK6K, WLT-4MK6K Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Striping Service and Supply, LLC. Tradewinds Power Corp. Jet-Vac Equipment Company, LLC $13,550.00 $13,651.00 $15,794.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Striping Service and Supply, LLC. Tradewinds Power Corp. Jet-Vac Equipment Company, LLC $13,550.00 $13,651.00 $15,794.00 Build Build Build Options Options Options Central Primary Alternate Alternate Striping Service and Supply, LLC. Tradewinds Power Corp. Jet-Vac Equipment Company, LLC $13,550.00 $13,651.00 $15,794.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Tradewinds Power Corp. Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $13,651.00 $13,850.00 $15,794.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 178/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Loader Backhoe - 4x4 Item:207, Caterpillar, 416, 416 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $96,799.00 Build Options Northern Primary Ring Power Corporation $96,799.00 Build Options Central Primary Ring Power Corporation $96,799.00 Build Options Southern Primary Kelly Tractor Co $95,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 179/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Loader Backhoe - 4x4 Item:208, John Deere, 310P, 310P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $104,900.00 Build Options Northern Primary Dobbs Equipment, LLC $104,900.00 Build Options Central Primary Dobbs Equipment, LLC $102,700.00 Build Options Southern Primary Dobbs Equipment, LLC $102,700.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 180/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Loader Backhoe - 4x4 Item:209, Case, 580SN, 580SN Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options Central Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 181/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:210, Bobcat, S62, S62 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $43,660.00 Build Options Northern Primary Clark Equipment Company $43,660.00 Build Options Central Primary Clark Equipment Company $43,660.00 Build Options Southern Primary Clark Equipment Company $43,660.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 182/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:211, Caterpillar, 236D3, 236D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,453.00 Build Options Northern Primary Ring Power Corporation $51,453.00 Build Options Central Primary Ring Power Corporation $51,453.00 Build Options Southern Primary Kelly Tractor Co $47,846.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 183/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:212, John Deere, 318G, 318G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $51,200.00 Build Options Northern Primary Dobbs Equipment, LLC $51,200.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $44,100.00 $49,995.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $44,100.00 $49,995.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 184/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:213, Kubota, SSV65, SSV65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$36,950.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $36,700.00 $37,548.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $36,550.00 $37,548.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $36,700.00 $37,548.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 185/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:214, Case, SV185B, SV185B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options Central Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 186/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:216, Caterpillar, 272D3, 272D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $69,127.00 Build Options Northern Primary Ring Power Corporation $69,127.00 Build Options Central Primary Ring Power Corporation $69,127.00 Build Options Southern Primary Kelly Tractor Co $65,967.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 187/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:217, John Deere, 330G, 330G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $65,750.00 Build Options Northern Primary Dobbs Equipment, LLC $65,750.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $57,675.00 $64,300.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $57,675.00 $64,300.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 188/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:218, Case, SV340B, SV340B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options Central Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 189/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:220, Manitou, 1050RT, 1050RT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $46,365.00 Build Options Northern Primary National Equipment Dealers, LLC $46,365.00 Build Options Central Primary National Equipment Dealers, LLC $46,365.00 Build Options Southern Primary National Equipment Dealers, LLC $46,365.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 190/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:221, Bobcat, T770, T770 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $71,649.00 Build Options Northern Primary Clark Equipment Company $71,649.00 Build Options Central Primary Clark Equipment Company $71,649.00 Build Options Southern Primary Clark Equipment Company $71,649.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 191/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:222, Caterpillar, 279D3, 279D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $77,647.00 Build Options Northern Primary Ring Power Corporation $77,647.00 Build Options Central Primary Ring Power Corporation $77,647.00 Build Options Southern Primary Kelly Tractor Co $88,523.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 192/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:223, John Deere, 331G, 331G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $77,950.00 Build Options Northern Primary Dobbs Equipment, LLC $77,950.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $69,000.00 $76,200.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $69,000.00 $76,200.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 193/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:224, Kubota, SVL 75-3, SVL 75-3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Florida Coast Equipment, Inc.$52,098.00 Build Options Central Primary Florida Coast Equipment, Inc.$52,098.00 Build Options Southern Primary Florida Coast Equipment, Inc.$52,098.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 194/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:225, Takeuchi, TL12V2, TL12V2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $76,000.00 Build Northern Primary Alta Construction Equipment Florida, LLC $76,000.00 Build Central Primary Alta Construction Equipment Florida, LLC $76,000.00 Build Southern Primary Alta Construction Equipment Florida, LLC $76,000.00 Build 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 195/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:226, Case, TR310B, TR310B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options Central Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 196/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:227, ASV, MAX-Series™ VT-100 Posi-Track® loader, VT-100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $95,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 197/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:228, Yanmar, TL100 Tracked Skid Steer, TL100VS Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $81,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 198/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:229, Manitou, 1050R, 1050R Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $62,075.00 Build Options Northern Primary National Equipment Dealers, LLC $62,075.00 Build Options Central Primary National Equipment Dealers, LLC $62,075.00 Build Options Southern Primary National Equipment Dealers, LLC $62,075.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 199/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:230, Caterpillar, 908, 908 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $112,359.00 Build Options Northern Primary Ring Power Corporation $112,359.00 Build Options Central Primary Ring Power Corporation $112,359.00 Build Options Southern Primary Kelly Tractor Co $118,109.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 200/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:231, Hitachi, ZW120, ZW120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 201/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:232, John Deere, 324P, 324P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $126,900.00 Build Options Northern Primary Dobbs Equipment, LLC $126,900.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $116,450.00 $124,200.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $116,450.00 $124,200.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 202/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:233, Manitou, MLA7-75 H-Z, MLA7-75 H-Z Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $132,648.00 Build Options Northern Primary National Equipment Dealers, LLC $132,648.00 Build Options Central Primary National Equipment Dealers, LLC $132,648.00 Build Options Southern Primary National Equipment Dealers, LLC $132,648.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 203/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:234, Takeuchi, TW80, TW80 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 204/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:235, Volvo, L45H, L45H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 205/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:236, Case, 321F, 321F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options Central Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 206/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:237, Mecalac, A Series, AS850 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options Central Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 207/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:238, Yanmar, V12, V12 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $101,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 208/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:239, Caterpillar, 926, 926 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $200,578.00 Build Options Northern Primary Ring Power Corporation $200,578.00 Build Options Central Primary Ring Power Corporation $200,578.00 Build Options Southern Primary Kelly Tractor Co $188,785.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 209/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:240, DEVELON, DL220-7, DL220-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options Central Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 210/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:241, DEVELON, DL280-7, DL280-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options Central Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 211/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:242, Hitachi, ZW180, ZW180 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 212/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:243, Hyundai, HL940A, HL940A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $198,866.00 Build Options Northern Primary National Equipment Dealers, LLC $198,866.00 Build Options Central Primary National Equipment Dealers, LLC $198,866.00 Build Options Southern Primary National Equipment Dealers, LLC $198,866.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 213/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:244, John Deere, 524P, 524P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $209,850.00 Build Options Northern Primary Dobbs Equipment, LLC $209,850.00 Build Options Central Primary Dobbs Equipment, LLC $205,300.00 Build Options Southern Primary Dobbs Equipment, LLC $205,300.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 214/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:246, Volvo, L60H2, L60H2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 215/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:247, Case, 621G, 621G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options Central Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 216/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:248, Liebherr, L526, L526 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 217/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:249, Caterpillar, 972, 972 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $520,245.00 Build Options Northern Primary Ring Power Corporation $520,245.00 Build Options Central Primary Ring Power Corporation $520,245.00 Build Options Southern Primary Kelly Tractor Co $558,293.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 218/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:250, DEVELON, DL480-7, DL480-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options Central Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 219/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:251, Hitachi, ZW310, ZW310 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 220/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:252, Hyundai, HL975, HL975 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $417,550.00 Build Options Northern Primary National Equipment Dealers, LLC $417,550.00 Build Options Central Primary National Equipment Dealers, LLC $417,550.00 Build Options Southern Primary National Equipment Dealers, LLC $417,550.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 221/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:253, John Deere, 744P, 744P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $469,750.00 Build Options Northern Primary Dobbs Equipment, LLC $469,750.00 Build Options Central Primary Dobbs Equipment, LLC $459,350.00 Build Options Southern Primary Dobbs Equipment, LLC $459,350.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 222/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:255, Volvo, L150H, L150H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 223/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:256, Case, 1021G Z Bar, 1021G Z Bar Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options Central Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 224/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:257, Liebherr, L580, L580 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 225/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:258, Columbia, Journeyman, Journeyman 2+2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $18,705.00 Build Build Options Options Northern Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $17,940.00 Build Build Options Options Central Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $18,220.00 Build Build Options Options Southern Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $18,770.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 226/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:259, GEM, E4, E4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,930.00 $21,742.00 Build Build Options Options Northern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,930.00 $21,742.00 Build Build Options Options Central Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,730.00 $21,742.00 Build Build Options Options Southern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,930.00 $21,742.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 227/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:260, GEM, e2, e2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,980.00 $19,475.00 Build Build Options Options Northern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,980.00 $19,475.00 Build Build Options Options Central Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,480.00 $19,475.00 Build Build Options Options Southern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,980.00 $19,475.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 228/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:261, Cruise Car ICON, C40-ECO, C40-ECO Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $9,136.00 Build Options Northern Primary Federal Contracts Corp $9,136.00 Build Options Central Primary Federal Contracts Corp $9,136.00 Build Options Southern Primary Federal Contracts Corp $9,136.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 229/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:262, Star EV, Capella CP-2, CP-2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $11,995.00 Build Options Northern Primary Texas Trailers Sales and Service $11,230.00 Build Options Central Primary Texas Trailers Sales and Service $11,510.00 Build Options Southern Primary Texas Trailers Sales and Service $12,060.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 230/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Large Item:263, Caterpillar, 120, 120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $271,570.00 Build Options Northern Primary Ring Power Corporation $271,570.00 Build Options Central Primary Ring Power Corporation $271,570.00 Build Options Southern Primary Kelly Tractor Co $242,242.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 231/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Large Item:264, John Deere, 620G, 620G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $300,750.00 Build Options Northern Primary Dobbs Equipment, LLC $300,750.00 Build Options Central Primary Dobbs Equipment, LLC $294,300.00 Build Options Southern Primary Dobbs Equipment, LLC $294,300.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 232/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Large Item:266, Case, 856C, 856C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options Central Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 233/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Small Item:267, LeeBoy, 685D, 685D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $238,900.00 Build Options Northern Primary Dobbs Equipment, LLC $238,900.00 Build Options Central Primary Dobbs Equipment, LLC $238,900.00 Build Options Southern Primary Dobbs Equipment, LLC $238,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 234/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Small Item:268, Weiler, G65, G65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $220,791.00 Build Options Northern Primary Ring Power Corporation $220,791.00 Build Options Central Primary Ring Power Corporation $220,791.00 Build Options Southern Primary Kelly Tractor Co $198,150.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 235/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Small Item:269, Case, 836C, 836C VHP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options Central Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 236/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:271, Bush Hog, 4115, 4115 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bush Hog LLC $26,612.00 Build Options Northern Primary Bush Hog LLC $26,612.00 Build Options Central Primary Bush Hog LLC $26,612.00 Build Options Southern Primary Bush Hog LLC $26,612.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 237/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:272, John Deere, FC15M, FC15M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $24,900.00 Build Options Southern Primary EFE, INC $24,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 238/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:274, Rhino, 4150, 4150 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rhino Ag LLC $28,693.00 Build Options Northern Primary Rhino Ag LLC $28,693.00 Build Options Central Primary Rhino Ag LLC $28,693.00 Build Options Southern Primary Rhino Ag LLC $28,693.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 239/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:275, Schulte, FX-1800, FX-1800 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $30,648.00 Build Options Northern Primary Glade & Grove Supply Co LLC $30,448.00 Build Options Central Primary Alternate Glade & Grove Supply Co LLC Kelly Tractor Co $30,048.00 $39,985.00 Build Build Options Options Southern Primary Alternate Glade & Grove Supply Co LLC Kelly Tractor Co $30,048.00 $39,985.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 240/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:276, Woods, BW15.61, BW15.61 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Kelly Tractor Co $33,435.00 Build Options Northern Primary Kelly Tractor Co $33,435.00 Build Options Central Primary Kelly Tractor Co $31,435.00 Build Options Southern Primary Kelly Tractor Co $31,435.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 241/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Electric Zero Turn Radius Mower Item:277, Greenworks, Optimus Z Zero Turn, CZ60R18X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $20,700.00 Build Options Northern Primary Carswell Distributing Company $20,700.00 Build Options Central Primary Carswell Distributing Company $20,700.00 Build Options Southern Primary Carswell Distributing Company $20,700.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 242/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Electric Zero Turn Radius Mower Item:278, Mean Green Electric Mowers, RIVAL 60" SIDE DISCHARGE (6.75-7.25 HRS CONTINUOUS), RVL60S220 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $29,920.00 Build Options Central Primary Green Thumb Palm Beach $29,920.00 Build Options Southern Primary Green Thumb Palm Beach $29,920.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 243/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:279, Alamo Industrial, RC28, RC28 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $53,144.00 Build Options Northern Primary Alamo Group Texas LLC $53,144.00 Build Options Central Primary Alamo Group Texas LLC $53,144.00 Build Options Southern Primary Alamo Group Texas LLC $53,144.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 244/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:282, RC Mowers, R-52, R-52 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options Northern Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options Central Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options Southern Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 245/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:283, Prinoth, Raptor 100, Raptor 100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $157,774.00 Build Options Northern Primary National Equipment Dealers, LLC $157,774.00 Build Options Central Primary National Equipment Dealers, LLC $157,774.00 Build Options Southern Primary National Equipment Dealers, LLC $157,774.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 246/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:284, AGRIA, 9600-112, 9600-112 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $84,402.00 Build Options Northern Primary Pat`s Pump & Blower $84,402.00 Build Options Central Primary Pat`s Pump & Blower $84,402.00 Build Options Southern Primary Pat`s Pump & Blower $84,402.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 247/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:287, Ferris, ISX2200, 5902078 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary PACE Inc.$12,000.00 Build Options Northern Primary PACE Inc.$12,000.00 Build Options Central Primary Green Thumb Palm Beach $13,187.00 Build Options Southern Primary Green Thumb Palm Beach $12,987.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 248/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:288, Grasshopper, 225, 225 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $14,862.00 Build Options Northern Primary Federal Contracts Corp $14,862.00 Build Options Central Primary Federal Contracts Corp $14,862.00 Build Options Southern Primary Federal Contracts Corp $14,862.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 249/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:289, Gravely, Proturn, 360 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Florida Coast Equipment, Inc.$11,649.00 Build Options Central Primary Florida Coast Equipment, Inc.$11,649.00 Build Options Southern Primary Florida Coast Equipment, Inc.$11,649.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 250/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:290, Husqvarna, Z560, Z560 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $13,768.00 Build Options Northern Primary Federal Contracts Corp $13,768.00 Build Options Central Primary Federal Contracts Corp $13,768.00 Build Options Southern Primary Federal Contracts Corp $13,768.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 251/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:291, John Deere, Z930M, Z930M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $11,500.00 Build Options Southern Primary EFE, INC $11,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 252/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:292, Kubota, Z725KH-3-60, Z725KH-3-60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$9,989.00 Build Options Northern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $9,576.00 $9,819.00 Build Build Options Options Central Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $9,576.00 $9,719.00 Build Build Options Options Southern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $9,576.00 $9,989.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 253/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:293, Scag, Tiger Cat II, STCII-26FTEFI Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $10,734.00 Build Options Central Primary Green Thumb Palm Beach $10,009.00 Build Options Southern Primary Green Thumb Palm Beach $10,009.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 254/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:294, Bobcat, ZT Series, 9996010 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options Northern Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options Central Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options Southern Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 255/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:295, Encore, Caliber, EC60FX850V5X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $7,837.00 Build Options Northern Primary Carswell Distributing Company $7,837.00 Build Options Central Primary Carswell Distributing Company $7,837.00 Build Options Southern Primary Carswell Distributing Company $7,837.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 256/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:296, Encore, Edge, EE60LS2P82F32 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $5,426.00 Build Options Northern Primary Carswell Distributing Company $5,426.00 Build Options Central Primary Carswell Distributing Company $5,426.00 Build Options Southern Primary Carswell Distributing Company $5,426.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 257/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:297, Encore, Prowler, EP60FX921V5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $10,305.00 Build Options Northern Primary Carswell Distributing Company $10,305.00 Build Options Central Primary Carswell Distributing Company $10,305.00 Build Options Southern Primary Carswell Distributing Company $10,305.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 258/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:298, Redmax, CZT Series, CZT60X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $11,760.00 Build Options Northern Primary Carswell Distributing Company $11,760.00 Build Options Central Primary Carswell Distributing Company $11,760.00 Build Options Southern Primary Carswell Distributing Company $11,760.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 259/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:299, Hustler, X-One, 941856 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $13,141.00 Build Options Central Primary Green Thumb Palm Beach $13,016.00 Build Options Southern Primary Green Thumb Palm Beach $12,891.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 260/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:300, Stihl, RZ700, RZ760k Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Green Thumb Palm Beach $12,469.00 Build Options Southern Primary Green Thumb Palm Beach $12,469.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 261/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:301, Wright, ZXL, WZXL61S61E8E1B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary PACE Inc.$11,524.00 Build Options Northern Primary PACE Inc.$11,524.00 Build Options Central Primary Green Thumb Palm Beach $12,352.00 Build Options Southern Primary Green Thumb Palm Beach $12,152.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 262/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:544, Dixie Choppper, Eagle, 3160KW Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rhino Ag LLC $11,756.00 Build Options Northern Primary Rhino Ag LLC $11,756.00 Build Options Central Primary Rhino Ag LLC $11,756.00 Build Options Southern Primary Rhino Ag LLC $11,756.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 263/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:302, Big Joe, WPT45, WPT45 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $5,876.00 Build Northern Primary Ring Power Corporation $5,876.00 Build Central Primary Ring Power Corporation $5,876.00 Build Southern Primary Kelly Tractor Co $9,936.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 264/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:303, Jungheinrich, EJE120, EJE120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $7,079.00 Build Northern Primary Ring Power Corporation $7,079.00 Build Central Primary Ring Power Corporation $7,079.00 Build Southern Primary Kelly Tractor Co $8,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 265/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:304, Mitsubishi, PW23, PW23 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $7,079.00 Build Northern Primary Ring Power Corporation $7,079.00 Build Central Primary Ring Power Corporation $7,079.00 Build Southern Primary Kelly Tractor Co $8,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 266/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:540, Crown, WP 3200, WP 3200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $8,384.00 Build Options Northern Primary Federal Contracts Corp $8,384.00 Build Options Central Primary Federal Contracts Corp $8,384.00 Build Options Southern Primary Federal Contracts Corp $8,384.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 267/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System Item:306, Envirosight, Verisight Pro+, VSP200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$111,437.00 Build Options Northern Primary Environmental Products Group, Inc.$111,437.00 Build Options Central Primary Environmental Products Group, Inc.$111,437.00 Build Options Southern Primary Environmental Products Group, Inc.$111,437.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 268/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System Item:307, Aries, UC3410, UC3410 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Evervac Equipment $89,000.00 Build Options Northern Primary Evervac Equipment $89,000.00 Build Options Central Primary Evervac Equipment $89,000.00 Build Options Southern Primary Evervac Equipment $89,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 269/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System Item:308, Pipe Trekker, A-200 Pipe Crawler, A-200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $63,257.00 Build Options Northern Primary Pat`s Pump & Blower $63,257.00 Build Options Central Primary Pat`s Pump & Blower $63,257.00 Build Options Southern Primary Pat`s Pump & Blower $63,257.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 270/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:309, Atlas Copco, PAS 150 HF, PAS 150 HF Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Hydra Service (S), Inc.$50,370.00 Build Options Northern Primary Hydra Service (S), Inc.$50,370.00 Build Options Central Primary Hydra Service (S), Inc.$50,370.00 Build Options Southern Primary Hydra Service (S), Inc.$50,370.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 271/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:310, BBA Pumps, BA150E, BA150E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary BBA PUMPS $49,955.00 Build Options Northern Primary BBA PUMPS $49,955.00 Build Options Central Primary BBA PUMPS $49,955.00 Build Options Southern Primary BBA PUMPS $49,955.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 272/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:311, ECO PUMP, Trailer Mounted Trash Pump, 6612T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $59,820.00 Build Options Northern Primary Pat`s Pump & Blower $59,820.00 Build Options Central Primary Pat`s Pump & Blower $59,820.00 Build Options Southern Primary Pat`s Pump & Blower $59,820.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 273/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:312, Global Pump, 6GSTAP, 6GSTAP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mersino Dewatering $49,750.00 Build Options Northern Primary Mersino Dewatering $49,750.00 Build Options Central Primary Mersino Dewatering $49,750.00 Build Options Southern Primary Mersino Dewatering $49,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 274/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:313, Godwin, CD 150S, CD 150S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options Northern Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options Central Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options Southern Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 275/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:314, Holland Pumps, PT6TPC-P1104D44T, PT6TPC-P1104D44T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Holland Pump Company $53,120.00 Build Options Northern Primary Holland Pump Company $53,120.00 Build Options Central Primary Holland Pump Company $53,120.00 Build Options Southern Primary Holland Pump Company $53,120.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 276/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:315, MWI, CT006, CT006 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary MWI pumps $49,175.00 Build Options Northern Primary MWI pumps $49,175.00 Build Options Central Primary MWI pumps $49,175.00 Build Options Southern Primary MWI pumps $49,175.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 277/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:316, Pioneer, PP66S12L71, PP66S12L71 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tom Evans Environmental, Inc.$59,340.00 Build Options Northern Primary Tom Evans Environmental, Inc.$59,340.00 Build Options Central Primary Tom Evans Environmental, Inc.$59,340.00 Build Options Southern Primary Tom Evans Environmental, Inc.$59,340.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 278/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:317, Thompson Pump, 6JSC, 6JSC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options Northern Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options Central Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options Southern Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 279/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:318, Tradewinds, TPK66, TPK66 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$47,197.00 Build Options Northern Primary Tradewinds Power Corp.$47,197.00 Build Options Central Primary Tradewinds Power Corp.$47,197.00 Build Options Southern Primary Tradewinds Power Corp.$47,197.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 280/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:321, PRIMAX-SYKES, CP, 150i Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Wastewater Solutions, LLC $95,665.00 Build Options Northern Primary Wastewater Solutions, LLC $95,665.00 Build Options Central Primary Wastewater Solutions, LLC $95,665.00 Build Options Southern Primary Wastewater Solutions, LLC $95,665.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 281/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:322, AMSIG, CMS-GP465T, CMS-GP465T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $16,164.00 Build Options Northern Primary Crimson Technology Products, LLC $16,164.00 Build Options Central Primary Crimson Technology Products, LLC $16,375.00 Build Options Southern Primary Crimson Technology Products, LLC $16,645.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 282/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:323, K&K Systems, MB9757, MB9757 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc.$13,903.00 Build Options Northern Primary K&K Systems, Inc.$13,903.00 Build Options Central Primary K&K Systems, Inc.$13,903.00 Build Options Southern Primary K&K Systems, Inc.$13,903.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 283/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:324, Kustom Signal, Smart VMS, 2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $18,906.00 Build Options Northern Primary Crimson Technology Products, LLC $18,906.00 Build Options Central Primary Crimson Technology Products, LLC $19,169.00 Build Options Southern Primary Crimson Technology Products, LLC $19,420.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 284/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:325, Ver-Mac, PCMS-1500, PCMS-1500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $22,295.00 Build Options Northern Primary Federal Contracts Corp $22,295.00 Build Options Central Primary Federal Contracts Corp $22,295.00 Build Options Southern Primary Federal Contracts Corp $22,295.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 285/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:326, Wanco, Full Size 3-Line Message Board Trailer, WTLMB-A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $22,775.00 $25,219.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $22,775.00 $25,219.00 Build Build Build Options Options Options Central Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $22,775.00 $25,219.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $23,150.00 $25,219.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 286/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:327, Wanco, Full Size Full Matrix Message Board Trailer, WTMMB-A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $23,950.00 $26,610.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $23,950.00 $26,610.00 Build Build Build Options Options Options Central Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $23,950.00 $26,610.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $24,350.00 $26,610.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 287/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:331, K&K Systems, LTER12, LTER12 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc.$5,254.00 Build Options Northern Primary K&K Systems, Inc.$5,254.00 Build Options Central Primary K&K Systems, Inc.$5,254.00 Build Options Southern Primary K&K Systems, Inc.$5,254.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 288/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:332, Kustom Signal, Smart, 12 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $8,176.00 Build Options Northern Primary Crimson Technology Products, LLC $8,176.00 Build Options Central Primary Crimson Technology Products, LLC $8,277.00 Build Options Southern Primary Crimson Technology Products, LLC $8,395.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 289/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:333, Ver-Mac, SP-710V, SP-710V Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $10,381.00 Build Options Northern Primary Federal Contracts Corp $10,381.00 Build Options Central Primary Federal Contracts Corp $10,381.00 Build Options Southern Primary Federal Contracts Corp $10,381.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 290/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:334, Wanco, Compact Radar Speed Trailer, WSDT3-S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options Central Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 291/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:335, All Trac Solutions, INC, Shield 12 - with ATS-3 Trailer - No Cloud, 4001809FSA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Trac Solutions, Inc.$8,944.00 Build Options Northern Primary All Trac Solutions, Inc.$8,944.00 Build Options Central Primary All Trac Solutions, Inc.$8,944.00 Build Options Southern Primary All Trac Solutions, Inc.$8,944.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 292/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:336, All Trac Solutions, INC, SpeedAlert 18 - With ATS-3 Trailer - No Cloud, 4001811FSA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Trac Solutions, Inc.$9,940.00 Build Options Northern Primary All Trac Solutions, Inc.$9,940.00 Build Options Central Primary All Trac Solutions, Inc.$9,940.00 Build Options Southern Primary All Trac Solutions, Inc.$9,940.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 293/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader Item:337, Vetted Security Solutions, ALPR Speed Trailer-STANDARD, VSS-STD-SPD-VLT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $37,012.00 Build Options Northern Primary Vetted Security Solutions $37,012.00 Build Options Central Primary Vetted Security Solutions $37,012.00 Build Options Southern Primary Vetted Security Solutions $37,012.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 294/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:338, AMSIG, T815, T815 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $4,940.00 Build Options Northern Primary Crimson Technology Products, LLC $4,940.00 Build Options Central Primary Crimson Technology Products, LLC $5,152.00 Build Options Southern Primary Crimson Technology Products, LLC $5,422.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 295/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:339, K&K Systems, AT154896, AT154896 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc.$4,455.00 Build Options Northern Primary K&K Systems, Inc.$4,455.00 Build Options Central Primary K&K Systems, Inc.$4,455.00 Build Options Southern Primary K&K Systems, Inc.$4,455.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 296/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:340, Trax Device, Scorpion II Trailer Attenuator with Mobile Trac Advisory / Directional Signal Board, 10002-TL3M-12TA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Striping Service and Supply, LLC.$38,950.00 Build Options Northern Primary Striping Service and Supply, LLC.$38,950.00 Build Options Central Primary Striping Service and Supply, LLC.$38,950.00 Build Options Southern Primary Striping Service and Supply, LLC.$39,450.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 297/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:341, Ver-Mac, ST-4825, ST-4825 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $7,459.00 Build Options Northern Primary Federal Contracts Corp $7,459.00 Build Options Central Primary Federal Contracts Corp $7,459.00 Build Options Southern Primary Federal Contracts Corp $7,459.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 298/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:342, Wanco, WECO Arrow Board Trailer, WTSP55-LSA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $5,968.00 $6,602.00 $6,759.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $5,968.00 $6,602.00 $6,759.00 Build Build Build Options Options Options Central Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $5,968.00 $6,602.00 $6,759.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $6,250.00 $6,602.00 $6,759.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 299/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:343, Wanco, Metro Matrix Message Board Trailer, WVTMM-L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $19,950.00 $22,100.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $19,950.00 $22,100.00 Build Build Build Options Options Options Central Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $19,950.00 $22,100.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $20,250.00 $22,100.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 300/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:344, Bomag, BW177D-5, BW177D-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $118,500.00 Build Options Northern Primary Linder Industrial Machinery $118,500.00 Build Options Central Primary Linder Industrial Machinery $118,500.00 Build Options Southern Primary Linder Industrial Machinery $118,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 301/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:345, Caterpillar, CS44, CS44 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $146,209.00 Build Options Northern Primary Ring Power Corporation $146,209.00 Build Options Central Primary Ring Power Corporation $146,209.00 Build Options Southern Primary Kelly Tractor Co $145,623.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 302/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:346, Hyundai, HR140C, HR140C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $195,187.00 Build Options Northern Primary National Equipment Dealers, LLC $195,187.00 Build Options Central Primary National Equipment Dealers, LLC $195,187.00 Build Options Southern Primary National Equipment Dealers, LLC $195,187.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 303/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:347, Sakai, SV544, SV544 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 304/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:348, Case, SV207E, SV207E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options Central Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 305/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:349, Volvo, SD75B Single Drum Roller, SD75B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 306/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:350, Hamm, HC70i Single Drum Vibratory Roller, HC70i Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $120,975.00 Build Options Northern Primary Dobbs Equipment, LLC $120,975.00 Build Options Central Primary Dobbs Equipment, LLC $120,975.00 Build Options Southern Primary Dobbs Equipment, LLC $120,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 307/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:351, Bomag, BW190AD-5, BW190AD-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $196,400.00 Build Options Northern Primary Linder Industrial Machinery $196,400.00 Build Options Central Primary Linder Industrial Machinery $196,400.00 Build Options Southern Primary Linder Industrial Machinery $196,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 308/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:352, Caterpillar, CB13, CB13 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $194,255.00 Build Options Northern Primary Ring Power Corporation $194,255.00 Build Options Central Primary Ring Power Corporation $194,255.00 Build Options Southern Primary Kelly Tractor Co $186,671.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 309/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:353, Dynapac, CC5200VI, CC5200VI Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 310/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:354, Hamm, HD+90iVV, HD+90iVV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $170,100.00 Build Options Northern Primary Dobbs Equipment, LLC $170,100.00 Build Options Central Primary Dobbs Equipment, LLC $170,100.00 Build Options Southern Primary Dobbs Equipment, LLC $170,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 311/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:355, Sakai, SW884, SW884 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 312/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:356, Volvo, DD120, DD120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 313/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:357, Case, DV209D, DV209D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options Central Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 314/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:358, Bomag, BW120SL-5, BW120SL-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $51,000.00 Build Options Northern Primary Linder Industrial Machinery $51,000.00 Build Options Central Primary Linder Industrial Machinery $51,000.00 Build Options Southern Primary Linder Industrial Machinery $51,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 315/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:359, Caterpillar, CB2.7, CB2.7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $64,963.00 Build Options Northern Primary Ring Power Corporation $64,963.00 Build Options Central Primary Ring Power Corporation $64,963.00 Build Options Southern Primary Kelly Tractor Co $60,845.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 316/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:360, Dynapac, CC1200VI, CC1200VI Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 317/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:361, Hamm, HD12-VV, HD12-VV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $48,100.00 Build Options Northern Primary Dobbs Equipment, LLC $48,100.00 Build Options Central Primary Dobbs Equipment, LLC $48,100.00 Build Options Southern Primary Dobbs Equipment, LLC $48,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 318/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:362, Volvo, DD25, DD25 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 319/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:363, Case, DV26E, DV26E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options Central Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 320/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:364, PipeHunter, VacHunter Combo, 101035 PH8C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Underground $335,000.00 Build Options Northern Primary Texas Underground $335,000.00 Build Options Central Primary Texas Underground $335,000.00 Build Options Southern Primary Texas Underground $335,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 321/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:365, Obrien, 7018-SC, 7018-SC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $97,845.00 Build Options Northern Primary Pat`s Pump & Blower $97,845.00 Build Options Central Primary Pat`s Pump & Blower $97,845.00 Build Options Southern Primary Pat`s Pump & Blower $97,845.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 322/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:366, Sewer Equipment Co. of America, 747-FR2000, 747-FR2000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 323/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:367, Vac-Con, VecJet, VJ750 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $93,754.00 Build Options Northern Primary Southern Sewer Equipment Sales $93,754.00 Build Options Central Primary Southern Sewer Equipment Sales $93,754.00 Build Options Southern Primary Southern Sewer Equipment Sales $93,754.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 324/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:368, Vactor, RamJet, 4018 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$89,272.00 Build Options Northern Primary Environmental Products Group, Inc.$89,272.00 Build Options Central Primary Environmental Products Group, Inc.$89,272.00 Build Options Southern Primary Environmental Products Group, Inc.$89,272.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 325/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:369, Harben, DTK 375 E-180 (Manual), DTK 375 E-180 (Manual) Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 326/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:370, GAPVAX, G7 Jetter, G-Jet Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Evervac Equipment $234,990.00 Build Options Northern Primary Evervac Equipment $234,990.00 Build Options Central Primary Evervac Equipment $234,990.00 Build Options Southern Primary Evervac Equipment $234,990.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 327/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:371, PipeHunter, 700 Gallon Tandem Trailer Jetter, 3744 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Underground $83,975.00 Build Options Northern Primary Texas Underground $83,975.00 Build Options Central Primary Texas Underground $83,975.00 Build Options Southern Primary Texas Underground $83,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 328/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:372, Aquatech, B-10, B-10 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $331,000.00 Build Options Northern Primary Pat`s Pump & Blower $331,000.00 Build Options Central Primary Pat`s Pump & Blower $331,000.00 Build Options Southern Primary Pat`s Pump & Blower $331,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 329/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:374, Sewer Equipment Co. of America, 900 ECO-12YD, 900 ECO-12YD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 330/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:375, Super Products, Camel Max, 1200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options Northern Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options Central Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options Southern Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 331/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:376, Vacall, AJV1010, AJV1010 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 332/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:377, Vac-Con, V311HN/1000, V311HN/1000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $293,720.00 Build Options Northern Primary Southern Sewer Equipment Sales $293,720.00 Build Options Central Primary Southern Sewer Equipment Sales $293,720.00 Build Options Southern Primary Southern Sewer Equipment Sales $293,720.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 333/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:378, Vac-Con, VPD4211SHAE, VPD4211SHAE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $375,531.00 Build Options Northern Primary Southern Sewer Equipment Sales $375,531.00 Build Options Central Primary Southern Sewer Equipment Sales $375,531.00 Build Options Southern Primary Southern Sewer Equipment Sales $375,531.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 334/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:379, Vactor, 2100l, 2100l Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$342,407.00 Build Options Northern Primary Environmental Products Group, Inc.$342,407.00 Build Options Central Primary Environmental Products Group, Inc.$342,407.00 Build Options Southern Primary Environmental Products Group, Inc.$342,407.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 335/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:380, ARI-HETRA, Brake Hub Removal Jack, WS-18-HR Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$5,131.00 Build Options Northern Primary ARI Phoenix, Inc.$5,131.00 Build Options Central Primary ARI Phoenix, Inc.$5,131.00 Build Options Southern Primary ARI Phoenix, Inc.$5,131.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 336/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:381, ARI-HETRA, Floor Jack, WS-16124 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$4,060.00 Build Options Northern Primary ARI Phoenix, Inc.$4,060.00 Build Options Central Primary ARI Phoenix, Inc.$4,060.00 Build Options Southern Primary ARI Phoenix, Inc.$4,060.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 337/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:382, ARI-HETRA, King Pin Press, WS-KPP143 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$8,706.00 Build Options Northern Primary ARI Phoenix, Inc.$8,706.00 Build Options Central Primary ARI Phoenix, Inc.$8,706.00 Build Options Southern Primary ARI Phoenix, Inc.$8,706.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 338/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:383, ARI-HETRA, On Vehicle Brake Lathe, WS-BL44 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$21,443.00 Build Options Northern Primary ARI Phoenix, Inc.$21,443.00 Build Options Central Primary ARI Phoenix, Inc.$21,443.00 Build Options Southern Primary ARI Phoenix, Inc.$21,443.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 339/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:384, ARI-HETRA, Tire Changer, WS-12645 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$19,908.00 Build Options Northern Primary ARI Phoenix, Inc.$19,908.00 Build Options Central Primary ARI Phoenix, Inc.$19,908.00 Build Options Southern Primary ARI Phoenix, Inc.$19,908.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 340/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:385, ARI-HETRA, Tire Ination Cage, WS-35026 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$7,575.00 Build Options Northern Primary ARI Phoenix, Inc.$7,575.00 Build Options Central Primary ARI Phoenix, Inc.$7,575.00 Build Options Southern Primary ARI Phoenix, Inc.$7,575.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 341/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:386, ARI-HETRA, Wheel Balancer, WS-12890 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$12,654.00 Build Options Northern Primary ARI Phoenix, Inc.$12,654.00 Build Options Central Primary ARI Phoenix, Inc.$12,654.00 Build Options Southern Primary ARI Phoenix, Inc.$12,654.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 342/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:387, ARI-HETRA, Wheel Dolly, WS-AH20440 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$4,391.00 Build Options Northern Primary ARI Phoenix, Inc.$4,391.00 Build Options Central Primary ARI Phoenix, Inc.$4,391.00 Build Options Southern Primary ARI Phoenix, Inc.$4,391.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 343/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shredder: Mobile Shredder Item:389, Tana Shark, 440D, 440D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options Northern Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options Central Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options Southern Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 344/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:390, Caterpillar, MH3022, MH3022 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $366,308.00 Build Options Northern Primary Ring Power Corporation $366,308.00 Build Options Central Primary Ring Power Corporation $366,308.00 Build Options Southern Primary Kelly Tractor Co $338,648.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 345/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:392, Volvo, EW240E MH, EW240E MH Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 346/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:393, Hyundai, HW250AMH, HW250AMH Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $393,050.00 Build Options Northern Primary National Equipment Dealers, LLC $393,050.00 Build Options Central Primary National Equipment Dealers, LLC $393,050.00 Build Options Southern Primary National Equipment Dealers, LLC $393,050.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 347/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:394, Liebherr, LH24M, LH24M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 348/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Stump Cutter Item:396, Toro, STX 38, STX 38 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 349/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Stump Cutter Item:397, Vermeer, SC362, SC362 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $28,696.00 Build Options Northern Primary Vermeer Southeast Sales $28,696.00 Build Options Central Primary Vermeer Southeast Sales $28,696.00 Build Options Southern Primary Vermeer Southeast Sales $28,696.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 350/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Item:398, Elgin Pelican, NP, Elgin Pelican Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$282,087.00 Build Options Northern Primary Environmental Products Group, Inc.$282,087.00 Build Options Central Primary Environmental Products Group, Inc.$282,087.00 Build Options Southern Primary Environmental Products Group, Inc.$282,087.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 351/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Item:399, Global, R3, R3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $263,903.00 Build Options Northern Primary Southern Sewer Equipment Sales $263,903.00 Build Options Central Primary Southern Sewer Equipment Sales $263,903.00 Build Options Southern Primary Southern Sewer Equipment Sales $263,903.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 352/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Item:400, Global, M3, M3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $240,126.00 Build Options Northern Primary Southern Sewer Equipment Sales $240,126.00 Build Options Central Primary Southern Sewer Equipment Sales $240,126.00 Build Options Southern Primary Southern Sewer Equipment Sales $240,126.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 353/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Cabover Mechanical Broom Street Sweeper Item:401, Bucher Municipal, E35m, E35m Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $441,920.00 Build Options Northern Primary Pat`s Pump & Blower $441,920.00 Build Options Central Primary Pat`s Pump & Blower $441,920.00 Build Options Southern Primary Pat`s Pump & Blower $441,920.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 354/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Cabover Mechanical Broom Street Sweeper Item:402, Elgin, Eagle, Eagle Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$437,132.00 Build Options Northern Primary Environmental Products Group, Inc.$437,132.00 Build Options Central Primary Environmental Products Group, Inc.$437,132.00 Build Options Southern Primary Environmental Products Group, Inc.$437,132.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 355/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Cabover Mechanical Broom Street Sweeper Item:403, Schwarze Industries, M6 Avalanche, M6 Avalanche Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options Central Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 356/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd. Item:404, Bucher Municipal, 5006, 5006 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $212,930.00 Build Options Northern Primary Pat`s Pump & Blower $212,930.00 Build Options Central Primary Pat`s Pump & Blower $212,930.00 Build Options Southern Primary Pat`s Pump & Blower $212,930.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 357/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd. Item:405, Dulevo, D3 Sweeper, D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 358/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd. Item:406, Excelway, B200, B200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$252,269.00 Build Options Northern Primary Environmental Products Group, Inc.$252,269.00 Build Options Central Primary Environmental Products Group, Inc.$252,269.00 Build Options Southern Primary Environmental Products Group, Inc.$252,269.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 359/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:407, Bucher Municipal, R65, R65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $402,194.00 Build Options Northern Primary Pat`s Pump & Blower $402,194.00 Build Options Central Primary Pat`s Pump & Blower $402,194.00 Build Options Southern Primary Pat`s Pump & Blower $402,194.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 360/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:408, Elgin, Crosswind J Plus, Crosswind J Plus Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$362,459.00 Build Options Northern Primary Environmental Products Group, Inc.$362,459.00 Build Options Central Primary Environmental Products Group, Inc.$362,459.00 Build Options Southern Primary Environmental Products Group, Inc.$362,459.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 361/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:409, Tymco, 600, 600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options Northern Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options Central Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options Southern Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 362/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:410, Schwarze Industries, A7 Tornado, A7 Tornado Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options Central Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 363/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:411, Schwarze Industries, A8 Twister, A8 Twister Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options Central Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 364/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:412, Schwarze Industries, A9 Monsoon, A9 Monsoon Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options Central Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 365/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:413, Broce, 350 Broom, 350 Broom Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 366/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:414, Holder, S100, S100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $199,538.00 Build Options Northern Primary Federal Contracts Corp $199,538.00 Build Options Central Primary Federal Contracts Corp $199,538.00 Build Options Southern Primary Federal Contracts Corp $199,538.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 367/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:415, LeeBoy, RB-50, RB-50 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $81,600.00 Build Options Northern Primary Dobbs Equipment, LLC $81,600.00 Build Options Central Primary Dobbs Equipment, LLC $81,600.00 Build Options Southern Primary Dobbs Equipment, LLC $81,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 368/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:416, Superior Broom, DT74, DT74 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $81,500.00 Build Options Northern Primary Linder Industrial Machinery $81,500.00 Build Options Central Primary Linder Industrial Machinery $81,500.00 Build Options Southern Primary Linder Industrial Machinery $81,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 369/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:417, Smith Challenger, SCM400, SCM400 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $139,003.00 Build Options Northern Primary Ring Power Corporation $139,003.00 Build Options Central Primary Ring Power Corporation $139,003.00 Build Options Southern Primary Kelly Tractor Co $147,522.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 370/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tactical Vehicle: Skid Steer Mounted (The Rook) Item:418, Caterpillar, 299D3 with Rook Option, 299D3 with Rook Option Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $442,400.00 Build Options Northern Primary Ring Power Corporation $442,400.00 Build Options Central Primary Ring Power Corporation $442,400.00 Build Options Southern Primary Ring Power Corporation $442,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 371/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tool Carrier: Hydrostatic Drive Item:419, Alamo Group, Mantis, 155B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $190,484.00 Build Options Northern Primary Alamo Group Texas LLC $190,484.00 Build Options Central Primary Alamo Group Texas LLC $190,484.00 Build Options Southern Primary Alamo Group Texas LLC $190,484.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 372/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tool Carrier: Hydrostatic Drive Item:420, Energreen America, Kommunal, Kommunal Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Energreen America Inc $234,681.00 Build Options Northern Primary Energreen America Inc $234,681.00 Build Options Central Primary Energreen America Inc $234,681.00 Build Options Southern Primary Energreen America Inc $234,681.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 373/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tool Carrier: Hydrostatic Drive Item:421, MowerMax, Tool Carrier, MMB22 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ATMAX Equipment Co.$192,950.00 Build Options Northern Primary ATMAX Equipment Co.$192,950.00 Build Options Central Primary ATMAX Equipment Co.$192,950.00 Build Options Southern Primary ATMAX Equipment Co.$192,950.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 374/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:423, Case IH, FARMALL, 100C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $67,572.00 Build Options Northern Primary Glade & Grove Supply Co LLC $67,372.00 Build Options Central Primary Glade & Grove Supply Co LLC $66,972.00 Build Options Southern Primary Glade & Grove Supply Co LLC $66,972.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 375/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:424, John Deere, 5105M, 5105M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $63,500.00 Build Options Southern Primary EFE, INC $63,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 376/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:425, Kubota, M5-111, M5-111 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$47,431.00 Build Options Northern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $45,458.00 $46,931.00 Build Build Options Options Central Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $45,458.00 $46,931.00 Build Build Options Options Southern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $45,458.00 $47,181.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 377/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:426, Massey Ferguson, Tractor, MF4709 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,204.00 Build Options Northern Primary Ring Power Corporation $51,204.00 Build Options Central Primary Alternate Kelly Tractor Co Ring Power Corporation $49,385.00 $51,204.00 Build Build Options Options Southern Primary Kelly Tractor Co $49,385.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 378/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:427, New Holland, Powerstar, 100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $68,940.00 Build Options Northern Primary Glade & Grove Supply Co LLC $68,740.00 Build Options Central Primary Glade & Grove Supply Co LLC $68,340.00 Build Options Southern Primary Glade & Grove Supply Co LLC $68,340.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 379/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Compact Articulating Tractor - AWD Item:429, Avant, 528, 528 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 380/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:431, Bobcat, CT2035, CT2035 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $20,907.00 Build Options Northern Primary Clark Equipment Company $20,907.00 Build Options Central Primary Clark Equipment Company $20,907.00 Build Options Southern Primary Clark Equipment Company $20,907.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 381/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:432, Case IH, FARMALL, 35C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $27,611.00 Build Options Northern Primary Glade & Grove Supply Co LLC $27,411.00 Build Options Central Primary Glade & Grove Supply Co LLC $27,011.00 Build Options Southern Primary Glade & Grove Supply Co LLC $27,011.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 382/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:433, John Deere, 3035D, 3035D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $21,750.00 Build Options Southern Primary EFE, INC $21,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 383/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:434, Kubota, L3902 DT, L3902 DT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$21,750.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $21,250.00 $21,251.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $21,100.00 $21,251.00 Build Build Options Options Southern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $21,251.00 $21,500.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 384/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:435, Massey Ferguson, MF1840E, MF1840E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $24,806.00 Build Options Southern Primary Kelly Tractor Co $24,806.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 385/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:436, New Holland, Boomer, 35 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $29,365.00 Build Options Northern Primary Glade & Grove Supply Co LLC $29,165.00 Build Options Central Primary Glade & Grove Supply Co LLC $28,765.00 Build Options Southern Primary Glade & Grove Supply Co LLC $28,965.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 386/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:437, Case IH, Maxxum with Motrim Boom Mower, 115 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Glade & Grove Supply Co LLC $183,250.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 387/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:438, John Deere, 6120M with Tiger Bengal Boom Mower, 6120M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $216,750.00 Build Options Northern Primary Dobbs Equipment, LLC $216,750.00 Build Options Central Primary Dobbs Equipment, LLC $216,750.00 Build Options Southern Primary Dobbs Equipment, LLC $216,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 388/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:439, John Deere, 6120M Alamo Industrial Mower, 6120M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $236,367.00 Build Options Northern Primary Alamo Group Texas LLC $236,367.00 Build Options Central Primary Alamo Group Texas LLC $236,367.00 Build Options Southern Primary Alamo Group Texas LLC $236,367.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 389/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:440, Kubota, M6S-111 with Terrain King KB2300 Boom Mower, M6S-111 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $191,573.00 Build Options Northern Primary Alamo Group Texas LLC $191,573.00 Build Options Central Primary Alamo Group Texas LLC $191,573.00 Build Options Southern Primary Alamo Group Texas LLC $191,573.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 390/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:441, Massey Ferguson, 6S.145 with Diamond Boom Mower, 6S.145 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $239,792.00 Build Options Northern Primary Ring Power Corporation $239,792.00 Build Options Central Primary Alternate Kelly Tractor Co Ring Power Corporation $236,671.00 $239,792.00 Build Build Options Options Southern Primary Kelly Tractor Co $236,671.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 391/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:442, Talbert, Talbert AC20, Talbert AC20 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Roads Kenworth, LLC.$41,380.00 Build Options Northern Primary All Roads Kenworth, LLC.$41,380.00 Build Options Central Primary All Roads Kenworth, LLC.$41,380.00 Build Options Southern Primary All Roads Kenworth, LLC.$41,380.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 392/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:443, EAGER BEAVER, Eager Beaver 20-XPT Trailer, 20XPT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $29,975.00 Build Options Northern Primary Dobbs Equipment, LLC $29,975.00 Build Options Central Primary Dobbs Equipment, LLC $29,975.00 Build Options Southern Primary Dobbs Equipment, LLC $29,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 393/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:444, INTERSTATE TRAILERS, 40DLA, 40DLA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $25,995.00 Build Options Northern Primary Dobbs Equipment, LLC $25,995.00 Build Options Central Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $25,995.00 $27,247.00 Build Build Options Options Southern Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $25,995.00 $27,247.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 394/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:445, Big Tex, 4XPH-20+5, 4XPH-20+5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $43,895.00 Build Options Northern Primary Texas Trailers Sales and Service $43,130.00 Build Options Central Primary Texas Trailers Sales and Service $43,410.00 Build Options Southern Primary Texas Trailers Sales and Service $43,960.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 395/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:446, Texas Trailers, FB2540GVB, FB2540GVB Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $42,105.00 Build Options Northern Primary Texas Trailers Sales and Service $41,340.00 Build Options Central Primary Texas Trailers Sales and Service $41,620.00 Build Options Southern Primary Texas Trailers Sales and Service $42,170.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 396/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:541, Felling, FT-40-2 LP, FT-40-2 LP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $41,762.00 Build Options Northern Primary Federal Contracts Corp $41,762.00 Build Options Central Primary Federal Contracts Corp $41,762.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 397/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:447, Big Tex, 22PH255, 22PH255 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $18,605.00 Build Options Northern Primary Texas Trailers Sales and Service $17,840.00 Build Options Central Primary Texas Trailers Sales and Service $18,120.00 Build Options Southern Primary Texas Trailers Sales and Service $18,670.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 398/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:448, Econoline, BP0821DE, BP0821DE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc.$12,224.00 Build Options Northern Primary DeLand Truck Center, Inc.$12,024.00 Build Options Central Primary DeLand Truck Center, Inc.$12,024.00 Build Options Southern Primary DeLand Truck Center, Inc.$12,224.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 399/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:449, Felling Trailers, FT-16-2, FT-16-2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $21,066.00 Build Options Northern Primary Federal Contracts Corp $21,066.00 Build Options Central Primary Alternate Federal Contracts Corp Kelly Tractor Co $21,066.00 $22,500.00 Build Build Options Options Southern Primary Kelly Tractor Co $22,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 400/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:451, Interstate, 16BST, 16BST Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $19,500.00 Build Options Northern Primary Dobbs Equipment, LLC $19,500.00 Build Options Central Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $19,500.00 $20,900.00 Build Build Options Options Southern Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $19,500.00 $20,900.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 401/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:452, SURE-TRAC, ST102204SDDO-B-150, ST102204SDDO-B-150 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$14,117.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC.$13,917.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC.$13,667.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC.$14,017.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 402/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:453, Texas Trailer, TX85258T, TX85258T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $17,505.00 Build Options Northern Primary Texas Trailers Sales and Service $16,740.00 Build Options Central Primary Texas Trailers Sales and Service $17,020.00 Build Options Southern Primary Texas Trailers Sales and Service $17,570.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 403/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:454, Towmaster, T-16LP, T-16LP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $32,858.00 Build Options Northern Primary Ring Power Corporation $32,858.00 Build Options Central Primary Ring Power Corporation $32,858.00 Build Options Southern Primary Kelly Tractor Co $29,875.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 404/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:455, Trail King, TK20LP, TK20LP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 405/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:456, XL Specialized Trailers, XL 24 T, XL 24 T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Kelly Tractor Co $53,350.00 Build Options Northern Primary Kelly Tractor Co $53,350.00 Build Options Central Primary Kelly Tractor Co $52,350.00 Build Options Southern Primary Kelly Tractor Co $52,350.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 406/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Item:458, EAGER BEAVER, Eager Beaver 50-GSL-3 Lowboy, 50-GSL-3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $73,900.00 Build Options Northern Primary Dobbs Equipment, LLC $73,900.00 Build Options Central Primary Dobbs Equipment, LLC $73,900.00 Build Options Southern Primary Dobbs Equipment, LLC $73,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 407/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Item:459, Talbert, Talbert 55HRG, Talbert 55HRG Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Roads Kenworth, LLC.$110,295.00 Build Options Northern Primary All Roads Kenworth, LLC.$110,295.00 Build Options Central Primary All Roads Kenworth, LLC.$110,295.00 Build Options Southern Primary All Roads Kenworth, LLC.$110,295.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 408/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:460, Cargo Mate, Blazer, BL716TA2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,274.00 $10,305.00 Build Build Options Options Northern Primary Alternate Texas Trailers Sales and Service RIGHT TRAILERS, INC. $9,540.00 $10,124.00 Build Build Options Options Central Primary Alternate Texas Trailers Sales and Service RIGHT TRAILERS, INC. $9,820.00 $10,024.00 Build Build Options Options Southern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,174.00 $10,370.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 409/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:461, SURE-TRAC, STW8416TA, STW8416TA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$10,953.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC.$10,553.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC.$10,453.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC.$10,853.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 410/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:462, Wells Cargo, HD Wagon, WHD716T2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $14,862.00 Build Options Northern Primary Texas Trailers Sales and Service $14,097.00 Build Options Central Primary Texas Trailers Sales and Service $14,377.00 Build Options Southern Primary Texas Trailers Sales and Service $14,927.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 411/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:463, Mission, EZEC7x16, EZEC7x16 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $11,695.00 $12,594.00 Build Build Options Options Northern Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $10,930.00 $12,594.00 Build Build Options Options Central Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $11,210.00 $12,594.00 Build Build Options Options Southern Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $11,760.00 $12,594.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 412/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:464, Express, ECT7X16TA Enclosed Cargo Trailer, ECT7X16TA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $12,697.00 Build Options Northern Primary Federal Contracts Corp $12,697.00 Build Options Central Primary Federal Contracts Corp $12,697.00 Build Options Southern Primary Federal Contracts Corp $12,697.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 413/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Utility Body/Trailer Mounted - 9,990 lbs. GVWR Item:465, Knapheide, Enclosed Mobile Work Station, KC132 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Knapheide Truck Equipment Center $38,151.00 Build Options Northern Primary Knapheide Truck Equipment Center $38,151.00 Build Options Central Primary Knapheide Truck Equipment Center $38,151.00 Build Options Southern Primary Knapheide Truck Equipment Center $38,151.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 414/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Item:466, Pitts, 35-Ton Fixed Neck Lowboy, LB35-33CS Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $36,040.00 $43,275.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $35,786.00 $43,275.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $36,040.00 $43,275.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $36,040.00 $43,275.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 415/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Item:467, Pitts, LB35-22DC Hydraulic Detachable Trailer, LB35-22DC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $56,084.00 $58,421.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $55,831.00 $58,421.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $56,084.00 $58,421.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $56,084.00 $58,421.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 416/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Item:543, Felling, FT-70-2 MX-L, FT-70-2 MX-L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $51,925.00 Build Options Northern Primary Federal Contracts Corp $51,925.00 Build Options Central Primary Federal Contracts Corp $51,925.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 417/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR Item:468, Air Tow Trailers, UT1410 Utility, UT1410 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $21,555.00 Build Options Northern Primary Texas Trailers Sales and Service $20,790.00 Build Options Central Primary Texas Trailers Sales and Service $21,070.00 Build Options Southern Primary Texas Trailers Sales and Service $21,620.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 418/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:469, Felling Trailers, FT-70-2-PL-HT, FT-70-2-PL-HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $81,800.00 Build Options Northern Primary Federal Contracts Corp $81,800.00 Build Options Central Primary Alternate Federal Contracts Corp Kelly Tractor Co $81,800.00 $91,415.00 Build Build Options Options Southern Primary Kelly Tractor Co $91,415.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 419/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:472, Towmaster, T-70HT, T-70HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $130,736.00 Build Options Northern Primary Ring Power Corporation $130,736.00 Build Options Central Primary Ring Power Corporation $130,736.00 Build Options Southern Primary Kelly Tractor Co $124,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 420/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:473, Trail King, TK80HT, TK80HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 421/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:474, XL Specialized Trailers, XL 80PT, XL 80PT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC Kelly Tractor Co $104,029.00 $121,740.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC Kelly Tractor Co $103,829.00 $121,740.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC Kelly Tractor Co $104,029.00 $120,740.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC Kelly Tractor Co $104,434.00 $120,740.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 422/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:475, Talbert, Talbert 35HT, Talbert 35HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Roads Kenworth, LLC.$127,496.00 Build Options Northern Primary All Roads Kenworth, LLC.$127,496.00 Build Options Central Primary All Roads Kenworth, LLC.$127,496.00 Build Options Southern Primary All Roads Kenworth, LLC.$127,496.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 423/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Leachate Tanker 6,500 gallons Item:476, MACLTT, Liquid tank trailer, SRX-6500-1-2-NC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nationwide Haul LLC $138,583.00 Build Options Northern Primary Nationwide Haul LLC $138,583.00 Build Options Central Primary Nationwide Haul LLC $138,583.00 Build Options Southern Primary Nationwide Haul LLC $138,583.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 424/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR Item:477, Delta Trailers, 500ES-16, 500ES-16 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $11,133.00 Build Options Northern Primary Texas Trailers Sales and Service $10,368.00 Build Options Central Primary Texas Trailers Sales and Service $10,648.00 Build Options Southern Primary Texas Trailers Sales and Service $11,198.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 425/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR Item:478, Frontier Trailers, LIV167LITE, LIV167LITE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $16,295.00 Build Options Northern Primary Texas Trailers Sales and Service $15,530.00 Build Options Central Primary Texas Trailers Sales and Service $15,810.00 Build Options Southern Primary Texas Trailers Sales and Service $16,360.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 426/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR Item:479, Texas Trailers, ST1610B, ST1610B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $16,495.00 Build Options Northern Primary Texas Trailers Sales and Service $15,730.00 Build Options Central Primary Texas Trailers Sales and Service $16,010.00 Build Options Southern Primary Texas Trailers Sales and Service $16,560.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 427/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:480, Big Tex, 14LP-14, 14LP-14 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $11,112.00 $13,105.00 Build Build Options Options Northern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,962.00 $12,340.00 Build Build Options Options Central Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,862.00 $12,620.00 Build Build Options Options Southern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $11,012.00 $13,170.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 428/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:481, Felling, FT-14 DT HD, FT-14 DT HD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $21,217.00 Build Options Northern Primary Federal Contracts Corp $21,217.00 Build Options Central Primary Alternate Federal Contracts Corp Kelly Tractor Co $21,217.00 $22,145.00 Build Build Options Options Southern Primary Kelly Tractor Co $22,145.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 429/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:482, SURE-TRAC, ST8214HLOD-B-140, ST8214HLOD-B-140 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$12,583.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC.$12,383.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC.$12,133.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC.$12,483.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 430/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:483, Towmaster, T-12HD, T-12HD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Kelly Tractor Co $22,565.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 431/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR Item:484, Polar King Mobile Trailers, PKM612, PKM612 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $37,480.00 Build Options Northern Primary Texas Trailers Sales and Service $36,715.00 Build Options Central Primary Texas Trailers Sales and Service $36,995.00 Build Options Southern Primary Texas Trailers Sales and Service $37,545.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 432/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Item:485, Big Tex, 70PI-16, 70PI-16 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,767.00 $6,400.00 Build Build Options Options Northern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,617.00 $5,600.00 Build Build Options Options Central Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,517.00 $5,900.00 Build Build Options Options Southern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,667.00 $6,400.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 433/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Item:486, Mission, MLS6.5X16 2.0, MLS6.5X16 2.0 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $7,095.00 Build Options Northern Primary Texas Trailers Sales and Service $6,330.00 Build Options Central Primary Texas Trailers Sales and Service $6,610.00 Build Options Southern Primary Texas Trailers Sales and Service $7,160.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 434/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Item:487, Texas Trailers, UT61670GV, UT61670GV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $6,300.00 Build Options Northern Primary Texas Trailers Sales and Service $5,500.00 Build Options Central Primary Texas Trailers Sales and Service $5,800.00 Build Options Southern Primary Texas Trailers Sales and Service $6,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 435/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:488, East Manufacturing, Unloader, 48FT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Rechtien International Trucks $105,499.00 Build Options Southern Primary Rechtien International Trucks $105,499.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 436/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:489, Mac Trailer, TNSP48MF, TNSP48MF Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,656.00 $103,830.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,606.00 $103,830.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,606.00 $103,830.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,861.00 $103,830.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 437/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:490, Steco, AW048102, AW048102 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc.$110,821.00 Build Options Northern Primary DeLand Truck Center, Inc.$110,821.00 Build Options Central Primary DeLand Truck Center, Inc.$110,821.00 Build Options Southern Primary DeLand Truck Center, Inc.$110,821.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 438/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:491, Warren Equipment Inc., WMFT-AS, WMFT-AS-48102 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Warren Equipment Inc $99,000.00 Build Options Northern Primary Warren Equipment Inc $99,000.00 Build Options Central Primary Warren Equipment Inc $99,000.00 Build Options Southern Primary Warren Equipment Inc $99,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 439/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:493, ASCO, Series 300, Series 300 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Mid Florida Diesel, Inc Genserve LLC ACF Standby Systems $5,580.00 $6,720.00 $7,300.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Mid Florida Diesel, Inc Genserve LLC ACF Standby Systems $5,580.00 $6,720.00 $7,300.00 Build Build Build Options Options Options Central Primary Alternate Alternate Mid Florida Diesel, Inc Genserve LLC ACF Standby Systems $5,580.00 $6,720.00 $7,300.00 Build Build Build Options Options Options Southern Primary Alternate Mid Florida Diesel, Inc Genserve LLC $5,580.00 $6,720.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 440/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:494, Caterpillar, CG, CG Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $13,400.00 Build Options Northern Primary Ring Power Corporation $13,400.00 Build Options Central Primary Ring Power Corporation $13,400.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 441/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:495, Generac, TX/PSTS-600, TX/PSTS-600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $7,500.00 Build Options Northern Primary ACF Standby Systems $7,500.00 Build Options Central Primary ACF Standby Systems $7,500.00 Build Options Southern Primary Genset Services, Inc.$7,905.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 442/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:496, Thomson, Auto Transfer Switch, TS 870 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$10,545.00 Build Options Northern Primary Tradewinds Power Corp.$10,545.00 Build Options Central Primary Tradewinds Power Corp.$10,545.00 Build Options Southern Primary Tradewinds Power Corp.$10,545.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 443/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trencher: Walk Behind Trencher Item:497, Vermeer, RTX250, RTX250 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $22,511.00 Build Options Northern Primary Vermeer Southeast Sales $22,511.00 Build Options Central Primary Vermeer Southeast Sales $22,511.00 Build Options Southern Primary Vermeer Southeast Sales $22,511.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 444/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Underground Locating Equipment: Ground Pentrating Radar Item:498, US Radar, Quantaum Imager, Q4300 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $25,107.00 Build Options Northern Primary Vermeer Southeast Sales $25,107.00 Build Options Central Primary Vermeer Southeast Sales $25,107.00 Build Options Southern Primary Vermeer Southeast Sales $25,107.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 445/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Underground Locating Equipment: Utility Locator Item:499, Vermeer, Verier G-3, G-3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $5,791.00 Build Options Northern Primary Vermeer Southeast Sales $5,791.00 Build Options Central Primary Vermeer Southeast Sales $5,791.00 Build Options Southern Primary Vermeer Southeast Sales $5,791.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 446/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 2 Column, Cabled Item:500, ARI-Hetra, LP-10-2-AJ, LP-10-2-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$24,241.00 Build Options Northern Primary ARI Phoenix, Inc.$24,241.00 Build Options Central Primary ARI Phoenix, Inc.$24,241.00 Build Options Southern Primary ARI Phoenix, Inc.$24,241.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 447/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 2 Column, Wireless Item:503, ARI-Hetra, BPW-10-2-AJ, BPW-10-2-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$25,635.00 Build Options Northern Primary ARI Phoenix, Inc.$25,635.00 Build Options Central Primary ARI Phoenix, Inc.$25,635.00 Build Options Southern Primary ARI Phoenix, Inc.$25,635.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 448/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 2 Column, Wireless Item:504, Challenger, CLHM-190-2, CLHM-190-2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 449/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 4 Column, Cabled Item:507, ARI-Hetra, LP-10-4-AJ, LP-10-4-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$47,735.00 Build Options Northern Primary ARI Phoenix, Inc.$47,735.00 Build Options Central Primary ARI Phoenix, Inc.$47,735.00 Build Options Southern Primary ARI Phoenix, Inc.$47,735.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 450/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 4 Column, Wireless Item:510, ARI-Hetra, BPW-10-4-AJ, BPW-10-4-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$51,847.00 Build Options Northern Primary ARI Phoenix, Inc.$51,847.00 Build Options Central Primary ARI Phoenix, Inc.$51,847.00 Build Options Southern Primary ARI Phoenix, Inc.$51,847.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 451/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 4 Column, Wireless Item:511, Challenger, CLHM-190-4, CLHM-190-4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 452/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 6 Column, Cabled Item:514, ARI-Hetra, LP-10-6-AJ, LP-10-6-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$71,229.00 Build Options Northern Primary ARI Phoenix, Inc.$71,229.00 Build Options Central Primary ARI Phoenix, Inc.$71,229.00 Build Options Southern Primary ARI Phoenix, Inc.$71,229.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 453/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 6 Column, Wireless Item:517, ARI-Hetra, BPW-10-6-AJ, BPW-10-6-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$77,776.00 Build Options Northern Primary ARI Phoenix, Inc.$77,776.00 Build Options Central Primary ARI Phoenix, Inc.$77,776.00 Build Options Southern Primary ARI Phoenix, Inc.$77,776.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 454/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 6 Column, Wireless Item:518, Challenger, CLHM-190-6, CLHM-190-6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 455/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 8 Column, Wireless Item:522, ARI-Hetra, BPW-10-8-AJ, BPW-10-8-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$103,694.00 Build Options Northern Primary ARI Phoenix, Inc.$103,694.00 Build Options Central Primary ARI Phoenix, Inc.$103,694.00 Build Options Southern Primary ARI Phoenix, Inc.$103,694.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 456/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 8 Column, Wireless Item:523, Challenger, CLHM-190-8, CLHM-190-8 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 457/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Item:527, Challenger, CL 12-LC, CL 12-LC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 458/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Item:529, Challenger, 15000-3S, 15000-3S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 459/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Item:531, Challenger, 18000, 18000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 460/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k Item:533, Challenger, CL10V3, CL10V3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 461/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k Item:534, Challenger, AR4115XAO, AR4115XAO Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment How to Order A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Awarded Vendor Contract Signature Pages Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing equipment contract. FSA is issuing the Notice of Final Award for contract FSA23-EQU21.0: Equipment that will be effective from October 1, 2023, through September 30, 2025. This year’s bid included 453 items. The contract will offer construction, material handling, transportation, and grounds care equipment. The following pages are the submitted contract signature pages from the awarded vendors. The contract signature page is submitted within the Bidder Qualification Packet for the bid. By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The contract signature page may be handwritten or signed digitally. The forms that contained a digital signature have been noted as such. CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-EQU21.0: Equipment Bidder Company Name Clark Equipment Company Business Address 250 E. Beaton Drive Name of Authorized Agent Barry Hanson Email address of authorized agent barry.hanson@doosan.com Signature Date 08/24/2023 FSA Contract Number FSA23-EQU21.0: Equipment Bidder Company Name Clark Equipment Company 13 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Terms & Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 Table of Contents 1.0 GENERAL CONDITIONS .............................................................................................................. 5 1.01 BID CORRESPONDENCE ................................................................................................. 5 1.02 PURPOSE ....................................................................................................................... 5 1.03 TERM OF CONTRACT ..................................................................................................... 5 1.04 JURISDICTION ................................................................................................................ 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5 1.06 FUNDING ....................................................................................................................... 6 1.07 CURRENCY ..................................................................................................................... 6 1.08 GENERAL DEFINITIONS .................................................................................................. 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT .......................................................................... 8 1.10 LEGAL REQUIREMENTS ................................................................................................. 8 1.11 PATENTS & ROYALTIES .................................................................................................. 9 1.12 FEDERAL AND STATE STANDARDS ................................................................................ 9 1.13 UNDERWRITERS’ LABORATORIES ................................................................................. 9 1.14 AMERICANS WITH DISABILITIES ACT ............................................................................ 9 1.15 REASONABLE ACCOMMODATION ................................................................................ 9 1.16 DISADVANTAGED BUSINESSES ...................................................................................... 9 1.17 ANTI-DISCRIMINATION ............................................................................................... 10 1.18 BEST COMMERCIAL PRACTICES .................................................................................. 10 1.19 PUBLIC ENTITY CRIMES (PEC) ...................................................................................... 10 1.20 TAX EXEMPTION .......................................................................................................... 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................ 11 1.22 COMMUNICATIONS .................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA .................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER .......................................................................... 12 1.25 ASSIGNMENT OF CONTRACT ...................................................................................... 12 1.26 TERMINATION OF PRODUCT LINE............................................................................... 12 1.27 DEMONSTRATION OF COMPETENCY .......................................................................... 12 1.28 VENDOR ABILITY TO PERFORM ................................................................................... 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 1.29 FINANCIAL RESPONSIBILITY ........................................................................................ 13 1.30 QUALITY AND SAFETY ................................................................................................. 13 1.31 NONCONFORMANCE .................................................................................................. 14 1.32 GRATUITIES ................................................................................................................. 14 1.33 TIE BIDS ....................................................................................................................... 14 1.34 RIGHT TO AUDIT .......................................................................................................... 14 1.35 LICENSES AND PERMITS .............................................................................................. 15 1.36 PERFORMANCE BONDS ............................................................................................... 15 1.37 ELIMINATION FROM CONSIDERATION ....................................................................... 15 1.38 INDEPENDENT PREPARATION ..................................................................................... 15 1.39 DEFAULT ...................................................................................................................... 16 1.40 PROTESTS AND ARBITRATION ..................................................................................... 16 1.41 NONPERFORMANCE ................................................................................................... 17 1.42 SEVERABILITY .............................................................................................................. 18 1.43 TERMINATION FOR CAUSE .......................................................................................... 18 1.44 TERMINATION WITHOUT CAUSE ................................................................................ 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ................................................ 19 2.0 BIDDER INSTRUCTIONS ........................................................................................................... 20 2.01 QUALIFICATION ........................................................................................................... 20 2.02 LICENSING AND FACILITIES ......................................................................................... 20 2.03 INSURANCE AND INDEMNIFICATION .......................................................................... 21 2.04 SPECIFICATIONS .......................................................................................................... 23 2.05 SEALED BIDS ................................................................................................................ 23 2.06 MISTAKES .................................................................................................................... 23 2.07 EXCEPTIONS ................................................................................................................ 23 2.08 EQUIVALENTS .............................................................................................................. 23 2.09 MANDATORY PRE-BID MEETING ................................................................................ 24 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID ............................................................................................................................... 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS-PERCENT PRICING ....................................................................................................................... 25 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID ................................................. 26 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID ....................................................................... 27 2.15 EMERGENCY LIGHTS AND SIRENS ............................................................................... 28 2.16 BID SUBMISSION ......................................................................................................... 29 2.17 ZONE BIDDING ............................................................................................................ 30 2.18 EXECUTION OF BID ...................................................................................................... 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS .............................................................. 30 2.20 LATE BIDS .................................................................................................................... 30 2.21 BID OPENING ............................................................................................................... 30 2.22 DETERMINATION OF RESPONSIVENESS ...................................................................... 31 2.23 RESPONSIBLE BIDDER CRITERIA .................................................................................. 31 2.24 BASIS FOR AWARD ...................................................................................................... 31 2.25 BID TABULATIONS ....................................................................................................... 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT ................................................................ 32 2.27 CONE OF SILENCE ........................................................................................................ 32 3.0 CONTRACT CONDITIONS ......................................................................................................... 33 3.01 GENERAL REQUIREMENTS .......................................................................................... 33 3.02 STATEMENT OF AUTHORITY ....................................................................................... 33 3.03 VENDOR CONTACT INFORMATION ............................................................................. 33 3.04 ADDITIONS OR DELETIONS.......................................................................................... 33 3.05 CONTRACT EXTENSION ............................................................................................... 33 3.06 PRICE ADJUSTMENT .................................................................................................... 34 3.07 CONDITIONS ................................................................................................................ 34 3.08 PRODUCTION CUTOFF ................................................................................................ 35 3.09 FACILITIES .................................................................................................................... 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES ............................................................. 35 3.11 SPECIAL SERVICE VEHICLES ......................................................................................... 35 3.12 CAB AND CHASSIS PURCHASES ................................................................................... 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.13 FACTORY-INSTALLED OPTIONS ................................................................................... 35 3.14 VENDOR-INSTALLED OPTIONS .................................................................................... 36 3.15 NON-SCHEDULED OPTIONS ........................................................................................ 36 3.16 FORCE MAJEURE ......................................................................................................... 36 3.17 PURCHASE ORDERS ..................................................................................................... 36 3.18 REGISTRATION, TAG, AND TITLE ................................................................................. 37 3.19 DELIVERY ..................................................................................................................... 37 3.20 INSPECTION AND ACCEPTANCE .................................................................................. 38 3.21 INVOICING AND PAYMENTS........................................................................................ 38 3.22 WARRANTY.................................................................................................................. 39 3.23 QUARTERLY REPORTS ................................................................................................. 39 3.24 ADMINISTRATIVE FEE .................................................................................................. 39 3.25 LIQUIDATED DAMAGES ............................................................................................... 40 Appendix A: Zone Map .............................................................................................................. 42 Appendix B. Bid Calendar .......................................................................................................... 43 Appendix C: ACH Payments ...................................................................................................... 45 Appendix D: Federal Clauses ..................................................................................................... 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer’s authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer’s Suggested Retail Price (MSRP): Manufacturer’s Suggested Retail Price (MSRP) represents the Manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s Computer Printouts b. Chrome Systems, Inc.’s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer’s Annual U.S. Price Book d. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt-in or opt- out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the qualification packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes 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 vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor’s award can be removed or replaced by another Vendor or qualified responsive bidder. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor’s ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest-grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors’ performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor’s expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assigns, successors, and third-party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non‐performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP’s discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney’s fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the Bid System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder’s submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder’s requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year’s models, when the manufacturer changes price during the contract Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, “Item Cost” is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, “Total Cost” is defined as the Item Cost, plus costs of dealer’s floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, “Bid Price” is defined as the Total Cost and profit. As used in this provision, “Percent” is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year’s model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS- PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors’ percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as “factory” options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer’s option requested in this bid that is not listed as an option in the manufacturer’s order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pricing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description and continue to describe the option being credited. For example, “Credit: one key fob” that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, “Loose Equipment” is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory-installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid, insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder’s improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’s sole discretion, are determined to present responsibility concerns that call into question the Bidder’s ability to perform but that do not rise to the level of requiring rejection of the Bidder as non-responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff’s Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and are to FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser’s needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre-delivery service report 5. Registration warranty certification 6. Owner’s manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit-rated vehicle must use an “OUT OF SERVICE” cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 – September 30, 2023 Year 1 Quarter 1: October 1 – December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1 – March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 – June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1 – September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor’s failure to take the specified actions. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix A: Zone Map FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 43 Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/13/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/11/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/14/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/12/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 44 FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/7&8/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/13/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 45 Appendix C: ACH Payments FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 46 Appendix D: Federal Clauses Applicability of Third-Party Contract Provisions* (Excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: 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 must include 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.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 47 DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower-tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 48 a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies 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. Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower-tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 49 (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 1 Item Groups Summary All bid items shall be built to FSA base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. • All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) • All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) • All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) • Boat: Aquatic Weed Cutter Workboat • Bulldozer: 180hp • Bulldozer: 70hp • Bulldozer: 90hp • Chipper: Brush Chipper • Compactor: 80,000 lbs. Landfill Compactor • Compressor: Air Compressor - Trailer Mounted • Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload • Excavator: All Terrain Walking Excavator • Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight • Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight • Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight • Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight • Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type • Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type • Excavator: Vacuum Excavator - Trailer Mounted • Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight • Forklift: Cushion Tire - 4,000 lbs. Capacity • Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity* • Forklift: Telescopic Tool Carrier/Telehandler • Generator: 60kW Stationary* • Generator: 125kW Stationary • Generator: 150kW Mobile • Generator: 500kW Mobile • Generator: 500kW Stationary • Horizontal Directional Drill* • Leaf Collector: Trailer Mounted* • Lift: Scissor Lift - Self Propelled • Light Tower: Hybrid Light Tower • Light Tower: Light Tower - Trailer Mounted FSA23-EQU21.0: Heavy Equipment Item Group Specifications 2 • Loader: Loader Backhoe - 4x4 • Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type • Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type • Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type • Loader: Wheel Loader - 1.5 cubic yd. • Loader: Wheel Loader - 3.0 cubic yd. • Loader: Wheel Loader - 5.75 cubic yd. • Low Speed Vehicle: Electric Type • Motor Grader: Large • Motor Grader: Small • Mower: 15ft. Flex Wing Rotary Mower • Mower: Remote Controlled Brush Mower • Mower: Electric Zero Turn Radius Mower* • Mower: Zero Turn Radius Mower • Pallet Jack: Electric 4,500 lbs. Capacity* • Pipe Inspection: Battery Operated Pipe Crawler Inspection System* • Pump: Mobile Pump • Roadway Advisory Board: Mobile Message Board • Roadway Advisory Board: Mobile Speed Board • Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader* • Roadway Advisory Board: Mobile Traffic Advisory/Direction Signal Board • Roller: Compaction Roller 30,000 lbs. - Single Drum • Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width • Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width • Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. • Sewer Cleaner: Trailer Mounted Sewer Cleaner • Shop Tools & Equipment* • Shredder: Mobile Shredder • Solid Waste Material Handler: Wheeled Type • Stump Cutter • Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper • Sweeper: Cabover Mechanical Broom Street Sweeper • Sweeper: Compact Air Sweeper - 2.3 cubic yd. • Sweeper: Regenerative Air Street Sweeper • Sweeper: Self-Propelled Hydrostatic Broom • Tactical Vehicle: Skid Steer Mounted (The Rook) • Tool Carrier: Hydrostatic Drive • Tractor: Agriculture Tractor - 4x2 FSA23-EQU21.0: Heavy Equipment Item Group Specifications 3 • Tractor: Compact Articulating Tractor - AWD • Tractor: Small Agriculture Tractor - 4x4 • Tractor: Tractor with Boom Mower - 4x4 • Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR • Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR* • Trailer: Detachable Neck Lowboy Trailer - 100,000 lbs. GVWR* • Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR • Trailer: Enclosed Utility Body/Trailer Mounted - 9,900 lbs. GVWR* • Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR* • Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR* • Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR • Trailer: Leachate Tanker - 6,500 gallons* • Trailer: Livestock Trailer - 7,000 lbs. GVWR* • Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR • Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR* • Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR* • Trailer: Waste Trailer with Walking Floor • Transfer Switch: 600 Amp Automatic Transfer Switch • Trencher: Walk Behind Trencher • Underground Locating Equipment: Ground Penetrating Radar* • Underground Locating Equipment: Utility Locator* • Vehicle Lift: Mobile - 2 Column, Cabled • Vehicle Lift: Mobile - 2 Column, Wireless • Vehicle Lift: Mobile - 4 Column, Cabled • Vehicle Lift: Mobile - 4 Column, Wireless • Vehicle Lift: Mobile - 6 Column, Cabled • Vehicle Lift: Mobile - 6 Column, Wireless • Vehicle Lift: Mobile - 8 Column, Cabled • Vehicle Lift: Mobile - 8 Column, Wireless • Vehicle Lift: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k • Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k • Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k • Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k • Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k • Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k FSA23-EQU21.0: Heavy Equipment Item Group Specifications 4 *Indicates new item group for FSA23-EQU21.0 FSA23-EQU21.0: Heavy Equipment Item Group Specifications 5 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Manufacturer’s gas or diesel engine, air cooled, overhead valve, keyed electronic ignition, 20 hp minimum • Transmission: Manufacturer’s standard automatic transmission • Chassis: Standard front bumper • Tires and Wheels: Front and rear all terrain tires, must match drive train FSA23-EQU21.0: Heavy Equipment Item Group Specifications 6 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA Base Specification • Engine: Manufacturer’s gas or diesel engine, air cooled, overhead valve, keyed electronic ignition, 20 hp minimum • Transmission: Manufacturer’s standard automatic transmission • Chassis: Standard front bumper • Tires and Wheels: Front and rear all terrain tires, must match drive train FSA23-EQU21.0: Heavy Equipment Item Group Specifications 7 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • FSA Base Vehicle Requirements: 2 programmed keys and fobs if available, full-size spare tire if available • Dimensions (Approximate): Length- 115", height- 51", width- 56", wheel base- 79", curb weight- 1,500 lbs., GVW- 2,900 lbs. • Power: 7 hp electric motor, 8-6 volt heavy duty batteries, 48 volt • Transmission/Axle: Enclosed internally lubricated differential/transaxle, 2-wheel drive • Chassis/Steering/Suspension: 1,250 lbs. towing capacity, 2,900 lbs. GVW, frame type chassis, suspension matched for GVW of vehicle • Tires And Wheels: Off/on road type tires, wheels rated for GVW of vehicle, tires to be traction type rated for GVW of vehicle • Performance: 45 mile range, 19 mph minimum • Brakes: Manual parking brake, disc or drum type, 2 or 4 wheel breaks • Body: Rear mounted hitch for towing 2", pick-up type box with sides and tailgate, 2 passenger seating FSA23-EQU21.0: Heavy Equipment Item Group Specifications 8 Boat: Aquatic Weed Cutter Workboat In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • General Dimensions: Height- 8’, width- 7’3”, length- 15’, height from waterline- 48”, boat draft- 4” to 6”, weight- 2,285 lbs. • Engine: 3-cylinder diesel engine, liquid cooled electric start, and charging system • Hydraulics: Triple pump design, 27 gpm, eco-friendly hydraulic fluid • Propulsion: Twin hydraulic outdrives, weed and mud design propellers • Vessel Hull: Fiberglass/kevlar design, deck mounted cutter and loader • Boom Cutter: Hydraulic drive, full articulation to cut 5’ below waterline • Front End Loader: Marine-type vegetation bucket • Operator Station: All hydraulic function/propulsion function controls • Trailer: Trailer to be designed specifically for this workboat. Must meet all federal, state, and local laws for a trailer operated on the highway. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 9 Bulldozer: 180hp In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 6-cylinder 180 hp diesel engine • Transmission: Power shift (3 forward, 1 reverse minimum) or hydrostatic drive (variable) • Undercarriage: 7 rollers each side minimum, top roller each side minimum, manufacturer’s standard length track, manufacturer’s standard track width, 24" grouser width • Dozer Blade: Width- 128", height- 48", 2.5 cubic yd. blade capacity, PAT type blade, power angle and tilt, hydraulically controlled • Weight: Minimum operating weight- 43,000 lbs. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 10 Bulldozer: 70hp In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 4-cylinder 70 net hp • Transmission: Hydrostatic, infinitely variable speed, constantly variable • Undercarriage: Minimum 5 rollers, standard grouser minimum of 16”, top roller each side • Dozer: Minimum width- 96”, minimum height- 32”, minimum 1.88 cubic yd. blade capacity, power angle tilt (PAT) type blade FSA23-EQU21.0: Heavy Equipment Item Group Specifications 11 Bulldozer: 90hp In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 4-cylinder 90 net hp • Transmission: Hydrostatic, infinitely variable speed, constantly variable • Undercarriage: Minimum 6 rollers, standard grouser minimum of 18”, top roller each side • Dozer: Minimum width- 104”, minimum height- 36”, minimum 2.5 cubic yd. blade capacity, power angle tilt (PAT) type blade FSA23-EQU21.0: Heavy Equipment Item Group Specifications 12 Chipper: Brush Chipper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Weight- 6,800 lbs., width- 72”, height- 100”; length- 176”, 15” chipping capacity • Engine: 122 hp diesel engine, over center type clutch, heavy duty air cleaner, spin on type filters • Chassis: Main frame constructed of rectangular tubing or in.zin. section, 7,000 lbs. axle torsion type, electric brakes with breakaway switch, ST 235/80R16 tires load range E, steel wheels, drop leg jack, 2 1/2” diameter lunette or 2 5/16” ball hitch, adjustable height hitch, safety chains, 6-way light connector, all wiring in conduit to lights, four function rear lights • Feed System: Infeed throat opening- 20” x 15”, serrated infeed rollers, feed rollers hydraulically driven, feed table height- 27”, feed table length- 30”, safety control bar around infeed opening for emergency stop • Chipper Drum Or Disc: Drum type- 22” diameter x 22” width, 2 knife pockets 180 degrees apart, dual edge reversible knives, extreme duty bearings, adjustable bedknife (reversible), disc type: 37” x 2” diameter disc, 4 knives reversible • Chipper Housing: Easy access door for knife changes, drop down door for anvil adjustment or clean out, chipper housing to be constructed for maximum safety and operator protection • Discharge Chute: Rotation of 360 degrees, adjustable chip deflector locking pin for chute rotation • Miscellaneous: 26 gal fuel tank, nngine shutdown system, locking tool box, vandalism protection FSA23-EQU21.0: Heavy Equipment Item Group Specifications 13 Compactor: 80,000 lbs. Landfill Compactor In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 80,000 lbs. • Engine: Turbocharged diesel engine 400 hp minimum, spin on type filters • Transmission/Hydraulic System: Mechanical or hydrostatic drive will be acceptable (2 speeds forward and 2 speeds reverse minimum), spin on type hydraulic filters • Operating Station: Enclosed sound suppressed cab, air filtration system, air conditioned, heater and defroster, gauges and engine monitoring shutdown system, adjustable suspension seat, outside mirrors, work lights, windshield wipers and washer • Electrical System: 24 Volt • Wheels: Compaction wheels- 48” width minimum, wheel diameter- 58” width minimum, chevron chopper blades, weld-on or pin-on teeth type wheels acceptable, anti-wire wrapping device if applicable, cleaner bar if applicable • Blade: Straight or U type trash blade acceptable, 14’ blade minimum, 6’ blade height minimum, full width trash screen on top of blade, bolt on cutting edges • Miscellaneous: Fully shielded engine compartment, removable belly pan, landfill shielding package if applicable FSA23-EQU21.0: Heavy Equipment Item Group Specifications 14 Compressor: Air Compressor - Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Weight- 1,950 lbs., length- 79”, width- 40”, height- 47” • Engine: 49 hp Tier 4 Engine, 12 Volt electrical system, engine protection system, gauge package • Compressor: 185 cfm @ 100 psi, rotary or reciprocating style compressor, 2 service valves • Trailer: 3,700 GVW axle rating, manufacturer rated tires, fold up tongue jack • Enclosure: Fixed weather enclosure over entire engine/compressor, 2 full size tool boxes FSA23-EQU21.0: Heavy Equipment Item Group Specifications 15 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 40,000 lbs., minimum gross weight (with payload)- 91,000 lbs. • Engine: Turbocharged diesel engine 265 hp, 549 cubic in. minimum, spin on type filters, two stage air cleaner • Transmission: 6 speeds forward, 1 speed reverse, top speed of 31 mph, hydraulic retarder • Brakes: Disc type service brakes, disc type parking brake • Axles & Differentials: Differential locks, planetary gear reduction final drives, inter axle differential lock • Tires: Tubeless, radial off road hauler tires, 23.5 R 25 tire size • Steering: 45 degree left or right articulation angle, secondary electric steering system for emergency steering, double acting steering cylinders • Operating Station: Cab to be pressurized, heated, air conditioned and filtered, built in ROPS/FOPS protection, suspension type operators seat with seat belt, cab instrumentation or engine monitoring system with audible alarms, tinted glass windows, sun visor, front and rear intermittent windshield wipers, work lights, headlights, stop, tail and turn signal lights, left and right mirrors • Body: Dump body tipping angle 70 degrees, mud flaps, two single stage double acting body hoist cylinders, 18 yd. heaped capacity, body rise time maximum 12 seconds • Miscellaneous: 95 gal fuel tank minimum, guard or shielding package FSA23-EQU21.0: Heavy Equipment Item Group Specifications 16 Excavator: All Terrain Walking Excavator In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 15,873 lbs. 2x4, 17,196 lbs. 4x4 Option • Engine/Cab: Diesel engine, minimum 95 net hp, roll over enclosed cab air conditioned and heated, hinged quick release side window for emergency exit (operational at all boom positions), hinged front window opening outward for safety (not inward reducing operator head room), gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant, mirrors, air suspension operators ft. seat, full size cab (width of machine) • Travel System: Minimum high-speed travel- 5 mph, minimum grade-ability 70%, four tires • Hydraulic System: Digging depth- 15’4”, auxiliary hydraulic circuit and controls plumbed to the end of stick with disconnect to allow the use of hydro-mechanical work tools, hydraulic swing system, stabilizers to be individually controlled in the vertical and horizontal positions • Electrical System: Work lights • Bucket: 4’ wide grading bucket FSA23-EQU21.0: Heavy Equipment Item Group Specifications 17 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 15,590 lbs. • Engine: 53 hp diesel engine, fuel capacity 26 gal • Travel System: Minimum high-speed travel of 3.0 mph • Undercarriage: Overall track length 9’ 1”, overall track width 11’ minimum 7’ 6”, shoe width 17.7” minimum • Operating Station: ROPS Cab to be air conditioned, heated and pressurized filtration system, opening front windshield, adjustable suspension type seat with safety belt, tinted safety glass, engine monitoring system with audible alarms, work lights • Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of 20’ 11”, bucket to be general purpose bucket, appropriately sized for machine and included • Swing System: Swing radius 5’ approximate, swing speed 9.0 rpm FSA23-EQU21.0: Heavy Equipment Item Group Specifications 18 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 38,000 lbs. • Engine: Turbocharged diesel engine 113 hp • Travel System: Travel speed of 3.2 mph • Hydraulic System: Standard auxiliary hydraulic valve, main hydraulic system flow 72 gpm minimum • Undercarriage: Overall track length 12’ 10” minimum, overall track width 8’ 5” minimum, shoe width 24” • Operating Station: ROPS Cab to be air conditioned, heated and pressurized filtration system, intermittent windshield wipers, opening front windshield, adjustable suspension type operator seat with safety belt, work lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 19 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 76,550 lbs. • Engine: Turbocharged diesel engine 257 hp, fuel capacity 145 gal • Travel System: Travel speed of 2.9 mph • Hydraulic System: Standard auxiliary hydraulic valve, main hydraulic system flow 144 gpm minimum • Undercarriage: Overall track length 16’ 2”, overall track width 10’ 6”, shoe width 24” • Operating Station: ROPS cab to be air conditioned, heated and pressurized filtration system, intermittent windshield wipers, opening front windshield, adjustable suspension type operator seat with safety belt, tinted safety glass, engine monitoring system with audible alarm, work lights • Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of 35’ 6”, bucket to be a general-purpose bucket, appropriately sized for machine and include • Swing System: Swing radius 12, Swing speed 9.2 rpm FSA23-EQU21.0: Heavy Equipment Item Group Specifications 20 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 7,105 lbs. minimum • Engine/Cab: Diesel engine, minimum 23 hp, ROPS canopy, gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant • Travel System: Minimum high-speed travel 2.3 mph, minimum gradeability, 20 degrees, 11” wide rubber belt tracks • Hydraulic System: Digging depth 9’ minimum, auxiliary hydraulic circuit and controls plummed to the end of stick with disconnect to allow the use of hydro-mechanical work tools, backfill blade, hydraulic swing system. • Electrical System: Work lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 21 Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 45,000 lbs. • Engine: 4-cylinder turbocharged diesel, 170 hp at 2200 rpm,spin on type filters, two stage air cleaner, 12 volt 100 amp alternator, 90 gal fuel capacity • Track Drive: 2-speed automatic with manual override, high torque piston motors each track, planetary drives, travel speed high 3.4 mph, low 1.9 mph, automatic parking brake, individual track control • Tracks: 23.6 pad size • Operator Station: Acoustical lined, adjustable seat, tinted safety glass, filtered fresh air, heater, air conditioned, and defroster, wipers and washers, skylight, work lights • Operator Station Controls: Electric engine monitoring system, auto idle, electronic joysticks on adjustable pedestals, pedals for travel and steering, low/high travel switch, engine speed control • Safety Items: Electric horn, movement alarm, fire extinguisher, mirrors, right and left side • Hydraulic System: Hydraulic oil cooler, 120 hp track drive motors (each), 64 hp swing motor, electronic hydraulic system monitor, spin on hydraulic filters, swing speed 7.0 rpm, automatic swing brake • Boom: Telescopic boom, 180 degree boom rotation, 30’ reach at ground level from center pivot to buck cutting edge • Bucket: 60” ditching bucket provided with machine, quick attach type 1 • Weight: Minimum operating weight- 47,000 lbs. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 22 Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 47,000 lbs. • Carrier: 6-cylinder turbocharged diesel engine, 250 hp at 2200 rpm, spin on type filters, two stage air cleaner, 24 volt 70 amp alternator, 6-speed automatic transmission, 1 to 1 transfer case with front axle disconnect, one person carrier cab, air ride seat, heater, air condition, and defroster, 2-speed windshield wipers, tinted glass, isolated and acoustic lined, gauges to monitor engine functions, frame sized for GVW and stress of mounted upper structure, bolt on front bumper, desiccant type, spin on type, air dryer, fuel tank 50 gal minimum, • Safety: Electric horn, west coast mirrors with convex spot mirrors, tow hooks, fire extinguisher, backup alarm • Front Axle: 16,000 front drive axle, leaf spring suspension, 16.5”x5” “S” cam brakes, automatic slack adjuster, integral power steering, hydraulic axle lockouts, 425/65R22.5 on/off road tires • Rear Axle: Tandem axles 40,000 lbs. rated, Hendrickson rear suspension, 16.5”x7” “S”cam brakes, automatic slack adjusters, 11R 24.5 traction type tires • Upper Structure: Hydraulic system- 80 hp drive motor, 44 hp swing motor, automatic swing park brake, 50 gal oil reservoir, spin on hydraulic filters, swing speed 8 rpm, hydraulic remote control- travel and steering controls in upper structure cab, automatic brakes and axle lockouts, movement alarm, upper structure cab- isolated and acoustic lined, tinted safety glass, adjustable operators seat, heater, air condition, and defroster, work lights, wipers and washers, mirrors on left and right, skylight upper structure control-electronic joysticks on adjustable pedestals, engine monitoring lights or gauge with audible warning or automatic shutdown, pedals for steering and travel, low/high travel switch, electric horn, engine speed control bucket- quick attach type, 60” ditching bucket provided with machine, boom- telescopic boom, 180 degree boom rotation, 30’ reach at round level from upper structure pivot to bucket cutting edge FSA23-EQU21.0: Heavy Equipment Item Group Specifications 23 Excavator: Vacuum Excavator - Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 14,000 lbs. GVWR • Engine: 36 hp diesel engine, water cooled, fully enclosed sound attenuated engine enclosure (including vacuum pump and high-pressure water pump), 15 gal fuel tank • Vacuum Pump: 580 cfm at 15” of mercury, mounted inside engine enclosure, washable filtration cylinders, reverse pressure (to clear hose and offload liquids) • High Pressure Water System: 400 psi at 4 gpm water pump, low water automatic shutdown, two 100 gal poly water tanks, 50’ high pressure water hose on hose reel, 5’ and 3’ wand and control handle • Controls: Lockable and waterproof, curbside located, oil pressure, water temperature, fuel and vacuum gauge, electronic throttle • Tank: Full open rear door, door hydraulically opened, twin dump cylinders, 6” stainless steel portal shutoff, 800 gal debris tank capacity • Boom: 4” pickup hose, hydraulically powered in/out and up/down, boom cradle, 360 degree movement, 2 dielectric 3” suction wands, 33’ rubber suction hose • Trailer: 7,000 lbs. dexter torsion axles, 14,000 lbs.GVWR, 10,000 lbs. jack stand, I beam construction, Pintle hitch, electric brakes with safety breakaway, LT235/85R16 tires, Stop/tail/turn lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 24 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 42,000 lbs. • Engine: Turbocharged diesel engine 140 hp, spin on type filters, two stage air cleaner • Travel System: Travel speed of 21 mph • Hydraulic System: Standard auxiliary hydraulic valve, hydraulic system flow 99 gpm minimum • Wheel Drive: Wheelbase 8’ minimum, tire size 10:00x20, ground clearance 13” minimum, gradeability 61 percent • Operating Station: Cab to be air conditioned, heated, and pressurized filtration system, intermittent windshield wipers, opening front windshield, vibration dampening cab mounts, adjustable suspension type operator seat with safety belt, tinted safety glass, engine monitoring system with audible alarms, work lights, stop/tail/turn and emergency flashers • Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of 30’ minimum, bucket to be a general purpose bucket, appropriately sized for machine and included • Swing System: Swing radius 7’ approximate, swing speed 9.5 rpm minimum • Miscellaneous: Fuel capacity of 77 gal minimum • Blade/Outriggers: Front blade with 8’ minimum, rear outriggers FLO FSA23-EQU21.0: Heavy Equipment Item Group Specifications 25 Forklift: Cushion Tire - 4,000 lbs. Capacity In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 50 hp LP gas engine • Transmission: Powershift type, inching pedal, 1 speed forward, 1 speed reverse • Hydraulic System: 19.0 gpm at 2250 psi • Chassis: Wheelbase- 46", tread width- 33" (with standard tires), ground clearance at lowest point- 3" • Tire size: Front- 18.0 x 7 x 12 cushion tire, rear- 14.0 x 5 x 10 cushion tire, steering radius- 72" • Brakes: Hydraulic service brakes, mechanical parking brake • Lift: Two stage lift mast, Lift height minimum - 130", Lift capacity- 4,000 lbs., fork spacing- 7" to 32" minimum, tilt- 5 degrees forward, 10 degrees backward • Miscellaneous: FOPS protection, work lights, seat belts FSA23-EQU21.0: Heavy Equipment Item Group Specifications 26 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Lift Capacity: 5,000 lbs. minimum capacity • Lift Height: Minimum of 14’ • Weight: 12,800 lbs. • Front Tire Track Width: 80” • Turning Radius: 13’ • Engine: 70 hp diesel, 24 gal fuel tank • Transmission: Fwd/rev shuttle shift, 4WD • Tires: Front 16.9-24, rear 12-16.5 lug type tires • Mast: 3 stage, side shift, fwd/backward tilt, load cushioning • Operator Station: Adjustable seat, seat belt, FOP overhead guard, b/u alarm , ANSI safety compliant FSA23-EQU21.0: Heavy Equipment Item Group Specifications 27 Forklift: Telescopic Tool Carrier/Telehandler In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Length- 196”, width- 90”, height w/cab- 93”, wheelbase- 113”, weight: 17,155 lbs. • Engine: Diesel Tier 4 100 hp, Turbocharged, heavy duty cooling system • Powertrain: Hydrostatic drive, 2 travel speeds low speed 3.0 mph, high speed 18 mph, all wheel drive, 3 steering modes- all wheel, crab, and front wheel, industrial lug type tires • Comfort, Convenience And Safety: Certified ROPS cab with air conditioning and heat, suspension seat w/ seat belt, work lights, safety lights, and warning beacon, attachment controls in cab, engine gauge instrumentation • Hydraulic System: Lift capacity 7,700 lbs., max lift 22’, boom breakout force- 8,000 lbs. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 28 Generator: 60kW Stationary In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated equal to the kW rating of the item group bid, 60kW, 75 kVA, 0.8 power factor, 480 volts 3 phase, 60 Hz, 1,800 rpm, directly connected to the engine flywheel housing with flex coupling, generator shall meet performance class G3 of IEC, unit shall be in compliance with and be UL 2200 labeled • Engine: Water cooled diesel engine, sized for generator set, emission compliant engine • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for generator set • Enclosure/Silencer: Complete diesel engine generator set including control panel, engine starting batteries shall be enclosed in a factory assembled water protective, sound attenuated enclosure, critical grade silencer, companion flanges, flexible stainless-steel exhaust • Fuel Tank: Double wall sub-base tank integral to enclosure, 24-hour capacity at 100% at full load, rupture basin with 110% capacity, locking fuel caps, mechanical fuel level gauge, low fuel level alarm contact, fuel tank rupture alarm contact, must meet UL 142, must meet FDEP standards as applicable • Battery Charger: Current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger shall be mounted on genset package • Startup And Testing: Vendor must coordinate all startup and testing activities with the engineer and owner, after installation is completed by others and normal power is available, the vendor must perform a one (1) day startup including the use of building load, the startup technician will instruct all necessary personnel how to operate and maintain the equipment in accordance to the manufacturer`s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacture for this model and shall include but not be limited to the following necessary items- initial filling of oil and antifreeze (fuel provided by others), shrink wrap applied to the product to ensure a clean finish, during the startup, the technician shall record the following information and provide to the owner for his records- record Operating Voltage, Hz, Ph, and connected load (Amperage), package information consisting of make of generator, model, serial number of complete package, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) year or 1500-hour standard standby generator warranty, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 29 Generator: 125kW Stationary In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 125.0 kW, 156.3 kVA, 8 power factor, 480 volts, 3 phase, 60 Hz, 1,800 rpm, directly connected to the engine flywheel housing with flex coupling, generator shall meet performance class G3 of IEC, unit shall be in compliance with and be UL 2200 labeled • Engine: Water cooled diesel engine, sized for generator set, emission compliant engine • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for generator set • Enclosure/Silencer: Complete diesel engine generator set including control panel, engine starting batteries and fuel oil tank shall be enclosed in a factory assembled water protective, sound attenuated enclosure, critical grade silencer, companion flanges, flexible stainless-steel exhaust • Fuel Tank: Double wall sub-base tank integral to enclosure, 24-hour capacity at 100% at full load, rupture basin with 110% capacity, locking fuel caps, mechanical fuel level gauge, low fuel level alarm contact, fuel tank rupture alarm contact, must meet UL 142 and FDEP standards • Battery Charger: Current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger shall be mounted on genset package • Startup And Testing: Vendor must coordinate all startup and testing activities with the engineer and owner, after installation is completed by others and normal power is available, the vendor must perform a one (1) day startup including the use of building load, the startup technician will instruct all necessary personnel how to operate and maintain the equipment in accordance to the manufacturer’s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacture for this model and shall include but not be limited to the following necessary items- initial filling of oil and antifreeze (fuel provided by others), shrink wrap applied to the product to ensure a clean finish, during the startup, the technician shall record the following information and provide to the owner for his records- record Operating Voltage, Hz, Ph, and connected load (Amperage), package information consisting of make of generator, model, serial number of complete package, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) year or 1,500-hour standard standby generator warranty, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 30 Generator: 150kW Mobile In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 150 kWe, 187 kVA, 8 power factor, prime power duty rating 135 kWe, 168 kVA, 0.8 power factor, main breaker shall be equipped with shunt trip, generator end shall be direct coupled to the engine flywheel with a flexible coupling, generator shall meet performance class G3 of IEC, jacket water heater • Engine: 6-cylinder, water cooled, 1,800 rpm, diesel engine, current emission compliant diesel engine, spin on fuel and oil filters • Voltage Change Over Switch & Distribution: Manual 3-position voltage change over switch to select each voltage as specified when the unit is not running, 1 Ph 120/240, 3 Ph 120/240, 3 Ph 120/208, and 3 Ph 277/480, a five-point connection shall be provided for ease of connection of load leads, one 50 amp, 120/240 vac, 1 Ph, twist lock receptacle, one 30 amp, 120/240 vac, 1 Ph, RV type receptacle, two 20 amp, 120/240vac, 1 Ph, duplex receptacle, two 20 amp, 120/240 vac, 1Ph, duplex GFI receptacle, each receptacle shall be protected by a individual circuit breaker, a receptacle shall be provided to power both the jacket water heater and on-board battery charger, two thumb screw type connection points shall be provided for remote auto start. • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for the generator set, controls shall provide for auto start/stop functions, a emergency stop push button will be installed, a voltage adjustment shall be provided in the panel to adjust voltage in all voltage positions, a switch shall be provided in the panel to turn all power off in the panel if not being used • Enclosure: Complete diesel engine generator set including control panel, engine starting batteries and fuel tank shall be enclosed in a factory assembled weather protective, sound attenuated enclosure, the sound attenuated enclosure noise level is not to exceed 73-75 dba @ 21’, oil and water drain lines shall be provided and extend to the enclosure wall with valves for easy service, critical grade silencer, companion flanges, flexible exhaust-flex, keyed alike lockable doors • Startup & Commissioning: One (1) day startup including operational test of equipment showing proper connection of cables with safety issues performed by a factory trained technician, the startup technician will instruct personnel how to operate and maintain the equipment in accordance with the manufacturer’s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacturer for this model and shall include but not be limited to the following items- all product shall be new and of current design, initial filling of oil and antifreeze (diesel fuel by others), during startup, the technician shall record the FSA23-EQU21.0: Heavy Equipment Item Group Specifications 31 following information and provide to owner for his records- Operating Voltage, Hz, Ph, and connected load (Amperage) [if any], package information consisting of make of generator, model, serial number of complete package, and startup date, written information consisting of make, model, serial number, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) year or 1500-hour standard mobile generator warranty will apply, generator to be transported to authorized servicing dealer for warranty repair during normal business hours • Trailer: The trailer must have a VIN and a certificate of origin FSA23-EQU21.0: Heavy Equipment Item Group Specifications 32 Generator: 500kW Mobile In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 500 kW, 625 kVA, 0.8 power factor, prime power duty rating 450 kWe, 563 kVA, 0.8 power factor, main breaker shall be equipped with shunt trip, generator end shall be direct coupled to the engine flywheel with a flexible coupling, generator shall meet performance class G3 of IEC, jacket water heater with service valves to ensure coolant does not need to be drained if heater needs service • Engine: 6-cylinder, water cooled, 1800 rpm, diesel engine, current emission compliant diesel engine, spin on fuel and oil filters, 120 vac, 1 Ph, 60 Hz input 10 amp, 24 vdc, output automatic battery charger, standard 4D lead acid batteries with battery rack and cables • Voltage Change Over Switch And Distribution: Manual 2 position voltage change over switch to select each voltage as specified when the unit is not running 3 Ph 120/208, and 3 Ph 277/480, load leads shall be attached to the generator using two (2) forms and shall be rated for 2000 amps, generator will be equipped with both, five (5) compression lugs per phase rated for 400 amps each, 20 amp, 120 vac, 1 Ph, male receptacle shall be provided to power the jacket water heater, a 20 amp, 120 vac, 1 Ph, male receptacle shall be provided to power the battery charger, two thumb screw type connection points shall be provided for remote auto start • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for the generator set, controls shall provide for auto start/stop functions, an emergency stop push button will be installed, a voltage adjustment shall be provided in the panel to adjust voltage in all voltage positions, a switch shall be provided in the panel to turn all power off in the panel if not being used, a front face mounted circuit breaker shall be provided to protect the panel from any D.C. spikes • Enclosure: Complete diesel engine generator set including control panel, engine starting batteries and fuel tank shall be enclosed in a factory assembled weather protective, sound attenuated enclosure, the sound attenuated enclosure noise level is not to exceed 80 dba @ 21’, enclosure shall be constructed from aluminum, preferably out of .125 thickness and 5,058 marine grade aluminum, oil and water drain lines shall be provided and extend to the enclosure wall with brass ball valves for easy service, critical grade silencer (25 db reduction), companion flanges, flexible exhaust-flex, keyed-alike lockable doors • In Base Fuel Tank Trailer: Trailer shall be DOT approved with proper serial number data plate indicating weight capacity minimum of 20,000 lbs., trailer will have dual axles with torque springs to reduce overall height of package, standard 7 pin vehicle wiring connector to be supplied, trailer will have two rear level jacks with sand shoes and front leveling jack, trailer will have hydraulic brakes, trailer will have all necessary safety equipment to include, but not FSA23-EQU21.0: Heavy Equipment Item Group Specifications 33 be limited to, an adjustable and removable pintle hitch, 36” safety chains, fenders, lights per DOT, and break away cable, tires will be minimum load range type "D" (8 ply rating) with matching steel rims, rims are to be finish painted, minimum 8-hour capacity at 75% load rating to determine single wall tank size, a mechanical fuel gauge will be provided, locking fuel cap, low fuel level alarm, all necessary vents and caps will be provided along with suction, return, and drain points • Battery Charger: Battery will be installed in holding container with battery cables, current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger mounted inside generator set package, fully charged battery will be provided at time of delivery and startup, 120-volt shore power connector for battery charger • Startup And Commissioning: One (1) day startup including operational test of equipment showing proper connection of cables with safety issues performed by a factory trained technician, the startup technician will instruct personnel how to operate and maintain the equipment in accordance with the manufacturer`s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacturer for this model and shall include, but not be limited to, the following items- all product shall be new and of current design, initial filling of oil and antifreeze (diesel fuel by others), during startup, the technician shall record the following information and provide to owner for his records- Operating Voltage, Hz, Ph, and connected load (Amperage-if any), written Information consisting of make, model, serial number, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) years or 1,000 hours standard mobile generator warranty will apply, whichever occurs first, generator to be transported to authorized servicing dealer for warranty repair during normal business hours • Trailer: The trailer must have a VIN and a certificate of origin FSA23-EQU21.0: Heavy Equipment Item Group Specifications 34 Generator: 500kW Stationary In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 500 kW, 625 kVA, 0.8 power factor, 480 volts, voltage options are- 120/240, 120/208 or 277/480 3 Ph, directly connected to the engine flywheel housing with a flex coupling, generator shall meet performance class G3 of IEC, unit shall be compliance with UL 2200 specifications • Engine: 6-cylinder, water cooled, 1800rpm, diesel engine, emission compliant engine to stationary standby regulations. • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for the generator set, control panel is NFPA110 compliant • Enclosure/Silencer: Complete diesel engine generator set including control panel, engine starting batteries and fuel oil tank shall be enclosed in a factory assembled weather protective, sound attenuated enclosure with oil and water drain lines, enclosure shall be constructed from aluminum, preferably out of .125 thickness and 5,058 marine grade aluminum, critical grade silencer (25DB Reduction), companion flanges, flexible stainless-steel exhausts flex • Fuel Tanks: Double wall sub-base diesel fuel tank shall be integral to the enclosure, 24-hour capacity at 75% load rating, rupture basin will be of 110% capacity, locking fuel caps, all necessary vents and caps will be provided, mechanical fuel level gauge, low fuel level alarm contact, fuel tank rupture basin alarm contact, must meet UL 142 and FDEP standards • Battery Charger: Current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger shall be mounted on genset package. • Startup And Commissioning: Vendor must coordinate all startup and testing activities with the engineer and owner, after installation has been completed, approved by the local electrical inspector, and normal power is available, the vendor will perform a one (1) day startup including the use of building load, the startup technician will instruct all necessary personnel how to operate and maintain the equipment in accordance to the manufacturer’s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacture for this model and shall include but not be limited to the following necessary items- initial filling of oil and antifreeze, shrink wrap applied to the product to ensure a clean finish, during the startup, the technician shall record the following information and provide to the owner for his records- record operating voltage, Hz, Ph, and connected load (Amperage), package information consisting of make, model, serial number, and startup date, record engine and generator serial numbers, one complete set of FSA23-EQU21.0: Heavy Equipment Item Group Specifications 35 operation and maintenance manuals, two (2) years or 1,500 hours standard standby generator warranty, whichever occurs first, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 36 Horizontal Directional Drill In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Width: 89” • Heighth: 76” • Weight: 20,700 lbs. • Lenghth: 20’ • Engine: 125 hp, liquid cooled diesel, meeting current emission level, 44 gal fuel capacity • Operational: Thrust/pullback 28,000 lbs., carriage speed 240 fpm, spindle torque 4200’ lbs., rotational speed 270 rpm, bore diameter 4”, ground speed 3.0 mph, drill rack angle 14-21 degrees • Controls: Touchscreen guidance display • Drill System: Hydraulic vise, stakedown system , strike alert, remote lockout, work lights • Drill Pipe: Rod diameter- 2.38”, length- 10’, weight- 73 lbs., bend radius- 108’ • Color: Manufacturers standard color • Fluid System: Mixing FSA23-EQU21.0: Heavy Equipment Item Group Specifications 37 Leaf Collector: Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Motor: 74 hp diesel engine, liquid cooled, current level emission compliant, 50 gal fuel capacity • Fan: 27” fan, direct drive • Pickup Hose: 16” diameter, 3 function hydraulically controlled arm, safety interlock • Collection Body: 30 cubic yd. capacity w/ tailgate, scissor hoist, hydraulic dump • Ride On Operator Station: All machine controls to be located at operator station, seat belt, emergency shutdown • Dust Control: Dust control system, pump, 3 nozzles , 90 gal water tank • Trailer: Frame, axles, tires, electric brakes will be sized for GVWR of unit, DOT compliant marking and lighting, pintle hitch, yellow flashers, tongue jack • Color: Manufacturers standard color FSA23-EQU21.0: Heavy Equipment Item Group Specifications 38 Lift: Scissor Lift - Self Propelled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (approximate): 64" x 29" platform, 36" extension deck, 25’ working height (raised), 18’ platform height (raised), lift capacity 500 lbs. • Power: 24 volt, 4-6 volt batteries, on board charging system, dual front wheel drive • Brakes: 2 or 4 wheel brakes • Platform: Fixed rails, 36" extension deck, AC power to platform, lanyard attachment points • Safety: Manual platform lowering, emergency stop on platform and ground control, descent alarm, hour meter, horn, pothole guards, on board diagnostic system, tilt lever sensor with alarm, scissor maintenance prop FSA23-EQU21.0: Heavy Equipment Item Group Specifications 39 Light Tower: Hybrid Light Tower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (approximate): length- 174”, width- solar panels retracted 69”, height- 72”, mast deployed height- 30’, weight- 1,850 lbs. • Generator: Perkins 403.F.11-10 kW Tier 4, 2 20A/120 v receptacles, electric start 12-30 gal fuel tank, auto mode- automatic start for low battery hybrid systems automatically switches between solar battery, generator, or standard household current • Trailer: Axle 2000 lbs., 13in” wheels, hitch 3 position adjustable ball, stabilizers- 2 extendable outriggers, 1 trailer jack, top mounted fork pockets and single lifting eye, powder coated DOT rated trailer with lights, trailer weight- 1,850 lbs. • Mast: 30’ extendable mast in 3 stages wind stability to 40 mph rotates 90 degrees • Lights: 4 quick connect 320 watt each, LED lights, dimmer control, instant on/off, 365 day programmable timer for lights, on/off, lens patter spread of 150 degrees, meets DOT anti- glare regulations • Solar Panels: 5 100 watt panels, operating temperature- 40c to 46c 7 • Batteries: 4 deep cycle batteries, optional lithium cells, 12 volt, 220 amp hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 40 Light Tower: Light Tower - Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (Approximate): Length- 170”, width- 51”, height- 74”, mast deployed height- 30’, weight- 1,610 lbs. • Engine: 3-cylinder diesel engine, 12 hp at 1800 rpm, engine protection shutdown system • Generator: Wattage output 7,000 watt max, 6000 watt continuous, brushless type, 120/240 volts at 60 hz /- 6% regulated, amps at 120/240v 50/25, insulation class • FUEL TANK: 30 gal capacity, run time (approx.) 64 hours • Trailer: Axle 1,800 lbs., 13” tire size, hitch 2” ball, leaf spring suspension, tongue jack, 4 outrigger jacks • Control Panel: Individual breakers for lights, hour meter, cabinet lights, external receptacles- 1-30 amp 120/240 volt, twist lock, 1 GFC1, 15 amp 120 volt • Mast: 32’ extendable mast, 4 each metal halide light heads, 440,000 lumens,360-degree mast rotation, fold down for transport, winch for mast extension FSA23-EQU21.0: Heavy Equipment Item Group Specifications 41 Loader: Loader Backhoe - 4x4 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 87 hp diesel engine, dry type, radial seal air cleaner and pre-cleaner unit, spin on type engine oil filter • Transmission: 4-speed power shift or power shuttle transmission • Operator Environment: OSHA approved ROPS canopy shall be integral, two front and two rear work and driving lights Stop and turn signals with flashing hazard lamps Instrument panel with a complete set of gauges or an electronic monitoring device Standard horn and audible back- up alarm • Brakes: Brakes shall be oil immersed, hydraulically actuated, multiple disc on final drive input shaft Brakes shall be completely enclosed and sealed, fully self-adjusting • Loader (Single Tilt Cylinder): Loader shall be equipped with a return to dig mechanism, loader shall have positive down pressure sufficient to lift the tractor front end off level ground, loader bucket SAE heaped capacity of minimum 1.3 yd. with replaceable bolt on edge • Backhoe: Fixed length dipper stick digging depth approximately 14’, reach from swing center, approximately 18’, dump height, approximately 11’ 3”, digging force approximately 8,000 lbs., bucket dig force, approximately 11,990 lbs., 24” general purpose bucket with replaceable teeth FSA23-EQU21.0: Heavy Equipment Item Group Specifications 42 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 3-cylinder 56 hp diesel • Transmission: Hydrostatic drive forward, reverse, travel speed controlled by two hand levers • Engine Equipment: Spin on type filters, dry type air filter • Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work lights, hazard lights, engine monitoring system or gauges, with audible alarm, tires 10x16.5 extra walls, horn and backup alarm • Brakes: Parking brake, hydrostatic main braking • Loader: Front auxiliary hydraulics, foot or hand controls for bucket, minimum 62” wide construction bucket, operating capacity 1,800 lbs. minimum FSA23-EQU21.0: Heavy Equipment Item Group Specifications 43 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 3-cylinder 83 hp diesel • Transmission: Hydrostatic drive forward, reverse, travel speed controlled by two hand levers • Engine Equipment: Spin on type filters, dry type air filters • Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work lights, hazard lights, engine monitoring system or gauges, with audible alarm, horn and backup alarm, tires 14x17.5 extra wall • Brakes: Parking brake, hydrostatic braking • Loader: Front auxiliary hydraulics, foot or hand controls for bucket, minimum 84” wide construction bucket FSA23-EQU21.0: Heavy Equipment Item Group Specifications 44 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 3-cylinder 74 hp diesel, spin on type filters, dry type air filters • Transmission: Hydrostatic drive, forward, reverse, travel speed controlled by two hand levers • Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work lights, hazard lights, engine monitoring system or gauges, with audible alarm, horn and backup alarm • Brakes: Parking brake, hydrostatic braking • Bucket: Minimum 66” construction bucket, bolt on, replaceable cutting edge for bucket, operating capacity 3,100 lbs. minimum FSA23-EQU21.0: Heavy Equipment Item Group Specifications 45 Loader: Wheel Loader - 1.5 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine/Cab:, 6-cylinder diesel engine, liquid cooled, minimum 77 hp, ROPS cab with air conditioning and heat • Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum of 4 forward and 3 reverse speeds • Drivetrain: Four wheel drive, 15.5-25 bias ply tires mounted on multi piece rims • Loader: 1.5 cubic yd. general purpose bucket with bolt on cutting edge, bucket position indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil level indicator, electronic monitor display of all fluid levels and temperatures, deluxe suspension seat with foam padding and backrest, articulated steering, clearance circle 34’ .02”, wheelbase of at least 7’, minimum operating weight of 12,727 lbs. • Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop lights, warning lights and taillights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 46 Loader: Wheel Loader - 3.0 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine/Cab: 6-cylinder diesel engine, liquid cooled, minimum 140 hp, ROPS cab with air conditioning and heat • Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum of 4 forward and 3 reverse speeds • Drivetrain: Four wheel drive, 20.5-25 radial tires mounted on multi piece rims • Loader: 3.0 cubic yd. general purpose bucket with bolt on cutting edge, bucket position indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil level indicator, electronic monitor display of all fluid levels and temperatures; deluxe suspension seat with foam padding and backrest, articulated steering, 40 degrees minimum each direction, wheelbase of at 9’ 4” minimum, minimum operating weight of 26,000 lbs. • Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop lights, warning lights and taillights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 47 Loader: Wheel Loader - 5.75 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine/Cab:, 6-cylinder diesel engine, liquid cooled, minimum 280 hp, ROPS Cab with air conditioning and heat • Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum of 4 forward and 3 reverse speeds • Drivetrain: Four wheel drive, manufacturer’s standard axle, 26.5-R25 radial tires mounted on multi piece rims • Loader: 5.75 cubic yd. general purpose bucket with bolt on cutting edge, bucket position indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil level indicator, electronic monitor display of all fluid levels and temperatures, deluxe suspension seat with foam padding and backrest, articulated steering, 40 degrees minimum each direction, wheelbase of 11’ 4” minimum, minimum operating weight of 53,674 lbs. • Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop lights, warning lights and tail lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 48 Low Speed Vehicle: Electric Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Classification: These vehicles are primarily used to transport people and limited cargo in the State of Florida on typical federal, state, county and city highways and roads that are posted for 35 mph or less and shall be designed to operate under typical environmental conditions, vehicles must conform to Federal Motor Vehicle Safety Standards, State of Florida Vehicle Safety Laws, regulations, specifications, standards, and requirements in effect as of the date of manufacture • Engine: 5.5 hp 4 kW electric motor, 48 volt lead acid batteries (8 batteries x 6v), 110v eagle on board charger, 50 miles per charge, max forward speed 25mph, digital speedometer and dashboard • Dimensions (approximate): Length- 96", height- 76", width- 48", wheel base- 66.9", ground clearance- 5", body- plastic body and fiberglass roof, DOT windshield with wiper • Comfort Items: 4 person seating with flip rear seat for cargo • Chassis/Steering/Suspension: 10’ turning radius, steel frame type chassis, 500lbs. GVW capacity • Tires And Wheels: 205/50-10 tires, 10" aluminum rims • Brakes: 4 wheel hydraulic, hand brake • Safety Items: 100% Electric with zero emissions, 12v headlights and indicators, voltmeter, turn signals, side and rear-view mirrors, reverse alarm, non-slip flooring, neutral switch when vehicle is standing still, horn FSA23-EQU21.0: Heavy Equipment Item Group Specifications 49 Motor Grader: Large In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled 6-cylinder diesel with minimum of 140 net hp @ 1900 rpm • Transmission: Power shift with direct drive, minimum 8 forward and 4 reverse speeds Brakes: Wet multiple disc • Steering & Articulation: Front steer plus articulated, minimum articulation 20 degrees • Moldboard: Minimum 12’ long • Operator Environment: Low profile cab, cloth adjustable seats, gauges including hour meter, fuel, articulation, engine coolant temperature • Tires: Minimum 13.0-24 10 PR 9” single piece rim FSA23-EQU21.0: Heavy Equipment Item Group Specifications 50 Motor Grader: Small In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (approximate): Length- 21’, width- 7’, height with cab- 10’ 4”, weight- 15,200 lbs. • Engine: Diesel, turbocharged 110 hp, 39 gal fuel tank • Drive Train: Hydrostatic drive or power shift, 2-speed gear box • Brakes: Fail safe brake system • Steering/Articulation: 18 degree articulation left or right, front wheel lean • Moldboard/Blade: 10’ sliding/tilting moldboard, 10’ blade, circle side shift, scarifier- center mount, front mount or rear mount acceptable, adjustable turn table, blade float control • Operators Station: Enclosed cab, front and rear windshield wipers, suspension seat, air conditioned and heated cab, gauge package work lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 51 Mower: 15ft. Flex Wing Rotary Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: Mower shall be rotary, flex wing style, 10 gauge steel minimum, replaceable full-length skid shoes, shall be easy clean style • Blade Carrier & Blades: 7 gauge steel minimum, 1” thick cross bar weldment, “Stump Jumper” pan design, 2 free swinging updraft cutting blades ½” thick, heat treated alloy steel minimum, blades shall overlap a minimum of 6” for uniform cut, blade spindles shall be 1 ¼” diameter minimum • Wheels/Tires: 6 replaceable puncture resistant foam filled airplane tailwheels • Power Distribution: Main driveline shall be CAT 5, slip clutch protection shall be featured, gears shall be straight bevel with tapered roller bearings, a power divider shall have a rating of 190 hp minimum, center and wing gearboxes shall have a minimum rating of 190 hp • General Features: Mower shall attach to the rear of the tractor using a self-level-lift hitch, front and rear chain deflectors, tongue shall have a jack stand FSA23-EQU21.0: Heavy Equipment Item Group Specifications 52 Mower: Remote Controlled Brush Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Length- 57”, width- 59”, height- 33”, weight- 990 lbs. • Engine: 24 hp 2-cylinder gas, pressurized oiling system, electric start w/ 16v, 16 a alternator 5 gal fuel capacity • Track Drive System: Two 48v electric motors, infinitely variable gear reduction transmissions, multi lug type tracks, neoprene rollers • Mower Deck: Twin spindle deck, 10 gage mower deck, blade bar 2x22” with 4 free swinging blades, electric clutch assembly w/ integral safety brake, mowing height range- 2 to 7” • Remote Control: Remote control to control mower functions- travel speed, cutting height, hours, radio signal strengt state of charge of remote control battery, and mower on/off, remote control working range 328’, max range 984’, auto stop feature for loss of radio signal, rechargeable lithium ion batteries • Safety: One touch emergency shut off switch FSA23-EQU21.0: Heavy Equipment Item Group Specifications 53 Mower: Electric Zero Turn Radius Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Electric Power: 36 hp gas equivalent, electric power • Battery: 22 kWh battery w/ charger, 7 hours of mowing time • Deck: 60” deck, 1.5-5.5” height adjustment, side discharge • Wheels: 24x12 drive wheels, solid deck wheels • Operator Station: Suspension seat, all controls, ROPS bar • Mowing Speed: 11mph (approximate) FSA23-EQU21.0: Heavy Equipment Item Group Specifications 54 Mower: Zero Turn Radius Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 25 hp gas engine, positive feed oil system with spin on filter, electric start • Drive Train/Axles: Spin on hydraulic filters • Deck: 60” heavy duty mower deck, 3 blade spindles, manual deck lift, 1” to 5” cutting height, deck engagement electric clutch • Wheels: Front wheels- 13x6-6 ribbed, minimum, Rear wheels- 24x11.5-12 turf • Comfort & Convenience: High back full suspension seat, ROPS bar • Approximate Machine Dimensions: Length- 82”, height- 72” with ROPS, width- 63” without chute FSA23-EQU21.0: Heavy Equipment Item Group Specifications 55 Pallet Jack: Electric 4,500 lbs. Capacity In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 900 lbs. • Wheelbase: 51” • Turning Radius: 58” • Lift Capacity: 4,500 lbs. • Travel Speed: 3.7 mph • Turning Radius: 59” • Gradeability: 8% (loaded) • Drive: 1.3 kW drive AC motor, polyurethane drive wheels, electric brake, lift motor 1.2 kW • Battery System: 150 Ah battery, integrated on board charger • Controls: Tiller type control, multi-function control on tiller handle FSA23-EQU21.0: Heavy Equipment Item Group Specifications 56 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Note: Due to the complexity of this type of equipment, it is suggested that the purchaser contact the vendor to ensure the item ordered is a complete, ready to work unit and is compatible with the end user’s software/hardware requirements and performance expectations. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Width: 6” • Height: 5.5” • Length: 28” • Weight: 65 lbs. • Depth Rating: 160’ • Pipe Range: 8” to 12” • Speed: 12m/min maximum • Pull Force: 130 lbs. • Sensors: Incline, roll, leak, pan/tilt, distance • Tether Reel: Motorized reel, 1,000’ tether capacity, 1,600 lbs. break strength • Battery Power: 19.2 VDC, 5 hour battery life, capable of optional hybrid power • Lighting: 900 LM • Controller: Weatherproof, splashproof, joystick type controls, battery powered • Camera: 360 degree pan, 1080p/2mp resolution, tilt 280 degrees, zoom 10x optical 120x digital, focus auto or manual, exposure auto or manual FSA23-EQU21.0: Heavy Equipment Item Group Specifications 57 Pump: Mobile Pump In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Design Requirements: Discharge size- 6”, suction size- 6”, capable of 1,750 gpm minimum, capable of 160’ Total Dynamic Head (TDH) minimum, Duty Point, maximum- 1,000 gpm minimum at 120’ Total Dynamic Head (TDH), solids handling capability size, minimum size- 3” • Engine: Diesel engine, appropriate to pump size at continuous duty, emission compliant engine, industrial grade exhaust muffler and rain cap, oil and coolant drain lines with ball valves, low water level shutdown switch, 12 VDC system with battery rack and cables, 50 gal minimum fuel tank with low fuel level alarm and shutdown • Pump: Check valve, self-priming system • Controls: Solid state, microprocessor-based pump controls, controls shall provide all operating, monitoring and control functions for the pump set, controller will also provide 2 fully programmable contacts for input and output signals accordingly, controller will provide remote start stop control with adjustable ramp (speed) time control, UL 508 R and CSA C22.2 No. 14 approved • Trailer: The manufacturer shall mount the diesel engine and pump unit with the above 50 gal subbase tank on a street legal DOT approved trailer, this trailer will be able to be rated for a safe travel at speeds of 60 mph and not be limited to the following specifications- trailer design shall be such that the county/city may easily remove the entire engine, fuel tank and pump from the trailer, 12 VDC electric system, lunette or military type towing ring with safety chains, single point lifting bar, license plate bracket, sand shoe type support stands front and rear, torque spring axles to meet load of trailer, the trailer must have a VIN and a certificate of origin • Startup And Commissionsing: Vendor must coordinate all startup and testing activities with the engineer/owner, after field delivery of the pump and trailer, an authorized factory representative shall perform the initial startup and field testing of the pump and trailer, if conditions permit, a site will be determined where connection will be made by the county/city to test the pump package, if a site cannot be prepared a standard operational test will be performed, at the same time the startup test is performed, the factory representative will provide all necessary operation, field maintenance and minor repair training as necessary, this will also include safety procedures and hazard assessment FSA23-EQU21.0: Heavy Equipment Item Group Specifications 58 Roadway Advisory Board: Mobile Message Board In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Display Panel: Minimum panel size 72”x48” • Expected Power: Solar and battery with battery charger, meets manufacturer requirements • Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements FSA23-EQU21.0: Heavy Equipment Item Group Specifications 59 Roadway Advisory Board: Mobile Speed Board In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Display Panel: Amber or red LED, 12” minimum speed limit sign • Radar Speed Unit: Miles per hour, directional radar • Data Collection: Data and analysis software included • Expected Power: Solar and battery with battery charger, meets manufacturer requirements • Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements FSA23-EQU21.0: Heavy Equipment Item Group Specifications 60 Roadway Advisory Board: Mobile Speed Board/Automatic Licence Plate Reader Note: Due to the complexity of this type of equipment, purchaser should research and verify the unit bid will meet their desired performance expectations and is compatible with their hardware/software requirements. It is recommended the vendor be contacted to assist with determining these factors prior to purchase. Unit bid will be ready to work with batteries, carrying cases, technical manuals, etc. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Power System: 3 AGM type batteries, integral 120v charger, 5 to 7 day runtime, solar panel • License Plate Reader: 2 cameras, tablet processer, software, automated hotlist alerting, plate search and vehicle filtering • Digital Speed Display: 12” digital display, configurable, flashing excessive speed message capability • Radar: Radar included • Posted Speed Limit Sign: Metal sign included • Connectivity: Cellular connectivity • Trailer: DOT approved trailer, all weather protection, maximum vandal protection FSA23-EQU21.0: Heavy Equipment Item Group Specifications 61 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Display: 15 lamps minimum, 48”x96” panel size • Expected Power: Solar and battery with battery charger, meets manufacturer requirements • Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements FSA23-EQU21.0: Heavy Equipment Item Group Specifications 62 Roller: Compaction Roller 30,000 lbs. - Single Drum In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight with open rops 15,200 lbs. • Drum/Vibratory System: Maximum compaction shall not be less than 30,000 lbs., drum shall have a compaction width of not less than 66”, drum shall be smooth and not be less than 48” in diameter, vibratory system shall be hydraulically driven and have two amplitude settings, drum shall be equipped with an adjustable cleaning device, drum and vibratory pack shall be isolated from the machine during normal operation • Engine/Cab: Turbocharged diesel engine, minimum 74 hp operator station shall be mounted to the frame with rubber mounts to further isolate the operation and controls from machine vibration during operation, gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant temperature with an alert sounding device activated whenever a warning indicator is illuminated, a backup alarm shall emit an audible alarm whenever the propel lever is moved into reverse • Travel System: A machine must be hydrostatic driven for the rear axle and the drum drive motor • Electrical System: 12 or 24 volt electric system, maintenance free battery suppling 750 cold cranking amps, wiring harness protected with nylon-braided wrap FSA23-EQU21.0: Heavy Equipment Item Group Specifications 63 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 22,000 lbs. • Drum/Vibratory System: Drum compaction width on both drums no less than 70”, drum shall be smooth and not less than 48” in diameter, vibratory system shall be hydraulically driven, drum shall be equipped with scrapers both front and rear of both drums, drum shall be hydraulically driven and have two (2) amplitude settings • Engine: Diesel engine of not less than 100 hp, reverse alarm for reverse operations • Travel System: The machine shall be hydrostatically driven, steering shall be center articulated and oscillated • Miscellaneous: Unit shall be equipped with pressurized water for both drums, electrical system shall be 12 or 24 volt FSA23-EQU21.0: Heavy Equipment Item Group Specifications 64 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 5,423 lbs. • Drum/Vibratory System: Drum compactor width on both drums no less than 47”, drum shall be smooth and not less than 27.5” in diameter, vibratory system shall be hydraulically driven, drum shall be equipped with scrapers both front and rear of both drums, drum shall be hydraulically driven and have two amplitude settings • Engine: Diesel engine of not less than 25 hp, reverse alarm for reverse operations • Travel System: The machine shall be hydrostatically driven, steering shall be centered articulated and oscillated • Miscellaneous: Unit shall be equipped with a pressurized water system for both drums, electrical system shall be 12 or 24 Volt FSA23-EQU21.0: Heavy Equipment Item Group Specifications 65 Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Note: Incomplete unit. This is a bid award on a combination sewer cleaning/vacuum unit to be mounted on an appropriately sized cab & chassis truck. Agencies purchasing this unit will need to provide a cab & chassis truck of appropriate size, GVW, and options necessary to have the selected combination sewer cleaner/vacuuming unit mounted on or have the truck provider assist in ordering the correctly outfitted truck. All items factory installed unless otherwise noted. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Air/Vacuum System: Positive displacement vacuum pump or centrifugal compressor, 3,500 CFM @ 14.5” of mercury minimum, muffler, vacuum relief valves, centrifugal separator with clean out, PTO or hydrostatic drive • Debris Tank: 10 cubic yd. capacity, 45 degree hydraulic dump, top hinged, hydraulic door locks, sight glass or indicator, drain valve with hose, check ball system or vacuum breaker • Boom Assembly: 270 degree boom working area, hydraulic up/down, clean out port, transport cradle, 8” boom hose, pendant control • Water Pump: 2,500 psi, 80 gpm, pressure relief valve, wash down gun with relief valve • Water Tank: 1,000 gal capacity, curb side fill, level indicators • Hose Reel: 800’ of 1” hose capacity, 400’ of 1”, 2,500 psi hose supplied, power in/out, reel speed control system, position lock system, engine and hose reel controls, level wind • Drive System: Hydrostatic transfer case, split PTO, or auxiliary engine or transfer case FSA23-EQU21.0: Heavy Equipment Item Group Specifications 66 Sewer Cleaner: Trailer Mounted Sewer Cleaner In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 60 hp diesel engine, water cooled, engine enclosure, 15 gal fuel tank • High Pressure Water Pump: 4,000 psi at 18 gpm, pressure relief valve, triplex type pump, low water shutdown, multi-flow type system (pressure change without changes to engine rpm) • Controls: Located next to hose reel, ignition, throttle, gauge package (tachometer, hour meter, oil pressure, volts, and low oil/high temp shutdown), water control valve • Water Tank: 700 gal capacity, high density polyethylene with baffles, sight gauge 2 ½” overhead tank fill, anti siphon, air gap type, strainer, tank drain • Hose Reel: 800’ capacity of ½” high pressure sewer hose, hydraulic power in and out • Hose Reel Drive Hydraulic System: Hydraulic pump 8 gpm, 15 gal hydraulic reservoir, spin on type hydraulic filter • Trailer: 12,000 lbs. GVW, 6”x3/16” frame, tandem axle 2 5/16” hitch, tongue jack, 235/80 r 16” tires, fenders, breakaway switch, lighting as required by Federal and State laws, reflective striping, toolbox with locking system, LED directional arrowstick, warning beacon (tank mounted) • Equipment Furnished: 500’ of ½” high pressure sewer hose, 100’ of ¼” hose and nozzle for small pipe, washdown gun and 25’ of hose with quick disconnects, tiger tail hose protector, nozzles to be furnished, 15 degree, 35 degree, chisel point, grenade flushing type, skid assembly, and rotator nozzle FSA23-EQU21.0: Heavy Equipment Item Group Specifications 67 Shop Tools & Equipment Due to the complexity of this type of equipment, there are no base unit specifications. Purchaser should research and verify the model offered will meet their desired performance expectations. It is recommended the vendor be contacted to assist with determining needs, prior to purchase. Units bid must be ready to work, with all necessary components and user manuals. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 68 Shredder: Mobile Shredder In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Weight- 27,000 kg, length-15 740mm, width- 2 520mm, material feeding height- 3 395mm, belt discharge height- 4 030mm • Engine: Diesel, 540 hp @ 2100 rpm, Turbocharged w/ intercooler, 750 li fuel tank • Powertrain: Hydro-static drive w/ auto speed control, variable displacement drive motors, axial piston pumps, variable displacement • Rotor: Rotor diameter 920mm, rotor 30 max rpm, rotor shredding length 3,000 mm, rotor knives 33, reversible type, counter knives 23, adjustable rotor screen • Controls: Gauge package, w/ engine protection shutdown, shredder control unit to protect from overloading, overheating and damage of the powertrain • Conveyor: Hydraulic driven conveyor, raised and lowered by hydraulics • Trailer: Trailer to be constructed and sized for the installed unit, and will meet all local, state, and federal laws for use on highway, hydraulic support legs FSA23-EQU21.0: Heavy Equipment Item Group Specifications 69 Solid Waste Material Handler: Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Tier IV final diesel engine, 132 hp, spin on filters, two stage air cleaner • Weight: Minimum operating weight 48,000 lbs. • Travel System: 2 speeds- 0-3.0 mph/0-12.0 mph • Hydraulic System: Main hydraulic system flow 80 gpm • Undercarriage: Two axles with all wheel drive, 8- 10:00x20 solid tires • Operating Station: Cab to be climate controlled with pressurized filtration, hydraulic elevating cab, sliding door window and tilt out front window, tinted windows with safety glass, adjustable suspension seat with safety belt and seat heater, catwalk with handrail, fire extinguisher, rear view and right view camera system, halogen work lights on roof cap • Working Equipment: Purpose built material handling boom and stick, safety check valves on boom and stick cylinders FSA23-EQU21.0: Heavy Equipment Item Group Specifications 70 Stump Cutter In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 35 hp gasoline engine, 6 gal fuel tank, positive feed oil system with spin on filter, heavy duty air filter, 12 volt starting/charging system • Ground Drive: Hydraulic ground drive, 2-speed travel, hydraulic brake system, hydraulic steering system, hydraulic system spin on filter, 4 gal hydraulic reservoir • Cutter Drive: Electric drive clutch, adjustable V belt drive • Cutter Wheel: 17” diameter, 16 dual cutting edge teeth, teeth pocket mounted, cutter wheel guard • Controls: Hour meter, low-oil shutdown, boom swing left and right, boom up and down, travel forward and reverse, steering, operator presence shutdown • Approximate Dimensions: Weight- 1,320 lbs., length- 110”, width- 49”, height- 53” • Cutting Dimensions: Above ground- 24”, below ground- 15” FSA23-EQU21.0: Heavy Equipment Item Group Specifications 71 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 4-cylinder diesel engine, 74 hp minimum, 120 amp alternator, fuel water separator, 30 gal fuel tank capacity • Transmission: Hydrostatic drive type, 35 gal reservoir, capable of 20 mph minimum • Cab: Sealed type cab with filtered intake, tilt and telescoping steering column, tinted glass, sound suppressed, intermittent windshield wipers with washer, full gauge and warning lights for engine monitoring, climate controlled cab, heater, defroster and air conditioned, if cab is not center mounted, it must have dual controls for operating on either right or left hand side • Frame: 116” wheelbase, rail type channel frame • Safety Items: Dual west coast mirrors with spot mirrors, headlights, turn, brake and hazard lights, worklights for gutter brooms, cab mounted warning strobe light with protective cage, backup alarm, rearview backup camera • Brakes/Steering: Hydraulic power assisted service bakes, parking brake, turning radius 15’ maximum • Debris Hopper: 3.5 yd. capacity minimum, 9’ 6” minimum dump height • Conveyor: Rubber belt type with flights, hydraulic drive • Main Broom: 32” diameter minimum, 56” width tube type, hydraulic drive • Gutter Brooms: Right & left side brooms to have adjustable down pressure located in cab, 36” diameter minimum, segmented type broom, hydraulic drive • Water Spray System: 220 gal water tank, run dry type water pump, 15’ hydrant fill hose, water spray jets adjacent to all brooms, water filter • Pick Up Head: The following requirements are for the regenerative air system type sweeper, all other requirements are the same for either machine, 72” outside dimension, 12” pressure hose, 12” suction hose, spring type suspension • Blower: The following requirements are for the regenerative air system type sweeper, all other requirements are the same for either machine, direct hydraulic drive, cast aluminum with abrasion resistant coating, blower housing rubber lined FSA23-EQU21.0: Heavy Equipment Item Group Specifications 72 Sweeper: Cabover Mechanical Broom Street Sweeper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Cab Chassis: Engine- 6-cylinder diesel, 200 hp minimum, transmission- automatic transmission to meet the correct engine size and GVW of vehicle, hydrostatic drive is acceptable, engine equipment- alternator- 12V/130 amp, fuel water separator, 50 gal fuel tank, cab- dual operating position type cab to include- steering, controls, etc. for sweeping from either side, rubber floor mats, air ride seating, pressurized cab with heat and air conditioning, instrumentation for truck- oil pressure, water temperatures, voltmeter gauges, instrumentation for sweeper-tachometer, hour meter, oil pressure, coolant temperature gauges, frame- rail type 80,000 psi, size- 10.9”x 3.5” x .34”, frame overhang, wheelbase 130” minimum, front steel bumper, safety- Dual West Coast bright finish heated mirrors with LH & RH remote, intermittent windshield wipers, daytime running lights, backup alarm, auto shutdown, axles- front axle- 11,900 lbs. GVW, rear axle- 21,000 lbs. GVW, single speed rear axle, 22.5 x 8.25 steel wheels- disc type, 11R x 22.5 14-ply radial tires, brakes- antilock brakes, front air brakes- 15 x 4 drum, rear air brakes 16.5 x 7 drum, automatic slack adjusters- front and rear, air dryer- frame mounted • Mounted Sweeper Body (Standard Equipment): Engine- 4 cylinder diesel, 47 hp, governed at 2,800 rpm, spin-on oil filter, alternator- 12V/60 amp, side brooms- right & left side gutter brooms (tilt control in cab), hydraulically raised & lowered , 42” diameter- segment type adjustable down pressure (Manual)- optional down pressure pump, main broom: length- 58” minimum, diameter- 35” minimum, hydraulic motor- direct or chain drive and reversible, full floating trailing arms w/shocks, lift control inside cab, sweeper body- overall height- 10’ with strobe, lift capacity- 11,000 lbs. minimum, 4.5 cubic yd. hopper, dump height- 10’ minimum. lift design- hydraulic 2-stage scissors, hopper inspection door, work lights- 1 on each gutter broom and one in rear, hydraulic system- hydraulic pump capacity minimum- 24 gpm @ 2,600 rpm, pump- dual tandem gear, reservoir - 21 gal, spin-on 10 micron hydraulic pump, externally mounted reservoir level indicator, water spray system- water tank construction- polyethylene and removable, water tank capacity- 280 gal minimum, fill hose 2 ½” x 16’ with NST coupler, diaphragm pump type with run dry capability, pump capacity- 3.0 gpm minimum, minimum of 9 spray nozzles- 2 min per gutter broom, 3 min for main broom, water filter- 80 micron mesh cleanable, conveyor/elevator system- minimum of 9 flights- replaceable, belt material- rubber reinforced fabric, belt speed- variable with auxiliary engine rpm, drive- reversible with direct drive, elevator jam warning light & buzzer in cab, conveyer flush- built in FSA23-EQU21.0: Heavy Equipment Item Group Specifications 73 Sweeper: Compact Air Sweeper - 2.3 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Operating Weight: 8,800 lbs. GVWR, empty weight- 5,900 lbs. • Engine/Transmission: 78 hp, hydrostatic drive • Brakes/Tires: Drum type brakes (power assist), front tire size 6.50 R10, Radial, rear tire size 225/75 R10 Radial • Sweeper Dimensions: Height- 72”, width- 52”, length- 162” • Hopper: 2.3 cubic yd. capacity • Gutter Brooms: Equipped with left and right side gutter brooms, front mounted 33.5” diameter, overall sweeping width 122” • Water System: 66 gal recirculation water system capacity, 40 gal clean water system capacity • Lighting/Safety: Lighting package to enable vehicle to operate on the road, work lights for operation of vehicle at night, amber warning beacon, intermittent wipers • Comfort Items: Cab to be air conditioned and heated, suspension type operator seat • Instrumentation: Full instrumentation to monitor operation of vehicle • Fan Unit: Centrifugal type fan, wear resistant blades FSA23-EQU21.0: Heavy Equipment Item Group Specifications 74 Sweeper: Regenerative Air Street Sweeper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Cab & Chassis: Engine- 6-cylinder diesel, 200 hp minimum, transmission- Allison 2000 series, 5- speed automatic, engine equipment- alternator: 12 volt 100 amp, fuel water separator, cab- cab over, with rust preventative coating, dual operating position type cab to include- steering, controls, etc., for sweeping from either side, rubber floor mats, air ride suspension seats, both sides, pressurized cab with heat and air conditioning, instrumentation for truck- oil pressure, water temperature, voltmeter gauges, instrumentation for sweeper- tachometer, hour meter, oil pressure, coolant temperature gauges, frame- wheelbase- 152” minimum, front steel bumper, fuel tank- 50 gal, safety- west coast mirrors with lower mounted convex mirrors, intermittent windshield wipers, daytime running lights, backup alarm, auto shutdown system for sweeper power plant, axles- front axle- 11,900 lbs. GVW, rear axle- 21,000 lbs. GVW, single- speed rear axle, 22.5 x 8.25 steel wheels- disc type, brakes- air dryer • Mounted Sweeper Body: Engine- 4-cylinder turbocharged diesel, 99 hp minimum, blower- direct belt drive, blower rating- 20,000 cfm, blower housing, pickup head- 90” OD, hose size- 14” pressure, 12” suction, hydraulically raised and lowered, side brooms- right and left side gutter brooms, hydraulically raised and lowered, 42” diameter- segment type, adjustable downward pressure, sweeper body- 7 yd. volume metric capacity, 50 degree dump angle or raker bar, centrifugal dust separator, hopper dump door to hydraulically open/close, lock and unlock, hopper screen- hinged, quick release, hydraulic system- direct drive hydraulic pump, water spray dust control system- water tank construction- polyethylene, 220 gal capacity, fill hose- 16’ long, diaphragm pump type with run dry capability, pump capacity- 5 gpm pump pressure- 25 psi, 7 spray nozzles, 4” pickup head, 1” suction tube- 2 on each side of broom, filter- 80 mesh cleanable FSA23-EQU21.0: Heavy Equipment Item Group Specifications 75 Sweeper: Self-Propelled Hydrostatic Broom In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 5,500 lbs. • Engine: Diesel engine 74 hp at 2,200 rpm, pre-cleaner 54 clone or equivalent, 27 gal fuel tank • Travel System: 2-speed hydrostatic drive, high speed travel, 20 mph, 225/75R15 tire size, joystick direction controls, or foot pedal, front or rear wheel steering • Cab: Roll over and falling object protective structures, enclosed cab with air conditioner, heater and defroster fan, front windshield wiper, gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant, right and left side doors, right and left side mirrors, shall have safety lighting package and night operating lighting package • Broom: Minimum 7’ 6” poly or poly-steel brush, brush shall have quick charge core system, minimum 150 gal brush watering attachment, shall have variable brush down-pressure control, brush shall be hydraulically driven FSA23-EQU21.0: Heavy Equipment Item Group Specifications 76 Tactical Vehicle: Skid Steer Mounted (The Rook) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Vehicle Platform: CAT multi-terrain loader, 84 hp diesel engine, 2-speed powertrain, operating weight 13,000 lbs., fuel tank 26 gal, hydraulic quick coupler, enclosed ROPS cab with air conditioner and heater, dual level suspension undercarriage with self level, advanced machine information and control system • Cab Armored Protection: Bullet proof glass, NIJ Level IV armor cab reinforcement fabrication • Armored Deployment Platform: integrated video system, breaching ram, vehicle extraction tool, grapple claw FSA23-EQU21.0: Heavy Equipment Item Group Specifications 77 Tool Carrier: Hydrostatic Drive In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 90 hp turbo diesel, heavy duty radiator with high flow fan with reversing, clean out valve, canister style air cleaner with pre-cleaner, electric start with engine pre-heat, full engine gauge package, 30 gal fuel tank • Power Train: Hydrostatic, variable displacement piston transmission pump, two, heavy-duty, 4 wheel drive, steerable axles with parking and service brake, 3 steering modes- 4-wheel round, front wheel and 4-wheel crab, approximately 9,000 lbs. GVW (without attachments) • Travel Speed: Work mode- variable 0-5 mph, travel mode- variable 0-20 mph • Comfort, Convenience & Safety: Full air ride, suspension seat, certified ROPS canopy with AC, heat, am/fm radio with Bluetooth, tilt steering column with horn, seat belt with safety switch, turn signals and brake lights, flashing safety lights as well as dot reflector tape • Attachment Options: Front lift arms with universal skid steer mounting plate for 10 skid steer attachments- broom/sweeper, 90” rotary mower, 88” flail mower, dozier blade, stump grinder, pallet forks, cold planer, big roll sod installer, landscape rake, rotary tiller, right side rotary mower, right side flail mower, right side boom/reach mower, 15’ belly mower • Conditions: In addition to equipment specified, mower will be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA emission standards and all motor vehicle standards as established by the US DOT regarding the manufacturer of motor vehicles FSA23-EQU21.0: Heavy Equipment Item Group Specifications 78 Tractor: Agriculture Tractor - 4x2 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled diesel with minimum of 75 PTO hp @ 2,200 rpm • Transmission: Synchroshuttle type with a minimum of 8 forward and 3 reverse speeds • Fuel Tank: Minimum 23 gal capacity • Brakes: Oil cooled hydraulic • Power Take Off: Speeds rpm- 540/1,000 • Hydraulic System: Open center system with standard remotes, standard output @ remote gpm- 10, main pump flow 17 gpm • 3-Point Hitch: Electronic or mechanical 3-point hitch control, Category II, telescopic stabilizers, SAE lift capacity @ 24” standard lbs.- 3,600, lower draft arm link ends- extendable • Tires: Not less than 18.4R-28 R1 radials, not less than 7.5L-15, 6-Ply F2 FSA23-EQU21.0: Heavy Equipment Item Group Specifications 79 Tractor: Compact Articulating Tractor - AWD Note: Incomplete equipment. Unit bid is for the prime mover only, without attachments. Buyer should select attachments needed from the option list to complete the machin. Examples of attachments available are: bucket, grapple and/or forks. This will affect the final price. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 4,500K- Briggs & Stratton 31 hp Vanguard M54 • Transmission: Manufacturer’s standard hydrostatic • Performance Items: SDLA controls for complete one-handed control of speed, direction, lift & auxiliary functions, weight transfer- transfers weight to front axle for added stability (optional 4,500K) • Safety Items: Automatic PTO shut-off when weight is removed from seat, standard seatbelt, standard ROPS system, neutral assist • Tires and Wheels: Manufacturer’s standard tires and wheels (optional turf or bar tires) • Attachment and Accessories: 30 commercial grade attachments for a variety of applications (sold individually, not factory installed), uses Ventrac quick hitch system for quick transition between applications FSA23-EQU21.0: Heavy Equipment Item Group Specifications 80 Tractor: Small Agriculture Tractor - 4x4 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled diesel with minimum of 29 PTO hp @ 2,200 rpm • Transmission: Hydrostatic drive or mechanical type transmission, 4WD front axle • Fuel Tank: Minimum 7 gal capacity • Brakes: Oil cooled hydraulic wet disc • Power Take Off: Speeds rpm- 540 • Hydraulic System: Open center system with standard remotes, maximum main pump flow-6.3 gpm • 3-Point Hitch: Category I, SAE lift capacity @ 24” standard lbs.- 1,435 • Tires: Not less than 11.2 x 24 rear, not less than 5-15 6-ply front FSA23-EQU21.0: Heavy Equipment Item Group Specifications 81 Tractor: Tractor with Boom Mower - 4x4 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled diesel with minimum of 95 PTO hp @ 2,200 rpm • Transmission: Synchroshuttle type with a minimum of 16 forward and 16 reverse speeds, 4WD front axle • Fuel Tank: Minimum 38 gal capacity • Brakes: Oil cooled hydraulic • Power Take Off: Speeds rpm- 540/1000 • Hydraulic System: Closed center system with standard remotes, maximum pressure psi- 2,900, standard output @ remote 17 gpm, total of 29 gpm combined flow • Point Hitch: Category II, telescopic stabilizers, SAE lift capacity @ 24” standard lbs.- 5,000, lower draft arm link ends- extendable • Tires: Not less than 13.6R24 R1 rear radials, not less than 18.4R30 6-Ply F2 • Mounted Boom Mower: Minimum 23’ boom reach, forward and reverse swing break away, integral frame, separate hydraulic circuit for mower head, 5’ rotary cutter head, disc or bar type blade holder FSA23-EQU21.0: Heavy Equipment Item Group Specifications 82 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR All trailers must In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Deck width- 8’ 6”, overall deck length- 25’, dovetail length- 5’, GVWR- 16,000 lbs. • Frame: 5” channel side rails, 3” channel cross members on 16” centers, 4” channel undercarriage, 2” x 3/8” rub rail with stake pockets, pintle hitch • Deck: 2 x 8 pressure treated deck, Galvanized deck screws, 5’ dovetail, spring assist stand up ramps • Axles: Tandem 8,000 lbs. Dexter oil bath axles (2), electric brakes, breakaway brake system with well cell battery • Lighting System: Protected turn/stop/tail lights, wiring run in conduit, heavy duty trailer plug • Miscellaneous: Spare tire and rack, lockable tool box, primed and painted- choice of color, tongue jack rated for GVWR of trailer FSA23-EQU21.0: Heavy Equipment Item Group Specifications 83 Trailer: Deck Over Equipment - 40,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: 24’ overall, 19’ w/ 60” dovetail, 96” width • Decking: 2” hardwood • Ramps: 60” fold up ramps, 22” width • Tiedowns: Heavy duty tiedowns • Axles: (2) 22,500 lbs. axles, oil lubricated • Brakes: Air brakes, w/ ABS • Suspension: Multi-leaf, sized for GVWR of unit • Tires: (8) 215/75R x 17.5 16 ply Radial • Lighting: LED, DOT compliant stop, tail, turn and clearance • Coupler: Adjustable pintle eye • Jack: 2-speed jack, sized for trailer FSA23-EQU21.0: Heavy Equipment Item Group Specifications 84 Trailer: Detachable Neck Lowboy Trailer 100,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: 50’ overall, 24’ clear deck length, 14’ rear over axles, 8’6” deck width, swing out outriggers • Decking: 1 ½” hardwood decking • Ramps: Front folding ramps • Tiedowns: 5 pair heavy duty tiedowns • Flagholders: 2 pair • Axles: 3, sized to meet GVWR of unit, oil lubricated • Brakes: Air brakes, w/ ABS, automatic slack adjusters • Suspension: Air ride type, sized for GVWR of unit • Tires: 235/70R 22.5 Radial tires • Lighting: LED DOT compliant stop/tail/turn, clearance, and mid turn • Detachable Gooseneck: 48” kingpin height, fixed neck, 96” swing radius, hydraulic lift, hydraulic support, toolbox on neck FSA23-EQU21.0: Heavy Equipment Item Group Specifications 85 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Width- 7’, length- 16’, 7,000 lbs. GVWR • Frame: Formed angle top and bottom sills, all exposed steel primed and painted, positive lock ball coupler, tongue jack, safety chains- DOT rated • Floor/Walls/Roof: ¾”exterior grade plywood floor, ¼” plywood interior liner, .030” prefinished aluminum exterior, state colors, smooth galvanized steel or one-piece aluminum roof, fiberglass front cap, extruded aluminum bottom trim, extruded aluminum roof cove with drip rail, double locking door on rear • Axles: Tandem 3,500 lbs. torflex axles, 15” wheels, 205 x 15 trailer rated tires, electric brakes with breakaway switch • Lighting System: Protected turn/stop/tail lights, clearance lights, wiring run in conduit, heavy duty trailer plug • Miscellaneous: Spare wheel and tire FSA23-EQU21.0: Heavy Equipment Item Group Specifications 86 Trailer: Enclosed Utility Body/Trailer Mounted - 9,900 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Length: 205” • Width: 89” • Weight: 4,600 lbs. • GVWR: 9,900 lbs. • Frame Construction: I beam type frame, specifically engineered to mount Knapheide KUVCC Body on • Front Jack: Manual • Rear Leg Stabilizers: 2 rear leg stabilizers • Axle: 10,000 lbs. Torflex axle, oil hubs • Brakes: Electric brakes • Wheels and Tires: Dual rear wheels, tires sized for GVWR of unit • Lighting: LED type, stop/turn/tail, backup • Utility Body: Knaphiede KUVCC body • Doors: Continuous hinges, rotary latches, adjustable strikers, double panel, duel seals, master lock, hold open springs • Roof: Cross braced, rotary latches, adjustable strikers • Rear Cargo Doors: Double panel, hold open shocks, door seals, rotary latches, adjustable strikers • Interior Lights: LED lighting • Shelving: 250 lbs. rating, hemmed dividers • Floor: 1/8” treadplate w/cross sills • Undercoating: Entire unit to be undercoated • FSA23-EQU21.0: Heavy Equipment Item Group Specifications 87 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: 43’ overall, 27’ clear deck length, 4’ dovetail • Decking: 1 ½” hardwood decking • Ramps: 8’ x 3’, fold up ramps, hydraulically raised • Tiedowns: 8 pair heavy duty tiedowns • Flagholders: 2 pair • Axles: 2 sized to meet GVWR of unit, oil lubricated • Brakes: Air brakes, w/ ABS, automatic slack adjusters • Suspension: Spring type, sized for GVWR of unit • Tires: 235/75R 17.5 Radial tires • Lighting: LED DOT compliant stop/tail/turn, clearance, and mid turn • Gooseneck: 48” kingpin height, fixed neck, 84” swing radius, toolbox on neck • Landing Gear: 2 speed, 50,000 lbs. capacity FSA23-EQU21.0: Heavy Equipment Item Group Specifications 88 Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 13,500 lbs. • Deck: 75” x 14’, ground flat loading • Lift Mechanism: Hydraulic • Suspension: Rubber or air • Deck: Steel treadplate • Brakes: Electric on all axles • Tires: 235/80R16 LRE Radial • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Coupler: A-frame adjustable • Tie Downs: Heavy duty D-Ring FSA23-EQU21.0: Heavy Equipment Item Group Specifications 89 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Deck width- 8’ 6”, overall length- 48’, deck length- 25’, hydraulic tail- 12’ (8’ with 4’ fold under) • GVWR: 70,000 lbs. • Frame: Cambered “I” beam main frame, 49” kingpin height, 16” kingpin setting, 82” swing clearance, 8’ upper deck length • Deck: 1 ½” apitone or oak decking, 1 ½”, floor plate over wheels, traction plate on hydraulic tail • Hydraulic Tail: 8’ main tail, 4’ fold under tail, hydraulic actuated with tail lock, 14 degree load angle • Landing Gear: Pin drop type or 2 speed type • Axles/Suspension/Tires: 2- 22,500 lbs. axles, oil seal hubs, 6.5 x 17.5 steel wheels, 235/75R x 17.5 radial tires, air brakes with automatic slack adjustors, ABS brake system, air ride suspension with auto and manual controls • Lighting: LED lighting, wiring in conduit, mid turn signals, lighting as per DOT regulations • Miscellaneous Equipment: 12,000 lbs. hydraulic winch mounted on upper deck over kingpin, wireless control, toolbox on upper deck, hydraulic tail controls both sides, air ride controls with dump valve FSA23-EQU21.0: Heavy Equipment Item Group Specifications 90 Trailer: Leachate Tanker - 6,500 gallons In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Length: 42’, fifth wheel height- 49”, capacity- 6,500 gal, operating pressure- 15 psi w/ vacuum relief • Tank Construction: Stainless steel, external ring, one compartment, 6,500 gal, straight round w/ slope to rear, two baffles , three manways (lug) one located center and one in each baffled section, two manway cleanouts (4 lug) located in front head and rear head at bottom • Top Walkway: Gripstrut 12” width, extending from rear to front manway, with handrail, and ladder to access walkway • Discharges, Valves, and Plumbing: Pressure/vacuum relief valve 15 psi in manhole cover, 6”discharge w/ sliding gate valve at rear of tank drain pump, 4” discharge to pump w/ valve, manufacturer’s plumbing to allow gravity discharge or pump discharge or filling, gravity discharge at rear of tank to utilize cam lock fittings and caps • Pump: Hydraulically driven, bi-directional pump, controls at rear, stainless piping for pump hydraulics from pump to front curbside for truck attachment • Hose Carriers: Located on fenders • Cabinets: Two cabinets mounted curbside and roadside ahead of suspension • Trailer Constuction: Stainless steel frame • Axles: Two axles sized for GVWR of unit, oil lubricated hubs • Brakes: Air brakes w/ ABS and rollover protection, aluminum air tanks, automatic slack adjusters • Tires: Radial tires sized for GVWR of unit, aluminum wheels w/ mudflaps • Landing Gear: Sized for GVWR of unit • Lights: LED clearance, stop/turn/tail, all wiring run in protective conduit, worklight, w/ switch at rear, all wiring run to junction box at front of trailer • Color: Stainless Steel FSA23-EQU21.0: Heavy Equipment Item Group Specifications 91 Trailer: Livestock Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 7,000 lbs. • Stall Size: 76” x 16’ • Interior Height: 6’ 6” • Doors: Side escape door and full swing rear, center cut gate • Deck: Treated pine • Axles: (2) 3,500 lbs., quick lubricating • Brakes: Electric on all axles • Suspension: Multi-leaf • Tires: 205/75R15 Radial • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Coupler: A-frame ball style • Jack: 2,000 lbs. heavy duty FSA23-EQU21.0: Heavy Equipment Item Group Specifications 92 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 14,000 lbs. • Bed: Grease fittings on all hinges, D-ring tie downs • Bed Size & Frame: Width- 6’ 8”, length- 14’, deck height- 24”, tube steel box, 10GA bed floor, rear stabilizers, 12,000 lbs. tongue jack, 20” high sides and tailgate minimum • Bed Lift: Scissor type hydraulic lift, 12 volt power unit with battery, 15’ pendant control • Axles: Dexter easy lube or equivalent, sized for GVWR of trailer, 4-wheel electric brakes with breakaway • Miscellaneous: Conspicuity type on sides, tail/stop/turn lights, 7-way trailer plug, tarp system, spare tire, pintle type hitch or ball (customer selected) FSA23-EQU21.0: Heavy Equipment Item Group Specifications 93 Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 7,000 lbs. • Cooler Box Size: 72” x 12’ • Interior Height: 6’ 5” • Temperature Range: 0 to 50 degrees F • Input Voltage: 120V 15A • Insulation: R-25 • Food Safety: Anti-microbial gel or stainless interior coating • Doors: 48” rear door with freezer strips • Floor: ¾” keg duty floor • Axles: (2) 3,500 lbs., quick lubricating • Brakes: electric on all axles • Tires: 205/75R15 Radial tires • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Jack: 2,000 lbs. heavy duty • Coupler: A frame ball type FSA23-EQU21.0: Heavy Equipment Item Group Specifications 94 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck Size: 77” x 16’ • Sidewall Frame Height: 15” minimum • Ramps: 48” rear folding tailgate • Tie Downs: Heavy duty tie rings • Deck: Treated pine • Axles: (2) 3,500 lbs., quick lubricating • Brakes: Electric on all axles • Suspension: Multi-leaf • Tires: 205/75R15 Radial tires • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Coupler: A-frame 2 5/16” ball adjustable 4 hole • Jack: 2,000 lbs. heavy duty FSA23-EQU21.0: Heavy Equipment Item Group Specifications 95 Trailer: Waste Trailer with Walking Floor In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Length- 48’, aluminum width- 102", side height- 100" • Floor: Keith or Hallco running floor, extreme duty slats with center rib • Crossmembers: 14" spacing • Crosstubes: Center and rear crosstubes, bolt in style • Lights: LED lights, mid turn lights. • Tarp: Manual roll type- side to side, mesh type tarp • Tailgate: Side swing- left or right, CAM locking system with safety chain, extreme duty hinges • Landing Gear: Holland Mark V • Axles: TP axles or equivalent, same inner and outer bearings, outboard mount hubs • Suspension: Cast hangers, leaf springs • Tires and Wheels: Steel disc 22.5 x 8.25, 11R22.5 Radial tires • Miscellaneous: Tow hooks on rear, air deflector in front FSA23-EQU21.0: Heavy Equipment Item Group Specifications 96 Transfer Switch: 600 Amp Automatic Transfer Switch In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Automatic Transfer Switch: Maximum voltage rating of 600 VAC, 60 Hz, 1Ph or 3Ph, open transition (break-before-make) transfer logic, transfer switch must meet the related industry standards: UL 1008- automatic transfer switches for use in emergency systems, CSA- automatic transfer switches, NEMA- industrial control and systems AC transfer switch equipment, IEC- automatic transfer switching equipment • Rating: 600 amp, 3 pole, 277/480 VAC, 60Hz, enclosure type- NEMA 3r • Functional: The automatic transfer switch shall automatically transfer the load to the generator supply in the event of a utility supply failure and return the load to the utility supply upon restoration. The automatic transfer switch power switching devices shall be mechanically and electrically interlocked to prevent the utility and generator supplies from being interconnected. All timers should be field adjustable to ensure proper field site compatibility. • Automatic Sequence Of Operation: When the voltage on any phase of the utility supply is below present levels of rated voltage for a preset time delay, a contact shall close to initiate start of the standby generator. The load shall transfer to the generator supply when the generator voltage and frequency have reached acceptable present levels and the warm up time delay has expired. When the utility supply is restored to the above present levels of rated voltage on all phases, load transfer from generator to utility supply shall be initiated following expiry of the utility return timer. Once the transfer mechanism operates and opens the generator power switching device, the transfer mechanism shall stop in the neutral position (with the both power switching devices open) for the duration of the neutral delay timer setting to allow load voltage to decay prior to reconnecting the utility supply. The load shall be re-connected to the utility supply once the neutral delay timer expires and the transfer mechanism continues operation and closes the utility power switching device. The load shall immediately re-transfer to the utility supply (if within acceptable limits) should the generator supply fail prior to the expiry of the utility transfer delay. The generator set shall continue to operate following a load transfer for a cool down delay period, and then a contact shall open to stop the generator set. An “on load” test mode may be initiated which shall cause a simulated utility failure condition and transfer the load to the generator set. The transfer sequence shall be the same as for a utility power failure except a neutral delay sequence shall occur when transferring from utility to a generator source. The load shall immediately retransfer to the utility supply (if within acceptable limits) should the generator supply fail during an “on load” test mode. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 97 • Factory Testing: A certified factory test report shall be shipped with each switch at time of shipment. The automatic transfer switch shall be factory tested prior to delivery to the purchaser. The following test shall be conducted by qualified factory personnel: visual inspection, mechanical tests, electrical tests, final inspection. • Field Testing and Commissioning: The automatic transfer switch shall be field tested once installed at the project site to confirm proper operation of the system. Schedule and witness testing activities shall be coordinated with the project engineer, site contractor, and owner as required in advance of the testing date. A qualified local factory-trained field representative shall conduct the necessary test to ensure proper operation of the switch. Visual inspection- electrical and mechanical inspection to verify the installation is correct as recommended by the transfer switch manufacturer and as per National Electric Code (NEC) requirements. Mechanical tests- as a minimum, the following mechanical tests shall be performed on the transfer switch: power conductor torque verification, verification of mechanical interlock, manual ATS mechanism operation, all mechanical fasteners/wire connections tight, confirmations of correct transfer switch voltage, current and withstand ratings as is required for the application, Meggar testing the power cabling to the transfer switch, verification of correct power cabling phasing and phase rotation prior to energization, confirmation of settings for all timers & voltages sensors, full function test-normal operation- 3 complete cycles of failing the utility supply and transfer load to/from the generator set, verification of all test modes operates correctly. • Conditions: In addition to equipment specified, each automatic transfer switch shall be equipped with all necessary equipment as specified by the manufacturer for this model and shall include but not be limited to the following necessary items: shrink wrap applied to the product to ensure a clean finish, one complete set of operation and maintenance manuals, a two (2) year or 1,500 hour from date of standard standby warranty will apply from date of successful startup, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 98 Trencher: Walk Behind Trencher In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 25 hp gasoline engine, 7 gal fuel tank, positive feed oil system with spin on filter, 12 volt starting/charging system • Ground Drive: Hydrostatic, rubber ground tracks, 7" track width, 31" track length on ground • Trencher Drive: Hydraulic drive, 8 gal hydraulic reservoir, hydraulic system spin on filter • Trencher Boom: Digging depth- 48", Auger diameter- 18", cutting width minimum- 4" • Controls: Operator presence safety system, low-oil shutdown system, steering control, trencher controls, travel control, boom controls • Approximate Dimensions: Weight- 1,550 lbs., length- 79", width- 34", height- 48" FSA23-EQU21.0: Heavy Equipment Item Group Specifications 99 Underground Locating Equipment: Ground Penetrating Radar Due to the complexity of this type of equipment, there are no base unit specifications. Purchasers should research and verify the unit bid will meet their desired performance expectations and is compatible with their hardware/software, if required. It is recommended the vendor be contacted to assist with determining performance and compatibility needs prior to purchase. Unit bid must be ready to work with batteries, carrying cases, and technical manuals. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 100 Underground Locating Equipment: Utility Locator Due to the complexity of this type of equipment, there are no base unit specifications. Purchasers should research and verify the unit bid will meet their desired performance expectations and is compatible with their hardware/software, if required. It is recommended the vendor be contacted to assist with determining performance and compatibility needs prior to purchase. Unit bid must be ready to work with batteries, carrying cases, and technical manuals. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 101 Vehicle Lift: Mobile - 2 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 36,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base, voltage 208-230 3-phase • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard.A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 102 Vehicle Lift: Mobile - 2 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 36,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards, training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 103 Vehicle Lift: Mobile - 4 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 72,000 lb. ; 18,000 lb. per column minimum. • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 104 Vehicle Lift: Mobile - 4 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 72,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards, training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 105 Vehicle Lift: Mobile - 6 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 108,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”- 24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 106 Vehicle Lift: Mobile - 6 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 108,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”- 24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards: training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 107 Vehicle Lift: Mobile - 8 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 144,000 lb. ; 18,000 lb. per column minimum. • Dimension: Width- 45”, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”-24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 108 Vehicle Lift: Mobile - 8 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 144,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”- 24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards, training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 109 Vehicle Lift: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 10,000 lbs. • Dimension: minimum width- 125”, minimum width between posts- 110”, minimum extended cylinder height- 142.5”, minimum full rise height- 72”, minimum ceiling height required- 12’ • Operation: Speed of rise- fully lowered to fully raised in 50 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 2.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation w/ filter/lubricator/regulator, tire tool, manager workstation w/ filter/lubricator/regulator, column height extensions, door protection • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 110 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 12,000 lbs. • Dimension: Minimum width- 139”, minimum width between posts- 114 7/8”, minimum extended cylinder height- 160”, minimum full rise height- 72”, maximum ceiling height required- 16’ • Operation: Speed of rise- fully lowered to fully raised in 90 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 2.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator, tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door protection • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 111 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 15,000 lbs. • Dimension: Minimum width- 125”, minimum width between posts- 120”, minimum extended cylinder height- 160”, minimum full rise height- 72”, maximum ceiling height required- 17’ • Operation: Speed of rise- fully lowered to fully raised in 90 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 2.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator, tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door protection. • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 112 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 18,000 lbs. • Dimension: Minimum width- 125”, minimum width between posts- 118”, minimum extended cylinder height- 142.5”, minimum full rise height- 85”, maximum ceiling height required- 17’ • Operation: Speed of rise- fully lowered to fully raised in 60 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 3.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator, tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door protection • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 113 Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Lifting Capacity: 10,000 lbs. • Lifting Configuration: Versymmetric (symmetric & asymmetric) arms 3-stage front/3-stage rear, rise height- 74.125”, overall height- 134”/140”, overall height (cylinder extended)- 143”, 2’ height extension available, 3’ height extension available, overall width- 138.5”/ 143”, drive- thru clearance- 100”/104.5”, floor to overhead switch- 128.5”/134.5”, front arm reach- 20”- 42”, rear arm reach- 37.625”-60”, screw pad height- 3.875”-6.125”, inside columns- 110”/114.5”, motor/voltage- 2 hp, 208V-230V, 60 Hz, 1 Ph, speed of rise- 38 seconds, ceiling height required 12’, ALI/ETL certified FSA23-EQU21.0: Heavy Equipment Item Group Specifications 114 Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Lifting Capacity: 15,000 lbs. • Lifting Configuration: Open or closed- front open max, wheelbase- 210”, rise height- 78”, overall length- 277.25”, overall width- 142” front/134.5” rear, inside columns- 120”, between columns- 222.5”, height of columns- 99.5”/93.5”, width of runways- 20”, height of runways- 7”, width between runways- 43” max, 2-wheel alignment- 194”, 4-wheel alignment- 88”-158”, air supply required- 90-120 psi, motor/voltage- 2 hp, 208V-230V, 60 Hz, speed or rise- 85 seconds, minimum recommended bay size- 12’ x 26’, ALI/ETL certified, colors available- red, blue, black Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:315, MWI, CT006, CT006 Zone Rank Vendor Price Build File Options File Western Primary MWI pumps $50,460.00 Build Options Northern Primary MWI pumps $50,460.00 Build Options Central Primary MWI pumps $50,460.00 Build Options Southern Primary MWI pumps $50,460.00 Build Options Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1439 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.14 SUBJECT/RECOMMENDATION: Authorize the acceptance of the Ford MY Government Complimentary Charger Incentive Program by approving the special terms and conditions of the contract and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater was allocated $169,090.00 in the DOE’s (Department of Energy) EECBG (Energy Efficiency and Conservation Block Grant) program to implement strategies to reduce energy use, to reduce fossil fuel emissions, and to improve energy efficiency. Per approval of agenda item #24-0750 at the City Council meeting on July 15, 2024, the City is purchasing electric vehicles resulting in a cost savings for the City by not having to pay to replace the four vehicles selected. Ford’s MY Government Incentive Program gives a complimentary charger with each vehicle purchase. The city has selected the free 48-amp Series 2 (level 2) which include a cellular modem, RFID reader and 25 ft. cable (MSRP $1599). The city has chosen to add the depot software (SaaS) at the discounted price of $335 (MSRP $485) and discounted activation fee of $150 (MSRP $500) per charger. Four electric vehicles were ordered requiring four software subscriptions and four activation fees are required for a total of $1,940. The SaaS software will allow the city to have a centralized view of all our chargers, save on electricity via load management, access analytics, charging reports and vehicle State of Charge. The chargers have Open Charge Point Protocol (OCPP) which allows them to communicate with any central management system software, should the city choose to use a different software in the future. The contract agreement requires indemnification, which necessitates city council approval. This indemnification is a standard practice in contracts of this nature. APPROPRIATION CODE AND AMOUNT: 3157519-591000-C2106 $1,940 Funding is available in Capital Improvement Project C2106, Greenprint Implementation. This is funded by General Fund Revenue. STRATEGIC PRIORITY: Objectives 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; 4.1, Providing proactive climate resiliency strategies based on science; 4.2, Adopting renewable resource usage; and 4.4 Develop accessible and active transportation networks that enhance pedestrian safety and reduce citywide greenhouse gas emissions. Page 1 City of Clearwater Printed on 12/3/2024 1 About Ford Pro™ Ford Pro™ offers comprehensive charging solutions and services to help better plan, deploy and operate electric vehicle fleets. Getting charging right is a complex undertaking and each individual element requires effective strategy and execution to achieve value. Ford Pro™ provides a complete end-to-end solution. Ford Pro™ customers will have access to purpose-built electric vehicles; a variety of charging solutions; professional design, build and installation services; OEM-grade telematics data; comprehensive charging management solutions and integrated driver reimbursement reporting. Ford Pro™ Charging allows customers to manage and optimize fleet operations via the Ford Pro™ Depot Charging Software. This platform maximizes fleet uptime, helps optimize charging costs, tracks key KPIs and performance. This Sales Order will typically have 4 elements: • Design-Build & Installation Services • Ford Pro™ Depot Charging Software • Ford Pro™ Charging Hardware • Warranty & Preventative Maintenance Created by: Prepared for: Danielle Coughlin (Ford Pro Charging) Quote Created: 10/4/2024 12:17 PM Jeremy Alleshouse Ford Pro™ Charging Sales Order for CITY OF CLEARWATER 2 Analysis Ford Pro™ consultants meet individually with fleet managers to understand the unique needs of their fleets and help recommend the best package of electric vehicles and charging solutions to get the job done. The Ford Pro™ consulting team was founded to help educate fleet managers on electric vehicles, behaviors and Ford Pro™ software that maximize the capability of their electric vehicles, maximizing value to customer fleets and minimizing upfront investment. Planning Transitioning your fleet from gas to electric can be challenging, especially for fleets new to electric vehicle operation. The Ford Pro™ consulting team has a toolbox of solutions to help your fleet make the transition seamless. Ford Pro™ can also help you analyze your total cost of ownership and understand the return on investment your fleet can unlock by transitioning to electric. The Ford Pro™ consulting team is here to help you get the transition right and unlock unparalleled opportunities by electrifying your fleet. Lowered total cost of ownership Save on energy and maintenance costs Optimized operations with full stat visibility Charging that supports any vehicle make Streamlined deployment with timeline that hits organization goals Vehicles are not charged and ready for operation Energy costs are higher than gas or diesel Non-optimized fleet and lack of centralized data and reporting Charging that is not scalable or supports multi-make Juggling multiple vendors with missed timelines Ford Pro™ Charging Fleet Charging Analysis & Planning 01 02 03 Get it Right 04 05 01 02 Get it Wrong 03 04 05 Implementation • Coordinate the installation of EVSE with the delivery of Battery Electric Vehicles • Design of reports, and configuration of metrics and reports, as specified by Customer • Integrate dispatch, routing, and scheduling software to optimize depot charging software platform • Load utility rate information for each installation site • Introduce Customer Success Manager and establish a meeting cadence to report on customer preferred metrics and KPIs Onboarding • Activate charger data connection • Direct and verify charger data connection to depot charging cloud service • Depot charging account setup and assistance to assign vehicles to default depots; setup users, user groups, reports, and analytics. • One training/onboarding session per depot location. Consult & Plan Commission & Onboard Identify Vehicles Depot Charging Procure & Install Define Hardware Requirements Design & Construct 3 Ford Pro™ Depot Charging Design, Build & Installation Services Nationwide Support Ford is collaborating with Qmerit to provide our customers access to a nationwide network of qualified electricians. Qmerit’s network has a depth of experience in EV that is unrivaled. Qmerit provides Ford customers with white glove concierge service, working side by side with the Ford Pro™ team to help you optimize home charging for your fleet. Consult & Plan Ship & Install Chargers Driver Survey Fleet Manager Sign-off Home Charging Identify Homes for Install Installer Estimates Ford Pro™ Home Charging Charger Purchase & Installation 4 Ford Pro™ Depot Charging Ford Pro™ Depot Charging Software Deployment of sophisticated smart-charging algorithms that ensure vehicles are reliably charged while optimizing energy cost based on a variety of data sources such as vehicle arrival and dispatch schedules, routing information, time-of-use (TOU) energy rates, demand charge windows, and service impacting faults. Functionality is detailed below for the two software licenses being offered. *For Ford Vehicles on AC and DC Chargers, For Non-Ford Vehicles on DC Chargers **For Ford DC Chargers/Ford Vehicles Functionality Base Commercial EV Suitability Assessment and TCO tools OCPP Support Monitoring and Management of Depot Health, Vehicle Readiness Real-Time Charger-Vehicle Connectivity Real-Time State-of-Charge (SoC) * Real-Time Fault Alerts (Email, Text) Multi-Make Vehicle Support Demand Charge and TOU Cost Reduction (Utility Rate Integration) Automated Energy Reporting Preconditioning Support (Battery & Cabin) OEM-Grade Telematics Integration ** Charge Management Profiles (Group Chargers by location or access control settings) Time-Based Access Controls Energy Reporting and user subscription capability Site Level Load Management 24X7 Customer Support 5 Ford Pro™ Depot Charging Ford Pro™ Depot Charging Software 6 Ford Pro™ Depot Charging Software • A web-based dashboard that provides a one-stop interface for remote monitoring and energy management for each electric vehicle in the fleet • Monitoring and management services that directly impact electric vehicle fleet operations (such as charging station status, network connectivity, and equipment faults) • Configurable reports with comprehensive analysis of energy dispensed, energy economy, service status, environmental credits, and more Ford Pro™ Depot Charging Software Ford Pro™ Depot Charging Description of Services Ford Pro™ Charging offers safe, reliable and cost-effective hardware for charging fleets. In addition, we have worked with multiple charger OEMs and networks which allows us to provide best-in-class interoperability. We strive to deliver charging that meets the technical requirements of your fleet as the primary objective, regardless of the OEM and class of the vehicle. Level II chargers (AC output) will have a much shorter lead-time than Level III chargers (DC output). Detailed hardware information and pricing is available upon request. Typical lead time for chargers ranges from 1-2 weeks for hardware in stock, to 4-6 months for non-stock and off-menu items. 7 Ford Pro™ Charging Hardware AC Charging Hardware Ford Pro™ AC Charging Station 80A •High-powered charging solution for depot applications •Smart, integrated capability •Preconfigured with Cellular LTE Connectivity •25-ft. SAE J1772 cable Ford Pro™ AC Charging Station 48A •Equally suited for home or depot applications •Smart, integrated capability •Preconfigured with Cellular LTE Connectivity •25-ft. SAE J1772 cable Ford Pro™ AC Charging Station 80A (Series 2)  LCD display with real-time charging status  RFID card reader for increased access control  Field replaceable cable  Preconfigured with Cellular LTE Connectivity  25-ft. SAE J1772 cable 8 Ford Pro™ Charging offers safe, reliable and cost-effective hardware for charging fleets. In addition, we have worked with multiple charger OEMs and networks which allows us to provide best-in-class interoperability. We strive to deliver charging that meets the technical requirements of your fleet as the primary objective, regardless of the OEM and class of the vehicle. Level II chargers (AC output) will have a much shorter lead-time than Level III chargers (DC output). Detailed hardware information and pricing is available upon request. Typical lead time for chargers ranges from 1-2 weeks for hardware in stock, to 4-6 months for non-stock and off-menu items. Ford Pro™ DC Charging Cabinet + Industrial DC Dispenser Up to 180kW output power to vehicle Preconfigured with cellular (Wi-Fi & Ethernet connectivity options available with additional support) 20-ft. 2 x CCS-1 cables Dispenser can be wall-mounted Ford Pro™ DC Charging Station 60kW/200A, 120kW/300A, 180kW/300A, and 240kW/300A configurations Simultaneous charging Preconfigured with cellular (Wi-Fi & Ethernet connectivity options available with additional support) 20-ft. 2 x CCS-1 cables Ford Pro™ Charging Hardware DC Charging Hardware 9 All Ford Pro™ chargers equipped with 3-year warranty • Ford backed, industry leading warranty • Ford Pro™ warranty goes beyond retail warranties to cover labor, in addition to parts • If any issues arise with charger, simply call the 1-800-34-FLEET hotline number printed on the front of the charger Replacement • For covered warranty issues, a qualified electrician will come to your charging depot or your driver's home and swap out the unit, free of charge Extended Service Plan Ford Protect is now offering an extended service plan for up to 2 years beyond the 3-year Ford warranty on Ford Pro™ AC Charging Stations. Power up your electric vehicles with a Ford Pro Charging Station – and the peace of mind knowing it’s covered with a Ford Protect Extended Service Plan. Ford Protect covers everything needed to keep Ford Pro™ charging stations up and running. With Ford Protect, we take responsibility for fixing hardware issues by providing parts, labor and coordinating repairs by Ford authorized support specialists. • Coverage beyond the 3-year Ford warranty for an additional 2 years • Includes replacement or repair of any defective part on a Ford Pro™ Charging Station • Includes parts and labor • $0 deductible available What is not covered: Ford Protect does not provide coverage for any defect in the covered product which is caused by any failure to comply with any instructions from Ford. See the Service Contract Terms and Conditions for a complete list of what is not covered. The Ford Protect extended service plan is not insurance. Not available for retail sale or any non-commercial purpose. Strict eligibility restrictions apply. Ford Pro™ Charging Warranty 10 Ford Pro™ Charging What to Expect with Your Onboarding Customer Success Manager Assignment Charging Consultation Training on Charging & E- Telematics Customized Reporting User & Notification Set- Up Ford Pro Charging’s onboarding is a thorough and personalized experience, covering a wide array of technical and business support. As part of your onboarding, we will:  Designate a Customer Success Manager, who will centralize your onboarding experience and coordinate behind the scenes with our team of specialists.  Consult with you on the right charging and alerts, customized specific to your fleet and depot sites.  Ensure every charger is connected, optimized, and functional after installation.  Train you on several areas related to charging and E-Telematics, to maximize your uptime and energy savings.  Customize your automated reporting, including who should receive, when, and how often.  Set up users within your fleet and create custom notifications to keep your team informed in case of charging issues.  DC Only: Onsite charger commissioning by charging manufacturer to ensure proper installation and operation of unit(s). This process typically takes a few hours per DC charger. 11 Ford Pro™ Depot Charging Sales Order We have prepared the following pricing to meet the needs of your project requirements. Upon execution of this Sales Order, inventory will be secured in our warehouse, and we will arrange shipment based on your specific needs. Product Name SKU Price QTY Subtotal (US) STATE AND LOCAL GOVERNMENT CLIENT COMPLIMENTARY CHARGER EV ORDER INCENTIVE Level II - AC 48A, Cellular Modem, RFID Reader, OLED Display, Single Port AC Charger w/ 25 ft Cable & J-1772 Connector FPC- AC0048ZC- UBA $0.00 4.00 $0.00 Ford Depot Charging 1 year Base - Tier I Charge Management Software optimized to reduce onsite electricity costs and manage on-site load. Includes site level charger optimization incorporating vehicle state of charge (Prepaid for 1 Year Per Port) SKU- 00000294 $335.00 4.00 $1,340.00 One-Time Charger Onboarding 1 Year One-time onboarding fee per charger to connect the charger to the depot software and customize as needed SKU- 00000296 $150.00 4.00 $600.00 Total $1,940.00 Please note that this proposal is valid for 30 days upon issuance. All prices shown are in USD. Ford Pro™ recommends including an estimated 10% in purchase orders to cover expected sales tax. Actual sales tax to be calculated based upon shipping destination. If actual tax is above purchase order provision, revised PO will be needed to cover remaining tax. 12 Payment Terms: Net 30 Notwithstanding a customer’s issuance of a purchase order to Ford Motor Company subsequent to the acceptance of this Sales Order, the Ford T&Cs will strictly and solely govern the purchase and sale of the products and services subject to this Sales Order. Customer Sign: \s1\ Name: \n1\ Title: \t1\ Date Signed: \d1\ Ford Pro Charging Sign: \s2\ Name: \n2\ Title: \t2\ Date Signed: \d2\ Delivery Address CITY OF CLEARWATER - Fleet Maintenance 1900 GRAND AVE CLEARWATER, Florida, 33765-1911 13 By signing this Sales Order, you agree to the following Terms and Conditions governing this purchase: By signing Sales Order, you agree to the revised Terms and Conditions governing this purchase FORD PRO EV CHARGING SOLUTIONS HARDWARE SALES TERMS & CONDITIONS Last Updated: October 20, 2023 1 These Ford Pro EV Charging Solutions Hardware Sales Terms and Conditions (these “T&Cs”), together with the applicable Sales Order and all other portions of the Sales Contract, represent a legally binding agreement between Customer and Ford Pro, effective upon Customer’s execution of the applicable Sales Order (the date of Customer’s execution thereof, the “Effective Date”). Customer and Ford Pro are occasionally referred to herein as the “Parties” or, individually, as a “Party.” 1.SALE OF HARDWARE. Throughout the Hardware Term, Ford Pro will sell to Customer, and Customer will purchase from Ford Pro, (a) the Hardware as specified in any Sales Order and (b) Covered Installation Services, if any, for those Designated Locations specified in any Sales Order. Ford Pro may designate one or more Affiliates or Representatives to provide any of the Hardware or related services, including Covered Installation Services or Maintenance Services, specified as being provided by Ford Pro under these T&Cs. Project Leads will be the principal points of day-to-day contact for routine communications between the Parties with respect to all sales of Hardware and the Covered Installation Services. 2.PRICE; INVOICING; PAYMENT. (a)Price; Invoicing; Payments. Any quote that Ford Pro issues to Customer with respect to Hardware or Covered Installation Services shall be valid for a period of thirty (30) days after the date of issuance of such quote. In connection with the sale of Hardware, the Sales Order will specify Hardware prices (each, a “Hardware Price”) and include initial estimated transportation costs, which will be subject to final determination by Ford Pro upon Customer’s designation of the applicable Designated Location (such finally determined amounts, together with the Hardware Price, the “Total Hardware Price”). Applicable Taxes will not be calculated until the time of invoicing. Ford Pro will provide an Invoice for outstanding amounts owed, including any adjustment amount between the estimated price specified on a Sales Order and the Total Hardware Price and any applicable Taxes. In connection with any Covered Installation Services, the applicable Sales Order will specify the estimated cost of Covered Installation Services, including preparation of the Engineered Design, at the applicable Designated Location, which estimated cost is subject to adjustment by Ford Pro as specified in these T&Cs (such finally determined amounts, the “Total Installation Price”). The Total Installation Price excludes all costs associated with applying for, obtaining or maintaining Contractor Permits or Customer Permits. Contemporaneously with issuance of the final Engineered Design as specified in Section 4(b), Ford Pro will notify Customer of the Total Installation Price by providing an Invoice with respect thereto that reflects any adjustment between the applicable Sales Order and the Total Installation Price. If not pre-paid, Invoices shall be due and payable by Customer in U.S. dollars within thirty (30) days after the date of the Invoice. (b)Taxes. The Total Hardware Price and Total Installation Price do not include any Taxes that may apply to the sale of Hardware or any related services, including Covered Installation Services and Maintenance Services. Customer shall be responsible for all such Taxes (excluding, for the avoidance of doubt, income Taxes imposed on Ford Pro’s net income), and Customer agrees to pay or reimburse, via payment to Ford Pro, any such Taxes that Ford Pro or its Suppliers are required to pay or collect. If Customer is exempt from the payment of any applicable sales Tax or holds a direct payment permit, Customer shall, upon order placement, provide Ford Pro a copy, reasonably acceptable to Ford Pro, of any such exemption certificate or permit, and Ford Pro must approve such permit prior to shipment of the applicable Hardware. If Customer is required by Applicable Law to withhold or deduct any amount from the amount payable to Ford Pro under any Invoice, the sum payable by Customer shall be increased to the extent necessary to ensure that Ford Pro receives a sum equal to the amount that Ford Pro would have received had no such withholding or deduction been made. The Parties agree to reasonably cooperate to ensure that no more Taxes or similar charges are payable other than as required by Applicable Law, and to obtain a refund or credit of any Taxes that have been overpaid. (c)Customer Onboarding Process. To the extent Customer’s established internal procedures require Customer to use its own purchase order to process payments, Customer will use its best efforts to ensure that Ford Pro is correctly identified and provided for in Customer’s accounts payable system, and Ford Pro will use commercially reasonable efforts to accommodate such process. Customer shall, at the time of completing any such onboarding process, provide Ford Pro an accounts payable contact name, email address and phone number to provide direct assistance to Ford Pro in completing such process and supporting Ford Pro’s ongoing use of Customer’s accounts payable system. Customer agrees to remit payment to Ford Pro as specified in these T&Cs or as Ford Pro may, in its sole discretion, accommodate with respect to such onboarding process. The terms of any such Customer-provided purchase order shall not be binding upon Ford Pro and shall not, and shall not be deemed to, amend, supersede or otherwise modify the Sales Contract in any way. For the avoidance of doubt, any such purchase order submitted by Customer shall be subject in all respects to the provisions of these T&Cs, including Section 8(n). (d)Disputed & Late Payments. To the extent Customer disputes any Invoice, Customer shall provide Notice to Ford Pro no later than fifteen (15) days after the date of such Invoice, specifying in detail all disputed Invoice amounts. The Parties will seek to resolve any such Dispute expeditiously and in good faith, with each Party continuing to perform its obligations under the Sales Contract, notwithstanding such Dispute. Disputed Invoices are not subject to reduction or set-off by Customer without Ford Pro’s prior written approval. Finance charges of the greater of one percent (1%) per month and the maximum rate permitted by Applicable Law, calculated daily and compounded monthly, shall accrue on any late payments, whether or not such amounts were withheld subject to a Dispute, and Customer will reimburse Ford Pro for all costs incurred in collecting any late payments, including reasonable attorneys’ fees. Except as specified in Section 3(d)and Section 5(a), all payment obligations are noncancellable and non-refundable. Ford Pro reserves the right to deactivate any Hardware if any Invoice amounts are past due, and Customer shall be responsible for any reactivation costs or other related fees imposed or incurred by Ford Pro in connection therewith. Ford Pro will provide an Invoice for any such amounts, which Customer will pay as specified in Section 2(a). 3.HARDWARE TERM, TERMINATION, CANCELLATION & DISCONTINUATION; REFUND. (a)Hardware Term. Unless terminated as provided in these T&Cs, the Hardware Term commences upon the Effective Date and continues until the earlier of the following: (a) termination of the Hardware Term as specified in Section 3(c), (b) discontinuation by Ford Pro of all programs to which the Hardware relates, as specified in Section 3(d), or (c) completion of the Installation of the last of the Hardware specified in the applicable Sales Order. Notwithstanding any such termination or expiration, (A) the Maintenance Services shall continue to be provided for the Maintenance Services Term, which may be extended by written agreement between the Parties, and (B) these T&Cs shall survive as set forth in Section 8(m). (b)Term of the Sales Contract. The term of the Sales Contract will begin on the Effective Date and will continue until both the Hardware Term and the Software Term, as applicable, have expired or been terminated in accordance with these T&Cs or the Software T&Cs, respectively; provided, that the termination or expiration of either the Hardware Term or the Software Term, individually, shall not terminate the Sales Contract, but only, with respect to termination or expiration of the Hardware Term, the Parties’ respective rights, duties and obligations provided under these T&Cs, and with respect to termination or expiration of the Software Term, the Parties’ respective rights, duties and obligations provided under the Software T&Cs, as applicable. Upon the termination or expiration of both the Hardware Term and the Software Term, as applicable, the Sales Contract shall immediately terminate with no further action required on the part of either Party. For the avoidance of doubt, the Sales Contract shall be of no force or effect, nor shall any agreement be deemed to exist between the Parties with respect to the            ered Installation Services shall be ered Installation Services shall be he date of issuance of such quote. date of issuance of such quote. e, the Sales Order will specify e, the Sales Order will specify ee”) and include initial estimated”) and include initial estimate amounts. The Parties will seek to resolve any suy in good faith, with each Party continuing to perfin good faith, with each Party continuing to perf Sales Contract, notwithstanding such Dispute.Sales Contract, notwithstanding such Dispute. bj t t d ti tbj t t d ti t ff b C t ithff b C t i 2 subject matter of any Sales Order, if neither the Hardware Term nor the Software Term remains in effect. (c)Termination; Effects. Each Party may terminate the Hardware Term, in each case upon the specified Notice, in the event of a Change of Control of Customer or the other Party’s: (i)material breach of its obligations under these T&Cs, unless Cured; (ii) Insolvency; or (iii) as otherwise provided in these T&Cs, including as specified in Section 3(d). A terminating Party shall give fourteen (14) days’ advance Notice of termination, except in the case of a Change of Control of Customer, where Ford Pro may terminate as set forth in Section 8(o), or Insolvency, where a Party may terminate immediately upon Notice. If, in either Party’s reasonable discretion, a material breach cannot be Cured, the non-breaching Party may immediately, upon Notice, terminate the Hardware Term. Upon expiration or termination of the Hardware Term for any reason permitted pursuant to this Section 3(c), all rights and obligations of the Parties under these T&Cs, other than those that are specified in Section 8(m)as surviving termination or expiration, will cease. Termination of the Hardware Term by either Party or expiration of the Hardware Term will not limit a Party from pursuing any other remedies specified in these T&Cs as being available to such Party, nor will termination or expiration of the Hardware Term by Customer release Customer from its obligation to pay all Invoices (whenever issued) for any Hardware already shipped to Customer, except as specified in Section 3(d). In the absence of a material breach of its obligations under these T&Cs, Customer’s total liability to Ford Pro for any termination of the Hardware Term shall be to pay Ford Pro for any Hardware and related services provided for which Ford Pro has not been previously compensated (or, in the case of a cancelled Sales Order, all applicable restocking and cancellation fees) plus, to the extent such termination occurs after an Authorized Installer has been engaged to provide Covered Installation Services to Customer, all costs and expenses in excess thereof incurred by Ford Pro as a result of such termination. Ford Pro will provide an Invoice for any such amounts, which Customer will pay as specified in Section 2(a). (d)Cancellation of Sales Order. Customer may cancel a Sales Order in whole or in part for Hardware that has not yet been dispatched for shipment to Customer; provided, that any such cancellation shall be subject to Customer’s payment of all applicable restocking and cancellation fees for Hardware affected thereby. Restocking and cancellation fees will vary based on the Hardware included in the cancelled Sales Order. Ford Pro will provide an Invoice for any such amounts, which Customer will pay as specified in Section 2(a). To discuss cancellation of a Sales Order, including the applicable restocking and cancellation fees, please contact the Ford Pro Project Lead. (e)Discontinuation and Limited Right of Return. Ford Pro may discontinue Hardware and any related services, including Covered Installation Services and Maintenance Services, from time to time upon reasonable advance Notice to Customer. To the extent such discontinuation affects Covered Installation Services detailed in the Sales Order, Ford Pro shall provide thirty (30) days’ advance Notice to Customer specifying the extent and effective date of the discontinuation. Upon such discontinuation, and except as specified in these T&Cs, Ford Pro will stop performing its obligations under the Sales Contract solely with respect to such discontinued Hardware or related service, and Customer’s purchase of any discontinued Hardware or related services at any time previously shall not entitle Customer to purchase the same Hardware or related service after its discontinuation. To the extent any Hardware becomes obsolete due to such discontinuation, Customer may return to Ford Pro such obsolete Hardware, and Ford Pro will reimburse Customer the Hardware Price for such returned Hardware, less all diminution in value thereof attributable to Customer’s usage (including normal wear and tear). Except as specified in this Section 3(d), in no event shall any discontinuation relieve Customer of any unpaid Invoice amounts due and owed by Customer. 4.COVERED INSTALLATION SERVICES. (a)Provision of Covered Installation Services. Throughout the Hardware Term, Ford Pro will provide, and Customer will purchase, the Covered Installation Services for those Designated Locations, if any, specified in the Sales Order. For any Hardware for which Covered Installation Services will be provided under the Sales Contract (as specified in the Sales Order), the Parties shall first cooperate to establish a plan and schedule for the Covered Installation Services, including the schedule for Ford Pro’s (or its Representative’s) preparation of the Engineered Design, as specified in Section 4(b), and Customer’s performance of the Turnkey Site Activities, as specified in Section 5(a)(i). (b)Engineered Design. With respect to any Hardware for which Covered Installation Services will be provided under the Sales Contract (as specified in the Sales Order), after preparation of such plan, an Authorized Installer will prepare, and Ford Pro will deliver or cause to be delivered to Customer, a proposed Engineered Design for the applicable Designated Location. If Customer provides timely Design Comments, Ford Pro promptly (and in no event later than fifteen (15) days after receipt of such Design Comments) shall issue to Customer a proposed final Engineered Design reasonably responsive to Customer’s Design Comments. Customer promptly (and in no event later than five (5) days after receipt of the proposed final Engineered Design) shall approve or disapprove the proposed final Engineered Design. If Customer timely disapproves the proposed final Engineered Design, then Ford Pro and Customer shall reasonably cooperate in good faith to remedy Customer’s concerns. If Ford Pro and Customer cannot mutually agree on a final Engineered Design within ten (10) days, these T&Cs shall terminate automatically with respect to that Designated Location at the end of such ten (10)-day period, except that any then-unpaid fees with respect to the Engineered Design shall be immediately due and payable in full by Customer to Ford Pro. If Customer fails to disapprove the proposed final Engineered Design within the five (5)-day period, the proposed final Engineered Design shall be the final Engineered Design. With issuance of the final Engineered Design, Ford Pro may amend an applicable Sales Order to reflect the Total Installation Price and the Installation schedule, subject further to Customer’s timely and proper completion of all Turnkey Site Activities. Customer shall be solely responsible for ensuring that the Turnkey Site Activities are performed in compliance with the Engineered Design. (c)Installation. With respect to any Hardware for which Covered Installation Services will be provided under the Sales Contract (as specified in the Sales Order), after the applicable Engineered Design has been finalized, Ford Pro’s Authorized Installer will perform Installation of the Hardware in accordance with such Engineered Design for the applicable Designated Location, subject to Ford Pro’s delivery of the Hardware and Customer’s timely and proper prior performance of all Turnkey Site Activities. Ford Pro may amend the Invoice reflecting the Total Installation Price if the Installation phase is materially delayed or more complicated, or otherwise materially more costly, as a result of Customer’s failure to timely and properly complete the Turnkey Site Activities, and such Invoice shall be immediately due and payable by Customer as specified in Section 2(a). Ford Pro shall provide Notice to Customer when Installation has been completed, and, upon receipt of such Notice, Covered Installation Services shall cease with respect to the respective Designated Location. 5.PARTY OBLIGATIONS. (a)Customer Obligations. (i)Site Activities in Advance of Delivery. Customer will complete, or cause to be completed in compliance with Applicable Law, (A) with respect to Hardware for which a Licensed Contractor will perform Installation, the site preparation activities necessary for Installation of such Hardware at the applicable Designated Location (collectively, the “Standard Site Activities”), or (B)with respect to Hardware for which Covered Installation Services will be performed, the site preparation activities necessary or appropriate in Ford Pro’s reasonable discretion, prior to or in furtherance of Ford Pro’s performance of such Covered Installation Services at the Designated Location (collectively, the “Turnkey Site Activities”), which activities specified in clauses (A) and (B) shall, in each case, include Customer’s timely obtaining all Customer Permits and facilitating all Interconnections. Upon Ford Pro’s request, Customer will provide Notice to Ford Pro of its completion of the Site Activities, expressly affirming to Ford Pro that Customer has obtained, and throughout the Hardware Term will maintain, all Permits required for the Installation and operation of the Hardware at the applicable Designated Location, including for Ford Pro’s performance of Maintenance Services on the Hardware at such Designated Location as specified in these T&Cs. (ii)Delivery. All Sales Orders for Hardware must include a default “ship to” address of Customer (the “Default Shipping Address”). If no Default Shipping Address is provided, the Default Shipping Address shall be the address at which Customer receives Notice. Customer will schedule a            an Authorized Installer has been an Authorized Installer has been rvices to Customer, all costs and ices to Customer, all costs and Pro as a result of such termination. Pro as a result of such terminatio h hi h C ill Turnkey Site Activities are performed in compyp Design.Design. (c)(c)Installation.Installation. With respect tWith respect o any Ho any H 3 delivery date and designate the Designated Location for all Hardware with Ford Pro (via Project Leads) within thirty (30) days after the date of the applicable Sales Order. Customer may schedule more than one delivery date and designate more than one Designated Location for Hardware subject to a single Sales Order. Customer may not schedule a delivery date for a date that is more than three (3) months after the date of the Sales Order, and if Customer fails to take delivery of any Hardware within three (3) months after the date of the Sales Order, then Ford Pro may, in its sole discretion, at any time after the expiration of such three (3)-month period, cancel such Sales Order. (iii)Customer’s Representations, Warranties & Covenants. As of the Effective Date and throughout the Hardware Term, Customer represents, warrants and covenants that Customer (A) possesses necessary rights to the Designated Locations to support Ford Pro’s (and its Authorized Installers’, as applicable) provision of the Covered Installation Services; (B) will complete, or cause to be completed, the Site Activities, in each case, in compliance with Applicable Law, and, as applicable, the Engineered Design; and (C) will timely provide to Ford Pro at all Designated Locations reasonable staging and access rights to, and such other Information reasonably requested by, Ford Pro in connection with its delivery of any Hardware and performance of any related services, including Covered Installation Services and Maintenance Services, under these T&Cs, including ensuring that access to the Hardware is unimpeded, and free of obstacles, debris and rubbish. If Customer does not purchase Covered Installation Services, Customer will be solely responsible for selecting and engaging a Licensed Contractor to perform Installation of the Hardware. As a courtesy to Customer, Ford Pro may from time to time provide names of EPCM contractors to Customer to assist in Customer’s selection and engagement of a Licensed Contractor. Ford Pro makes no representations or warranties with respect to any such EPCM contractor, including the qualifications of, the work to be performed by, or any aspect of Customer’s relationship with any such EPCM contractor, and Customer assumes all risk in its selection and engagement of any such EPCM contractor. (iv)Acceptance of Hardware; Inspection Remedies. Hardware shall be deemed to have been accepted by Customer upon Ford Pro delivery of such Hardware to the applicable carrier for shipment. If any Hardware is delivered damaged, including any damage to packaging or shipping containers or other patent or observable damage at the time of delivery (such damaged Hardware, a “Damaged Delivery”), or a delivery arrives with missing Hardware (such missing Hardware, a “Missing Delivery”), Customer must accept the delivery, notate the Damaged Delivery or Missing Delivery on the carrier’s proof of delivery, bill of lading or similar document and sign and retain a copy of such documentation. Customer shall provide Notice to Ford Pro of any such Damaged Delivery or Missing Delivery within five (5) business days after delivery. Customer will inspect the Hardware within thirty (30) days after delivery (the “Inspection Period”), and Customer will provide Notice to Ford Pro prior to the end of the Inspection Period if any or all of the Hardware is Nonconforming Hardware. If Customer timely provides Notice to Ford Pro of any Damaged Delivery or Missing Delivery (with corresponding documentation as evidence) or any Nonconforming Hardware, Ford Pro will replace such Damaged Delivery, Missing Delivery or Nonconforming Hardware, as the case may be, with conforming Hardware. Customer will ship, at its initial expense and risk of loss, the damaged Hardware or Nonconforming Hardware, as the case may be, to the facility designated by Ford Pro. After (a)receiving Customer’s return shipment of any Damaged Delivery or Nonconforming Hardware and, in the case of Nonconforming Hardware, inspecting to confirm the existence of the Defect, or (b) receiving timely Notice of any Missing Delivery, Ford Pro will promptly ship, at Ford Pro’s expense, replacement Hardware to Customer’s Designated Location. Any shipment of replacement Hardware shall be subject to the inspection procedures and remedies set forth in this Section 5(a)(iv). Ford Pro will credit Customer’s account for reasonable return shipping costs of any Damaged Delivery or Nonconforming Hardware (the status of which Ford Pro has confirmed). Customer acknowledges and agrees that the remedies specified in this Section 5(a)(iv)are Customer’s exclusive remedies for the delivery of a Damaged Delivery or Nonconforming Hardware, or for any Missing Delivery. (v)Return Requests. Except as specified in Section 3(e), Section 5(a)(iv)and this Section 5(a)(iv), all sales of Hardware to Customer are made on a one-way basis, and Customer has no right to return Hardware to Ford Pro for any reason. Customer may request to return any Hardware within thirty (30) days after shipment, which request may be approved, denied or otherwise conditioned by Ford Pro in its sole discretion. If Ford Pro approves any such return request, the Hardware must be received by Ford Pro at the address provided at the time of such approval in unopened and undamaged original packaging, in resalable condition, within thirty (30) days after such approval. Hardware returns pursuant to this Section 5(a)(v)are subject to a restocking fee, which Ford Pro shall be entitled to deduct from the amount credited to Customer’s account as a result of the return. Customer is solely responsible for return shipping and will not be entitled to freight credit on the original shipment. To request a return of Hardware, including the applicable restocking fee, please contact the Ford Pro Project Lead. (vi)Hardware Use; Compliance with Applicable Law. Except as expressly authorized under these T&Cs or required by Applicable Law, Customer will not (and waives any right to) and will take reasonable commercial measures to ensure its Operators do not: (A) interfere with, disrupt or attempt to gain unauthorized access to the Hardware; (B) reverse engineer, decompile, disassemble or otherwise attempt to derive or extract the source code or other Intellectual Property of or embedded within the Hardware; (C) Convert the Hardware or related Intellectual Property; (D) copy, frame or mirror any part or all of the Hardware; (E) develop, advance or create derivative works from the Hardware, including derivative works that employ any of Ford Pro’s Product Marks; (F) remove, conceal or cover any of the Product Marks on or within the Hardware; (G) access the Hardware or Covered Installation Services (or, as applicable, the Intellectual Property related thereto) for any competitive purpose to Ford Pro’s Business or for any improper purpose whatsoever, including in order to build a competitive product or service or copy any features, functions, interface, graphics or “look and feel” of the Hardware; (H)use any robot, spider, site search/retrieval application or other device to retrieve or index any portion of the Hardware for any unauthorized purpose; (I) use the Hardware or facilitate use of the Hardware by a Person barred from doing so under Applicable Law; or (J)interfere with Ford Pro’s performance of Maintenance Services. Customer acknowledges that certain Hardware (together with any Software, technology, documents, and other material that may be embedded therein or provided therewith) may be subject to export controls under Applicable Law, including those of the Export Administration Regulations of the United States Department of Commerce (the “EAR”), which may restrict the export of Hardware from the United States and the re-export of Hardware from other countries. Customer shall comply with all Applicable Law relating to the export, re-export, transshipment, and diversion of any Hardware, and without limiting the foregoing, shall not, without first obtaining permission to do so from the appropriate government agencies and from Ford Pro, (Y) export, re- export, transship, or divert any Hardware into any of those countries listed from time to time in the EAR as countries subject to embargo or to any persons who are specially designated nationals of such countries, or (Z) export, re-export, transship, divert, transfer, distribute or sell any Hardware to a person or entity if Customer knows or should know that such person or entity intends to export, re-export, transship, divert, transfer, distribute or sell the Hardware to any such embargoed country or a national thereof or intends to use or allow others to use the Hardware for any prohibited activity. Customer shall cooperate fully with Ford Pro in any official or unofficial audit or inspection relating to the export control laws or regulations of the United States government. Customer further acknowledges and agrees that other countries from which Ford Pro may ship Hardware to Customer may have export controls similar or dissimilar to those described in this Section 5(a)(vi), and that Customer is likewise required to comply with such other export controls. (b)Ford Pro’s Obligations. (i)Delivery. Subject to Section 5(a)(ii), Ford Pro will deliver the Hardware to the applicable Designated Location (or the Default Shipping Address) using Ford Pro’s standard methods for packaging and shipping such Hardware. If Ford Pro is unable to deliver the Hardware because of Customer’s failure to complete the Site Activities, or if Customer or Customer’s Representative fails to receive the Hardware upon delivery, Ford Pro may (A) terminate the Sales Order with respect to such Hardware or (B) store the Hardware until Customer or Customer’s Representative retrieves the Hardware, subject to any additional logistical costs and expenses incurred by Ford Pro in connection with the failed delivery. (ii)Provision of Maintenance Services. Ford Pro agrees to provide the Maintenance Services specified in the Sales Order applicable to such            Contractor. Ford PrContractor. F o makes nokes no to any such EPCM contractor, o any such EPCM contractor, be performed by, or any aspect of be performed by, or any aspect o PCM d C graphics or “look and feel” of the Hardware; (Hgp ;( search/retrieval application or otsearch/retrieval application or o her device to rether device to re the Hardware for any unauthorized purpose; (I)the Hardware for any unauthorized purpose; (I)uu fhH d b P b df dihHd b P b df d 4 Hardware. During the Maintenance Services Term, Customer promptly will provide Notice to Ford Pro (and concurrently to the Person that provided Installation of the Hardware (each, an “Installer”)) of any Hardware Malfunction. Ford Pro ordinarily will respond to Customer within two (2) business days of receiving such Notice (in each case, during regular business hours of 9:00 a.m. to 5:00 p.m. Eastern Time, Monday to Friday, excluding generally recognized United States holidays). Ford Pro’s obligations under this Section 5(b)(ii)do not include repairing, replacing, monitoring or servicing Hardware that is malfunctioning due to an Installer Error, as determined by Ford Pro in its sole discretion. If an Installer Error occurs and is caused by an Installer other than an Authorized Installer, Ford Pro may, in its reasonable discretion, void its obligation to provide Maintenance Services under the Sales Contract. 6.LIMITED WARRANTIES; INDEMNITIES; LIMITATIONS. (a)Ford Pro’s Limited Hardware Warranty. The Hardware is covered by the terms of Ford Pro’s standard Hardware limited warranty (the “Hardware Warranty”) for the term, and subject to the conditions, set forth in the Hardware Warranty. A copy of the Hardware Warranty is available at https://fleetaccount.ford.com/account- static/FordProTermsAndCondDocs/FordPro_Charging_Limited_Warranty.p df.The Hardware Warranty is Ford Pro’s sole warranty to Customer with respect to Defective Hardware. All applicable warranties with respect to the Hardware that are set forth in the Hardware Warranty are hereby incorporated by reference into these T&Cs. The Hardware Warranty is transferable by Customer as provided therein; provided, that any such transfer of the Hardware Warranty shall not be, nor shall it be deemed to be, an assignment of these T&Cs to the transferee by Customer. FORD PRO’S MAXIMUM LIABILITY UNDER THE HARDWARE WARRANTY SHALL BE THE PURCHASE PRICE ACTUALLY RECEIVED BY FORD PRO FROM CUSTOMER FOR THE HARDWARE. To make a warranty claim or other related inquiry, please contact Ford Pro at 1-800-34-FLEET. (b)Limited Installation Warranty for Covered Installation Services. Notwithstanding any contrary provision of Section 5(b)(ii), with respect to the Covered Installation Services only, Ford Pro hereby provides this limited warranty (the “Installation Warranty”), which is Ford Pro’s sole warranty to Customer (and is not available to Operators) with respect to Installer Errors caused by an Authorized Installer, provided that: (i) Customer notifies Ford Pro of such Installer Error no later than twelve (12) months after the Authorized Installer’s completion of the Covered Installation Services, and (ii) Ford Pro determines, in its reasonable discretion, that the Installer Error was caused wholly or substantially by the Authorized Installer. In full satisfaction of this Installer Warranty, and subject to the limitations specified in Section 6(c), Ford Pro will, in its sole discretion, either correct or cause to be corrected the Installer Error or compensate Customer for undertaking such necessary correction. Ford Pro provides no warranty, limited or otherwise, with respect to any Installer that is not an Authorized Installer. (c)Disclaimer of Other Warranties. EXCEPT FOR THE LIMITED WARRANTIES PROVIDED IN SECTION 6(a)AND SECTION 6(b) (THE HARDWARE WARRANTY AND THE INSTALLATION WARRANTY COLLECTIVELY, THE “LIMITED WARRANTIES” AND EACH, A “LIMITED WARRANTY”), THE HARDWARE AND RELATED SERVICES ARE PROVIDED “AS IS” AND “AS AVAILABLE” FOR CUSTOMER’S USE WITHOUT WARRANTIES OF ANY KIND, AND ALL CONDITIONS, WARRANTIES OR OTHER TERMS NOT EXPRESSLY SET OUT IN THESE T&CS (WHETHER IMPLIED BY LAW, STATUTE, COURSE OF DEALING, CUSTOM OR OTHERWISE) ARE HEREBY EXCLUDED TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, INCLUDING ANY CONDITION, WARRANTY OR OTHER TERM OF MERCHANTABILITY, SATISFACTORY QUALITY, FITNESS FOR A PARTICULAR PURPOSE, TITLE AND NONINFRINGEMENT, AND CUSTOMER AGREES THAT IT HAS NOT RELIED UPON ANY WARRANTY, WHETHER EXPRESS OR IMPLIED, IN PURCHASING ANY OF THE HARDWARE AND RELATED SERVICES OTHER THAN THE LIMITED WARRANTIES. THE LIMITED WARRANTIES ARE IN LIEU OF AND EXCLUDE ANY CONDITION, WARRANTY OR OTHER TERM AS TO THE ACCURACY, SUFFICIENCY OR SUITABILITY OF ANY TECHNICAL OR OTHER INFORMATION PROVIDED IN MANUALS OR OTHER DOCUMENTATION. THE EXCLUSIONS AND LIMITATIONS, INCLUDING FORD PRO’S MAXIMUM LIABILITY UNDER EACH OF THE LIMITED WARRANTIES, SPECIFIED IN EACH OF THE LIMITED WARRANTIES SHALL GOVERN AND CONTROL OVER ANY OTHER RIGHTS AND REMEDIES TO WHICH CUSTOMER MAY OTHERWISE BE ENTITLED. TO THE EXTENT ANY IMPLIED WARRANTIES ARE REQUIRED UNDER APPLICABLE LAW TO APPLY TO ANY PORTION OF THE HARDWARE AND RELATED SERVICES NOTWITHSTANDING THIS SECTION 6, ANY SUCH IMPLIED WARRANTIES SHALL, TO THE EXTENT PERMITTED BY SUCH APPLICABLE LAW, BE LIMITED IN DURATION TO THE SHORTER OF THE MINIMUM PERIOD REQUIRED BY SUCH APPLICABLE LAW OR THE WARRANTY PERIOD SPECIFIED AS APPLICABLE TO SUCH LIMITED WARRANTY. THE APPLICABLE REMEDIES SPECIFIED IN SECTION 6(a)THROUGH SECTION 6(c) WILL BE CUSTOMER’S SOLE AND EXCLUSIVE REMEDY, AND WILL CONSTITUTE FORD PRO’S ENTIRE LIABILITY, WITH RESPECT TO THE HARDWARE AND RELATED SERVICES, INCLUDING FOR ANY DEFECTIVE HARDWARE. (d)Indemnification; Limitations. (i)Subject to applicable law and the limitations specified in Section 6(a), Section 6(d)(iii)and Section 6(d)(iv), and only to the extent not subject to a Limited Warranty, each Party (as applicable, the “Indemnifying Party”) will defend, indemnify and hold harmless the other Party and its Representatives (collectively, the “Indemnified Party”) from and against any and all Claims or Losses to the extent arising from or relating to the Indemnifying Party’s: (A)material breach of these T&Cs; (B) gross negligence, recklessness, or willful misconduct in connection with performance under these T&Cs; (C)infringement of a third party’s Intellectual Property rights arising from the grant of any Intellectual Property license to the Indemnified Party, provided the Indemnified Party’s usage of the Intellectual Property is on a fully authorized basis and as specified in these T&Cs; or (D) mandatory products liability obligations under Applicable Law. In furtherance of this Section 6(d)(i), an Indemnifying Party’s obligations with respect to a Claim of alleged infringement of Intellectual Property applies solely to the extent that infringement is specifically pled in the relevant Claim by the third party. (ii)Indemnification Procedures. Upon learning of any actual or threatened Loss or Claim subject to indemnification pursuant to Section 6(d)(i), the Indemnified Party promptly shall provide Notice thereof to the Indemnifying Party (an “Indemnification Notice”). The Indemnifying Party, at its own expense, shall defend the Claim with counsel reasonably acceptable to the Indemnified Party. The Indemnified Party, at its own expense, may participate in such defense using counsel of its choice. If the Indemnifying Party fails or refuses, within thirty (30) days of receiving the Indemnification Notice, to commence or to adequately continue the defense of the Claim, the Indemnified Party may provide Notice to the Indemnifying Party of its assumption of the defense and right to unilaterally settle any Claim. Except to the extent an Indemnified Party has taken over the defense of a Claim, no settlement of any Claim may be made by either Party without the other Party’s prior written consent, such consent not to be unreasonably withheld, conditioned or delayed. (iii)Consequential Loss. IN NO EVENT WILL ANY PARTY OR ITS AFFILIATES OR REPRESENTATIVES BE LIABLE UNDER THE SALES CONTRACT (INCLUDING UNDER SECTION 6(d)(i)OF THESE T&CS OR THE LIMITED WARRANTIES (INCLUDING, FOR THE AVOIDANCE OF DOUBT, THE HARDWARE WARRANTY) FOR ANY LOST REVENUE OR PROFIT, LOST OR DAMAGED DATA, BUSINESS INTERRUPTION, LOSS OF CAPITAL, OR FOR SPECIAL, INDIRECT, CONSEQUENTIAL, INCIDENTAL, PUNITIVE OR COMPARABLE DAMAGES, HOWEVER CAUSED, INCLUDING ECONOMIC LOSSES OF ANY KIND, ANY LOSS OR DAMAGE TO PROPERTY OR ANY PERSONAL INJURY, NO MATTER THE EFFECTS ON THE PARTY OR ITS REPRESENTATIVES AND NO MATTER THE THEORY OF LIABILITY. (iv)Limitations. A Party’s aggregate indemnification obligations (as specified in Section 6(d)(i)) and a Party’s maximum liability to the other Party for any and all other Losses or Claims arising from or in connection with or relating to the Sales Contract (including these T&Cs) or any Hardware or any related services, including Covered Installation Services and Maintenance Services, shall not exceed (A) $250,000 per Loss or Claim or            t be deemed to be, an assignmentt be deemed to be, an assignment mer. FORD PRO’S MAXIMUM er. FORD PRO’S MAXIMUM WARRANTY SHALL BE THEARRANTY SHALL BE THE IVED BY FORD PROIVED BY FOR FROMFROM (B)gross negligence, recklessness, or willful m performance under these T&Cs; (C)performance under these T&Cs; (C infringinfring Intellectual Property rights arising from the grIntellectual Property rights arising from the granan license to the Indemnified Party, provided the Ilicense to the Indemnified Party, provided the I 5 (B) $1,000,000 in the aggregate for all Losses and Claims. Any Loss or Claim arising from or in connection with or relating to the Sales Contract (including these T&Cs), any Hardware or any related services, including Covered Installation Services and Maintenance Services, shall be subject solely to the provisions of this Section 6(d). The limitations specified in these T&Cs may not be compounded with, and will not be deemed to be expanded by, the limitations that may be set forth in any other portion of the Sales Contract, including under the Software T&Cs, if applicable, or any other agreement entered into by the Parties, including any agreement relating to Ford Pro’s provision and licensing of any Data to Customer or Customer’s access to its Fleet Account (each, as applicable, a “Fleet-Related Agreement”). Customer shall not be permitted to recover for any single Loss or Claim under, and no Loss or Claim will be deemed to arise under, more than one of (x) these T&Cs, (y) the Software T&Cs or (z) any Fleet-Related Agreement. Without limiting the foregoing, a Party’s aggregate indemnification obligations and a Party’s maximum liability to the other Party for any and all other Losses or Claims arising from or in connection with or relating to the Sales Contract, any other sales contract between Customer and Ford Pro in the twelve (12) months preceding such Loss or Claim or otherwise relating to Ford Pro’s provision of fleet electrification services or EV fleet services in the twelve (12) months preceding such Loss or Claim, regardless of the subject matter to which such Loss or Claim relates or whether arising under these T&Cs, the Software T&Cs or any Fleet-Related Agreement, shall not exceed $1,000,000 in the aggregate for all Losses and Claims. 7.INTELLECTUAL PROPERTY; DATA. Ford Pro (a) is or will be the sole and exclusive owner of all right, title and interest in and to all Intellectual Property and Data (other than certain Information and PII as set forth below) related in any way to the Hardware and related services, including Covered Installation Services (and the Engineered Design) and Maintenance Services, and (b) solely to the extent necessary or appropriate in connection with the provision of Hardware and related services as specified in these T&Cs, hereby grants to Customer, subject to its compliance with these T&Cs, a fully paid-up, non-exclusive, transferable, irrevocable license to such Intellectual Property and Data solely to the extent necessary for Customer to use the Hardware and receive the related services as specified in these T&Cs. In furtherance of the foregoing, Ford Pro may collect certain Data from Customer in connection with the Hardware and related services, for which Ford Pro is the sole and exclusive owner, and Customer expressly consents to Ford Pro’s collecting, Processing, disclosing and commercializing of such Data (other than certain Information and PII as set forth below) collected by Ford Pro for Ford Pro’s Business. To the extent Ford Pro provides any such Data collected from Customer to Customer, Customer agrees that the Data is provided for planning purposes only, and that various conditions in which Customer’s Hardware operates may differ from what is provided or expected from such Data, and Customer shall exercise reasonable judgment in Customer’s use of any such Data. Customer further acknowledges that certain Data may contain PII, including PII gathered from the provision of Hardware and related services and operation of such Hardware. Prior to being transferred to any third party, including any customer of Ford Pro, Data will be adapted to exclude PII. It is the sole responsibility of Customer to (i) notify any Operator that Data and PII may be collected and of the type and nature of that Data and PII, and (ii) obtain all necessary consents for Ford Pro’s collection and use, as described in these T&Cs, of such Data and PII as required by Applicable Law and these T&Cs (collectively,“Consents”). Customer shall indemnify Ford Pro pursuant to the provisions of Section 6(d)and will hold harmless Ford Pro for any failure by Customer to obtain such necessary Consents. All ownership, right, title and interest in and to all Information regarding a Party or its Affiliates shall be the sole and exclusive property of the Party providing or disclosing Information or, if such Party is not the owner thereof, the Person that owns such Information. Ford Pro may also create a de-identified set of the Data (which does not contain any PII or Information that could be used to determine that the Data is related to Customer) and use such Data set for Ford Pro’s commercial purposes, and Customer consents to Ford Pro’s collection, processing and retention of de-identified Data for Ford Pro’s Business. 8.MISCELLANEOUS. (a)Confidentiality. The Information regarding a Party and its Affiliates (collectively, the “Disclosing Party”) that the other Party (the “Receiving Party”) receives or obtains access to in the course of the relationship established by these T&Cs constitutes confidential and proprietary information, the disclosure, copying, or distribution of which could result in competitive harm to the Disclosing Party. Ford Pro and Customer will each use reasonable care to maintain the other Party’s Information in the strictest confidence and not to disclose, copy, or distribute the other Party’s Information, whether orally or in writing, directly or indirectly, in whole or in part, except (i)to those of the Receiving Party’s Representatives who need to have the Information in order to perform their obligations under the Sales Contract (and agree in writing to be bound by confidentiality provisions comparable to those specified in this Section 8(a)) and (ii) as otherwise permitted by these T&Cs (including as specified in Section 7). Reasonable care in this respect is the standard of care that the Receiving Party would use in protecting the confidentiality of its own Information. The confidentiality obligations specified in this Section 8(a) will continue in effect for the Hardware Term and for a period of four (4) years after the termination or expiration thereof. Notwithstanding the foregoing, nothing in this Section 8(a)will apply to any information (including Information) (A) which is or becomes generally available to the public other than as a result of disclosure by a Receiving Party or its Representatives in violation of any confidentiality obligations existing between the Parties; (B) which was available on a non-confidential basis prior to its disclosure by the Disclosing Party or its Representatives; (C) which becomes available to a Receiving Party on a non-confidential basis from a source other than the Disclosing Party or its Representatives, provided that such source is not known, after reasonable inquiry, to be subject to any prohibition against transmitting the Information; or (D) which is disclosed pursuant to Applicable Law, provided that the Receiving Party will, to the extent permitted by Applicable Law, give the Disclosing Party prompt Notice of such threatened disclosure and the right to defend against such disclosure, at the Disclosing Party’s expense, and provided further that the Receiving Party will cooperate reasonably in such defense. (b)Privacy; PII. Ford Pro may collect PII that includes contact information from Customer in connection with the Sales Contract and the provision of Hardware and related services. Customer, for itself and on behalf of its Affiliates, agrees and consents to Ford Pro’s use of such contact information to send marketing, advertising and promotional communications to Customer concerning Ford Pro’s and its business partners’ products and services that Ford Pro believes may be of interest to the Customer or its Affiliates. Customer is subject to the Ford Pro Privacy Policy, as such policy may be amended from time to time, which such policy is available at www.fordpro.com/en-us/privacy (the “Privacy Policy”). For more information on how Ford Pro handles PII and other identifiable information, please see the Privacy Policy, which contains information on how a recipient of our marketing communications may opt-out from such communications or withdraw this consent. (c)Title and Risk of Loss. Title and, except as provided in Section 5(a)(ii)with respect to the delivery of replacement Hardware, risk of loss for the Hardware will pass to Customer upon Ford Pro delivering such Hardware to the applicable carrier for shipment to the applicable Designated Location, unless otherwise specified in the Sales Order or otherwise required by Applicable Law. As collateral security for the payment of all amounts invoiced to Customer pursuant to these T&Cs, Customer hereby grants to Ford Pro a lien on and security interest in and to all of the right, title and interest of Customer in, to and under the Hardware, wherever located, and whether now existing or hereafter arising or acquired from time to time, and in all accessions thereto and replacements or modifications thereof, as well as all proceeds (including insurance proceeds) of the foregoing. The security interest granted under this Section 8(b)will constitute a purchase money security interest under the Uniform Commercial Code of the state in which the Hardware is located, and Customer hereby consents to Ford Pro filing one or more financing statements to perfect and record such interest. (d)Electrical, Wireless, Cellular and Internet Service Interruptions. Neither Ford Pro nor Customer will have any liability whatsoever to the other with respect to damages caused by: (a) electrical outages, power surges, brown-outs, utility load management or any other similar electrical service interruptions, whatever the cause; (b) interruptions in wireless, cellular or internet services linking Hardware to the Product Network; (c) interruptions or malfunctions in Hardware attributable to unauthorized Product Network intrusions; (d) interruptions in services provided by any service provider that is not an Affiliate of Ford Pro, including any Underlying Carrier; or (e) the inability of Hardware to access the Product Network as a result of any change in service offerings (including any network            certain Information and PII as set certain Information and PII as set Hardware ardware and related services,and related services, and the Engineered Design) and and the Engineered Design) an ii of such threatened disclosure and the right to de at the Disclosing Party’s expense, and provideat the Disclosing Party’s expense, and provide Party will cooperate reasonably in such defense.Party will cooperate reasonably in such defense. (b)(b)Pi PII FdP llFdP l 6 upgrades or the introduction of any “next generation” services) of any wireless, cellular or internet carriers. The limitations of liability specified in this Section 8(d)shall apply to any loss of Data resulting from such electrical, wireless, cellular or internet service interruptions. Ford Pro will not be responsible for, and makes no representation or warranty with respect to, initial or continuous availability of the quantity, quality or price of electrical service related to any of the Hardware. (e)Hardware Not a Fixture. To the extent permitted by Applicable Law, Customer acknowledges that Hardware will not be deemed a fixture upon Installation. Notwithstanding the foregoing, if Customer sells, leases, or otherwise disposes of the facility or location where Hardware is installed, except as set forth in the Hardware Warranty, Ford Pro will be under no obligation to provide any Maintenance Services or services pursuant to the Hardware Warranty, whether under these T&Cs or under any other agreement or understanding between Ford Pro and Customer, to any second-hand owner of the Hardware. For the avoidance of doubt, except as set forth in Section 8(k)(or, solely with respect to the Hardware Warranty, the applicable terms thereof), neither these T&Cs nor any Limited Warranty may be assigned, directly or indirectly, by Customer to any second-hand owner of the Hardware without the prior written consent of Ford Pro, which may be withheld in Ford Pro’s sole discretion. (f)Modification. No release, discharge, waiver or modification of any of the provisions of these T&Cs, shall be binding upon a Party, nor will any statement, whether oral or in writing, by or on behalf of either Party serve as the basis of any representation or warranty of such Party, nor shall such statement be deemed to be a part of the Sales Contract, unless expressly agreed in writing by both Parties. (g)Force Majeure. A Party’s obligations under these T&Cs will be temporarily suspended during any period that the Party is unable to carry out such obligations under these T&Cs by reason of a Force Majeure Event, with any delayed performance of then-pending obligations under these T&Cs excused for so long as the Force Majeure Event continues. An impacted Party shall provide prompt Notice to the other Party, specifying the period that the Force Majeure Event is expected to continue. An impacted Party shall take reasonable commercial measures to mitigate the impacts of a Force Majeure Event, resuming performance of its obligations as soon as reasonably practicable after the removal of the cause thereof. If the impacted Party’s delayed performance continues for a period of ninety (90) consecutive days, either Party may terminate the Hardware Term or cancel any portion of the affected Sales Order upon thirty (30) days’ advance Notice. (h)Governing Law/Invalidity. The Sales Contract shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware without regard to rules of conflict of laws. If any provision of the Sales Contract is declared unlawful or unenforceable by judicial determination or performance, the remainder of the Sales Contract shall continue in force as if the invalidated provision did not exist. (i)Attributes. Ownership, right, title and interest of Attributes arising in connection with or related to (i) the development, commercialization, marketing and offering of the Hardware and any related services, including Covered Installation Services (including the Engineered Design) and Maintenance Services, shall be exclusively with Ford Pro, and (ii)the Customer’s performance of any Site Activities, Installation by a Licensed Contractor and use and operation of the Hardware shall be exclusively with Customer. To the extent that Attributes cannot be allocated to a Party using the foregoing criteria or there is a risk of double counting of Attributes, the Parties shall use commercially reasonable efforts to agree upon an appropriate allocation of those Attributes. No Party shall agree, indicate, report, or otherwise communicate, directly or indirectly, to any third party, including to any end user, that Attributes allocated under these T&Cs belong to any third party. (j)No Agency/Partnership. The Sales Contract does not create, and shall not be construed as creating, any agency, partnership, joint venture or other employment relationship. Neither Party shall have any right, power, or authority to assume, create, or incur any expense, liability or obligation, express or implied, on behalf of the other Party, except as expressly provided in the Sales Contract. (k)Assignment. Neither Party may assign, delegate or transfer the Sales Contract, or any of its rights, duties or obligations hereunder, whether voluntarily, by merger or operation of law, or otherwise, without the prior written consent of the other Party (which consent shall not be unreasonably withheld, conditioned or delayed), except that Ford Pro may assign the Sales Contract, or any portion thereof, to any of its Affiliates and may delegate any of its duties and obligations hereunder to any Affiliate or Representative, without obtaining Customer’s prior written consent. No permitted assignment shall relieve a Party of its rights and obligations under these T&Cs prior to the effective date of such assignment, and any unpermitted assignment shall be null and void. The Sales Contract will inure to the benefit of any respective successor or permitted assign of a Party. (l)Arbitration. Disputes between the Parties arising out of or in connection with the Sales Contract, upon Notice, shall be submitted to and finally settled by a single commercial arbitrator with substantial experience in the industry and in resolving complex commercial contract disputes. Arbitration shall be conducted in the State of Michigan, the State of Delaware or the State of New York, as determined by the Party initiating the dispute, in accordance with the then-applicable International Institute for Conflict Prevention and Resolution Rules for Administered Arbitration and the Michigan Uniform Arbitration Act, as amended M.C.L.A. § 691.1681 et seq. (which shall control in the case of conflict). Notwithstanding the foregoing, the arbitrator shall have the power to rule on objections concerning jurisdiction, including the existence, validity or scope of this arbitration provision, the Sales Contract and issues of arbitrability, but shall have no authority to appoint or retain expert witnesses for any purpose, unless agreed to by the Parties. The arbitration shall be governed by the Federal Arbitration Act, 9 U.S.C. § 1 et seq., and judgment upon the arbitration award may be entered by any court having jurisdiction over a Party. A Party also may apply to any such court, without waiving arbitration rights, for equitable relief or interim measures. (m)Survival. Upon termination or expiration of the Hardware Term for any reason, Section 2(a), Section 3(c), Section 5(a)(vi)and Section 6 through this Section 7 (inclusive) of these T&Cs will survive. (n)Entire Agreement; Interpretation; Execution and Counterparts. The Sales Contract constitutes the entire agreement between the Parties with respect to the subject matter of the Sales Contract and supersedes all prior oral or written representations and agreements with regard to the same. Any other terms or conditions of purchase, sale or otherwise that are not specifically set forth in the Sales Contract shall be binding only with the specific written consent of Ford Pro. Ford Pro’s specific written consent in this respect shall mean a written agreement signed by a duly authorized representative of Ford Pro. Any terms and conditions proposed by Customer, including any preprinted, linked, referenced or customized terms and conditions on or with Customer’s order, including in any purchase order submitted by Customer, are hereby expressly rejected and will not form or be deemed to form any part of the Sales Contract. Customer hereby agrees that any purchase order submitted to Ford Pro by or on behalf of Customer may be used, solely as a courtesy to Customer, for order processing and invoicing purposes only, but in no event will any such purchase order, or any terms or conditions set forth therein, supersede, amend, supplant or otherwise modify in any way the Sales Contract (including, for the avoidance of doubt, these T&Cs or the contents of the Sales Order), which represents and constitutes the sole and entire agreement between the Parties with respect to the subject matter thereof. The Sales Contract confers no rights upon any third party, including any Representative of either Party or other Operator, except as expressly provided in the Sales Contract. Except as specifically stated otherwise, in the event of any conflict or inconsistency between the terms of these T&Cs and any other term of the Sales Contract, the terms of these T&Cs will control with respect to Hardware and any related services, including Covered Installation Services and Maintenance Services, and the terms of the Software T&Cs, if applicable, will control with respect to Software and any matters relating thereto. Unless otherwise indicated to the contrary herein by the context or use thereof: (i)the words “herein,” “hereto,” “hereof” and words of similar import refer to these T&Cs as a whole and not to any particular section hereof; (ii)the word “including” and words of similar import mean “including without limitation” or “including, but not limited to;” (iii)any pronoun includes the corresponding masculine, feminine and neuter forms; (iv) words in the singular or the plural include the plural or the singular, as the case may be; and (v) headings are for convenience only and shall not affect interpretation. The Sales Order may be executed by electronic means, including by Customer clicking the “Accept” button on the digital version of the Sales Order, or by executing one or more counterparts of the Sales Order, each of which will be deemed an original version of the           gations under these T&Cs will beions under these T&Cs will be at the Party is unable to carry out at the Party is unable to carry ou fF Mj E tfF Mj E ithi interim measures. (m)(m SurvivalSurvi. Upon termination or expirUpon termination or expir for for any reason,ny reason, SectionSection 2(a)2(a),SectionSection 3(c)(c), , SeSe 7 Sales Order. In such case, for purposes of the Sales Order, a facsimile, scanned, or electronic signature will be deemed an original signature. (o)Definitions. Unless otherwise defined in these T&Cs, the following terms have the meanings provided in this Section 8(o): “Affiliate” of a Person shall mean an entity that directly, or indirectly through one or more intermediate entities, has at least fifty percent (50%) ownership of or is at least fifty percent (50%) owned by, or Controls or is Controlled by, that Person or is under common Control with that Person. For purposes of the foregoing, “Control” of a Person shall mean that an entity or group of Affiliate entities, directly or indirectly, owns or controls at least fifty percent (50%) of the voting stock, partnership interest or other ownership interest of that Person, whether through the ownership of voting securities or by contract or otherwise. “AC Charger” means an EV charger that emits an AC electrical current and that is manufactured by or on behalf of Ford Pro for the North American market and sold by Ford Pro during the Hardware Term. “Applicable Law” means any and all conventions, treaties, statutes, regulations and rules, as well as the judicial or administrative judgments, decisions, decrees, orders, injunctions or directives, demands, tariffs, embargoes, levies or comparable obligations of any Governmental Authority, which are in force or enacted on or after the Effective Date and are, in each case, legally binding as at the relevant time, whether civil, criminal or administrative. “Attributes” means any vehicle, energy, fuel and emission characteristic, offset, credit, benefit, reduction, rebate, financial incentive, tax credit and other beneficial allowance, however titled, that is in effect or may come into effect during the Hardware Term under Applicable Law or otherwise become commercially available under voluntary arrangements (including informal or formal exchanges or markets). Attributes include any quantification of avoided emissions of pollutants or substances to the environment (such as avoided emissions of carbon monoxide, carbon dioxide, methane and other greenhouse gases), alternative vehicle credits, alternative or renewable fuel credits (such as the federal Renewable Identification Number and California Low-Carbon Fuel Standard), alternative or renewable electricity credits, Green-e products credits, manufacturing tax credits, investment tax credits, production tax credits, in each case as such credit is earned by or in connection with, or otherwise attributable to, the design, production, delivery, operation or use of Hardware. “Authorized Installer” means an engineering, procurement, construction and maintenance (“EPCM”) contractor designated by Ford Pro under a legally binding contract to perform Installation at a Designated Location on behalf of Ford Pro. “Authorized Repairer” means (i) a licensed professional repairer of EV charging equipment that has been referred to Customer by Ford Pro, but is directly retained by Customer to undertake the repair of Hardware at a Designated Location under Customer’s sole oversight, direction and control and at Customer’s sole expense, or (ii)a representative performing Maintenance Services on behalf of Ford Pro. “Change of Control” includes, with respect to Customer, the prospective: (i) sale, lease or exchange of a substantial portion of Customer’s assets; (ii) sale or exchange of a controlling interest in the shares of Customer; or (iii) execution of a voting or other agreement of Control; provided, that Customer shall provide Ford Pro with Notice of a prospective Change of Control no fewer than ten (10) days prior to the date that the Change of Control will become effective, and Ford Pro will have thirty (30) days from the date on which the Notice from Customer is given within which to notify Customer of its decision to terminate the Hardware Term, as well as the effective date of such termination, which will be no sooner than ten (10) days after the date on which such Notice of termination is given. “Claim” means a claim, allegation, action, cause of action, proceeding, demand, assertion, adjudication or suit made against or brought by a Person. “Connectivity Point” means the internal system by which the Hardware accesses and relays Data to the TMC. “Contractor Permits” means all Permits, other than Customer Permits, required to be obtained or maintained by an Authorized Installer in connection with the Installation of the Hardware at a Designated Location. “Convert” means to create a derivate work (including by copying or mirroring any features, functions, interfaces or “look and feel” of the original), reverse engineer or otherwise access for any improper purpose, including to develop a wholly or partially competitive product or service. “Covered Installation Services” means, and are limited to, the preparation of an Engineered Design and performance of Installation services on a turnkey basis, as specified in Section 4, at Customer’s commercial or industrial Designated Locations by an Authorized Installer, and do not include: (a) any Site Activities, (b) Installation services performed by an Installer that is not an Authorized Installer, or (c) Installation services performed by any Installer at the residential location of Customer’s Operators. Covered Installation Services ordinarily commence with preparation of the Engineered Design and include subsequent Installation activities as specified in the Sales Order. “Cured” means to correct or remedy a breach, provided that any Cure shall be completed in no more than thirty (30) days, except a non-payment breach which shall be paid in five (5) business days, or each otherwise shall be deemed uncured. “Customer” means the Person purchasing Hardware or related services, as specified in the Sales Order. “Customer Permits” means all Permits, other than Contractor Permits, required to be obtained or maintained in connection with the Installation and subsequent operation of the Hardware at a Designated Location. “Data” means data, recorded information or content, regardless of form or medium, that is derived from, generated by, captured in or transmitted through the Hardware (including as a result of its operation and EV charging), and any transformation of the foregoing, including as provided for in the Fleet Management Subscription Services Terms and Conditions, if applicable. “DC Charger” means an EV charger that emits a DC electrical current and that is manufactured by or on behalf of Ford Pro for the North American market and sold by Ford Pro during the Hardware Term. “Defect” means the direct design, workmanship or manufacturing-related material nonconformity of the Hardware with the applicable Sales Order, excluding (i) Hardware parts that must be or customarily are replaced periodically, such as fuses, lamps, air filters or consumable materials subject to normal and reasonable wear and tear; (ii) Hardware parts not manufactured by the Supplier; or (iii) aesthetic impairments, such as scratches and dents, corrosion or normal aging, except to the extent such impairments clearly affect to the normal operation of the Hardware. “Defective Hardware” means any Hardware that contains a Defect, excluding any Nonconforming Hardware. “Depot Charger” means an EV charger intended for installation and use at Customer’s commercial locations or that is not a Home Charger, and may include AC Chargers and DC Chargers. Designation as a Depot Charger (as opposed to a Home Charger) will be inferred by the inclusion of Software applicable thereto in the Sales Order. “Designated Location” means any address specified by Customer for the shipment of Hardware as further specified in Section 5(a)(ii). “Design Comments” means reasonable comments provided by Customer to Ford Pro reflecting Customer’s review of the proposed Engineered Design. “Dispute” means any disagreement over a Sales Order, an Invoice or these T&Cs, provided that any Invoice Dispute shall require Customer to pay all undisputed amounts and detail, in writing, to Ford Pro the basis for such Dispute in the timeframe provided in these T&Cs. “Engineered Design” means the permittable construction plans and engineering model of an integrated EV fleet depot charging system for a specific Designated Location or set of Designated Locations. “EV” means an electric vehicle that can be charged using the Hardware. “Fleet Account” means an account on the online portal accessed at www.fcsfleet.ford.com through which Customer links eligible Hardware in order to access the Software. “Force Majeure Event” means: acts of God or the public enemy; natural catastrophes; acts of terrorism; fires or floods; strikes, lockouts or other industrial or labor disorders; civil commotion; unavailability of or restrictions on transportation; the actions or inactions by any Governmental Authority; pandemic or epidemic; inability to procure materials, labor or energy;            that is in effect or may come intothat is in effect or may come into licable Law or otherwise become able Law or otherwise become angements (including informal or gements (including informal or s include any quantification ofs include any quantification o through the Hardware (including as a result of its and any transformation of the foregoing, includinand any transformation of the foregoing, includin Management Subscription Services Terms and CManagement Subscription Services Terms and C “DC Chh ”EVhhiEV h h 8 industrial disturbances; or any other event, occurrence or circumstance beyond the reasonable control of the impacted Party. The term “Force Majeure Event” shall not include obligations regarding the payment of money. “Ford Pro” means Ford Motor Company, a Delaware corporation, with or by its designated Affiliates. For the avoidance of doubt, any reference in these T&Cs to Ford Pro may mean the Ford Pro-designated Affiliate or Representative engaged to provide the Hardware or related services. “Ford Pro’s Business” means Ford Pro’s and its Affiliates’ commercial purposes, including research, development and provision of existing or new products and services (including Software and EVs), enhancement and optimization of products and services (including Software and EVs), accident research or investigations, warranty and contract compliance, maintenance or diagnostics and conducting research or analyses of Data. “Governmental Authority” means any domestic or foreign government and its divisions, agencies or instrumentalities (whether national, federal, state, provincial, local, tribal or otherwise), court of competent jurisdiction, arbitrator, arbitral tribunal, arbitral body, administrative agency, commission or other regulatory authority or quasi-regulatory authority acting under Applicable Law. “Hardware” means EV charging stations and related equipment and accessories purchased by Customer from Ford Pro, and may include AC Chargers and DC Chargers, as specified in the Sales Order. If any specific Hardware specified in a Sales Order is no longer commercially available or offered by Ford Pro, or is otherwise unavailable for shipment to Customer, at the time of shipment, Ford Pro reserves the right to ship to Customer substitute Hardware of substantially equal or greater kind and quality that is suitable for use in the same or substantially the same applications, without any additional cost or obligation to Customer. “Hardware Term” means the term of these T&Cs, as provided in Section 3(a). “Home Charger” means an EV charger intended for installation and use at an Operator’s personal residence. “Information” means the nature and details of the business relationship established by the Sales Contract, and the business and other information regarding a Party and its Affiliates. “Insolvency” means, with respect to a Party, that such Party: (i)files a petition in bankruptcy, (ii) is adjudicated as bankrupt, (iii) makes a general assignment for the benefit of creditors, (iv)is subject to a receiver’s, a liquidator’s or an administrator’s appointment, or (v)any equivalent procedure to any of those listed in the preceding clauses; provided, that “Party” in this definition also refers to any direct Affiliate with Control over the Party. “Installation” means a Hardware installation by a licensed electrician in accordance with Ford Pro’s written installation instructions. “Installer” shall have the meaning given to it in Section 5(b)(ii)and shall include any Authorized Installer, any Licensed Contractor or any other Person who installs the Hardware, even if in non-compliance with these T&Cs. “Installer Error” means any action or inaction by an Installer that is contrary to Ford Pro’s written installation instructions, a Ford Pro user manual applicable to the Hardware or Applicable Law and that causes the affected Hardware to malfunction, including an Installer’s failure to properly install, operate, handle or use the Hardware (including under conditions or in a manner for which the applicable Hardware was not designed). “Intellectual Property” means all intellectual property and other similar proprietary rights in any jurisdiction worldwide, whether owned or held for use under license, whether registered or unregistered, including such rights in and to: (i) trademarks (including common law and registered trademarks), trade dress, service marks, certification marks, logos, slogans, trade names, brand names, corporate names, assumed names, business names and all other indicia of origin, including all registrations and applications of the foregoing and the goodwill associated with any of the foregoing (collectively,“Product Marks”); (ii)works of authorship and all other copyrightable works, including all copyrights, database rights, domain names and all registrations, applications and extensions of the foregoing; (iii) trade secrets, invention disclosures, techniques, business and technical information, know-how and information; and (iv) inventions, ideas, discoveries, designs, drawings, developments, whether or not any of the foregoing are patentable, and any issued patents and pending patent applications, including any divisionals, continuations, continuations-in-part, reissues, continuing patent applications, reexaminations and extensions thereof, any counterparts claiming priority therefrom, utility models, patents of importation/confirmation, certificates of invention, certificates of registration and like rights. “Interconnection” means the connection of the Hardware to an electric or telecommunications utility during Installation. “Invoice” means a request for payment. “Licensed Contractor” means an EPCM contractor designated by Customer under a legally binding contract to perform Standard Site Activities or Installation services under Customer’s sole oversight, direction and control and at Customer’s sole expense. “Loss” means, in relation to any Person, a damage, loss, cost, expense or liability incurred by the Person (including reasonable attorneys’ fees), however arising and whether present or future, fixed or unascertained, actual or contingent. “Maintenance Services” means the services Ford Pro provides to Customer to ensure that the Hardware functions in accordance with these T&Cs. “Maintenance Services Term” means, with respect to any Hardware, the thirty-nine (39)-month period that begins on the date that such Hardware is shipped to Customer. “Nonconforming Hardware” means Hardware actually supplied with a Defect upon delivery to Customer; provided, that Customer provides Notice to Ford Pro of such Defect prior to the end of the Inspection Period, as specified in Section 5(a)(iv). “Notice” means any notice, claim, certificate, request, demand or other communication required or permitted under the Sales Contract. Where no timeframe or specification for Notice is made, Notice is to be thirty (30) days prior written, detailed Notice. Except where Notice by email is expressly permitted by these T&Cs, Notice will be deemed given when sent by (i) registered mail, return receipt requested, or (ii) a nationally recognized overnight delivery service (such as Federal Express), to the address listed in the Sales Order for the recipient Party, with a copy sent to each of the General Counsel and Corporate Secretary of the recipient Party at the same address (or such other address or designee as provided in the Sales Order or by Notice to the other Party). “Operators” means all end users of the Hardware, including Customer’s Representatives who are authorized by Customer to use the Hardware. “Permit” means any waiver, franchise, variance, permit, authorization, certificate, permission, concession, license, order, communication, decision or other authorizing or approving act, including any amendment to an existing Permit, of or from any Governmental Authority having jurisdiction over a Designated Location. “Person” means an individual, corporation, partnership, firm, limited liability company, joint venture, trust, unincorporated organization, Governmental Authority, association, or any other legal entity. “PII” means any Data or Information that when used separately or in combination with other information could identify an individual, is reasonably linked to an individual or is related to or about an identified or identifiable natural person who can be identified, located or contacted, directly or indirectly from the Data or Information that is provided to or obtained by Parties pursuant to these T&Cs. “Process” means to collect, receive, input, upload, download, record, reproduce, store, organize, compile, combine, log, catalog, cross-reference, manage, maintain, copy, adapt, alter, translate or make derivative works or improvements, process, retrieve, output, consult, use, perform, display, disseminate, transmit, submit, post, transfer, disclose or otherwise provide or make available, or block, erase or destroy. “Processing” and “Processed” have correlative meanings. “Product Network” means the open-platform network of Connectivity Points, including the TMC, that is operated and maintained by or on behalf of Ford Pro, and includes a web-hosted platform, dashboard and Connectivity Point control and certain reporting, analytics and ancillary energy services that Customer may access through its Fleet Account.            gpgp or greater kind and quality that ior greater kind and quality that iss y the same applications, without he same applications, without er.er. specified in Section 5(a)(iv). ““NoticeNotice” means any notice, claim, certificate” means any notice, claim, certificate communication required or permitted under thecommunication required or permitted under the timeframe or specification for Notictimeframe or specification for Noticeismade Neismade N 9 “Project Lead” means the individual specified in the Sales Order to serve as the principal point of day-to-day contact for routine communications between the Parties. “Representative” means a Person authorized by any contract, lease, license, indenture, agreement, commitment or other legally binding arrangement or under Applicable Law to act for or on behalf of another Person, including such Person’s Affiliates, directors, officers, employees, agents, subcontractors, outsourcers and suppliers. “Sales Contract” means, collectively, (i)the Sales Order, (ii) these T&Cs, (iii) the Hardware Warranty, (iv) any additional terms or conditions included in the Sales Order as a condition of Customer’s execution thereof, including, to the extent the Sales Order includes Customer’s purchase of Software, the Ford Pro EV Charging Solutions Software Sales Terms and Conditions (the “Software T&Cs”), and (v)the Privacy Policy. “Sales Order” means the Ford Pro sales order executed by Customer (as provided in Section 8(n)) and accepted by Ford Pro for the sale of Hardware or related services, including, as applicable, Covered Installation Services and Maintenance Services. “Site Activities” means the Standard Site Activities or Turnkey Site Activities, as applicable. “Software” means the programs, procedures, routines, instructions and code used by or in connection with the operation of computers, as well as the related technical information, documentation and databases (including digital or cloud databases), currently available and solely related to Ford Pro’s EV charging stations. References to Software will include all Data produced or derived from such Software and the means of producing or deriving the same. “Software Term” means the term of the Software T&Cs, as provided therein. “Supplier” means the direct supplier of Hardware to Ford Pro. “Taxes” means any governmental, state, local government or municipal tax, imposition, exaction, duty, charge or its equivalent under Applicable Law, including sales taxes, use taxes, goods and services taxes, value-added and excise taxes, income taxes, franchise taxes, gross receipts taxes, property taxes, and withholdings or liabilities wherever chargeable and whether in the United States or any other jurisdiction. “TMC” means the transportation mobility cloud or comparable system that supports Customer’s access to its Fleet Account, Software via subscription or other services made available to Customer by Ford Pro via a Sales Order. The TMC holds certain Data and Information, including Data aggregated, anonymized, Processed or otherwise analyzed by Ford Pro from customers.            of producing or deriving the same.of producing or deriving the same. ftware T&Cs, as provided therein.ware T&Cs, as provided therein. rdware to Ford Pro.rdware to Ford P FORD PRO EV CHARGING SOLUTIONS SOFTWARE SALES TERMS & CONDITIONS Last Updated: October 12, 2023 1 These Ford Pro EV Charging Solutions Software Sales Terms and Conditions (these “T&Cs”), together with the applicable Sales Order and all other portions of the Sales Contract, represent a legally binding agreement between Customer and Ford Pro, effective upon Customer’s execution of the applicable Sales Order (the date of Customer’s execution thereof, the “Effective Date”). Customer and Ford Pro are occasionally referred to herein as the “Parties” or, individually, as a “Party.” 1.SUBSCRIPTION; ACTIVATION. (a)Subscription to Software. Ford Pro will license to Customer, and Customer will purchase such license from Ford Pro via Subscription, the Software identified in one or more Sales Orders, for use by Customer and, as applicable, its Operators, throughout the Software Term. These T&Cs govern the Parties’ relationship with respect to the license of the Software, which will commence upon the earlier of (i) activation of the Fleet Account as specified in Section 1(b), (ii) electrification of the Hardware via Installation and (iii) the date that is thirty (30) days after the date on which the applicable Hardware is delivered to Customer (such date, the “Licensing Start Date”); provided, however, that immediately upon the processing of 100kW-hr of energy for the Hardware that corresponds to such Subscription, the Subscriptions for all remaining Software under the same Sales Order for such location shall also commence. Ford Pro may designate one or more Affiliates or Representatives to provide any of the Software or related services specified as being provided by Ford Pro under these T&Cs. A description of currently available Software and Subscriptions, which, in each case, Ford Pro may Update from time to time during the Software Term, is available on the Ford Pro website at https://fordpro.com/en-us/intelligence/. (b)Activation of Fleet Account. Customer’s access to the Software requires: (i)Customer’s prior activation of its Fleet Account at www.fcsfleet.ford.com (the “Fleet Login”) and (ii)prior agreement to the Fleet Management Subscription Services Terms and Conditions (the “Subscription Services T&Cs”), which govern Customer’s usage of the Software during the Software Term. Fleet Login information is granted to Customer solely for Customer’s own usage as specified in these T&Cs, and Customer will keep all such Fleet Login information as confidential Information. 2.PRICING AND PAYMENT TERMS. (a)Fees; Invoicing; Payments. Customer shall pay the Subscription Fee to Ford Pro on a pre-paid or periodic basis, as specified in the applicable Sales Order, for the period beginning on the Licensing Start Date. For the avoidance of doubt, pursuant to Section 1(a), the Subscription may begin, and the Subscription Fee may become due and payable by Customer, notwithstanding Customer’s failure to activate its Fleet Account (whereby Customer accesses such Subscription) or Customer’s delay in electrification of the Hardware via Installation. Applicable Taxes will not be calculated until the time of invoicing. Invoices shall be payable by Customer in U.S. dollars and due, if not pre-paid, within thirty (30) days after the date of, or as otherwise specified in, the applicable Invoice. For pre-paid accounts, periodic Invoices will reflect amounts paid. (b)Taxes. The Subscription Fee does not include any Taxes that may apply to the licensing of Software via Subscription. Customer shall be responsible for all such Taxes (excluding, for the avoidance of doubt, income Taxes imposed on Ford Pro’s net income), and Customer agrees to pay or reimburse, via payment to Ford Pro, any such Taxes that Ford Pro is required to pay or collect. If Customer is exempt from the payment of any applicable sales Tax or holds a direct payment permit, Customer shall, upon order placement, provide Ford Pro a copy, reasonably acceptable to Ford Pro, of any such exemption certificate or permit, and Ford Pro must approve such permit prior to the Licensing Start Date. If Customer is required by Applicable Law to withhold or deduct any amount from the amount payable to Ford Pro under any Invoice, the sum payable by Customer shall be increased to the extent necessary to ensure that Ford Pro receives a sum equal to the amount that Ford Pro would have received had no such withholding or deduction been made. The Parties agree to reasonably cooperate to ensure that no more Taxes or similar charges are payable other than as required by Applicable Law, and to obtain a refund or credit of any Taxes that have been overpaid. (c)Customer Onboarding Process. To the extent Customer’s established internal procedures require Customer to use its own purchase order to process payments, Customer will use its best efforts to ensure that Ford Pro is correctly identified and provided for in Customer’s accounts payable system, and Ford Pro will use commercially reasonable efforts to accommodate such process. Customer shall, at the time of completing any such onboarding process, provide Ford Pro an accounts payable contact name, email address and phone number to provide direct assistance to Ford Pro in completing such process and supporting Ford Pro’s ongoing use of Customer’s accounts payable system. Customer agrees to remit payment to Ford Pro as specified in these T&Cs or as Ford Pro may, in its sole discretion, accommodate with respect to such onboarding process. The terms of any such Customer-provided purchase order shall not be binding upon Ford Pro and shall not, and shall not be deemed to, amend, supersede or otherwise modify the Sales Contract in any way. For the avoidance of doubt, any such purchase order submitted by Customer shall be subject in all respects to the provisions of these T&Cs, including Section 8(m). (d)Disputed & Late Payments. To the extent Customer disputes any amounts included in an Invoice, Customer shall provide Notice to Ford Pro no later than fifteen (15) days after the date of such Invoice, specifying in detail all disputed Invoice amounts. The Parties will seek to resolve any such Dispute expeditiously and in good faith. Each Party will continue performing its obligations under the Sales Contract, notwithstanding such Dispute. Disputed Invoices are not subject to reduction or set-off by Customer without Ford Pro’s prior written approval. Finance charges of the greater of one percent (1%) per month and the maximum rate permitted by Applicable Law, calculated daily and compounded monthly, shall accrue on any late payments, whether or not such amounts were withheld subject to a dispute, and Customer will reimburse Ford Pro for all costs incurred in collecting any late payments, including reasonable attorneys’ fees. Except as specified in Section 3(d)and Section 3(e), all payment obligations are noncancellable and non-refundable. Ford Pro reserves the right to deactivate any Subscription if any Invoice amounts are past due, and Customer shall be responsible for any reactivation costs or other related fees imposed or incurred by Ford Pro in connection therewith. Ford Pro will provide an Invoice for any such amounts, which Customer will pay as specified in Section 2(a). 3.SOFTWARE TERM, TERMINATION, CANCELLATION & DISCONTINUATION; REFUND. (a)Software Term. Unless terminated as provided in these T&Cs, the Software Term commences upon the Effective Date and continues with respect to each Subscription until the earlier of the following: (i) expiration of the applicable initial term specified in the Sales Order (the “Initial Term”) or any Renewal Term, after Customer’s timely delivery to Ford Pro of Notice of non-renewal, (ii) termination of the Software Term as specified in Section 3(c), (iii) cancellation by Customer of all Subscriptions specified in the Sales Order, as specified in Section 3(d), or (iv) discontinuation by Ford Pro of all Software under all of Customer’s Subscriptions, as specified in Section 3(d). THE INITIAL TERM SPECIFIED IN THE SALES ORDER SHALL BE A MONTHLY, YEARLY, THREE (3)-YEAR OR FIVE (5)- YEAR PERIOD. EACH SUBSCRIPTION SHALL AUTOMATICALLY RENEW FOR SUCCESSIVE ONE (1)-YEAR PERIODS (EACH, A “RENEWAL TERM”) AT THE SUBSCRIPTION FEE THEN APPLICABLE AT THE TIME OF SUCH AUTOMATIC RENEWAL, UNLESS CUSTOMER PROVIDES NOTICE TO FORD PRO OF ITS INTENTION NOT TO RENEW AT LEAST THIRTY (30) DAYS PRIOR TO THE EXPIRATION DATE OF THE THEN-CURRENT INITIAL TERM OR RENEWAL TERM, AS THE CASE MAY BE, OR OTHERWISE CANCELS THE SUBSCRIPTION AS PROVIDED IN SECTION 3(d).            y designate one or more Affiliatesy designate one or more Affiliates tware or related services specified are or related services specified T&Cs. A descriptiT&Cs. A descrip on of currently urrentl (d)(d)Disputed & Late PaymentsDisputed & Late Payments. To the eTo the amounts included in an Invoice, Customer shalamounts included in an Invoice, Customer shal no later than fifteenno later than fifteen (15) days after the date of(15) days after the date of 2 (b)Term of the Sales Contract. The term of the Sales Contract will begin on the Effective Date and will continue until both the Software Term and the Hardware Term, as applicable, have expired or been terminated in accordance with these T&Cs or the Hardware T&Cs, respectively; provided, that the termination or expiration of either the SoftwareTerm or the Hardware Term, individually, shall not terminate the Sales Contract, but only, with respect to termination or expiration of the Software Term, the Parties’ respective rights, duties and obligations provided under these T&Cs, and with respect to termination or expiration of the Hardware Term, the Parties’ respective rights, duties and obligations provided under the Hardware T&Cs, as applicable. Upon the termination or expiration of both the Software Term and the Hardware Term, as applicable, the Sales Contract shall immediately terminate with no further action required on the part of either Party. For the avoidance of doubt, the Sales Contract shall be of no force or effect, nor shall any agreement be deemed to exist between the Parties with respect to the subject matter of any Sales Order, if neither the Software Term nor the Hardware Term remains in effect. (c)Termination; Effects. Each Party may terminate the Software Term, upon the specified Notice, in the event of a Change of Control of Customer or the other Party’s: (i)material breach of its obligations under these T&Cs, unless Cured; (ii) Insolvency; or (iii) as otherwise provided in these T&Cs, including as specified in Section 3(d). A terminating Party shall give fourteen (14) days’ advance Notice of termination, except in the case of a Change of Control of Customer, where Ford Pro may terminate as set forth in Section 8(n), or Insolvency, where a Party may terminate immediately upon Notice. If, in either Party’s reasonable discretion, a material breach cannot be Cured, the non-breaching Party may immediately, upon Notice, terminate the Software Term and cancel all Subscriptions under the Sales Order, and such termination will be treated as a termination for cause pursuant to this Section 3(c). Upon expiration or termination of the Software Term for any reason permitted pursuant to Section 3(c), all rights and obligations of the Parties under these T&Cs, other than those that are specified in Section 8(l) as surviving termination or expiration, will cease, and all Subscriptions under the Sales Order will be canceled. Termination of the Software Term by either Party or expiration of the Software Term will not limit a Party from pursuing any other remedies specified in these T&Cs as being available to such Party, nor will termination or expiration of the Software Term by Customer release Customer from its obligation to pay all Invoices (whenever issued) for any Subscription Fees then due and owed, except as specified in Section 3(e). (d)Cancellation; Discontinuation. Customer may cancel a Subscription by contacting the Customer Relationship Center at 1-833-327- 3673 or fcs1@ford.com, specifying the effective date of such cancellation and whether it applies to all or certain specific Hardware then subject to such Subscription. On the termination date specified in the cancellation Notice, Ford Pro will stop performing its obligations under these T&Cs with respect to such Subscription other than with respect to any terms and conditions that by their express terms survive such termination. Ford Pro may discontinue Software from time to time upon reasonable advance Notice to Customer; provided, that in such event, Ford Pro will reimburse Customer for the applicable portion of the Subscription Fee attributable to the discontinued Software as specified in Section 3(e). On the effective date of such discontinuation, Ford Pro will stop performing its obligations under these T&Cs with respect to the discontinued Software, preserving the Subscription for Software not subject to such Notice. (e)Refund for Certain Terminated Subscriptions. Upon any termination of the Software Term for cause by Customer, or upon the discontinuation of any Software by Ford Pro without termination of the Software Term, in each case solely to the extent that such termination or discontinuation affects the amount of pre-paid Subscription Fees actually paid by Customer, Ford Pro shall refund to Customer a pro-rata portion of any such pre-paid Subscription Fees based upon the remaining Subscription term. UPON TERMINATION OF THE SOFTWARE TERM FOR ANY REASON OTHER THAN FOR CAUSE, OR UPON CANCELLATION BY CUSTOMER WITHOUT TERMINATION OF THE SOFTWARE TERM, CUSTOMER SHALL NOT BE ENTITLED TO ANY REFUND OF ANY SUBSCRIPTION FEES AS A RESULT OF SUCH TERMINATION OR CANCELLATION. EXCEPT AS SPECIFIED IN THIS SECTION 3(e), IN NO EVENT SHALL ANY TERMINATION OF THE SOFTWARE TERM, OR CANCELLATION OF A SUBSCRIPTION WITHOUT TERMINATION OF THE SOFTWARE TERM, RELIEVE CUSTOMER OF ANY UNPAID SUBSCRIPTION FEES DUE AND OWED BY CUSTOMER FOR THE SUBSCRIPTION TERM IN WHICH THE TERMINATION OCCURS OR ANY PRIOR SUBSCRIPTION TERM. 4.LIMITED WARRANTY; INDEMNITIES. (a)Limited Warranty and Disclaimer. Ford Pro’s sole limited warranty to Customer, which is not available to Operators, is that the Software provided via Subscription has been tested in accordance with then-prevailing industry practices and, when operated by Customer in accordance with Subscription specifications, is expected to perform substantially in accordance with the functional specifications identified in the Subscription during the Software Term (the “Software Warranty”). Customer’s exclusive remedy, and Ford Pro’s entire liability, in connection with the Software Warranty will be for Ford Pro to undertake commercially reasonable efforts to remedy material Software performance issues, including via Update. If Ford Pro determines that it cannot provide such remedies set forth in the prior sentence in a commercially reasonable manner, in Ford Pro’s sole discretion, Ford Pro may discontinue the applicable Software as specified in Section 3(d)or terminate the Software Term, in each case, subject to the refund requirement specified in Section 3(e). (b)EXCEPT FOR THE SOFTWARE WARRANTY, THE SOFTWARE IS PROVIDED “AS IS” AND “AS AVAILABLE” FOR CUSTOMER’S USE, WITHOUT WARRANTIES OF ANY KIND, EITHER EXPRESS OR IMPLIED, INCLUDING ALL IMPLIED WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, TITLE AND NONINFRINGEMENT, AND CUSTOMER AGREES THAT IT HAS NOT RELIED UPON ANY WARRANTY, WHETHER EXPRESS OR IMPLIED. WITHOUT LIMITING THE FOREGOING, FORD PRO DOES NOT WARRANT THAT (A)CUSTOMER’S USE OF THE SOFTWARE WILL BE UNINTERRUPTED, TIMELY, SECURE, FREE FROM ERROR, OR MEET CUSTOMER’S REQUIREMENTS; (B)ALL CONTENT AND OTHER INFORMATION OBTAINED BY CUSTOMER FROM OR IN CONNECTION WITH THE SOFTWARE WILL BE ACCURATE AND RELIABLE; OR (C) ALL DEFECTS IN THE OPERATION OR FUNCTIONALITY OF THE SOFTWARE WILL BE CORRECTED. ALL CONTENT OBTAINED THROUGH THE SOFTWARE IS OBTAINED AT CUSTOMER’S OWN DISCRETION AND RISK, AND CUSTOMER WILL BE SOLELY RESPONSIBLE FOR ANY DAMAGE TO CUSTOMER’S COMPUTER SYSTEM OR OTHER DEVICE, LOSS OF DATA, OR ANY OTHER DAMAGE OR INJURY THAT RESULTS FROM THE DOWNLOAD OR USE OF ANY SUCH CONTENT. (c)Indemnification. (i)Subject to applicable law and the limitations specified in Section 4(a), Section 4(c)(iii)and Section 4(c)(iv)and only to the extent not subject to the Software Warranty, each Party (as applicable, the “Indemnifying Party”) will defend, indemnify and hold harmless the other Party and its Representatives (collectively, the “Indemnified Party”) from and against any and all Claims or Losses to the extent arising from or relating to the Indemnifying Party’s: (A)material breach of these T&Cs; (B) gross negligence, recklessness, or willful misconduct in connection with performance under these T&Cs; (C)infringement of a third party’s Intellectual Property rights arising from the grant of any Intellectual Property license to the Indemnified Party, provided that the Indemnified Party’s usage of the Intellectual Property is on a fully authorized basis and as specified in these T&Cs; or (D) mandatory products liability obligations under Applicable Law. In furtherance of this Section 4(c)(i), an Indemnifying Party’s obligations with respect to a Claim of alleged infringement of Intellectual Property applies solely to the extent that infringement, including of Software, is specifically pled in the relevant Claim by the third party. (ii)Indemnification Procedures. Upon learning of any actual or threatened Claim or Loss subject to indemnification pursuant to Section 4(c)(i), the Indemnified Party promptly shall provide Notice thereof to the Indemnifying Party (an “Indemnification Notice”). The Indemnifying Party, at its own expense, shall defend the Claim with counsel reasonably acceptable to the Indemnified Party. The Indemnified Party, at its own expense, may participate in such defense using counsel of its choice. If the Indemnifying Party fails or refuses, within thirty (30) days of receiving the Indemnification Notice, to commence or to adequately continue the defense of the Claim, the Indemnified Party may provide Notice to the Indemnifying Party of its assumption of the defense and right to unilaterally settle any Claim.            all Subscriptions under the Sales all Subscriptions under the Sales s a termination for cause pursuant termination for cause pursuant mination of the Software Term for mination of the Software Term fo 3( )ll i h d bli i f LIMITING THE FOREGOING, FORD PRO THAT (A)THAT (A)CUSTOMER’USTOMER’S USE OF THE S USE OF THE UNINTERRUPTED, TIMELY, SECURE, FUNINTERRUPTED, TIMELY, SECURE, FR MEET CUSTOMER’S REQUIREMENTS (MEET CUSTOMER’S REQUIREMENTS 3 Except to the extent an Indemnified Party has taken over the defense of a Claim, no settlement of any Claim may be made by either Party without the other Party’s prior written consent, such consent not to be unreasonably withheld, conditioned or delayed. (iii)Consequential Loss. IN NO EVENT WILL ANY PARTY OR ITS AFFILIATES OR REPRESENTATIVES BE LIABLE UNDER THE SALES CONTRACT (INCLUDING UNDER SECTION 4(c)(i)OF THESE T&CS OR THE SOFTWARE WARRANTY) FOR ANY LOST REVENUE OR PROFIT, LOST OR DAMAGED DATA, BUSINESS INTERRUPTION, LOSS OF CAPITAL, OR FOR SPECIAL, INDIRECT, CONSEQUENTIAL, INCIDENTAL, PUNITIVE OR COMPARABLE DAMAGES, HOWEVER CAUSED, INCLUDING ECONOMIC LOSSES OF ANY KIND, ANY LOSS OR DAMAGE TO PROPERTY OR ANY PERSONAL INJURY, NO MATTER THE EFFECTS ON THE PARTY OR ITS REPRESENTATIVES AND NO MATTER THE THEORY OF LIABILITY. (iv)Limits. A Party’s aggregate indemnification obligations (as specified in Section 4(c)(i)) and a Party’s maximum liability to the other Party for any and all Losses or Claims arising from or in connection with or relating to the Sales Contract (including these T&Cs) or any Subscription or the Software shall not exceed the lesser of (A) the aggregate Subscription Fees actually paid by Customer to Ford Pro in the twelve (12) calendar months prior to the event giving rise to the Loss or Claim or (B) $250,000. By way of illustration, the Indemnifying Party’s payment of $250,000 in settlement of a Claim shall exhaust its indemnification obligations under these T&Cs. Any Loss or Claim arising from or in connection with or relating to the Sales Contract (including these T&Cs), any Subscription or the Software shall be subject solely to the provisions of this Section 4(c). The limitations specified in these T&Cs may not be compounded with, and will not be deemed to be expanded by, the limitations that may be set forth in any other portion of the Sales Contract, including under the Hardware T&Cs, if applicable, or any other agreement entered into by the Parties, including any agreement relating to Ford Pro’s provision and licensing of any Data to Customer or Customer’s access to its Fleet Account (each, as applicable, a “Fleet-Related Agreement”). Customer shall not be permitted to recover for any single Loss or Claim under, and no Loss or Claim will be deemed to arise under, more than one of (x) these T&Cs, (y) the Hardware T&Cs or (z) any Fleet-Related Agreement. Without limiting the foregoing, a Party’s aggregate indemnification obligations and a Party’s maximum liability to the other Party for any and all other Losses or Claims arising from or in connection with or relating to the Sales Contract, any other sales contract between Customer and Ford Pro in the twelve (12) months preceding such Loss or Claim or otherwise relating to Ford Pro’s provision of fleet electrification services or EV fleet services in the twelve (12) months preceding such Loss or Claim, regardless of the subject matter to which such Loss or Claim relates or whether arising under these T&Cs, the Hardware T&Cs or any Fleet-Related Agreement, shall not exceed $1,000,000 in the aggregate for all Losses and Claims. 5.PARTY OBLIGATIONS AND AGREEMENTS. (a)Ford Pro’s Obligations. Ford Pro shall be principally responsible for: (i) provisioning and operating, maintaining, administering and supporting the Software and related infrastructure, including the Product Network in accordance with these T&Cs and Applicable Law; and (ii) protecting the confidentiality and security of PII under its exclusive control and obtained under these T&Cs, each in accordance with these T&Cs and Applicable Law. (b)Customer’s Obligations. Customer shall be solely responsible for: (i)maintaining Customer’s Information, including by updating Customer’s Fleet Account within five (5) business days of any change in the location of any of Customer’s Hardware that is subject to a Subscription; (ii)obtaining all necessary Consents from Operators utilizing the Software for Ford Pro’s collection of Data as specified in these T&Cs, and (iii) using the Software and Product Network, each in compliance with these T&Cs and Applicable Law, including by protecting access to related Hardware. (c)Additional Obligations of Customer & Operators. Except as expressly authorized under these T&Cs or required by Applicable Law, Customer will not and will take reasonable commercial measures to ensure its Operators do not: (i) Transfer or Alter the Software, or disobey the Policies relating to the Software; (ii) attempt to gain unauthorized access to Software by or through any technology or means other than those provided or expressly authorized by Ford Pro; (iii) reverse engineer, decompile or otherwise attempt to extract the source code of or embedded within the Software; (iv) develop, advance or create derivative works from the Software, including derivate works that employ any of Ford Pro’s Product Marks; (v)remove, conceal or cover any of the Product Marks within the Software; (vi) copy, frame or mirror any part of or all of the Software; (vii) access the Software for any competitive purpose or for any improper purpose whatsoever, including in order to build a competitive product or service or copy any features, functions, interface, graphics or “look and feel” of the Software; (viii)use any robot, spider, site search/retrieval application or other device to retrieve or index any portion of the Software for any unauthorized purpose; (ix) upload, transmit or introduce any malicious code to the Software; (x) use the Software or facilitate use of the Software by a Person barred from doing so under Applicable Law; and (xi) use the Software to upload, pose, display, transmit or otherwise make available (A) any inappropriate, defamatory, obscene or unlawful content; (B) any content that infringes any Intellectual Property right of any Person; (C) any messages, communications or other content that constitutes disruptive commercial messages or advertisements. (d)Information Security. At all times throughout the Software Term, each Party shall: (i) maintain its respective systems in accordance with industry security standards; (ii) encrypt application program interface parameters in transit (input and response) and encrypt all Data at rest; (iii) cooperate with the other Party to verify and test (including through penetration testing) the end-to-end security controls of their respective systems as applied to the Software; (iv) engage subcontractors under terms no less stringent as those set forth in these T&Cs, and be responsible at all times for the actions of such subcontractors; (v) monitor for, and appropriately protect against, security incidents; (vi) provide timely notification to the other Party of any security incident to enable appropriate and required remediation to be taken; (vii) treat security related information as Information subject to Section 8(a); and (viii) maintain adequate security controls around credentials (including Fleet Login information) to prevent unauthorized use of, or access to, the Software and, as applicable, to prevent the linking of any Data with any other data to identify a Person, any group of related Persons or a static/persistent ID. Upon Ford Pro’s request, Customer shall provide documentation to Ford Pro that demonstrates end-to-end security control systems have been implemented, including any such additional security requirements as may be required by Applicable Law (e.g., PCI DSS, GDPR, in-vehicle cyber security requirements, etc.). 6.INTELLECTUAL PROPERTY; DATA. Ford Pro retains, and is or will be the sole and exclusive owner of, all right, title, and interest in and to all Intellectual Property (including the Software) and Data (other than certain Information and PII as set forth below) used in connection with or related in any way to the Software or the Subscriptions. Subject to these T&Cs, throughout the Software Term, Ford Pro hereby grants to Customer a fully paid-up, non-exclusive, non-transferable, revocable, time-limited license to such Intellectual Property and Data solely to the extent necessary for Customer to use the Software pursuant to a Subscription during the Software Term as specified in these T&Cs. Certain Data may be provided to Customer under Intellectual Property licenses from third parties and is subject to copyright or other Intellectual Property rights of such third parties. Customer may be held liable for any unauthorized copying or disclosure of such third party-supplied Data. In furtherance of the foregoing and including as specified in the Subscription Services T&Cs, Ford Pro may collect certain Data from Customer in connection with the Software and Hardware that is subject to a Subscription, for which Ford Pro is the sole and exclusive owner, and Customer expressly consents to Ford Pro’s collecting, Processing, disclosing and commercializing of such Data (other than certain Information and PII as set forth below) collected by Ford Pro for Ford Pro’s Business. To the extent Ford Pro provides any such Data collected from Customer to Customer, Customer agrees that the Data is provided for planning purposes only, and that various conditions in which Customer’s Software and Hardware operate may differ from what is provided or expected from such Data. Customer shall exercise reasonable judgment in Customer’s use of any such Data. Customer further acknowledges that certain Data may contain PII, including PII gathered from the operation of Hardware that is subject to a Subscription. Prior to being transferred to any third party, including any customer of Ford Pro, Data will be adapted to exclude PII. It is the sole responsibility of Customer to (a) notify any Operator that Data and PII may be collected and of the type and nature of that Data and PII, and (b) obtain all necessary consents for Ford Pro’s collection and use, as described in these            hishis SectionSec 4(c). The limitations tations mpounded with, and wilmpounded with,l not be not be that may be set forth in any other at may be set forth in any other under the Hardware T&Cs, if under the Hardware T&Cs, appppropriately protect against, security inciyp g , y notification to the other Party of any security innotification to the other Party of any security in and required remediation to be taken; (vii)and required remediation to be taken; (vii)treattreat If i bjibj StiS 8( )8(d ( iiid( 4 T&Cs, of such Data and PII as required by Applicable Law and these T&Cs (collectively,“Consents”). Customer shall indemnify Ford Pro pursuant to the provisions of Section 4(c)and will hold harmless Ford Pro for any failure by Customer to obtain such necessary Consents. All ownership, right, title and interest in and to all Information regarding a Party or its Affiliates shall be the sole and exclusive property of the Party providing or disclosing such Information or, if such Party is not the owner thereof, the Person that owns such Information. Ford Pro may also create a de-identified set of the Data (which does not contain any PII or Information that could be used to determine that the Data is related to Customer) and use such Data set for Ford Pro’s commercial purposes, and Customer consents to Ford Pro’s collection, processing and retention of de-identified Data for Ford Pro’s Business. 7.U.S. OFFICIAL ENTITY RIGHTS. THIS SECTION 7 SHALL ONLY APPLY TO U.S. OFFICIAL ENTITIES. (a)The Software and any derivatives thereof are “commercial products” and “commercial services” as defined in 48 C.F.R. § 2.101. The use, duplication, reproduction, release, modification, display, disclosure or transfer of any Software and any associated documentation and technical data by a U.S. Official Entity is restricted in accordance with 48 C.F.R. § 12.211, 48 C.F.R. § 12.212, 48 C.F.R. § 227.7102-2 and 48 C.F.R.§ 227.7202, as applicable. (b)Consistent with 48 C.F.R. § 12.211, 48 C.F.R. § 12.212, 48 C.F.R. § 227.7102-1 through 48 C.F.R.§ 227.7102-3 and 48 C.F.R. § 227.7202-1 through 48 C.F.R. § 227.7202-3, as applicable, the Software is provided to U.S. Official Entities: (i)only as “commercial products” and “commercial services” as defined in 48 C.F.R. §2.101, (ii) with only those rights as are customarily granted to all other users pursuant to Ford Pro’s standard terms of use, and (iii) this clause is incorporated into any reseller’s, prime contractor’s or subcontractor’s contract with the U.S. Official Entity or otherwise agreed to by the U.S. Official Entity in a way that legally binds such U.S. Official Entity to this clause. This U.S. Official Entity rights clause is in lieu of, and supersedes, any Federal Acquisition Regulation (“FAR”), Defense FAR Supplement (“DFARS”) or other U.S. Official Entity-specific clause or provision that addressed U.S. Official Entity rights in commercial computer software, commercial computer software documentation or commercial technical data. (c)Solely to the extent that Customer, as a U.S. Official Entity, is not permitted by Applicable Law to agree to the indemnification obligations set forth in Section 4(c), then the terms of Section 4(c)shall be modified to the minimum extent necessary for such provision to be enforceable, and the remainder of such provision shall continue in full force and effect without modification. (d)Solely to the extent that Customer, as a U.S. Official Entity, is not permitted by Applicable Law to agree to the arbitration obligations set forth in Section 8(k), Section 8(k)shall be deemed to be deleted in its entirety from these T&Cs and shall be replaced with 41 U.S.C. Chapter 71 “Contract Disputes”. 8.MISCELLANEOUS. (a)Confidentiality. The Information regarding a Party and its Affiliates (collectively, the “Disclosing Party”) that the other Party (the “Receiving Party”) receives or obtains access to in the course of the relationship established by these T&Cs constitutes confidential and proprietary information, the disclosure, copying, or distribution of which could result in competitive harm to the Disclosing Party. Ford Pro and Customer will each use reasonable care to maintain the other Party’s Information in the strictest confidence and not to disclose, copy, or distribute the other Party’s Information, whether orally or in writing, directly or indirectly, in whole or in part, except (i)to those of the Receiving Party’s Representatives who need to have the Information in order to perform their obligations under the Sales Contract (and agree in writing to be bound by confidentiality provisions comparable to those specified in this Section 8(a)) and (ii) as otherwise permitted by these T&Cs (including as specified in Section 6). Reasonable care in this respect is the standard of care that the Receiving Party would use in protecting the confidentiality of its own Information. The confidentiality obligations specified in this Section 8(a) will continue in effect for the Software Term and for a period of four (4) years after the termination or expiration thereof. Notwithstanding the foregoing, nothing in this Section 8(a)will apply to any information (including Information) (A) which is or becomes generally available to the public other than as a result of disclosure by a Receiving Party or its Representatives in violation of any confidentiality obligations existing between the Parties; (B) which was available on a non-confidential basis prior to its disclosure by the Disclosing Party or its Representatives; (C) which becomes available to a Receiving Party on a non-confidential basis from a source other than the Disclosing Party or its Representatives, provided that such source is not known, after reasonable inquiry, to be subject to any prohibition against transmitting the Information; or (D) which is disclosed pursuant to Applicable Law, provided that the Receiving Party will, to the extent permitted by Applicable Law, give the Disclosing Party prompt Notice of such threatened disclosure and the right to defend against such disclosure, at the Disclosing Party’s expense, and provided further that the Receiving Party will cooperate reasonably in such defense. (b)Privacy; PII. Ford Pro may collect PII that includes contact information from Customer in connection with the Sales Contract and the provision of Software. Customer, for itself and on behalf of its Affiliates, agrees and consents to Ford Pro’s use of such contact information to send marketing, advertising and promotional communications to Customer concerning Ford Pro’s and its business partners’ products and services that Ford Pro believes may be of interest to the Customer or its Affiliates. Customer is subject to the Ford Pro Privacy Policy, as such policy may be amended from time to time, which such policy is available at www.fordpro.com/en-us/privacy (the “Privacy Policy”). For more information on how Ford Pro handles PII and other identifiable information, please see the Privacy Policy, which contains information on how a recipient of our marketing communications may opt-out from such communications or withdraw this consent. (c)Cellular Carriers. In order to deliver the Software, including linking Connectivity Points to the Product Network, Ford Pro has entered into or may enter into agreements with one or more Underlying Carriers, for which Customer is not a third party beneficiary. Customer agrees that Ford Pro cannot guarantee the security of wireless transmissions or the Product Network, and Ford Pro is not and will not be liable to Customer for any lack of security relating to the use of an Underlying Carrier with respect to any part of the Fleet Account, any Subscription or any Software. To the extent Customer has entered into or may enter into agreements with one or more wireless service carriers, developers of the operating systems for any of Customer’s devices or the operator of any application store, marketplace or similar service through which Customer obtains access to the Product Network (as applicable, “Customer’s Carriers”), Customer and Ford Pro acknowledge that Customer’s Carriers are not third party beneficiaries of the Sales Contract. Ford Pro will not in any way be bound by the terms and conditions of any agreement between Customer and any Customer’s Carrier, and Customer will be solely responsible with complying with the terms and conditions thereof. (d)Precedence of Subscription Services T&Cs. In the event of a conflict between the Subscription Services T&Cs and the Sales Contract (including, for the avoidance of doubt, any provision of these T&Cs), the Subscription Services T&Cs will control. (e)Modification. Except as permitted by this Section 8(e), no release, discharge, waiver or modification of any of the provisions of these T&Cs shall be binding upon a Party, nor will any statement, whether oral or in writing, by or on behalf of either Party serve as the basis of any representation or warranty of such Party, nor shall such statement be deemed to be a part of the Sales Contract, unless expressly agreed in writing by both Parties. Notwithstanding the foregoing, Ford Pro may modify these T&Cs at any time as follows: (i) Ford Pro will alert Customer through its Fleet Account of any material changes to these T&Cs at least thirty (30) days prior to any such change becoming effective, and (ii) all other modifications will be effective immediately upon being posted to Customer’s Fleet Account, or at such later time as Ford Pro may specify in its sole discretion. In each case, Customer’s continued use of the Software shall serve as Customer’s acceptance of such modified terms. If Customer does not agree to these T&Cs or any modification hereof that is made by Ford Pro in accordance with this Section 8(e), Customer must immediately stop using the Software and cancel all Subscriptions in accordance with the process set forth in Section 3(d). (f)Force Majeure. A Party’s obligations under these T&Cs will be temporarily suspended during any period that the Party is unable to carry out such obligations under these T&Cs by reason of a Force Majeure Event, with any delayed performance of then-pending obligations under these T&Cs            uant to Ford Pro’s stanuant to Ford P dard termsd terms ated into any reseller’s, primeed into any reseller’s, prime with the U.S. Official Entity or with the U.S. Official Entity o tit i th t l ll bi dii hl llbid (c)(c)Cellular CarriersCellular Carriers. In order to deliIn order to del linking Connectivity Points to the Product Netwolinking Connectivity Points to the Product Netwo or may enter into agreements with one or more Uor may enter into agreements with one or more U 5 excused for so long as the Force Majeure Event continues. An impacted Party shall provide prompt Notice to the other Party, specifying the period that the Force Majeure Event is expected to continue. An impacted Party shall take reasonable commercial measures to mitigate the impacts of a Force Majeure Event, resuming performance of its obligations as soon as reasonably practicable after the removal of the cause thereof. If the impacted Party’s delayed performance continues for a period of ninety (90) consecutive days, either Party may terminate the Software Term upon thirty (30) days’ advance Notice. (g)Governing Law/Invalidity. The Sales Contract shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware without regard to rules of conflict of laws. If any provision of the Sales Contract is declared unlawful or unenforceable by judicial determination or performance, the remainder of the Sales Contract shall continue in force as if the invalidated provision did not exist. (h)Attributes. Ownership, right, title and interest of Attributes arising in connection with or related to (i) the development, commercialization, marketing and offering of the Software shall be exclusively with Ford Pro, and (ii) the Customer’s use and operation of the Software to which it subscribes shall be exclusively with Customer. To the extent that Attributes cannot be allocated to a Party using the foregoing criteria or there is a risk of double counting of Attributes, the Parties shall use commercially reasonable efforts to agree upon an appropriate allocation of those Attributes. No Party shall agree, indicate, report or otherwise communicate, directly or indirectly, to any third party, including to any end user, that Attributes allocated under these T&Cs belong to any third party. (i)No Agency/Partnership. The Sales Contract does not create, and shall not be construed as creating, any agency, partnership, joint venture or other employment relationship. Neither Party shall have any right, power, or authority to assume, create, or incur any expense, liability or obligation, express or implied, on behalf of the other Party, except as expressly provided in the Sales Contract. (j)Assignment. Neither Party may assign, delegate or transfer the Sales Contract, or any of its rights, duties or obligations hereunder, whether voluntarily, by merger or operation of law, or otherwise, without the prior written consent of the other Party (which consent shall not be unreasonably withheld, conditioned or delayed), except that Ford Pro may assign the Sales Contract, or any portion thereof, to any of its Affiliates and may delegate any of its duties and obligations hereunder to any Affiliate or Representative, without obtaining Customer’s prior written consent. No permitted assignment shall relieve a Party of its rights and obligations under these T&Cs prior to the effective date of such assignment, and any unpermitted assignment shall be null and void. The Sales Contract will inure to the benefit of any respective successor or permitted assign of a Party. (k)Arbitration. Disputes between the Parties arising out of or in connection with the Sales Contract, upon Notice, shall be submitted to and finally settled by a single commercial arbitrator with substantial experience in the industry and in resolving complex commercial contract disputes. Arbitration shall be conducted in the State of Michigan, the State of Delaware or the State of New York, as determined by the Party initiating the dispute, in accordance with the then-applicable International Institute for Conflict Prevention and Resolution Rules for Administered Arbitration and the Michigan Uniform Arbitration Act, as amended M.C.L.A. § 691.1681 et seq. (which shall control in the case of conflict). Notwithstanding the foregoing, the arbitrator shall have the power to rule on objections concerning jurisdiction, including the existence, validity or scope of this arbitration provision, the Sales Contract and issues of arbitrability, but shall have no authority to appoint or retain expert witnesses for any purpose, unless agreed to by the Parties. The arbitration shall be governed by the Federal Arbitration Act, 9 U.S.C. § 1 et seq., and judgment upon the arbitration award may be entered by any court having jurisdiction over a Party. A Party also may apply to any such court, without waiving arbitration rights, for equitable relief or interim measures. (l)Survival. Upon termination or expiration of the Software Term, the Parties’ rights and obligations under Section 2, Section 3(c), and Section 4 through Section 8 (inclusive) of these T&Cs will survive. (m)Entire Agreement; Interpretation; Execution and Counterparts. The Sales Contract constitutes the entire agreement between the Parties with respect to the subject matter of the Sales Contract and supersedes all prior oral or written representations and agreements with regard to the same. Any other terms or conditions of purchase, sale or otherwise that are not specifically set forth in the Sales Contract shall be binding only with the specific written consent of Ford Pro. Ford Pro’s specific written consent in this respect shall mean a written agreement signed by a duly authorized representative of Ford Pro. Any terms and conditions proposed by Customer, including any preprinted, linked, referenced or customized terms and conditions on or with Customer’s order, including in any purchase order submitted by Customer, are hereby expressly rejected and will not form or be deemed to form any part of the Sales Contract. Customer hereby agrees that any purchase order submitted to Ford Pro by or on behalf of Customer may be used, solely as a courtesy to Customer, for order processing and invoicing purposes only, but in no event will any such purchase order, or any terms or conditions set forth therein, supersede, amend, supplant or otherwise modify in any way the Sales Contract (including, for the avoidance of doubt, these T&Cs or the contents of the Sales Order), which represents and constitutes the sole and entire agreement between the Parties with respect to the subject matter thereof. The Sales Contract confers no rights upon any third party, including any Representative of either Party or other Operator, except as expressly provided in the Sales Contract. Except as specifically stated otherwise, in the event of any conflict or inconsistency between the terms of these T&Cs and any other term of the Sales Contract, the terms of these T&Cs will control with respect to Software, and the terms of the Hardware T&Cs, if applicable, will control with respect to Hardware and any related services, including Covered Installation Services and Maintenance Services. Unless otherwise indicated to the contrary herein by the context or use thereof: (i)the words “herein,” “hereto,” “hereof” and words of similar import refer to these T&Cs as a whole and not to any particular section hereof; (ii)the word “including” and words of similar import mean “including without limitation” or “including, but not limited to;” (iii) any pronoun includes the corresponding masculine, feminine and neuter forms; (iv) words in the singular or the plural include the plural or the singular, as the case may be; and (v) headings are for convenience only and shall not affect interpretation. The Sales Order may be executed by electronic means, including by Customer clicking the “Accept” button on the digital version of the Sales Order, or by executing one or more counterparts of the Sales Order, each of which will be deemed an original version of the Sales Order. In such case, for purposes of the Sales Order, a facsimile, scanned, or electronic signature will be deemed an original signature. (n)Definitions. Unless otherwise defined in these T&Cs, the following terms will have the meanings provided in this Section 8(n): “Affiliate” of a Person shall mean an entity that directly, or indirectly through one or more intermediate entities, has at least fifty percent (50%) ownership of or is at least fifty percent (50%) owned by, or Controls or is Controlled by, that Person or is under common Control with that Person. For purposes of the foregoing, “Control” of a Person shall mean that an entity or group of Affiliate entities, directly or indirectly, owns or controls at least fifty percent (50%) of the voting stock, partnership interest or other ownership interest of that Person, whether through the ownership of voting securities or by contract or otherwise. “Alter” means to change, interfere with or otherwise disrupt the normal and intended operation of any system, component or interface. “Applicable Law” means any and all conventions, treaties, statutes, regulations and rules, as well as the judicial or administrative judgments, decisions, decrees, orders, injunctions or directives, demands, tariffs, embargoes, levies or comparable obligations of any Governmental Authority, which are in force or enacted on or after the Effective Date and are, in each case, legally binding as at the relevant time, whether civil, criminal or administrative. “Attributes” means any vehicle, energy, fuel and emission characteristic, offset, credit, benefit, reduction, rebate, financial incentive, tax credit and other beneficial allowance, however titled, that is in effect or may come into effect during the Software Term under Applicable Law or otherwise become commercially available under voluntary arrangements (including informal or formal exchanges or markets). Attributes include any quantification of avoided emissions of pollutants or substances to the environment (such as avoided emissions of carbon monoxide, carbon dioxide, methane and other greenhouse gases), alternative vehicle credits, alternative or renewable fuel credits (such as the federal Renewable Identification Number and California Low-Carbon Fuel Standard), alternative or renewable electricity credits,            ales Contract does not create, and ales Contract does not create, and ncy, partnership, joint venture or y, partnership, joint venture or rty shall have arty shall have any right, power, or ny right, power, o li bilit bli tili bili bli i words of similar import refer to these T&Cs particular section hereof; (ii)particular section hereof; (ii)the word “incluhe word “inclu import mean “including without limitation” or “iimport mean “including without limitation” or “i (iii)(iii)any pronoun includes the corresponding many pronoun includes the corresponding ma 6 Green-e products credits, manufacturing tax credits, investment tax credits, production tax credits, in each case as such credit is earned by or in connection with, or otherwise attributable to, the design, production, delivery, operation or use of the Software. “Change of Control” includes, with respect to Customer, the prospective: (i)sale, lease or exchange of a substantial portion of Customer’s assets; (ii) sale or exchange of a controlling interest in the shares of Customer; or (iii) execution of a voting or other agreement of Control; provided, that Customer shall provide Ford Pro with Notice of a prospective Change of Control no fewer than ten (10) days prior to the date that the Change of Control will become effective, and Ford Pro will have thirty (30) days from the date on which the Notice from Customer is given within which to notify Customer of its decision to terminate the Software Term, as well as the effective date of such termination, which will be no sooner than ten (10) days after the date on which such Notice of termination is given. “Claim” means a claim, allegation, action, cause of action, proceeding, demand, assertion, adjudication or suit made against or brought by a Person. “Connectivity Point” means the internal system by which the Hardware accesses and relays Data to the TMC. “Cured” means to correct or remedy a breach, provided that any Cure shall be completed in no more than thirty (30) days, except a non-payment breach which shall be paid in five (5) business days, or each otherwise shall be deemed uncured. “Customer” means the Person purchasing one or more Subscriptions to use Software, as specified in the Sales Order. “Data” means data, recorded information or content, regardless of form or medium, that is derived from, generated by, captured in or transmitted through the Software or Hardware that is subject to a Subscription (including as a result of its operation and EV charging), and any transformation of the foregoing, including as provided for in the Subscription Services T&Cs. “Dispute” means any disagreement over a Sales Order, an Invoice or these T&Cs, provided that any Invoice Dispute shall require Customer to pay all undisputed amounts and detail, in writing, to Ford Pro the basis for such Dispute in the timeframe provided in these T&Cs. “EV” means an electric vehicle that can be charged using the Hardware. “Fleet Account” means an account on the online portal accessed at www.fcsfleet.ford.com through which Customer links eligible Hardware in order to access the Software. “Force Majeure Event” means: acts of God or the public enemy; natural catastrophes; acts of terrorism; fires or floods; strikes, lockouts or other industrial or labor disorders; civil commotion; unavailability of or restrictions on transportation; the actions or inactions by any Governmental Authority; pandemic or epidemic; inability to procure materials, labor or energy; industrial disturbances; or any other event, occurrence or circumstance beyond the reasonable control of the impacted Party. The term “Force Majeure Event” shall not include obligations regarding the payment of money. “Ford Pro” means Ford Motor Company, a Delaware corporation, with or by its designated Affiliates. For the avoidance of doubt, any reference in these T&Cs to Ford Pro may mean the Ford Pro-designated Affiliate or Representative engaged to provide the Software or related services. “Ford Pro’s Business” means Ford Pro’s and its Affiliates’ commercial purposes, including research, development and provision of existing or new products and services (including Software and EVs), enhancement and optimization of products and services (including Software and EVs), accident research or investigations, warranty and contract compliance, maintenance or diagnostics and conducting research or analyses of Data. “Governmental Authority” means any domestic or foreign government and its divisions, agencies or instrumentalities (whether national, federal, state, provincial, local, tribal or otherwise), court of competent jurisdiction, arbitrator, arbitral tribunal, arbitral body, administrative agency, commission or other regulatory authority or quasi-regulatory authority acting under Applicable Law. “Hardware” means EV charging stations purchased from Ford Pro. “Hardware Term” means the term of the Hardware T&Cs, as provided therein. “Information” means the nature and details of the business relationship established by the Sales Contract, and the business and other information regarding a Party and its Affiliates. “Insolvency” means, with respect to a Party, that such Party: (i)files a petition in bankruptcy, (ii) is adjudicated as bankrupt, (iii) makes a general assignment for the benefit of creditors, (iv)is subject to a receiver’s, a liquidator’s or an administrator’s appointment, or (v)any equivalent procedure to any of those listed in the preceding clauses; provided, that “Party” in this definition also refers to any direct Affiliate with Control over the Party. “Installation” means a Hardware installation in accordance with the Hardware T&Cs. “Intellectual Property” means all intellectual property and other similar proprietary rights in any jurisdiction worldwide, whether owned or held for use under license, whether registered or unregistered, including such rights in and to: (i) trademarks (including common law and registered trademarks), trade dress, service marks, certification marks, logos, slogans, trade names, brand names, corporate names, assumed names, business names and all other indicia of origin, including all registrations and applications of the foregoing and the goodwill associated with any of the foregoing (collectively, “Product Marks”); (ii)works of authorship and all other copyrightable works, including all copyrights, database rights, domain names and all registrations, applications and extensions of the foregoing, which may include Software; (iii) trade secrets, invention disclosures, techniques, business and technical information, know-how and information; and (iv) inventions, ideas, discoveries, designs, drawings, developments, whether or not any of the foregoing are patentable, and any issued patents and pending patent applications, including any divisionals, continuations, continuations-in-part, reissues, continuing patent applications, reexaminations and extensions thereof, any counterparts claiming priority therefrom, utility models, patents of importation/confirmation, certificates of invention, certificates of registration and like rights. “Invoice” means a request for payment, where a Subscription is not pre-paid, and will identify: (i) the number of active Connectivity Points, (ii) the number of Connectivity Points activated and deactivated during the Invoice period, and (iii) the applicable Subscription Fee. “Loss” means, in relation to any Person, a damage, loss, cost, expense or liability incurred by the Person (including reasonable attorneys’ fees), however arising and whether present or future, fixed or unascertained, actual or contingent. “Notice” means any notice, claim, certificate, request, demand or other communication required or permitted under the Sales Contract. Where no timeframe or specification for Notice is made, Notice is to be thirty (30) days prior written, detailed Notice. Except where Notice by email is expressly permitted by these T&Cs, Notice will be deemed given when sent by (i) registered mail, return receipt requested, or (ii) a nationally recognized overnight delivery services (such as Federal Express), to the address listed in the Sales Order for the recipient Party, with a copy sent to each of the General Counsel and Corporate Secretary of the recipient Party at the same address (or such other address or designee as provided in the Sales Order or by Notice to the other Party). “Operators” means all end users of the Software under these T&Cs, including Customer’s Representatives who are authorized by Customer to use the Software. “Person” means an individual, corporation, partnership, firm, limited liability company, joint venture, trust, unincorporated organization, Governmental Authority, association, or any other legal entity. “PII” means any Data or Information that when used separately or in combination with other information could identify an individual, is reasonably linked to an individual or is related to or about an identified or identifiable natural person who can be identified, located or contacted, directly or indirectly from the Data or Information that is provided to or obtained by Parties pursuant to these T&Cs. “Policies” means the Ford Pro written policies and guides which have been provided or made available to Customer from time to time in connection with its use of the Software, including the Ford Pro Privacy Policy, which shall each be adapted or deemed adapted to be applicable to Customer’s Subscription and use of the Software.            or content, regardless of form or or content, regardless of form or by, captured in or transmittedy, captured in or transmitted bject to a Subscription (includingbject to a Subscription (includin )d f i fh applications, including any divisionals, continu reissues, continuing patent applications, reexreissues, continuing patent applications, reex thereof, any counterparts claiming priority therethereof, any counterparts claiming priority there of importation/confirmation certificates ofof importation/confirmation certificates of 7 “Process” means to collect, receive, input, upload, download, record, reproduce, store, organize, compile, combine, log, catalog, cross-reference, manage, maintain, copy, adapt, alter, translate or make derivative works or improvements, process, retrieve, output, consult, use, perform, display, disseminate, transmit, submit, post, transfer, disclose or otherwise provide or make available, or block, erase or destroy. “Processing” and “Processed” have correlative meanings. “Product Network” means the open-platform network of Connectivity Points, including the TMC, that is operated and maintained by or on behalf of Ford Pro, and includes a web-hosted platform, dashboard and Connectivity Point control and certain reporting, analytics and ancillary energy services that Customer may access through its Fleet Account. “Representative” means a Person authorized by any contract, lease, license, indenture, agreement, commitment or other legally binding arrangement or under Applicable Law to act for or on behalf of another Person, including such Person’s Affiliates, directors, officers, employees, agents, subcontractors, outsourcers and suppliers. “Sales Contract” means, collectively, (i)the Sales Order, (ii) these T&Cs, (iii) any additional terms or conditions included in the Sales Order as a condition of Customer’s execution thereof, including, to the extent the Sales Order includes Customer’s purchase of Hardware, the Ford Pro EV Charging Solutions Hardware Sales Terms and Conditions (the “Hardware T&Cs”) and the Hardware Warranty (as defined in the Hardware T&Cs), and (iv) the Privacy Policy. “Sales Order” means the Ford Pro sales order executed by Customer (as provided in Section 8(m)) and accepted by Ford Pro for Subscriptions. “Software” means the programs, procedures, routines, instructions and code used by or in connection with the operation of computers, as well as the related technical information, documentation and databases (including digital or cloud databases), currently available and solely related to Ford Pro’s EV charging stations. References to Software will include all Data produced or derived from such Software and the means of producing or deriving the same. “Software Term” means the Initial Term together with all Renewal Terms, if any, as provided in Section 3(a). “Subscription” means Customer’s non-exclusive, non-transferable right to access and use the Software during the Software Term with respect to the Hardware specified in the applicable Sales Order. “Subscription Fee” means the price specified in a Sales Order for a Subscription, which is not dependent on actual usage, and which will be exclusive of all Taxes, and any other similar Taxes, duties and charges of any kind imposed on any amounts payable by Customer. Customer will be responsible for all such Taxes. “Taxes” means any governmental, state, local government or municipal tax, imposition, exaction, duty, charge or its equivalent under Applicable Law, including sales taxes, use taxes, goods and services taxes, value-added and excise taxes, income taxes, franchise taxes, gross receipts taxes, property taxes, and withholdings or liability wherever chargeable and whether in the United States or any other jurisdiction. “TMC” means the transportation mobility cloud or comparable system that supports Customer’s access to its Fleet Account, Software via Subscription or other services made available to Customer by Ford Pro via a Sales Order. The TMC holds certain Data and Information, including Data aggregated, anonymized, Processed or otherwise analyzed by Ford Pro from customers. “Transfer” means to provide, disclose, distribute, sell, resell, license, rent, lease or otherwise provide to a third party. “Underlying Carrier” means any wireless service carrier utilized by Ford Pro to support the Software and related infrastructure, including the Product Network. “Update” means revisions, updates, upgrades, defect or “bug” fixes or corrections, modifications or replacements to the Software which Ford Pro, in its sole discretion, may make from time to time, and which will be designed to repair defects, flaws or errors in the functionality or operation of the Software. “U.S. Official Entity” means a United States of America Governmental Authority. For purposes of these T&Cs, a U.S. Official Entity may be referred to as Customer if it is the entity identified in the Sales Order as purchasing a Subscription.            pp s, routines, instructions and code routines, instructions and code on of computers, as well as the of computers, as well as the n and databases (including digitaln and databases (including digita Certificate Of Completion Envelope Id: 5684645D6A284DD9BB1FDFBD8F61DAC7 Status: Sent Subject: City of Clearwater 4/0 Depot Source Envelope: Document Pages: 29 Signatures: 0 Envelope Originator: Certificate Pages: 5 Initials: 0 Danielle Coughlin AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) Ford Motor 1 American Rd Dearborn, MI 48126-2701 dshahee1@ford.com IP Address: 34.202.86.120 Record Tracking Status: Original 11/1/2024 11:24:52 AM Holder: Danielle Coughlin dshahee1@ford.com Location: DocuSign Security Appliance Status: Connected Pool: Ford Security Pool-Active 2019 Servers Signer Events Signature Timestamp David Deslauriers ddeslaur@ford.com RSM Reyes Holdings LLC Security Level: Email, Account Authentication (None) Completed Using IP Address: 108.54.177.94 Sent: 11/1/2024 11:30:22 AM Viewed: 11/1/2024 12:44:06 PM Signed: 11/1/2024 12:44:27 PM Electronic Record and Signature Disclosure: Accepted: 9/22/2022 11:30:45 AM ID: 1d142ae0-bd17-4cbb-a736-94a8dc8dfb1e Jeremy Alleshouse jeremy.alleshouse@myclearwater.com Security Level: Email, Account Authentication (None) Sent: 11/1/2024 12:44:29 PM Viewed: 11/20/2024 9:50:58 AM Electronic Record and Signature Disclosure: Accepted: 11/20/2024 9:50:58 AM ID: 391b5f46-b5f0-467d-9e01-816c41405639 Matthew Krukin mkrukin@ford.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp  n Using IP Address: 108.54.177.94Using IP Address: 108.54.177.94 Signed: 11/1/2024 12:Signed: 11/1/2024 12 Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/1/2024 11:30:22 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure  ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Ford Pro (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically          !   "    g,yyg,yy p such documents are first sent to you. After such time, if you wsuch documents are first sent to you. After such time, if you w of any such documents from our office to you, you will be chaof any such documents from our office to you, you will be cha Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Ford Pro: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: kimrank2@ford.com To advise Ford Pro of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at kimrank2@ford.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from Ford Pro To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to kimrank2@ford.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Ford Pro To inform us that you no longer wish to receive future notices and disclosures in electronic format you may:  ,yp closures electronically as follows:closures electronically as follows: send messages to: kimrank2@ford.comsend messages to: kimrank2@ford.com i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to kimrank2@ford.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: x You can access and read this Electronic Record and Signature Disclosure; and x You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and x Until or unless you notify Ford Pro as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by Ford Pro during the course of your relationship with Ford Pro.  g ou can access this information electronically, which will be siou can access this information electronically, which will be si Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1418 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.15 SUBJECT/RECOMMENDATION: Approve a purchase order to Lubecore Florida, LLC of Tampa, FL for the purchase of Dafo Fire Suppression Systems and automated lubrication systems for Solid Waste and Recycling vehicles in the not to exceed amount of $250,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent). SUMMARY: The Dafo Fire Suppression System has been installed in all Solid Waste and Recycling vehicles and is the only fire suppression solution available in these vehicles. The Dafo system provides significant safety advantages, featuring a non-pressurized tank and the patented AB-50 Forex agent, which cools temperatures quickly and forms a protective film to prevent re-ignition. Unlike other systems, it is non-corrosive, protecting electrical components and connections if activated, and, unlike powder-based systems, Dafo produces no harmful dust. Lubecore Florida LLC is the exclusive authorized provider of both the Dafo Fire Suppression System and automated lubrication systems. As the only certified dealer for Dafo systems on refuse trucks in Florida, Lubecore Florida supports both the current fleet and new vehicle acquisitions. Currently, 19 refuse trucks on order will be equipped with the Dafo system, adding to the 10 trucks in our fleet already using Dafo. These 19 new trucks will also feature Lubecore's automated lubrication system. Additionally, Lubecore Florida handles all annual inspections for fire suppression and lubrication systems on 10 of our existing Solid Waste vehicles and will maintain these systems on the upcoming 19 trucks. Continuing with Lubecore for the Dafo Fire Suppression System and automated lubrication provides several advantages. Our mechanics are trained to service this system, and we maintain a supply of parts, reducing the need for retraining, stocking new parts, and purchasing alternative greases or pneumatic pumps if we changed systems. This purchase order will cover the installation of Dafo Fire Suppression System and Lubecore automated lubrication systems for the 19 trucks on order. By purchasing directly from Lubecore instead of using an associated piggyback contract, the city expects potential savings of over $100,000.00 by avoiding other vendor markups on the associated piggyback contracts. APPROPRIATION CODE AND AMOUNT: Sufficient funding was budgeted and is available in Solid Waste and Recycling codes 4242082-530300, 4242083-530300, and 4262042-530300 (contractual services) for this purchase order. The Solid Waste and Recycling Fund is a utility enterprise fund of the City. STRATEGIC PRIORITY: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 1 City of Clearwater Printed on 12/3/2024 Estimate Date 9/9/2024 Estimate # 21037 Name / Address City of Clearwater - Accts Payable 100 S.MYRTLE AVE. P.O.BOX 4748 CLEARWATER, FL 3375-5520 Ship To City of Clearwater - Accts Payable 100 S.MYRTLE AVE. P.O.BOX 4748 CLEARWATER, FL 3375-5520 Lubecore Florida, LLC 1502 Hobbs Street Unit 104 Tampa, FL 33619 P.O. No.Due Date 10/9/2024 Rep Chad Account # Phone # 813-655-LUBE lubecoreflorida@gmail.com Total Subtotal Sales Tax (0.0%) Description Qty Rate Total Dafo Vehicle Fire Suppression system, 10 Liter non-pressurized tank with Forrex wet agent non corrosive and biodegrdable, Stainless Steel nozzels, In-cab electronic display, Manual actuator and fully automated fire detection and discharge. 1 6,340.00 6,340.00 Installed on Cabover Chassis Current Pricing USD 6,340.00 USD 6,340.00 USD 0.00 Estimate Date 9/9/2024 Estimate # 21038 Name / Address City of Clearwater - Accts Payable 100 S.MYRTLE AVE. P.O.BOX 4748 CLEARWATER, FL 3375-5520 Ship To City of Clearwater - Accts Payable 100 S.MYRTLE AVE. P.O.BOX 4748 CLEARWATER, FL 3375-5520 Lubecore Florida, LLC 1502 Hobbs Street Unit 104 Tampa, FL 33619 P.O. No.Due Date 10/9/2024 Rep Chad Account # Phone # 813-655-LUBE lubecoreflorida@gmail.com Total Subtotal Sales Tax (0.0%) Description Qty Rate Total Lubecore Automated Lubrication System for Newway Arm and Packer unit., 4 Liter EP0 Pump with low level Proxy sensor, Front Mounted Timer with Pressure Gauge in face of pump for visual system checks. Self- Bleeding Brass injectors. 1 5,420.00 5,420.00 Current pricing for ASL & FEL USD 5,420.00 USD 5,420.00 USD 0.00 RE: Automated Lube Core and Automated Fire Suppression Dunner, Jerry <Jerry.Dunner@MyClearwater.com> Tue 7/30/2024 9:45 AM To: Moore, Deborah Ann <Deborah.Moore@myClearwater.com>; Orner, Robert J. <Robert.Orner@MyClearwater.com>; Simpson, Matthew <Matthew.Simpson@MyClearwater.com> Cc: Conzen, Perry <perry.conzen@myclearwater.com>; Cook, Kristina <kristina.cook@MyClearwater.com> G3983 CAT M322D Lube Core G3893 John Deere 250GLC Lube Core Jerry From: Moore, Deborah Ann <Deborah.Moore@myClearwater.com> Sent: Tuesday, July 30, 2024 9:30 AM To: Orner, Robert J. <Robert.Orner@MyClearwater.com>; Simpson, Mahew <Mahew.Simpson@MyClearwater.com>; Dunner, Jerry <Jerry.Dunner@MyClearwater.com> Cc: Conzen, Perry <perry.conzen@myclearwater.com>; Cook, Krisna <krisna.cook@MyClearwater.com> Subject: Re: Automated Lube Core and Automated Fire Suppression Thanks Rob. Jerry and Matt please get back with me as soon as you can. We need this information for the bid. Deb From: Orner, Robert J. <Robert.Orner@MyClearwater.com> Sent: Tuesday, July 30, 2024 8:21 AM To: Moore, Deborah Ann <Deborah.Moore@myClearwater.com>; Simpson, Mahew <Mahew.Simpson@MyClearwater.com>; Dunner, Jerry <Jerry.Dunner@MyClearwater.com> Cc: Conzen, Perry <perry.conzen@myclearwater.com>; Cook, Krisna <krisna.cook@MyClearwater.com> Subject: Re: Automated Lube Core and Automated Fire Suppression Pye Barker System G4074 G4075 Aerosol system G4161 G4162 G4320 G4321 G4322 G4323 G4458 G4459 G4460 G4652 Dafo System G4978 G4979 G4980 G4981 G5126 G5127 G5213 G5214 FEL Pye Barker System G3984 G4096 G4097 G4098 Aerosol system G4165 G4166 G4167 G4168 G4465 G4466 G4467 G4657 Dafo G4324 G5008 Robert Orner Solid Waste Fleet Maintenance 1900 Grand Avenue Clearwater, Fl 33765 727-562-4890, ext 2821 robert.orner@myclearwater.com From: Moore, Deborah Ann <Deborah.Moore@myClearwater.com> Sent: Monday, July 29, 2024 12:13 PM To: Simpson, Mahew <Mahew.Simpson@MyClearwater.com>; Orner, Robert J. <Robert.Orner@MyClearwater.com>; Dunner, Jerry <Jerry.Dunner@MyClearwater.com> Cc: Conzen, Perry <perry.conzen@myclearwater.com>; Cook, Krisna <krisna.cook@MyClearwater.com> Subject: Automated Lube Core and Automated Fire Suppression Hello, We are working on a bid for automated lube and fire suppression systems. Please provide a list of vehicles and/or equipment in your shop that have these systems and what systems they use. Thanks Debbie Moore Fleet Purchasing Coordinator- City of Clearwater Deborah.moore@myclearwater.com 727-444-8029     Dafo US, Inc. 440 Raleigh Street Wilmington, NC 28412 September 10th, 2024 Lubecore Florida 1502 Hobbs Street, Unit 104 Tampa, FL 33619 To whom this may concern: We are writing this letter in support of Lubecore Florida for the installation and ongoing maintenance of Dafo vehicle fire suppression systems on refuse trucks. Lubecore Florida is currently the only certified dealer in the state of Florida for Dafo systems on refuse trucks and as such they are the only vendor authorized to install, activate, or perform maintenance on those systems. Please contact us with any questions regarding this letter. Sincerely, Adrian Gerth Operations Manager Dafo US, Inc. New G#Old G# Date Ordered New Vehicle Purchase Amt $PO # Lubecore-Lube on PO Lubecore- Lube by City Potential Savings Lubecore-Fire Suppression on PO Lubecore-Fire Suppression by City Potential Savings 5379 3984 04/14/23 2024 Autocar ACX CNG FEL-CNG 475,793.66$ 24000602 10,478.00$ 5,420.00$ 5,058.00$ 9,052.00$ 6,340.00$ 2,712.00$ 5380 4096 04/14/23 2024 Autocar ACX CNG FEL-CNG 475,793.66$ 24000602 10,475.00$ 5,420.00$ 5,055.00$ 9,052.00$ 6,340.00$ 2,712.00$ 5488 4097 11/08/23 2025 Autocar ACX FEL-CNG 487,431.66$ 24000202 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5489 4098 11/08/23 2025 Autocar ACX FEL-CNG 487,431.66$ 24000202 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5490 4165 11/08/23 2025 Autocar ACX FEL-CNG 487,431.66$ 24000202 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5491 4166 11/08/23 2025 Autocar ACX FEL-CNG 487,431.66$ 24000202 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5492 4167 11/08/23 2025 Autocar ACX FEL-CNG 487,431.66$ 24000202 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5493 4168 11/08/23 2025 Autocar ACX FEL-CNG 487,431.66$ 24000202 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5544 4074 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5545 4075 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5546 4161 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5547 4162 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5548 4320 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5549 4321 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5550 4322 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5551 4323 06/26/24 2025 Autocar ACX ASL-CNG 508,931.00$ 24000846 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5554 4465 06/26/24 2025 Autocar ACX FEL-CNG 476,339.30$ 24000847 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5555 4466 06/26/24 2025 Autocar ACX FEL-CNG 476,339.30$ 24000847 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ 5556 4467 06/26/24 2025 Autocar ACX FEL-CNG 476,339.30$ 24000847 9,451.00$ 5,420.00$ 4,031.00$ 9,145.00$ 6,340.00$ 2,805.00$ Totals 181,620.00$ 102,980.00$ 78,640.00$ 173,569.00$ 120,460.00$ 53,109.00$ 355,189.00$ 223,440.00$ 131,749.00$ Potential City Savings Amount if City continues with Piggy Back Pricing Amount if City moves forward with our own PO Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1490 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 6.16 SUBJECT/RECOMMENDATION: Approve three Federally Funded Subaward and Grant Agreements for public assistance support for Hurricane Debby, Hurricane Helene, and Hurricane Milton expenditures and grant authority to the City Manager or designee to enter into, approve, and execute same and any future modifications for Hurricanes Debby, Helene, and Milton expenditures. (consent) SUMMARY: Federal Emergency Management Agency’s (FEMA) Public Assistance program is a Federal grant to aid State and Local governments in returning a disaster area to pre-disaster conditions. A Request for Public Assistance (RPA) was submitted and approved. FEMA and the State share the responsibility for making Public Assistance funds available to the Subgrantee/Subrecipient. It is now necessary for the City of Clearwater, as the Subgrantee/Subrecipient, to enter into these Agreements with the Florida Division of Emergency Management (the Grantee/Recipient) in order to participate in this grant program. Under the funding process, recipients may receive modifications awarding additional funding as approved by the State of Florida, Division of Emergency Management. It will be beneficial for the City to allow the City Manager, or designee, to execute any future modifications in order to provide for efficient and timely processing of the modifications and acquire judicious funding. APPROPRIATION CODE AND AMOUNT: NA USE OF RESERVE FUNDS: NA STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 1 City of Clearwater Printed on 12/3/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1453 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 6.17 SUBJECT/RECOMMENDATION: Approve an increase and proposal with Kokolakis Contracting, Inc., of Tarpon Springs, FL., for repairs to the Clearwater Beach Marina fuel dock caused by Hurricane Helene in the amount of $420,360.00 bringing the project total to $460,360.00 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 both the main dock and the fuel dock at Clearwater Beach Marina. These docks are essential infrastructure for supporting the commercial operations at the marina, which provide a necessary revenue stream to offset renovation expenses. To ensure the Clearwater Beach Marina renovation project stays on schedule and within budget, and to mitigate potential impacts on market conditions, labor availability, and costs, both docks must be repaired. This will allow the commercial tenants to be relocated and continue operating during construction. The commercial fleet generates approximately $46,000.00 in monthly rental revenue for the City. On November 7, 2024, Council approved a work order to Kokolakis Contracting, Inc. for repairs to the main dock. During this meeting, Council was advised that the fuel dock had sustained more significant damage, and a work order for its repair would be presented to Council at a later date. In October 2024, a purchase order was issued to Kokolakis for $40,000.00 to assess the fuel dock at Clearwater Beach Marina. Following this assessment, Kokolakis submitted a proposal to repair the fuel dock, which had been damaged by Hurricane Helene, at a cost of $420,360.00 bringing the total project cost for structural repairs to $460,360.00. Kokolakis Contracting, Inc. was selected as the Construction Manager at Risk (CMAR) because they are already mobilized for the Clearwater Beach Marina renovation project and have extensive knowledge of the project's scope and the needs of the City and its commercial tenants. City staff consulted with Tetra Tech, Clearwater's monitoring consultant for FEMA reimbursement, who indicated a high level of confidence that FEMA will reimburse the City for costs required to restore the docks to their pre-storm condition. APPROPRIATION CODE AND AMOUNT: This purchase will be charged to the Beach Marina Capital Fund, cost code 3327332-530300-D2402, contractual services - Hurricane Helene, funded by Marina Fund revenues. Although uncertain, City will be seeking FEMA reimbursements for this expense. 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. Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1453 1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Page 2 City of Clearwater Printed on 12/3/2024 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 10/15/24 City of Clearwater Michael MacDonald Director of Marine and Aviation 25 Causeway Blvd. Clearwater, FL 33757 Scope of work: Investigations of the Clearwater Beach Marina Fuel Dock Total $40,000.00 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 11/19/24 City of Clearwater Michael MacDonald Director of Marine and Aviation 25 Causeway Blvd. Clearwater, FL 33757 Clearwater Beach Marina Hurricane Helene Fuel Repairs Dear Mr. MacDonald, As requested, below are the companies that our firm contacted to make the fuel dock repairs necessary to maintain the project schedule on the main clearwater beach marina project. The dock failures were a direct result of hurricane Helene. Speeler Companies: Received a reasonable crew-day cost and can start work in January. Kelly Bros, Inc. Response: Too busy with Hurricane repair commitments with other customers. Orion Marine Construction, Inc.: Crew Day pricing was very high and firms desire to stay focused on their main project at the marina. Currently, due to the most recent storm events, all marine contractors are extremely busy. Speeler was the only contractor that provided a reasonable price and could address the repairs in January. Please let us know if you need additional information. Sincerely, Roderick Voigt Executive Vice President J. Kokolakis Contracting, Inc. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1499 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.18 SUBJECT/RECOMMENDATION: Approve Work Order (WO) to McKim and Creed, Inc of Clearwater, FL for the design and construction engineering services of the Fire Flow Hydraulic Improvements project (24-0040-UT), in the amount of $643,492.00 pursuant to RFQ 34-23, Engineer of Record and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater Water Master Plan (18-0022-UT) was completed in 2022 and included recommendations to improve the potable water system hydraulics with the main goal of increasing available fire-flows within several areas in the system. Specifically, the Master Plan identified the need to upsize approximately 37,500 linear feet (LF) of existing water mains to provide the required flows to respective areas and associated fire hydrants. This work order is for the improvement of two areas (Area A and Area B), including approximately 7,200 LF of new 8-inch and 10-inch water mains. McKim & Creed was selected to provide professional engineering services necessary to verify the size and lengths of the new water mains, perform data collection (including surveying, subsurface utility exploration (SUE) locates, and fire hydrant flow testing), and manage the design, permitting and construction support required for the project’s successful completion. The project improvements will include properly sized water pipes and hydrant spacing to ensure fire flow rates align with the City’s Comprehensive Plan, Objective SS 1.3, Policy SS 1.3.3. McKim & Creed was selected based on their skilled personnel, established track record, and their vast experience with water supply projects, including both groundwater and surface water sources. Having completed the Water Master Plan study for this project, McKim & Creed brings intimate familiarity with the project scope. In addition, McKim & Creed has consistently delivered high-quality results within established timelines while maintaining a high standard of professionalism. It’s anticipated the design will be completed within 300 calendar days (not including construction time) from the date of council approval. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the potable water distribution system. This work was identified in the 2022 Water Master Plan. APPROPRIATION CODE AND AMOUNT: 3217321-561300-96742 $643,492.00 Funds are available in capital improvement project 96742, Line Relocation - Capitalized, to fund this work order. This project is funded by Water & Sewer Utility Enterprise Fund revenues. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval of this Work Order to McKim & Creed, Inc is requested. Page 1 City of Clearwater Printed on 12/3/2024 . . .COUNTRYSIDEBLVDNORTHSIDE DR N ORTHRIDG E DRELANDMARK DRMcMULLEN-BOOTHRDWILDWOOD DRNORTHRIDGEDR SR 580US19 Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Fire Flow Hydraulic Improvements\Fire Flow Hydraulic Improvements.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023 Area "A" 24-0040-UT Fire Flow Hydraulic Improvements ² N.T.S.Scale:KFMap Gen By:HKReviewed By:9/5/2024Date: AERIAL MAP Legend .Projected Fire Flow Deficiencies Major Roads Pipe Flow Improvements 8" 10" Pipe Water Age Improvements City Potable Water Mains C:\Users\ufc-prod\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@1C16D92B\@BCL@1C16D92B.docx 11/19/2024 Project Number: 24-0040-UT Project Name: Fire Flow Hydraulic Improvements Agenda Item #: 24-xxxx Good afternoon, Mayor and Council, I’m Rich Gardner, Director, Public Utilities.  The 2022 Water Master Plan provided recommendations to improve the potable water system hydraulics  The Water Master Plan identified the need to upsize approximately 37,500 linear feet (LF) of existing water mains to provide the required flows to respective areas and associated fire hydrants  The WO is for the design and construction management services of two areas (Area A and Area B- Ariels attached)  The WO is for McKim & Creed and includes design, permitting, bidding, and construction management services associated with water mains upsizing in Area A and Area B  The WO is in the amount of $643,492  This project is estimated to be complete within 300 calendar days (doesn’t include construction) from the Notice to proceed issued by City of Clearwater.  I’m happy to respond to any questions. Notes: From the Water Master Plan: The City’s system appears capable of operating within a 40-100 psi range while maintaining distribution system velocities well below 8 feet per second (fps) during normal operations. However, potential fire flow deficiencies were identified for 2050 (these deficiencies are noted both with and without the PCU interconnects). There are also locations in the system where projected water age suggests there could be water quality issues. Overall improvements include replacing approximately 37,500 linear feet of existing 6-inch diameter pipe with 8-inch pipe to address fire flow needs. The majority of this is for upsizing existing pipe that feed areas with no looping (i.e., cul-de-sacs). Although increasing pipe sizes will address fire- flow requirements, the City will need to monitor water quality and assess when and if flushing will be needed. Water age analysis indicated that installing approximately 1,000 linear feet of 2-inch to 6-inch pipe to create a loop in the system will reduce water age. Locations where 59 fire flow availability deficiencies are projected are shown in Figure 1. C:\Users\ufc-prod\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@1C16D92B\@BCL@1C16D92B.docx 11/19/2024 Each of these locations was addressed in the model with pipe upsizing, typically by replacing 6- inch sections with 8-inch pipe in the model until the projected fire flow deficiencies were remedied. The 6-inch sections have the highest pressure-loss per linear foot, so replacing these sections minimizes the costs to address the deficiencies, as compare to upsizing transmission mains. The only such location which was not remedied in this manner was on Sand Key (Sheraton Clearwater). Figure 2 shows the different areas of the project. Figure 3 and 4 show Area A and Area B, respectively. Figure 1: Locations of projected 2050 Fire Flow Deficiencies (Red Shading) C:\Users\ufc-prod\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@1C16D92B\@BCL@1C16D92B.docx 11/19/2024 Figure 2: Project areas C:\Users\ufc-prod\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@1C16D92B\@BCL@1C16D92B.docx 11/19/2024 Figure 3: Area A pipe improvements C:\Users\ufc-prod\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@1C16D92B\@BCL@1C16D92B.docx 11/19/2024 Figure 4: Area B pipe improvements IP #28 & CIP #29 – Fire Flow Hydraulic Improvements Phases 1 & 2 Fire flow analyses indicated that approximately 37,500 linear feet of pipe needs to be upsized to maintain a minimum of 20 psi residual pressure during peak day plus fire-flow conditions throughout the distribution system. Table 1 provides a summary and the EOPCC for CIP #s 28 and 29. These two CIPs are split into equal phases for budgetary purposes, with each phase having a total estimated project cost of $7,306,500 (in 2022 construction costs). Table 1: EOPCC for CIP #28 & 29 – Fire Flow Hydraulic Improvements Phases 1 & 2 Item Description Cost 1 Mobilization/Demobilization (inc. in cost) $511,000 2 8" Pipe $6,827,000 3 10" Pipe $92,000 4 Maintenance of Traffic $375,000 C:\Users\ufc-prod\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@1C16D92B\@BCL@1C16D92B.docx 11/19/2024 Subtotal $7,805,000 Contingency (30%) $2,342,000 Base Construction Cost $10,147,000 Contractor Overhead, Profit and General Conditions (20%) $2,030,000 Total EOPCC $12,177,000 Administration and Engineering (20%) $2,436,000 TOTAL ESTIMATED PROJECT COST $14,613,000 M&C recommends that CIP #s 28 and 29 be initiated by 2030 (Phase 1) and 2034 (Phase 2) to address fire flow deficiencies across the distribution system. Consultant Work Order Page 1 of 9 Revised: 11/28/2022 CONSULTANT WORK ORDER Date: 10/24/2024 1. PROJECT INFORMATION: Project Title: Fire Flow Hydraulic Improvements City Project Number: 24-0040-UT Consultant Project Number: 009920271 2. SCOPE OF SERVICES: The City of Clearwater (City) Water Master Plan (Master Plan) includes recommendations to improve the potable water system hydraulics with the main goal of increasing available fire-flows within several areas in the system. Specifically, the Master Plan identified the need for to upsize approximately 37,500 linear feet (LF) of existing water mains to provide the required flows to respective areas and associated fire hydrants. This Scope of Work includes Area A and Area B as shown in Figures 1 and 2 respectively, including approximately 7,200 LF of new 8-inch and 10-inch water mains. The City has requested that McKim & Creed (Consultant) provide professional engineering services needed to confirm the size and lengths of the new water mains, perform data collection (including survey, subsurface utility exploration (SUE) locates and fire hydrant flow testing), and design, permit and provide construction services needed for successful project completion. The project improvements will include proper sized water pipes and hydrant spacing to provide fire flow rates consistent with the City’s Comprehensive Plan, Objective SS 1.3, Policy SS 1.3.3. This scope of services includes the following tasks: I. PRE-DESIGN PHASE Task 1.1: Project Setup and Management Plan: Task includes project setup and management plan. The project management plan will be developed prior to the project kickoff meeting and will be reviewed during this meeting. Task 1.2: Progress Reports: Task includes monthly invoicing and progress reports. The progress reports will include details of tasks completed during the respective invoicing periods. Task 1.3: Coordination: Task includes coordination with the City, subconsultants, and internal design team. Documentation will include emails and phone conversation summaries. Task 1.4: Meetings: Task includes scheduling, developing meeting agendas, and meeting minutes. The following is a list of meetings anticipated for this scope of services: 1. Consultant internal kickoff meeting 2. Kickoff meeting with City CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 2 of 9 Revised: 11/28/2022 3. 30% review meeting 4. 60% review meeting 5. 90% review meeting 6. 100% review meeting II. PRELIMINARY DESIGN PHASE Task 2.1: Data collection and Analysis: Consultant will develop a data request list and will coordinate with the City to document information received via a spreadsheet that will be included with project close-out documentation. Task 2.2: Site Visits: Consultant will coordinate with City staff, as required, and will perform site visits to the anticipated seven (7) areas where existing water mains will be replaced with larger mains. Each site visit will include a summary with photo documentation. Task 2.3: Subsurface Utility Exploration: Consultant will perform ground penetration radar (GPR) and subsurface utility exploration (SUE) locates to assist with design documents. For budgeting, this task includes up to 15 vacuum locates. Task 2.4: Surveying: Consultant will perform a topographical survey of the seven (7) areas where existing water mains will be replaced. The survey will be completed in accordance with Minimum Technical Standards set forth in Chapter 5J-17, Florida Administrative Code. Topographical surveys on the proposed areas will include elevations on 50-foot-wide grids. Task 2.5: Fire Hydrant Flow Testing: Consultant will perform fire hydrant flow testing to obtain flow and residual pressure data that will be used to perform local hydraulic modeling calibrations at up to 10 locations (20 hydrants). Data obtained from this task will be used to develop the 30% design documents. III. FINAL DESIGN PHASE Consultant will utilize information obtained from previous tasks to develop final design documents. Prior to each submittal, Consultant will provide Quality Assurance / Quality Control (QA/QC) reviews using professional engineer(s) who have no direct involvement with the project. Task 3.1: 30% Design Consultant shall perform the following subtasks: 1. Hydraulic Model Local Calibration: Consultant will utilize the hydraulic model developed for the 2020 Water Master Plan and perform local calibration for the seven (7) areas where water mains will be upsized. 2. Hydraulic Model Local Calibration Technical Memorandum: Consultant will develop a memorandum that will include results of local model calibration, updated Engineer’s Opinion of Probable Construction Cost (EOPCC), and updated overall drawings for Area A and Area B. CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 3 of 9 Revised: 11/28/2022 3. 30% Drawings: Task includes developing seven (7) plan views, 20 scale drawings for the seven (7) areas included with this Scope of Work. No other drawings are included in this task. 4. 30% Submittal Documents: Task includes 30% submittal documents including: draft technical memorandum, 30% drawings, and 30% EOPCC. These documents will be submitted via email in PDF format to the City for review and comment. A 30% review meeting will be held with City staff to review and discuss City comments. 5. Final Technical Memorandum: The draft technical memorandum will be updated to address City comments, electronically signed and sealed, and submitted to the City. Task 3.2 – 60% Design Incorporate City comments from the 30% submittal and develop 60% drawings, technical specifications, EOPCC and preliminary project schedule. Submit one (1) set of full-size drawings, half size drawings, EOPCC, and technical specification. Also submit electronic (PDF) format of each via e- mail to City staff for review and comment. A 60% review meeting with the design team and City staff will be scheduled approximately 21 calendar days after the 60% submittal to review and address City comments. Meeting minutes will be prepared and provided to City staff via e-mail (PDF copy). City comments and Consultant responses will be addressed and included with the 90% design phase. Task 3.3 – 90% Design Incorporate City comments and revisions from the 60% review meeting and advance to prepare 90% drawings, technical specifications, engineer’s opinion of probable construction cost and preliminary project schedule. Submit one (1) set of full-size drawings, half size drawings, EOPCC, project schedule, and technical specifications. Also submit electronic (PDF) format of each via e-mail to City staff for review and comment. A 90% review meeting with the design team and City staff will be scheduled approximately 21 calendar days after the 90% submittal to review and address City comments. Meeting minutes will be prepared and provided to City staff via e-mail (PDF copy). City comments and Consultant responses will be addressed and included with the 100% design phase. City comments and Consultant responses for the 90% submittal will be addressed and included with the 100% design phase. Task 3.4 – 100% Design Incorporate City comments and revisions from the 90% review meeting and from regulatory agencies. Advance drawings and specifications to prepare 100% drawings, technical specifications, EOPCC and preliminary project schedule. Submit one (1) set of full-size drawings, half size drawings, EOPCC, project schedule, and technical specifications. Also submit electronic (PDF) format of each via e-mail to City staff for review and comment. A 100% review meeting with the design team and City staff will be scheduled approximately 21 calendar days after the 100% submittal to review and address City comments. Meeting minutes will be prepared and provided to City staff via e-mail (PDF CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 4 of 9 Revised: 11/28/2022 copy). City comments and Consultant responses for the 100% submittal will be addressed and included with the Bid Documents. The following drawings are anticipated for the final design: Drawing Number of Sheets Cover sheet 1 General notes 1 Legends and abbreviations 1 Key sheets (2 total) 2 Plan and profile 19 Civil details 2 Erosion control details 1 FDOT MOT details 4 Total 32 Task 3.5 – FDEP Permitting: Following the 90% review meeting, Consultant will prepare the FDEP Application for a Specific Permit to Construct PWS Components and will submit the permit application and the application fees to the FDEP. Since the areas included for this permit are not contiguous, seven (7) permit applications are anticipated. Responses for up to two (2) RAIs are included in this task. Task 3.6 – City of Clearwater Right of Way Use Permits: Consultant will prepare the City of Clearwater right of way (ROW) use permits that will be submitted to the City with fees required. Since the areas included for this permit are not contiguous, seven (7) permit applications are anticipated. No RAIs are anticipated for this task. IV. BID DOCUMENTS AND BIDDING ASSISTANCE Task 4.1: Develop and Submit Bid Documents: Consultant will address City comments from the 100% submittal and will submit two (2) signed & sealed sets of drawings (24”x36”) and technical specifications to the City for advertisement. Also, the bid documents will be submitted in PDF format for bidding. Task 4.2: Pre-bid Meeting and Bidding Assistance: Consultant will provide bidding services inclusive of the following items: 1. Attend a Pre-Bid meeting that will be conducted by the City; agenda shall be prepared by the City. 2. Provide responses to Contractors’ questions during bidding and aid the City in the preparation of addenda. The City will issue all addenda. 3. Review bids received by the City and provide a recommendation of award for the City. CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 5 of 9 Revised: 11/28/2022 V. LIMITED CONSTRUCTION SERVICES Consultant will provide limited construction administrative and construction inspection services as described in subtasks below. Task 5.1: Prepare Conformed Construction Documents: Consultant will prepare conformed Construction Drawings and Technical Specifications to include addenda issued during bidding. Two (2) sets of full-size and half-size drawings will be provided to the Contractor at the pre-construction meeting. Task 5.2: Pre-Construction Meeting: Prior to the start of construction, the Consultant will prepare agenda and arrange for a pre-construction meeting to include the contractor, key subcontractors, and engineer. Task 5.3: Submittal Review: Consultant will track and review Contractor submittals for conformance with the Contract Documents and will provide submittal review as required. Task 5.4: Contractor Requests for Information: Request for Information (RFI)from the Contractor will be tracked, reviewed by Consultant, and, if needed, forwarded to the City for additional information. RFI responses will be provided within 14 calendar days of receipt of each RFI. Task 5.5: Limited Construction Observation Services: Consultant will provide limited onsite construction observation services averaging thirty (30) hours per week for the anticipated 9-month active construction period. Field reports to document progress will be included for the site visits. Task 5.6: Monthly Construction Progress Meetings: Consultant will prepare agenda, conduct the meetings, and provide meeting minutes for the anticipated nine (9) construction progress meeting for this project. Task 5.7: Contractor Pay Request Review: Consultant will review contractor pay applications within ten (10) days after receipt, will provide written notice to the City recommending payment to the Contractor, or return the request to the Contractor, providing written notice of Consultant’s reason for returning the pay request. As part of the review process, McKim & Creed shall review the progress of record drawings and that appropriate releases of liens are submitted with the pay requests. Upon receipt of the Contractor’s request for final payment, McKim & Creed shall observe and, if acceptable, submit to the City a recommendation as to acceptance of the work and as to the final payment request of the Contractor. Task 5.8: Construction Change Orders: Consultant will review and comment on Change Order Requests from the Contractor based on the Contract Documents. Consultant will also provide review of pricing and content, as well as providing a recommendation of approval or disapproval to the City. A log of Change Order requests will be kept for review by the City. Task 5.9: Substantial and Final Walkthrough: Consultant will conduct a substantial site walkthrough for substantial completion, followed by a final walkthrough. A punchlist will be developed for the substantial completion walkthrough. Substantial and final walkthroughs will be attended by the Contractor, key subcontractors, and key staff from the City. CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 6 of 9 Revised: 11/28/2022 Task 5.10: Record Drawings and Final Certifications: Consultant will review and provide comments on the As-Built Drawings supplied by the Contractor prior to their submittal to the City. McKim & Creed will use the completed As-Built Drawings to prepare Record Drawings needed for the Certification of Construction Completion and Requests for Clearance to Place Permitted public water supply components into Operation. 7. PROJECT GOALS: The main project goal is to increase the available flows for hydrants found deficient, as identified in the City of Clearwater Water Master Plan (2022), McKim & Creed. Deliverables for the project will include: · Meeting minutes · One (1) copy of construction documents, including technical specifications, construction drawings, and the Engineer’s Opinion of Probable Construction Cost (EOPCC), at 30%, 60%, 90%, and 100% (final) submittals. Electronic (PDF) copies of the construction will be provided at each submittal stage. · Permits · Construction reports All deliverables will comply with City requirements. 8. FEES: See Attachment “A.” This price includes all labor and expenses anticipated to be incurred by Consultant for the completion of these tasks in accordance with Professional Services Method “A” – Hourly Rate Task, for a fee not to exceed Six Hundred Forty-Eight Thousand, One Hundred Fifty-Four Dollars ($643,492.00). 9. SCHEDULE: Project schedule will commence upon receipt of written authorization from the City. The design phase of the project is to be completed in approximately 300 calendar days from issuance of notice-to-proceed. The project deliverables are to be phased as follows: Data Collection & Review 60 calendar days 30% Design Submittal 30 calendar days 60% Design Submittal 70 calendar days 60% Review Meeting 21 calendar days 90% Design Submittal 60 calendar days 90% Review Meeting 21 calendar days CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 7 of 9 Revised: 11/28/2022 100% Design Submittal 30 calendar days 100% Review Meeting 21 calendar days Bid Documents 14 calendar days Approximate Total Design Period 300 calendar days Construction Period 270 calendar days 10. STAFF ASSIGNMENTS: McKim & Creed: Project Director: Dan Keck, PE, 850-516-1418| dkeck@mckimcreed.com Project Manager: Phil Locke, PE, 727-754-0131 | plocke@mckimcreed.com Project Engineer: Neil Coffman, PE, 813-549-3740 | ncoffman@mckimcreed.com Technical Specialist (Hydraulic Modeling): Chase Dickinson, PE, 772-215-1930 | cdickinson@mckimcreed.com City of Clearwater: PU Project Manager: Helene Kassouf, PhD, EI|727-404-0990|Helene.Kassouf@MyClearwater.com PU Engineering Manager: Kaylynn Price |727-444-8252|Kaylynn.Price@MyClearwater.com PU Director: Richard Gardner, PE |727-224-7043| Richard.Gardner@MyClearwater.com PU Assistant Director: Michael Flanigan |727-224-7690| Michael.Flanigan@MyClearwater.com PU Manager (Water & Sewer Infrastructure) |727-224-7051 | Mike.Vacca@MyClearwater.com PU Assistant Manager (Water Division): Todd Kuhnel |727-224-6702| Todd.Kunhel@MyClearwater.com PU Manager (Drinking Water Production): Frederick Hemerick |727-224-7993| Fred.Hemerick@MyClearwater.com PU Manager (Infrastructure Maintenance): Daniel Trueblood |727-337-0463| Daniel.Trueblood@MyClearwater.com 11. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to Phil Locke, PE with copies to Dan Keck, PE, Project Director. All City project correspondence shall be directed to: Helene Kassouf, PhD, EI with copies to Kaylynn Price, Richard Gardner, and Michael Flanigan. 12. INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3217321-530100-96742 For work performed, invoices shall be submitted monthly to: Attn: PU Accounting City of Clearwater, Public Utilities Department 1650 No Arcturas Ave Bldg-C Clearwater, Florida 33765-1945 Email Invoices to: PUEngineering@myClearwater.com Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 8 of 9 Revised: 11/28/2022 13. INVOICING PROCEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 14. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e., sampling equipment, etc.). 6. Documents posted on City website must be ADA accessible. 15. 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. CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 9 of 9 Revised: 11/28/2022 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 70E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 16. SPECIAL CONSIDERATIONS: The following items are added for clarification of this work order: 1. A topographical survey is included. It is anticipated that a boundary survey is not required and is not included in this Scope of Work. 2. The City will coordinate with all property owners to gain access needed for field data collection and construction, as required. 3. No improvements will be made within FDOT or Pinellas County rights-of-way and no ROW use permits are required for FDOT / Pinellas County. 4. The City will provide full-time construction inspection services throughout the construction period. Consultant will rely on the City inspector to document construction activities to confirm that the project is constructed in accordance with the Construction Documents. 5. The anticipated construction period is nine (9) months. 6. Permit application fees will be issued by the Consultant. PREPARED BY: APPROVED BY: ________________________ ________________________ Dan Keck, PE Richard Gardner, PE Regional Manager Director, Public Utilities McKim & Creed City of Clearwater ___________________ ___________________ Date Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 2 Revised: 11/28/2022 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 1.0 Pre-Design 1.1 Project Management Plan $0 $1,025 $1,025 1.2 Progress Reports $0 $3,390 $3,390 1.3 Coordination $0 $5,520 $5,520 1.4 Meetings $0 $5,490 $5,490 Pre-Design Total: $15,425 2.0 Preliminary Design 2.1 Data Collection and Analysis $0 $3,825 $3,825 2.2 Site Visits (7 total) $0 $2,990 $2,990 2.3 SUE $3,000 $55,336 $58,336 2.4 Survey $0 $45,964 $45,964 2.5 Fire Flow Testing $7,000 $3,740 $10,740 Design Total: $121,855 3.0 Final Design Plans, Specifications, and EOPCC 3.1 30% Design $0 $45,140 $45,140 3.2 60% Design $0 $59,480 $59,480 3.3 90% Design $0 $30,440 $30,440 3.4 100% Design $0 $15,205 $15,205 3.5 FDEP Public Water Supply Permits (7 total) $0 $5,690 $5,690 3.6 City ROW Use Permits (7 total) $0 $5,900 $5,900 Final Design Plans, Specifications, and EOPCC Total: $161,855 4.0 Bid Documents and Bidding Assistance 4.1 Submit Bid Documents $0 $6,560 $6,560 4.2 Pre-Bid Meeting and Bidding Assistance $0 $7,145 $7,145 Bid Documents and Bidding Assistance Total: $13,705 5.0 Limited Construction Services 5.1 Conformed Documents $0 $6,440 $6,440 5.2 Preconstruction Meeting $0 $1,370 $1,370 5.3 Submittals $0 $9,200 $9,200 5.4 RFIs $0 $7,600 $7,600 5.5 Engineer Site Visits $0 $206,070 $206,070 5.6 Construction Progress Meetings $0 $3,090 $3,090 CONSULTANT WORK ORDER Fire Flow Hydraulic Improvements – PROJECT FEES TABLE McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order Page 2 of 2 Revised: 11/28/2022 5.7 Contractor Pay Application Reviews $0 $2,280 $2,280 5.8 Construction Change Orders $0 $5,640 $5,640 5.9 Substantial and Final Completion Walkthroughs $0 $5,020 $5,020 5.10 Record Drawings & Final Completion $0 $12,920 $12,920 Limited Construction Services Total: $259,630 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $572,470 6.0 Contingency (10%) $57,247 7.0 Permit Application Fees $8,050 8.0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $5,725 GRAND TOTAL: $643,492 ATTACHMENT “B” CONSULTANT WORK ORDER – CITY DELIVERABLES Fire Flow Hydraulic Improvements McKim & Creed City Project Number XX-XXXX-UT City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. ATTACHMENT “C” CONSULTANT WORK ORDER – REFERENCE FIGURES Fire Flow Hydraulic Improvements McKim & Creed City Project Number 24-0040-UT City of Clearwater Consultant Work Order – Reference Figures Page 1 of 2 Revised: 11/28/2022 Figure 1: Area A Pipe Improvements Consultant Work Order – Reference Figures Page 2 of 2 Revised: 11/28/2022 Figure 2: Area B Pipe Improvements CITY OF CLEARWATER FIRE FLOW HYDRAULIC IMPROVEMENTS WORK PLAN $270 $230 $240 $175 $140 $105 $216 $160 $120 $245 $188 $106 $188 $200 ------ TASK Description Engineering Manager Project Manager III Technical Specialist I Proj Engineer II Designer III Sr. Project Administrator Survey PM II Project Surveyor Sr Surv CAD Tech Field Surv 3-Person Utility Eng Project Mgr Utility Eng Analyst Utility Engineering 2-person Survey Crew Total 1 PROJECT MANAGEMENT 1.1 Project Setup & Management Plan 0 4 0 0 0 1 5 $1,025 $1,025 1.2 Progress Reports 0 12 0 0 0 6 18 $3,390 $3,390 1.3 Coordination 0 24 0 0 0 0 24 $5,520 $5,520 1.4 Meetings 0 12 0 12 0 6 30 $5,490 $5,490 Total Task 1 0 52 0 12 0 13 0 0 0 0 0 0 0 0 77 $15,425 $0 $15,425 2 PRELIMINARY DESIGN 2.1 Data Collection & Analysis 0 4 0 16 0 1 21 $3,825 $3,825 2.2 Site Visits (7 total)0 6 0 8 0 2 16 $2,990 $2,990 2.3 SUE 0 6 0 4 0 0 16 20 256 302 $55,336 $3,000 $58,336 2.4 Survey 0 6 0 4 0 0 24 60 120 60 274 $45,964 $45,964 2.5 Fire Flow Testing 0 2 2 16 0 0 20 $3,740 $7,000 $10,740 Total Task 2 0 24 2 48 0 3 24 60 120 60 16 20 256 0 633 $111,855 $10,000 $121,855 3 FINAL DESIGN & PERMITTING 3.1 30% Design 1. Hydraulic model location calibration 0 2 40 0 0 0 42 $10,060 $10,060 2. Hydraulic model location calibration technical memorandum 0 8 40 16 0 4 68 $14,660 $14,660 3. 30% drawings 0 12 0 24 40 0 76 $12,560 $12,560 4. 30% submittal documents 2 4 1 10 4 4 25 $4,430 $4,430 5. Final technical memorandum 0 2 8 4 1 2 17 $3,430 $3,430 3.2 60% Design 60% Drawings 0 32 0 80 160 0 272 $43,760 $43,760 60% Technical Specifications 0 16 0 40 0 12 68 $11,940 $11,940 60% EOPCC 0 2 0 4 0 0 6 $1,160 $1,160 60% Project Schedule 0 2 0 0 0 0 2 $460 $460 60% QA/QC 8 0 0 0 0 0 8 $2,160 $2,160 3.3 90% Design 90% Drawings 0 16 0 40 80 0 136 $21,880 $21,880 90% Technical Specifications 0 8 0 24 0 6 38 $6,670 $6,670 90% EOPCC 0 1 0 2 0 0 3 $580 $580 90% Project Schedule 0 1 0 0 0 0 1 $230 $230 90% QA/QC 4 0 0 0 0 0 4 $1,080 $1,080 3.4 100% Design 100% Drawings 0 8 0 20 40 0 68 $10,940 $10,940 100% Technical Specifications 0 4 0 10 0 4 18 $3,090 $3,090 100% EOPCC 0 1 0 1 0 0 2 $405 $405 100% Project Schedule 0 1 0 0 0 0 1 $230 $230 100% QA/QC 2 0 0 0 0 0 2 $540 $540 3.5 FDEP Public Water Supply Permits (7 total)0 8 0 16 6 2 32 $5,690 $5,690 3.6 City ROW Use Permits (7 total)0 8 0 16 6 4 34 $5,900 $5,900 Total Task 3 16 136 89 307 337 38 0 0 0 0 0 0 0 0 923 $161,855 $0 $161,855 WORK PLAN TOTAL COSTSSUBCONSULTANT COSTS TOTAL LABOR COST CITY OF CLEARWATER FIRE FLOW HYDRAULIC IMPROVEMENTS WORK PLAN 4 BID DOCUMENTS AND BIDDING ASSISTANCE 4.1 Submit Bid Documents 0 6 0 12 16 8 42 $6,560 $6,560 4.2 Pre-Bid Meeting and Bidding Assistance 1. Attend Pre-Bid Meeting 0 1 0 2 0 1 4 $685 $685 2. Address Contractor Questions & Prepare up to two (2) Addenda 0 4 0 12 8 2 26 $4,350 $4,350 3. Bid Tabulations and Evaluations 0 4 0 2 0 8 14 $2,110 $2,110 Total Task 4 0 15 0 28 24 19 0 0 0 0 0 0 0 0 86 $13,705 $0 $13,705 5 LIMITED CONSTRUCTION SERVICES 5.1 Conformed Documents 1 4 0 16 16 2 39 $6,440 $6,440 5.2 Preconstruction Meeting 0 2 0 4 0 2 8 $1,370 $1,370 5.3 Submittals 0 12 0 32 0 8 52 $9,200 $9,200 5.4 RFIs 0 16 0 20 0 4 40 $7,600 $7,600 5.5 Engineer Site Visits (30-hrs/week for 9-months)0 24 0 1146 0 0 1,170 $206,070 $206,070 5.6 Construction Progress Meetings 0 4 0 10 0 4 18 $3,090 $3,090 5.7 Contractor Pay Application Reviews 0 2 0 8 0 4 14 $2,280 $2,280 5.8 Construction Change Orders 1 6 0 12 12 2 33 $5,640 $5,640 5.9 Substantial and Final Completion Walkthroughs 0 6 0 16 0 8 30 $5,020 $5,020 5.10 Record Drawings & Final Certification 2 10 0 22 40 6 80 $12,920 $12,920 Total Task 5 4 86 0 1286 68 40 0 0 0 0 0 0 0 0 1484 $259,630 $0 $259,630 ------SUBTOTAL 20 313 91 1681 429 113 24 60 120 60 16 20 256 0 3203 $562,470 $10,000 $572,470 Contingency $57,247 ESTIMATED PERMITTING FEES $8,050 $5,725 $643,492PROJECT TOTAL OTHER DIRECT COSTS PROJECT NUMBER: 24-0040-UT PROJECT NAME: FIRE FLOW HYDRAULIC IMPROVEMENTS PROJECT MANAGER: HELENE KASSOUF DEPARTMENT: PUBLIC UTILITIES Engineer of Choice: McKim & Creed, Inc System Type (select one): ☐ Lift Station ☒ Potable Water Supply/Distribution ☐ Reclaimed Water Distribution ☐ Joint Project Agreement/ FDOT Project ☐ Sanitary Sewer Collection ☐ WRF (Water Reclamation Facility) ☐ WTP (Water Treatment Plant) ☐ Other: ______________________ Questions: 1. Are they an Engineer of Record? ☒ Yes ☐ No a. If the answer is ‘No’ were they acquired by RFQ? ☐ Yes ☐ No 2. Have they done a project with the department previously? ☒ Yes ☐ No 3. Have they done a project with the City previously? ☒ Yes ☐ No 4. Have they done a project at the project area previously? ☒ Yes ☐ No 5. Do they have personnel experienced in the design and construction of similar systems mentioned above? ☒ Yes ☐ No a. Ask for resumes accordingly 6. Do they have a positive track record of past performance with the City and or Public Utilities Department? ☒ Yes ☐ No 7. Is the firm a certified minority business or woman owned enterprise? ☐ Yes ☒ No 8. Has the firm demonstrated that they can meet the time restrictions and budget requirements of the project? ☒ Yes ☐ No 9. Does the firm have an office within 50 miles of the project area? ☒ Yes ☐ No 10. Has the firm demonstrated that they capacity to take on this additional work? ☒ Yes ☐ No Reasoning Why: McKim & Creed was selected for their professional project managers, their proven record, and their vast experience in developing and updating various water supplies, including groundwater and surface water. McKim & Creed is intimately familiar with this project, having completed the Master Plan study that laid the groundwork for this project. In addition, McKim & Creed has consistently delivered high- quality results within set timelines and conducted themselves professionally in their previous projects. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1462 Agenda Date: 12/5/2024 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.19 SUBJECT/RECOMMENDATION: Ratify and confirm a purchase order to CrowderGulf Joint Venture, Inc. of Mobile, AL for Hurricane Milton debris removal in an amount of $9,978,875.00, 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 an estimate of $4,146,250.00 under an emergency declaration, per City Code of Ordinances Section 2.563(1)(k). Council ratified and confirmed the purchase order for Hurricane Helene on November 7, 2024. Solid Waste is now seeking approval for a second purchase order with CrowderGulf to continue debris removal and management services following Hurricane Milton. These services, initially paused on October 7, 2024, due to the approaching hurricane, resumed on October 12, 2024, once the storm had passed. Because of the ongoing need for debris removal and disposal services and the potential presence of undocumented hazardous conditions in the community, the City Manager authorized this second estimate pursuant to the emergency purchasing provisions of Clearwater Code of Ordinances Section 2.563(1)(k). This second purchase order will bring the total authorized funding for CrowderGulf to $14,125,125.00, which includes Hurricanes Helene and Milton. APPROPRIATION CODE AND AMOUNT: This purchase order will be coded to Solid Waste Fund cost code 4242088-546300-D2501, Disaster Response-Hurricane Milton, which is used to track Hurricane Milton 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 $10,000,000 requiring a first quarter budget amendment to this cost code and authorize the use of $10,000,000 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 $10,000,000 to provide the funding needed for this purchase order. The remaining balance of Solid Waste and Recycling Fund reserves after 50% working capital reserves is approximately $14.7 million, or 41% of the current Solid Waste and Recycling Fund operating budget. STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1462 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 2 City of Clearwater Printed on 12/3/2024 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. Notice to Proceed The City of Clearwater, FL hereby gives CrowderGulf “Notice to Proceed” with mobilization of equipment, personnel, and supplies to assist with debris removal as a result of Hurricane Milton. On the basis of this action, you are authorized to proceed in accordance with the terms and conditions of the contract for Disaster Debris Removal and Disposal Services for Hurricane Milton. “Notice to Proceed” is hereby given and accepted by the signatures below. City of Clearwater, FL __________________________________ Client Representative __________________________________ Print Name and Title __________________________________ Date CrowderGulf Joint Venture, Inc. __________________________________ CrowderGulf Representative __________________________________ Print Name and Title __________________________________ Date Kervin St. Aimie/ Director 10/09/2024 Ashley Ramsay-Naile, President 10-09-24 Item UNIT 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 Milton Debris Cost Estimate Date 11/4/24 Debris Qty Estimate based on assessment and industry standards Description 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 Pass Through 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 QUANTITY UNIT RATE ESTIMATED COST 250,000.00 9.25$ 2,312,500.00$ 50,000.00 16.95$ 847,500.00$ 250,000.00 6.75$ 1,687,500.00$ 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$ 160,000.00 9.00$ 1,440,000.00$ 20.00 200.00$ 4,000.00$ 15.00 300.00$ 4,500.00$ 5.00 400.00$ 2,000.00$ 350.00 50.00$ 17,500.00$ 250.00 140.00$ 35,000.00$ 150.00 290.00$ 43,500.00$ 50.00 330.00$ 16,500.00$ 25.00 395.00$ 9,875.00$ 1,500.00 40.00$ 60,000.00$ -5.00$ -$ 9,500.00 12.00$ 114,000.00$ 1,000.00 40.00$ 40,000.00$ -450.00$ -$ -150.00$ -$ -250.00$ -$ -48.00$ -$ -125.00$ -$ -350.00$ -$ 32.00$ -$ 9,500.00 36.00$ 342,000.00$ 26.00$ -$ 7,178,875.00$ 2,800,000.00 9,978,875.00$ Estimated Pass Through 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 24-19 Agenda Date: 12/5/2024 Status: Public HearingVersion: 1 File Type: ResolutionIn Control: Economic Development & Housing Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Opt out of providing the 80%-120% AMI Missing Middle Property Tax Exemption to developments that would otherwise qualify pursuant to the Live Local Act and adopt Resolution 24-19. SUMMARY: Staff recommends adopting Resolution 24-19 to opt out of providing the 80%-120% AMI Missing Middle Property Tax Exemption under the Live Local Act Property (The Act) to applicable developments within the city. ·Section 196.1978(3)(d), Florida Statutes, allows for rental properties with 71 units or more that provide housing to people earning between 80% and 120% of the Area Median Income (AMI) within a Metropolitan Statistical Area (MSA) to be exempt from ad valorem property taxes. ·Beginning with the 2025 tax roll, local taxing authorities will have the option to "opt out" of this exemption. This opt-out provision is available if the most current Shimberg Center for Housing Studies Annual Report (Shimberg Report) identifies a surplus of affordable and available rental units in the area and requirements are met. ·The most recent Shimberg Report indicates that there is a surplus of affordable and available units within the Tampa-St. Petersburg-Clearwater MSA, which includes Pinellas County, for households that meet the income requirements for the 80%-120% AMI tax exemption. ·Based on this finding, the City of Clearwater, being located in Pinellas County, is eligible to and wishes to exercise the opt-out option under Section 196.1978(3)(o), Florida Statutes. If this resolution is approved, the City will choose not to grant the exemption for eligible properties and will request that the Pinellas County Property Appraiser does not provide the exemption. ·This resolution will apply to all ad valorem property taxes levied by Pinellas County for property located within the City of Clearwater municipal boundary. If adopted, the resolution will take effect on January 1, 2025 and will expire on January 1, 2026. It may be renewed prior to that expiration date in accordance with the provisions of Section 196.1978(3)(o), Florida Statutes APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.3 Adopt responsive levels of service for public facilities and amenities and identify resources required to sustain that level of service. Page 1 City of Clearwater Printed on 12/3/2024 Resolution No. 24-19 RESOLUTION NO. 24-19 A RESOLUTION OF THE CITY OF CLEARWATER, OPTING OUT OF PROVIDING THE 80%-120% AMI MISSING MIDDLE PROPERTY TAX EXEMPTION TO DEVELOPMENTS THAT WOULD OTHERWISE QUALIFY PURSUANT TO THE LIVE LOCAL ACT; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Live Local Act (the “Act”) created a new affordable housing property tax exemption called the Missing Middle Property Tax Exemption that provides two tiers of exemptions for developments that have 71 or more units that provide housing to natural persons or families earning up to 120% of the Area Median Income (“AMI”); and WHEREAS, one of the two tiers of exemptions under the Act allows units that serve households between 80-120% AMI within an eligible development to receive a 75% property tax exemption (the “75% Exemption”); and WHEREAS, The Act allows under Fla. Stat. § 196.1978(3)(o) for taxing authorities to opt out from providing the 75% Exemption to developments within their jurisdiction that would otherwise qualify; and WHEREAS, to be eligible to opt out of the 75% Exemption, taxing authorities are required to meet the following requirements:  A resolution to opt out from providing the 75% Exemption must be approved by a two-thirds vote of the local governing body;  The most recently published Shimberg Center for Housing Studies Annual Report must identify that the county, that is a part of the jurisdiction of the taxing authority, is within a metropolitan statistical area or region where the number of affordable and available units in the metropolitan statistical area or region is greater than the number of renter households in the metropolitan statistical area or region for the category entitled “0-120% AMI”;  The election to opt out may only apply to the ad valorem property tax levies imposed within a qualifying county by the taxing authority making the election;  The resolution must take effect on the January 1 immediately succeeding adoption, shall expire on the second January 1 after the January 1 in which the ordinance or resolution takes effect, and may be renewed prior to its expiration;  The taxing authority must advertise the resolution or renewal thereof pursuant to the requirements of Fla. Stat. § 50.011(1) prior to adoption; and Resolution No. 24-19  Any properties within an opting out jurisdiction that were previously approved for the property tax exemption are allowed to continue to benefit from the 75% Exemption. WHEREAS, the Shimberg Center for Housing Studies Annual Report (the “Report”) provides a breakdown of counties in which taxing authorities would or would not be eligible to pursue the opt out; and WHEREAS, Pinellas County qualifies under the Report as a county where taxing authorities therein can pursue opt-out; and WHEREAS, the City of Clearwater is located in Pinellas County and meets the requirements under the Act and wishes to opt out from providing the 75% Exemption. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1. The City of Clearwater, pursuant to Fla. Stat. § 196.1978(3)(o), hereby opts out from providing the 75% Exemption to developments that would otherwise qualify under the Act. SECTION 2. This Resolution shall become effective on January 1, 2025. PASSED AND ADOPTED this ____ day of December 2024. ____________________________ Bruce Rector Mayor Approved as to form: Attest: __________________________ ____________________________ Mathew J. Mytych. Esq. Rosemarie Call, MPA, CMC Assistant City Attorney City Clerk Shimberg Center for Housing Studies 2023 Annual Report Shimberg Center for Housing Studies, M.E. Rinker School of Construction Management, University of Florida, P.O. Box 115703, Gainesville, Florida 32611-5703 1 CONTENTS Introduction ........................................................................................................................................................................... 2 Housing Supply ................................................................................................................................................................... 2 Housing Production ............................................................................................................................................................. 3 Assisted Housing Inventory ................................................................................................................................................ 6 Home Sales .......................................................................................................................................................................... 8 Rental Markets ................................................................................................................................................................. 12 Affordable Housing Needs: Renters and Special Populations ............................................................................... 13 Elderly Households ...................................................................................................................................................... 16 Persons with Disabilities ............................................................................................................................................. 17 Persons with Special Needs ...................................................................................................................................... 17 Affordable and Available Rental Housing Supply .............................................................................................. 18 Shimberg Center Activities ............................................................................................................................................. 20 Florida Housing Data Clearinghouse ...................................................................................................................... 20 Community Resilience and Disaster Response ....................................................................................................... 20 Promoting Housing Stability and Affordability..................................................................................................... 21 General Technical Assistance and Presentations .................................................................................................. 22 Teaching ........................................................................................................................................................................ 22 Appendix 1. County Housing Supply, 2023 .............................................................................................................. 24 Appendix 2. Housing Production by County and Housing Type, 2022 ................................................................ 27 Appendix 3. Sales Volume and Prices (2023 $) by County, 2022 ...................................................................... 29 Appendix 4. Surplus/Deficit of Affordable and Available Rental Housing Units by Income (% AMI), Florida Regions, 2022 .................................................................................................................................................................. 32 2 INTRODUCTION Florida’s population grew by over 450,000 people through migration alone in 2021 and 2022. The state’s increasing population has led to continuing strong demand for housing. Production has continued apace in recent years, with especially active single family construction in fast-growing mid-sized counties and multifamily construction in the state’s urban centers. Home prices have returned to their boom era peaks, while rents reached a more stable growth rate in 2023 after sharp increases in the preceding two years. This report describes recent trends in housing production, home prices and rents, and the affordable housing inventory. Florida’s growth has placed additional pressure on the state’s affordable housing supply, and the report includes data on the affordable housing needs of the general population, elders, persons with disabilities, and special needs households. The report also summarizes the Shimberg Center’s 2023 activities in research, teaching, and technical assistance. The Center was established by the Florida Legislature in 1988 as a research hub to facilitate the provision of safe, decent, and affordable housing and related community development. Based in the M.E. Rinker School of Construction Management in University of Florida's College of Design, Construction, and Planning, the Shimberg Center provides applied research and technical assistance to state agencies, local planners, the housing industry, non-profits, and others involved in shaping our state’s housing policy. HOUSING SUPPLY Florida’s 5.7 million single family homes make up the largest share of the housing supply. Seventy-one percent of these homes are homesteaded, indicating that they serve as the owner’s primary residence rather than second homes, vacation homes, or rental properties. Most of the rest of Florida’s housing inventory is made up of different types of multi-unit housing. Condominiums make up 1.6 million units. These are much more likely to serve as second homes or vacation units; 37 percent are homesteaded. Units in multifamily rental developments make up a similar share of the housing stock, with 1.68 million units. These are divided between approximately 1.27 million units in developments with 10 or more units and 407,000 units in 2-9 unit properties, mostly duplexes. A small share of the 2-9 unit properties are homesteaded (21 percent), indicating that the owner occupies one unit in the building. Mobile homes on their own parcels make up approximately 437,000 units, of which half are homesteaded. These are individually owned parcels that are distinct from the state’s 2,292 licensed mobile home parks with 291,021 lots for rent. Table 1. Florida Housing Supply, 2023 Single Family Homes Condominiums Mobile Homes Multifamily 2-9 Units Multifamily 10+ Units • 5,745,641 parcels • 4,063,726 homesteaded (71%) • 1,605,160 parcels • 591,076 homesteaded (37%) • 437,337 parcels • 225,935 homesteaded (52%) • 155,994 parcels with 406,864 units • 32,919 homesteaded (21%) • 15,251 parcels with 1,274,074 units Source: Florida Department of Revenue, Name-Address-Legal File. See Appendix 1 for housing supply by county. 3 HOUSING PRODUCTION Florida produced approximately 125,000 single family homes in 2022, the last full year for which data is available. This production level is similar to the early 2000s—lower than the number of homes built during the 2004-2006 peak years, but well above the production level following the 2008 housing crash. Figure 1. Single Family Homes by Year Built, Florida, 2000-2022 Source: Florida Department of Revenue, Name-Address-Legal File Mid-sized counties led Florida’s single family home growth in 2022. Polk County was the state’s construction hotspot, with 9,235 single family homes built. Of the top ten counties for single family construction, only Hillsborough and Duval were large urban counties. Table 2. New Single Family Homes Built, Top Ten Counties, 2022 County Single Family Homes Built Polk 9,235 Lee 7,432 Pasco 7,019 Hillsborough 6,638 Osceola 5,778 St. Johns 5,638 St. Lucie 5,461 Duval 5,338 Manatee 4,930 Marion 4,799 Source: Florida Department of Revenue, Name-Address-Legal File. See Appendix 2 for single family construction in all counties. New condominium construction was much more modest and heavily geographically concentrated. The state built 6,855 condominium units in 2022, similar to annual production over the past 15 years but well below 2000-2008 production levels. 0 20,000 40,000 60,000 80,000 100,000 120,000 140,000 160,000 180,000 200,000 4 Figure 2. Condominiums by Year Built, Florida, 2000-2022 Source: Florida Department of Revenue, Name-Address-Legal File Sixty percent of units built in 2022 (4,091) were located in Miami-Dade County. No other county added more than a few hundred new units. Table 3. New Condominium Units Built, Top Ten Counties, 2022 County Condominium Units Built Miami-Dade 4,091 Collier 654 Sarasota 293 Charlotte 292 Lee 176 Broward 156 Brevard 151 Pinellas 143 Monroe 124 Manatee 122 Source: Florida Department of Revenue, Name-Address-Legal File. See Appendix 2 for condominium construction in all counties. Mobile homes continued to provide an affordable alternative to stick-built single family homes. The state added 4,013 mobile homes on individual parcels in 2022; this does not include homes in mobile home parks. This level of production was well above levels in the 2010s decade but below 2000s-era production. 0 10,000 20,000 30,000 40,000 50,000 60,000 5 Figure 3. Mobile Homes by Year Added, Florida, 2000-2022 Source: Florida Department of Revenue, Name-Address-Legal File. Includes mobile homes on individual parcels. Does not include units in mobile home parks. Mobile home production was scattered throughout the state. Most units were added in mid-sized or rural counties. Table 4. New Mobile Homes Added, Top Ten Counties, 2022 County Mobile Homes Built Bay County 236 Polk County 200 Marion County 178 Pasco County 177 Walton County 148 Citrus County 145 Santa Rosa County 133 Levy County 122 Clay County 118 Suwannee County 116 Source: Florida Department of Revenue, Name-Address-Legal File. See Appendix 2 for mobile homes added in all counties. Florida added 274 multifamily rental developments with 39,966 housing units in 2022.1 The state has been adding multifamily units at a rapid pace over the last five years compared to earlier in the 2000s and 2010s. 1 This accounts for developments with 10 or more housing units. The state also added 843 smaller developments, mostly duplexes, for an additional 1,698 units. See Appendix 2 for production by county. 0 2,000 4,000 6,000 8,000 10,000 12,000 6 Figure 4. Multifamily Units by Year Built, Florida, 2000-2022 Source: Florida Department of Revenue, Name-Address-Legal File. Includes units in multifamily developments with 10 or more units. Multifamily development was concentrated in Florida’s large urban counties and in fast-growing mid-sized counties including Bay, Polk, and Lee. Table 5. New Multifamily Units Built, Top Ten Counties, 2022 County Multifamily Units Built Orange County 6,567 Hillsborough County 6,349 Miami-Dade County 4,884 Broward County 3,099 Duval County 2,590 Bay County 2,117 Palm Beach County 1,774 Pinellas County 1,623 Polk County 1,366 Lee County 1,255 Source: Florida Department of Revenue, Name-Address-Legal File. Includes units in multifamily developments with 10 or more units. See Appendix 2 for multifamily developments and units added in all counties. ASSISTED HOUSING INVENTORY The Shimberg Center’s Assisted Housing Inventory tracks affordable rental housing developments with funding from Florida Housing Finance Corporation, U.S. Department of Housing and Urban Development (HUD), USDA Rural Development, and local housing finance authorities. Florida’s assisted housing stock currently consists of 3,047 developments with 306,400 affordable units—10 percent of Florida’s rental housing supply. In 2022 and 2023, Florida added 107 assisted rental developments with 12,715 total units to the development pipeline. All of these developments were funded by Florida Housing Finance Corporation. 0 10,000 20,000 30,000 40,000 50,000 60,000 7 Table 6 shows the characteristics of the new and forthcoming affordable housing developments. It shows that one-third of new assisted housing units are in developments targeting special populations, including elders, homeless individuals and families, persons with disabilities, and farmworkers. Most units (71 percent) are one or two bedroom apartments, and most (59 percent) target households up to 60 percent of area median income (AMI). Table 6. Characteristics of New Assisted Housing Developments, Florida, 2022-2023 Developments Units % of Units Total Developments 2022-2023 107 12,715 - County Size Large 56 7,812 61% Medium 40 4,490 35% Small 11 413 3% Target Population Family; Link 32 4,074 32% Family 32 4,297 34% Elderly; Family; Link 19 1,861 15% Elderly 11 1,478 12% Homeless; Persons with Disabilities 7 410 3% Homeless 2 145 1% Homeless; Link 1 60 0% Elderly; Family 1 298 2% Farmworker 1 20 0% Family; Homeless; Link; Persons with Disabilities 1 72 1% Unit Size 0 BR - 344 3% 1 BR - 4,407 35% 2 BR - 4,520 36% 3 BR - 1,392 11% 4 or more BR - 76 0.6% Not Avail. - 1,976 16% Income & Rent Limits <=35% AMI - 1,172 9% 40-50% AMI - 1,131 9% 55-60% AMI - 7,546 59% 65-80% AMI - 1,772 14% Not Avail. - 1,094 9% Source: Shimberg Center for Housing Studies, Assisted Housing Inventory. “Link” in Target Population refers to Florida Housing Finance Corporation’s Link program, under which developers provide a portion of housing units to special needs households referred by community-based supportive service providers. Percentages may not total exactly 100% due to rounding. 8 HOME SALES Florida’s housing markets have returned to their mid-2000s strength. The statewide median single family home price reached $400,000 in the first half of 2023. This exceeded the previous inflation-adjusted peak of $376,000 from 2006 (all prices in 2023 dollars). Figure 5. Median Single Family Home Sale Price (2023 $), Florida, 2000-2023 Source: Florida Department of Revenue, Sales Data File. Median prices converted to 2023 dollars using the Consumer Price Index to adjust for inflation. The sale price growth extended throughout the state. All but six counties surpassed their mid-2000s peak price in 2022 or 2023. Median home prices in the first half of 2023 ranged from the upper $100,000s in rural North Florida counties to over $750,000 in coastal counties with strong luxury and second home markets. $0 $50,000 $100,000 $150,000 $200,000 $250,000 $300,000 $350,000 $400,000 $450,000 9 Figure 7. Florida Counties by Median Single Family Home Price, Q1-2 2023 $150,000-199,999 $200,000-249,999 $250,000-299,999 $300,000-349,999 Calhoun Bradford Baker Alachua Dixie Columbia Citrus Bay Hamilton Gadsden DeSoto Clay Holmes Hardee Duval Hernando Jackson Highlands Escambia Pasco Lafayette Putnam Gilchrist Polk Liberty Suwannee Glades Volusia Madison Taylor Hendry Wakulla Washington Jefferson Leon Levy Marion Okeechobee Union $350,000-399,999 $400,000-499,999 $500,000-749,999 $750,000-1,000,000+ Brevard Franklin Broward Collier Charlotte Gulf Manatee Monroe Flagler Lee Martin Walton Hillsborough Nassau Miami-Dade Indian River Orange Palm Beach Lake Osceola St. Johns Okaloosa Pinellas Santa Rosa Sarasota St. Lucie Seminole Sumter Source: Florida Department of Revenue, Sales Data File 10 The volume of single family sales has also been strong. There were 396,011 single family home sales in 2022, down from a peak of 478,574 sales in 2021 but similar to average annual sales volume in the early boom years of 2003-2004. Figure 8. Number of Single Family Home Sales, Florida, 2000-2022 Source: Florida Department of Revenue, Sales Data File Hillsborough County had the most active single family market in the state, with over 25,000 sales in 2022. As Table 7 shows, sales were highest in Florida’s populous urban counties, but growing mid-sized counties (Lee, Polk, Pasco, and Brevard) also saw strong home sales. Table 7. Number of Single Family Home Sales, Top Ten Counties, 2022 County Single Family Sales Hillsborough 25,403 Broward 21,258 Lee 21,010 Polk 20,853 Duval 20,507 Orange 19,293 Pasco 17,762 Palm Beach 17,440 Miami-Dade 15,438 Brevard 14,008 Source: Florida Department of Revenue, Sales Data File. See Appendix 3 for sales in all counties. The condominium market was also strong. The state’s median condominium sales price was $295,000 in the first half of 2023, below 2005-2007 levels but well above 2002-2004 and 2009-2020 prices. 0 50,000 100,000 150,000 200,000 250,000 300,000 350,000 400,000 450,000 500,000 11 Figure 9. Median Condominium Sale Price (2023 $), Florida, 2000-2023 Source: Florida Department of Revenue, Sales Data File. Median prices converted to 2023 dollars using the Consumer Price Index to adjust for inflation. Q1-2 2023 median condominium prices were far higher in coastal counties with active luxury vacation and second home markets, including Monroe (median condominium price $855,000), Gulf ($682,500), Walton ($630,000), Nassau ($623,000), and Okaloosa ($525,000). Condominium sales volume still lags behind the heights of the 2004-2006 housing boom. Nevertheless, the market is becoming more active. More condominiums sold in 2021 (156,862 sales) and 2022 (121,068) than any year since 2006. Figure 10. Number of Condominium Sales, Florida, 2000-2022 Source: Florida Department of Revenue, Sales Data File $0 $50,000 $100,000 $150,000 $200,000 $250,000 $300,000 $350,000 0 50,000 100,000 150,000 200,000 250,000 12 Half of the 2022 condominium sales took place in the three South Florida counties: Miami-Dade (28,436), Broward (18,132), and Palm Beach. Table 8. Number of Condominium Sales, Top Ten Counties, 2022 County Condominium Sales Miami-Dade 28,436 Broward 18,132 Palm Beach 13,978 Pinellas 7,497 Lee 6,367 Collier 6,141 Orange 4,008 Sarasota 3,752 Hillsborough 3,145 Manatee 2,879 Source: Florida Department of Revenue, Sales Data File. See Appendix 3 for sales in all counties. RENTAL MARKETS After several years of stability, Florida rents increased steeply between 2020 and 2022, then held steady at these higher levels in 2023. Apartment List estimates that median gross rents for housing seekers in Florida increased 41percent over the two year period between July 2020 and July 2022. Median rent for housing seekers was $1,693 in July 2023, a two percent drop from the 2022 median of $1,732 but still well above 2017-2021 levels. Figure 11. Apartment List Median Rent Estimates, Florida, 2017-2023 Source: Apartment List, Rent Estimates, https://www.apartmentlist.com/research/category/data-rent-estimates. Estimate of median gross rent for new leases, including utilities. All rent estimates refer to July estimates for a given year. $1,178 $1,227 $1,262 $1,229 $1,476 $1,732 $1,693 $0 $200 $400 $600 $800 $1,000 $1,200 $1,400 $1,600 $1,800 2017 2018 2019 2020 2021 2022 2023 13 Apartment List also provides median rent estimates for 26 of Florida’s 67 counties. Among these counties, Southeast and Southwest Florida counties topped the list for highest rents in July 2023. Table 9. Median Rent, Top Five Counties, July 2023 County Median Rent Increase since July 2020 Palm Beach $2,144 42% Collier $2,103 56% Miami-Dade $2,014 42% Broward $2,008 40% Sarasota $1,893 42% Source: Apartment List, Rent Estimates, https://www.apartmentlist.com/research/category/data-rent-estimates. Estimate of median gross rent for new leases, including utilities. AFFORDABLE HOUSING NEEDS: RENTERS AND SPECIAL POPULATIONS With these strong markets and rising prices and rents, Florida continues to have an affordable housing gap. The Center produces a triennial Rental Market Study for Florida Housing Finance Corporation assessing affordable rental housing needs by county and demographic group. The last study, published in 2022, estimated that there were 768,460 renter households in Florida who were low-income (with incomes below 60 percent of the area median income, or AMI) and cost burdened (paying more than 40 percent of income for housing). Using the most recently available data, we estimate that there are now 862,465 low-income, cost burdened renters in Florida. Sixty percent of these households live in Florida’s seven large counties (population 825,000 or more); 37 percent live in medium-sized counties (population 100,001-824,999); and three percent live in small counties (population 100,000 or less). Table 10. Low-Income (≤60% AMI), Cost Burdened (>40%) Renter Households by County in Florida, 2023 All Renter Households Low-Income (<=60% AMI), Cost Burdened (>40%) Renters Low-Income/ Cost Burdened Renters as % of All Renters in the County Low-Income/ Cost Burdened Renters as % of State Total Large Broward 296,815 94,812 32% 10.99% Duval 177,925 51,030 29% 5.92% Hillsborough 230,005 61,448 27% 7.12% Miami-Dade 480,962 137,427 29% 15.93% Orange 236,126 69,821 30% 8.10% Palm Beach 200,656 60,858 30% 7.06% Pinellas 150,217 43,928 29% 5.09% Large Total 1,772,706 519,324 29% 60.21% Medium Alachua 28,738 8,971 31% 1.04% Bay 23,950 6,086 25% 0.71% 14 All Renter Households Low-Income (<=60% AMI), Cost Burdened (>40%) Renters Low-Income/ Cost Burdened Renters as % of All Renters in the County Low-Income/ Cost Burdened Renters as % of State Total Brevard 71,958 23,415 33% 2.71% Charlotte 17,659 3,785 21% 0.44% Citrus 13,233 4,138 31% 0.48% Clay 22,151 4,919 22% 0.57% Collier 42,571 14,638 34% 1.70% Escambia 46,045 14,569 32% 1.69% Flagler 12,138 3,549 29% 0.41% Hernando 17,194 3,363 20% 0.39% Highlands 11,141 3,084 28% 0.36% Indian River 17,464 5,180 30% 0.60% Lake 43,477 10,784 25% 1.25% Lee 94,488 23,677 25% 2.75% Leon 34,772 10,046 29% 1.16% Manatee 51,579 15,595 30% 1.81% Marion 40,592 10,749 26% 1.25% Martin 16,262 4,475 28% 0.52% Okaloosa 29,835 5,424 18% 0.63% Osceola 53,809 17,944 33% 2.08% Pasco 65,359 19,302 30% 2.24% Polk 90,484 24,905 28% 2.89% Santa Rosa 16,103 4,170 26% 0.48% Sarasota 49,874 14,122 28% 1.64% Seminole 66,627 18,505 28% 2.15% St. Johns 23,292 5,748 25% 0.67% St. Lucie 36,182 14,015 39% 1.62% Sumter 9,918 2,382 24% 0.28% Volusia 67,180 17,989 27% 2.09% Medium Total 1,114,075 315,529 28% 36.58% Small Baker 2,149 503 23% 0.06% Bradford 2,449 653 27% 0.08% Calhoun 1,047 323 31% 0.04% Columbia 7,617 2,032 27% 0.24% DeSoto 3,378 935 28% 0.11% Dixie 1,302 347 27% 0.04% 15 All Renter Households Low-Income (<=60% AMI), Cost Burdened (>40%) Renters Low-Income/ Cost Burdened Renters as % of All Renters in the County Low-Income/ Cost Burdened Renters as % of State Total Franklin 1,226 378 31% 0.04% Gadsden 4,649 1,434 31% 0.17% Gilchrist 1,057 282 27% 0.03% Glades 859 268 31% 0.03% Gulf 1,304 402 31% 0.05% Hamilton 1,267 318 25% 0.04% Hardee 2,507 694 28% 0.08% Hendry 4,036 1,261 31% 0.15% Holmes 1,674 368 22% 0.04% Jackson 4,727 1,458 31% 0.17% Jefferson 1,378 425 31% 0.05% Lafayette 598 150 25% 0.02% Levy 3,809 1,016 27% 0.12% Liberty 603 186 31% 0.02% Madison 1,846 463 25% 0.05% Monroe 14,405 4,116 29% 0.48% Nassau 7,660 1,794 23% 0.21% Okeechobee 3,910 1,222 31% 0.14% Putnam 7,376 1,820 25% 0.21% Suwannee 4,296 1,078 25% 0.12% Taylor 1,981 497 25% 0.06% Union 1,315 351 27% 0.04% Wakulla 2,480 765 31% 0.09% Walton 7,437 1,634 22% 0.19% Washington 1,998 439 22% 0.05% Small Total 102,340 27,612 27% 3.20% State Total 2,989,121 862,465 29% 100.00% Source: Shimberg Center analysis of U.S. Census Bureau, 2022 American Community Survey; University of Florida Bureau of Economic and Business Research, 2023 Population Projections 16 Elderly Households Older households make up an increasing share of Florida’s renters in need. Forty percent of low-income, cost burdened renter households are headed by someone age 55 or older—nearly 347,000 households in all. In Pasco/Pinellas Counties and a Southwest region stretching from Sarasota County to Collier County, older households make up half of the cost-burdened renters. Table 11. Low-Income (≤60% AMI), Cost Burdened (>40%) Renter Households by Age of Householder and Region, Florida, 2023 Planning and Service Area Age of Householder 15-54 % 15- 54 55-74 % 55- 74 75-84 % 75- 84 85 or Older % 85 or Older Total 1) Escambia, Okaloosa, Santa Rosa 15,641 64% 6,661 27% 1,301 5% 981 4% 24,584 2) Bay, Calhoun, Franklin, Gadsden, Gulf, Jackson, Jefferson, Holmes, Leon, Liberty, Wakulla, Walton, Washington 16,672 71% 5,431 23% 1,083 5% (X) (X) 23,612 3) Alachua, Bradford, Citrus, Columbia, Dixie, Gilchrist, Hamilton, Hernando, Lafayette, Lake, Levy, Madison, Marion, Sumter, Suwannee, Taylor, Union 26,468 56% 14,218 30% 4,737 10% 1,654 4% 47,077 4) Baker, Clay, Duval, Flagler, Nassau, Putnam, St. Johns, Volusia 53,715 61% 25,309 29% 6,224 7% 2,338 3% 87,586 5) Pasco, Pinellas 31,950 50% 20,959 33% 6,498 10% 3,865 6% 63,272 6) Desoto, Hardee, Hillsborough, Highlands (part), Manatee, Polk 66,240 64% 27,370 26% 6,627 6% 3,371 3% 103,608 7) Brevard, Orange, Osceola, Seminole 88,792 68% 28,399 22% 9,735 8% 2,719 2% 129,645 8) Charlotte, Collier, Glades, Hendry, Highlands (part), Lee, Okeechobee, Sarasota 31,125 50% 17,740 29% 8,167 13% 5,176 8% 62,208 9) Indian River, Martin, Palm Beach, St. Lucie 44,267 53% 24,618 29% 9,411 11% 5,910 7% 84,206 10) Broward 60,458 64% 24,530 26% 6,733 7% 3,090 3% 94,811 11) Miami, Monroe 79,513 56% 44,936 32% 12,262 9% 4,833 3% 141,544 State Total 514,841 60% 240,171 28% 72,778 8% 33,937 4% 862,153 Source: Shimberg Center analysis of U.S. Census Bureau, 2022 American Community Survey; University of Florida Bureau of Economic and Business Research, 2023 Population Projections. Regions are modified from Florida Department of Elder Affairs Planning and Service Areas. 17 Persons with Disabilities Nearly one-third of the state’s cost burdened, low income renter households include at least one person with a disability—an estimated 272,862 households in all. In most of these households, the individuals with disabilities are adults, particularly in age 55+ households. However, 32,437 of the cost burdened renter households include children with disabilities. Table 13. Low-Income, Cost Burdened Renter Households with Persons with Disabilities, Florida, 2023 Household Age & Disability Characteristics Households Householder Under Age 55, Adult(s) with a Disability in the Household 80,581 Householder Age 55 or Older, Adult(s) with a Disability in the Household 159,844 Child(ren) with a Disability in the Household 22,223 Child(ren) and Adult(s) with Disabilities in the Household 10,214 Total 272,862 Source: Shimberg Center analysis of U.S. Census Bureau, 2022 American Community Survey; University of Florida Bureau of Economic and Business Research, 2023 Population Projections. Persons with Special Needs Florida’s special needs housing programs serve a subset of persons with disabilities as well as other vulnerable individuals and families. Specifically, for the purpose of housing programs, Florida Statutes defines a person with special needs as: An adult person requiring independent living services in order to maintain housing or develop independent living skills and who has a disabling condition; a young adult formerly in foster care who is eligible for services under s. 409.1451(5); a survivor of domestic violence as defined in s. 741.28; or a person receiving benefits under the Social Security Disability Insurance (SSDI) program or the Supplemental Security Income (SSI) program or from veterans’ disability benefits. (Section 420.0004 (13), Florida Statutes) Combining several data sources, we estimate that 100,225 households meet this definition, primarily low- income, cost burdened renters receiving disability-related benefits. 18 Table 13. Estimates of Households with Persons with Special Needs, Florida, 2023 Category Definition Estimate Data Sources Disability- related benefits Low-income (<=60% AMI), cost burdened (>40%) renter households with at least one household member who is: 1) age 18-64, with a disability, receiving Social Security; 2) age 18+, with a disability, receiving SSI; 3) age 18+ with a VA service-related disability rating of 10 percent or more 91,181 U.S. Census Bureau, 2019 American Community Survey Public Use Microdata Sample; 2021 BEBR population projections. Survivors of domestic violence Estimated number of households based on total number of persons using domestic violence emergency shelters 6,576 Florida Department of Children and Families, Domestic Violence Annual Report, 7/1/2021-6/30/2022. Assumes each adult entrant equals one household. Youth aging out of foster care Estimate based on youth receiving Aftercare, Extended Foster Care, and Postsecondary Education Services 2,468 Estimated need for affordable housing (1,742 units) and supportive housing (625 units) from Florida Assessment of Housing for Special Needs and Homeless Populations 2021.2 Total 100,225 Affordable and Available Rental Housing Supply Another measure of the affordable rental housing gap is the affordable/available analysis, which compares the number of renter households at various income levels to the supply of units that are affordable and available to them. An affordable and available unit at a particular income threshold is: 1) affordable at that income threshold and 2) either vacant or occupied by a household with an income at or below the threshold. An “affordable” unit is any market rate, subsidized, or public housing unit costing no more than 30 percent of income at the top of the income threshold expressed as a percentage of area median income (AMI), adjusted for unit size.3 Many “affordable” units are effectively unavailable to low-income households because they are already occupied by higher income households. The affordable/available analysis accounts for this difference by removing units that are occupied by higher income households from unit counts. This analysis compares the statewide affordable/available housing supply to renter households for six income groups: 0-30, 0-40, 0-50, 0-60, 0-80, and 0-120 percent of AMI. Each category is inclusive of those that come before it. For example, all households and units in the 0-30 percent of AMI group also appear in all of the other groups. Figure 12 shows the distinction between affordable units and affordable/available units. All units in each column have rents that do not exceed 30 percent of income for a household at the top of the income group, 2 Report available at https://floridahousing.org/docs/default-source/programs/special-programs/special-needs- housing/florida-assessment-of-housing-for-homeless-and-special-needs-populations/needs-assessment-full- report.pdf?sfvrsn=b09bf67b_2. 3 For more information about the affordable/available method and affordability thresholds, see the 2022 Rental Market Study produced by the Shimberg Center for Florida Housing Finance Corporation, http://shimberg.ufl.edu/publications/RMS_2022.pdf. 19 adjusted by unit size. However, the units in the darker shaded areas are occupied by households with incomes above the top threshold and therefore are not available to the households in that income category. Figure 12. Affordable Units, Affordable/Available Units, and Renter Households by Income, Florida, 2022 Source: Shimberg Center tabulation of U.S. Census Bureau, 2022 American Community Survey Figure 12 shows that for the 0-30 through 0-60 percent of AMI levels, there are more renter households than affordable units, whether available or not. At the 0-80 percent of AMI level, affordable units and renters are roughly in balance. However, there is still a shortage of affordable and available units, since nearly one-third of affordable units are rented by households with higher incomes. At the 0-120 percent of AMI level, there are sufficient affordable units, but the number of affordable and available units is slightly lower than the number of renter households. Individual regions in Florida show widely varying results when comparing households to affordable and available units, particularly at the 0-120 percent of AMI income level. Appendix 4 shows the surplus or deficit of affordable/available units at the regional level. Most of the deficit at 0-120 percent AMI is concentrated in Miami-Dade, Broward, and Palm Beach Counties; other regions show a surplus or slight deficit at this AMI level. 123,764 202,426 325,684 516,387 1,017,345 1,993,858 120,357 148,949 198,162 277,391 444,219 502,067 515,146 721,000 938,168 1,130,390 1,504,520 2,070,152 - 500,000 1,000,000 1,500,000 2,000,000 2,500,000 0-30% AMI 0-40% AMI 0-50% AMI 0-60% AMI 0-80% AMI 0-120% AMI Units, Affordable not Available (Occupied by household above income threshold) Units, Affordable and Available (Occupied by household at or below income threshold or vacant) Total Renter Households in Income Group 20 SHIMBERG CENTER ACTIVITIES Florida Housing Data Clearinghouse The Shimberg Center produces the Florida Housing Data Clearinghouse under contract with Florida Housing Finance Corporation. Since 2000, the Clearinghouse has provided a free online source of housing supply and demand data for the state, counties, and cities. The Clearinghouse provides data on the following topics: • Affordability: housing cost burden, homeownership rates, rents, affordable rental housing supply gaps, and vacancy and occupancy rates • Supply: Type of housing (single family, mobile homes, condominiums, multifamily), housing age and size, home prices and assessed values, and licensed condominium developments and mobile home parks • Demographics: population projections, household projections by tenure, age, income, and cost burden • Workforce: Employment rates, wage and housing cost comparisons by industry and occupation • Assisted Housing Inventory: supply of affordable rental housing funded by Florida Housing, HUD, USDA Rural Development, and local housing finance agencies • Home lending: mortgage originations by purpose, race/ethnicity, and interest rates • Special needs households: housing needs of persons with disabilities, Social Security recipients, homeless individuals and families, and farmworkers • Housing stability and disaster response: eviction and foreclosure filings, FEMA housing assistance The Center created a series of county-level presentation materials to assist local government officials and others in communicating data from the Clearinghouse, with a particular focus on the link between local wages, area median income (AMI) levels, and housing costs. These materials are available on the Publications page of the Shimberg Center’s website. The Center provided extensive technical assistance in the use of the Clearinghouse site and custom data requests and reports. Examples included creating a data report on housing needs of ALICE (Asset Limited, Income Constrained, Employed) households in Broward County for a United Way conference and guidebook; providing maps and data on farmworker housing needs in Southwest Florida to USDA staff planning for Hurricane Ian recovery; providing data and materials on the workforce and housing supply to the Florica Council of 100; and providing data and technical support to the Tampa planning staff for the city’s ongoing housing needs assessment. Community Resilience and Disaster Response The Shimberg Center works closely with state agencies, local governments, UF’s Florida Institute for Built Environment Resiliency (FIBER), and our peers at other Gulf Coast and national institutions to learn how Florida’s vulnerable populations and housing stock can be kept safe from natural disasters. In the aftermath of Hurricane Ian, the Shimberg Center provided housing data to HUD and USDA staff assigned to the interagency Federal Disaster Recovery Center in Southwest Florida. Shimberg Research Professor Maria Watson served on the Working Group of the Florida Disaster Housing Task Force convened by the Florida Department of Emergency Management and Florida Housing Coalition. Dr. Watson is continuing to collaborate with Oregon State University to track housing and business recovery from Hurricane Ian. The Center works with Regional Planning Councils to improve disaster recovery and housing resilience. The Center updated data and mapping tools developed as part of the Tampa Bay Regional Planning Council’s 21 REACH (Resilience and Energy Assessment of Housing and Communities) initiative. We also expanded an affordable housing analysis developed for the East Central Florida Regional Planning Council’s HARP (Housing Asset and Resilient Policy) initiative, funded by a resilience grant from the Florida Department of Environmental Protection (FDEP). Both projects involved multi-county assessments of flood hazard exposure for the affordable housing stock, including assisted housing, naturally occurring affordable housing, and mobile homes. The Center is currently working with the Apalachee Regional Planning Council and the Data Center (Southeast Louisiana) to develop new data-sharing tools for long-term disaster recovery and resilience, under a grant from the National Academies of Sciences, Engineering and Medicine (NASEM) Gulf Research Program (GRP). Calhoun and Liberty Counties are serving as pilot areas for the data platform. At the local level, the Shimberg Center is collaborating with FIBER to analyze flood hazards in Cedar Key and Port St. Joe, with funding from FDEP. The Center and FIBER are developing vulnerability assessments and flood hazard adaptation strategies for community assets, including affordable housing and other residential properties. The assessments rely on building footprint data and multiple flood hazard datasets over three time periods (2022, 2040, and 2070). The projects have also included stakeholder and public outreach. On the research side, the Shimberg Center, University of Central Florida, the Horne consulting firm, and Florida Housing Coalition were selected by HUD to evaluate the effectiveness of the Community Development Block Grant – Disaster Recovery (CDBG-DR) program in addressing post-disaster recovery needs of renter households. Our research objectives are to (1) better understand CDBG-DR allocations for renters, (2) identify successful processes with corresponding outcomes for rental housing recovery aid programs, (3) engage with and link disaster recovery strategies and programs to actual and desired outcomes among renters from their lived experiences, and (4) translate this research into actionable programmatic recommendations with appropriate timelines, policy making and implementation changes. The Shimberg Center is taking primary responsibility for interviewing renters affected by disasters and documenting their experiences with CDBG-DR and other recovery programs. Promoting Housing Stability and Affordability The Shimberg Center works with local organizations to promote long-term housing stability for Florida’s homeowners and renters. The Center collects and shares monthly data on eviction and foreclosure filings in Florida communities. We participate in regional eviction prevention networks in the Orlando area and Miami-Dade County and provide summarized data on housing stability to researchers and legal services providers. The Center is also collaborating with Local Initiatives Support Corporation (LISC) Jacksonville in its Family Wealth Creation initiative, which seeks to preserve housing wealth in historically Black neighborhoods in Jacksonville. The Center is providing data on homeownership, home values, tax foreclosure sales, and potential heirs property sites to support LISC’s efforts. In 2023 the Center produced a Miami-Dade County Housing Needs Assessment on behalf of Miami Homes for All. The report shows that most Miami-Dade households with incomes below $75,000 per year spend more than 30 percent of income for housing costs, including 90 percent of renters with incomes below $50,000. The report found a gap of approximately 90,000 affordable and available units for renters with incomes below 80 percent of AMI. The assessment includes data on tenure, income, and housing cost burden for municipalities, the unincorporated area, and County Commission districts in Miami-Dade County. The Center also is collaborating with Bright Community Trust and a number of community organizations on the Homeownership Equity Initiative, a program to make homeownership accessible and inclusive for households in the four-county Orlando metropolitan area. The Center has provided data on homeownership disparities and the benefits of homeownership for families and communities. 22 General Technical Assistance and Presentations Under the Florida Housing Data Clearinghouse contract, the Shimberg Center provides extensive pro bono technical assistance to state and local agencies, the housing industry, non-profit organizations, and the public in the assessment of affordable housing needs. Examples of technical assistance during 2023 include: • Assisting local government staff in Alachua, Brevard, and Orange Counties and the Cities of Winter Springs, Jupiter, Tampa, Gainesville, Apopka and Key West in preparing affordable housing assessments and plans. • Providing data to support affordable development and philanthropic contributions by non-profits operating in Jacksonville, Deltona, Collier County, Port St. Joe, and Broward County. • Providing data on condominium developments and affordable/available rental housing to Florida legislative staff and research offices. The Shimberg Center team made a number of public presentations in Florida and nationally in 2023: • University of Florida Eyeopener Breakfast, Gainesville, February 2023 • Bright Communities Trust Homeownership Equity Initiative Kickoff, Orlando, February 2023 • Stakeholder Workshops for East Central Florida Regional Planning Council Housing Assets and Resilient Policy Phase II, Virtual, February - May 2023 • School of Landscape Architecture and Planning (SLA+P) Research Seminar Series, Gainesville, FL, February 2023 • Development of a resilience evaluation method of localities through operational continuity of hospitals as indicators, Virtual, March 2023 • Brevard County Affordable Housing Summit, Cocoa, May 2023 • Pinellas Historic Preservation Summit + Expo, St. Petersburg, May 2023 • Florida Bar Foundation Housing Umbrella Group, Gainesville, June 2023 • Hurricane Ian Data Workshop, Washington, DC, June 2023 • Gainesville Alachua County Association of Realtors, Gainesville, August 2023 • Big Bend Area ALICE Conference, Tallahassee, October 2023 • Association of Collegiate Schools of Planning, Chicago, October 2023 • National Association of Counties Rural Housing Project, Chicago and virtual, November 2023 • Tampa Bay Partnership, Tampa and virtual, December 2023 Teaching Shimberg Center faculty offered courses in housing, sustainability, and the built environment in conjunction with the College of Design, Construction, and Planning: • Construction Management 6583, Sustainable Housing: graduate course examining sustainability concepts, urban development, residential structures and systems, green building standards, and housing economics • UF Quest 2935, Foundations, Principles and Applications of Sustainable Development: undergraduate interdisciplinary course covering sustainability concepts, environmental ethics, resilience, energy, water resources, and the built environment • DCP GulfSouth Studio (Architecture/Landscape Architecture/Urban Planning): undergraduate and graduate studio course addressing urban design, environment, and recovery in Cape Coral following Hurricane Ian. Sponsored by the National Academies of Science Gulf Research Program. The Center is also working with Florida Sea Grant to develop students’ leadership in resiliency science, planning, and design. “Capacity Building for Florida Sea Grant: Promoting Coastal Resilience, Adaptation, and Equity in Florida” is a grant to advance education, information, and professional development over the 23 2022-2023 and 2023-2024 academic years. The grant ultimately will fund a two-year graduate assistantship, 4-6 undergraduate terminal projects, and two design studio courses on these issues. In the first year, the grant funded undergraduate capstone research projects for two students. 24 APPENDIX 1. COUNTY HOUSING SUPPLY, 2023 County Single Family Condominium Mobile Home Multifamily 2-9 Unit Multifamily 10+ Unit Parcels % Homesteaded Parcels % Homesteaded Parcels % Homesteaded Parcels % Homesteaded Dwelling Units Parcels Dwelling Units Alachua 62,936 73% 7,186 23% 5,595 63% 1,608 5% 5,238 357 26,510 Baker 4,963 75% 0 0% 2,448 67% 55 2% 128 4 115 Bay 60,398 59% 19,326 9% 8,530 47% 1,965 17% 5,449 130 12,239 Bradford 5,924 73% 21 67% 2,640 63% 26 23% 61 14 - Brevard 202,176 72% 35,915 37% 11,254 54% 2,982 23% 7,951 281 27,347 Broward 389,023 77% 253,262 42% 4,136 45% 16,461 16% 48,813 1,621 122,592 Calhoun 2,609 69% 0 0% 1,184 66% 13 23% 40 2 - Charlotte 80,472 66% 14,441 36% 5,526 41% 1,483 15% 3,461 82 2,613 Citrus 58,137 73% 1,612 37% 15,688 54% 553 10% 1,588 43 1,385 Clay 65,360 75% 2,397 37% 9,487 61% 287 8% 1,003 55 6,043 Collier 104,693 66% 100,635 32% 3,517 37% 1,949 16% 6,118 119 13,849 Columbia 13,625 71% 48 42% 7,729 65% 228 5% - 39 - DeSoto 6,006 67% 605 45% 2,698 47% 258 12% 767 31 - Dixie 2,940 58% 159 8% 3,844 59% 3 33% 6 1 - Duval 283,283 67% 27,528 39% 9,331 47% 5,140 14% 15,542 695 - Escambia 103,191 66% 10,415 16% 4,895 44% 4,568 31% 10,795 205 - Flagler 47,722 75% 4,414 38% 1,665 62% 1,379 14% - 18 206 Franklin 6,673 39% 432 9% 1,298 52% 7 0% - 1 - Gadsden 11,310 66% 0 0% 3,698 57% 149 23% 342 19 313 Gilchrist 2,851 75% 0 0% 2,924 68% 28 39% 69 2 61 Glades 1,820 59% 258 30% 2,210 49% 153 42% 318 1 - Gulf 6,839 44% 239 2% 1,656 47% 22 5% 71 5 239 Hamilton 2,024 64% 0 0% 1,512 70% 146 60% - 9 - Hardee 4,313 67% 0 0% 1,671 47% 201 31% - 17 - Hendry 7,400 67% 281 19% 4,515 53% 369 29% 904 18 416 Hernando 68,099 70% 631 48% 11,981 56% 486 8% 1,246 64 3,942 Highlands 34,188 65% 1,345 38% 5,317 42% 799 10% 1,992 59 1,634 Hillsborough 377,627 73% 40,129 40% 13,665 54% 4,616 8% 12,826 878 132,927 Holmes 3,471 68% 0 0% 1,393 62% 15 20% 53 7 175 Indian River 57,444 73% 15,017 39% 1,086 44% 740 10% 2,029 51 3,613 25 County Single Family Condominium Mobile Home Multifamily 2-9 Unit Multifamily 10+ Unit Parcels % Homesteaded Parcels % Homesteaded Parcels % Homesteaded Parcels % Homesteaded Dwelling Units Parcels Dwelling Units Jackson 10,324 66% 0 0% 3,107 65% 56 13% 217 60 - Jefferson 2,867 71% 0 0% 1,307 63% 53 26% 178 15 222 Lafayette 1,019 67% 0 0% 826 57% 8 13% 14 1 - Lake 119,692 74% 3,619 48% 16,301 59% 1,336 8% 3,553 176 15,215 Lee 248,337 66% 84,880 35% 15,789 37% 10,515 20% 23,845 289 33,004 Leon 73,488 71% 5,061 17% 6,747 55% 2,312 7% 6,556 362 32,159 Levy 8,058 72% 238 10% 9,562 62% 68 9% 209 12 423 Liberty 1,397 65% 0 0% 812 47% 61 69% 127 5 - Madison 3,225 61% 0 0% 1,762 66% 173 57% 414 10 395 Manatee 116,866 70% 35,438 40% 4,679 38% 4,443 18% 10,076 170 21,717 Marion 124,806 70% 2,502 37% 24,737 52% 3,622 38% 8,997 109 8,669 Martin 49,949 77% 14,966 44% 2,933 52% 1,078 13% 2,827 64 4,905 Miami-Dade 383,127 76% 382,264 36% 300 17% 31,605 26% 85,188 3,599 192,751 Monroe 29,353 43% 6,962 18% 4,687 25% 1,759 26% 4,546 46 2,996 Nassau 29,836 74% 4,084 23% 6,274 64% 372 27% 891 27 - Okaloosa 69,671 65% 13,590 12% 3,351 45% 758 6% 2,664 177 8,584 Okeechobee 7,478 70% 234 26% 5,853 47% 349 30% 896 10 367 Orange 335,605 69% 52,226 25% 6,159 52% 3,983 11% 9,853 1,110 158,879 Osceola 123,632 59% 13,695 15% 5,444 53% 1,044 9% 2,696 925 24,986 Palm Beach 377,170 73% 185,688 41% 3,671 32% 10,197 17% 28,510 855 75,777 Pasco 185,414 71% 11,844 44% 29,478 50% 3,158 38% 5,817 218 17,905 Pinellas 252,465 76% 103,994 47% 17,008 46% 12,435 29% 32,295 873 70,668 Polk 210,605 65% 8,497 32% 31,587 50% 6,706 18% 17,366 285 25,694 Putnam 17,160 66% 198 30% 15,393 53% 150 12% 380 30 1,287 Santa Rosa 63,909 74% 1,751 18% 6,492 49% 666 8% 1,687 57 2,805 Sarasota 155,601 68% 52,813 39% 11,888 40% 4,668 36% 10,857 190 16,936 Seminole 132,134 74% 15,139 35% 1,717 54% 1,148 11% 2,636 208 41,761 St. Johns 99,201 77% 14,562 37% 5,436 60% 1,618 43% 2,860 52 5,319 St. Lucie 117,429 74% 14,571 39% 4,536 51% 1,490 9% 3,385 78 6,351 Sumter 69,490 72% 512 59% 6,458 52% 104 7% 308 23 2,200 Suwannee 6,326 68% 0 0% 6,826 63% 57 2% 125 8 104 Taylor 5,488 58% 90 4% 3,231 52% 22 9% 69 11 344 26 County Single Family Condominium Mobile Home Multifamily 2-9 Unit Multifamily 10+ Unit Parcels % Homesteaded Parcels % Homesteaded Parcels % Homesteaded Parcels % Homesteaded Dwelling Units Parcels Dwelling Units Union 1,406 81% 18 11% 1,201 70% 1 0% - 15 - Volusia 184,265 71% 28,414 30% 7,371 57% 2,594 15% 7,161 309 25,515 Wakulla 9,250 74% 278 44% 3,397 61% 31 3% 74 5 160 Walton 37,006 43% 10,736 6% 5,285 43% 638 42% 1,089 38 - Washington 5,075 66% 0 0% 2,639 55% 27 4% - 1 - Florida Total 5,745,641 71% 1,605,160 37% 437,337 52% 155,994 21% 406,864 15,251 1,274,074 Source: Florida Department of Revenue, Name-Address-Legal File. Includes all parcels by housing type regardless of year built. Homesteaded parcels are the owner’s primary residence. Dwelling unit data may be missing for some multifamily developments. Dwelling unit counts are suppressed in counties where total dwelling units are less than 2 times the number of parcels for the multifamily 2-9 unit category and less than 10 times the number of parcels for the multifamily 10+ unit category. 27 APPENDIX 2. HOUSING PRODUCTION BY COUNTY AND HOUSING TYPE, 2022 County Single Family Condominium Mobile Home Multifamily 2-9 Unit Multifamily 10+ Unit Alachua 905 0 56 16 15 Baker 86 0 35 0 0 Bay 2,012 0 236 14 8 Bradford 70 0 38 0 2 Brevard 4,045 151 75 5 3 Broward 1,809 156 21 31 14 Calhoun 19 0 37 0 0 Charlotte 2,429 292 38 69 1 Citrus 1,286 0 145 12 0 Clay 1,630 0 118 0 2 Collier 3,312 654 27 4 4 Columbia 184 0 107 0 0 DeSoto 74 0 17 0 0 Dixie 19 0 39 0 0 Duval 5,338 0 59 7 16 Escambia 1,994 28 48 13 6 Flagler 2,014 0 37 122 0 Franklin 129 0 24 1 0 Gadsden 149 0 57 2 0 Gilchrist 101 0 70 0 0 Glades 64 1 16 0 0 Gulf 320 0 53 0 0 Hamilton 28 0 20 0 0 Hardee 42 0 20 2 0 Hendry 434 25 77 22 0 Hernando 1,367 0 114 2 0 Highlands 488 0 22 3 1 Hillsborough 6,638 110 59 7 23 Holmes 33 0 31 0 0 Indian River 1,224 8 7 5 1 Jackson 76 0 62 0 0 Jefferson 69 0 12 0 0 Lafayette 4 0 15 1 0 Lake 4,089 42 114 13 7 Lee 7,432 176 82 183 8 Leon 479 92 32 2 4 Levy 112 0 122 2 0 Liberty 8 0 18 0 0 Madison 35 0 36 1 0 28 County Single Family Condominium Mobile Home Multifamily 2-9 Unit Multifamily 10+ Unit Manatee 4,930 122 21 14 5 Marion 4,799 18 178 32 3 Martin 546 2 14 2 2 Miami-Dade 1,614 4,091 0 79 42 Monroe 291 124 2 3 2 Nassau 1,499 4 79 3 1 Okaloosa 1,146 32 72 4 3 Okeechobee 93 0 101 2 0 Orange 3,895 49 42 1 26 Osceola 5,778 118 21 17 11 Palm Beach 3,810 82 13 20 10 Pasco 7,019 8 177 0 6 Pinellas 957 143 43 70 11 Polk 9,235 5 200 21 10 Putnam 161 0 113 0 0 Santa Rosa 2,171 0 133 8 2 Sarasota 3,901 293 31 10 5 Seminole 1,026 0 9 1 5 St. Johns 5,638 27 72 3 5 St. Lucie 5,461 0 10 5 1 Sumter 4,003 0 27 0 2 Suwannee 84 0 116 0 0 Taylor 58 0 53 0 0 Union 31 0 16 0 0 Volusia 3,795 1 45 6 5 Wakulla 391 1 17 0 0 Walton 1,804 0 148 3 2 Washington 66 0 64 0 0 Florida Total 124,749 6,855 4,013 843 274 Source: Florida Department of Revenue, Name-Address-Legal File. Includes parcels in the current parcel inventory with actual year built 2022. Multifamily 2-9 and 10+ counts refer to parcels, not individual dwelling units. 29 APPENDIX 3. SALES VOLUME AND PRICES (2023 $) BY COUNTY, 2022 County Single Family Condominium Mobile Home Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Alachua 4,020 $232,841 $328,047 $434,636 776 $129,356 $167,387 $201,795 216 $117,455 $165,576 $206,970 Baker 248 $263,886 $313,042 $402,556 0 $0 $0 $0 63 $121,077 $165,058 $214,214 Bay 5,235 $269,060 $351,848 $475,927 2,100 $320,803 $424,288 $579,463 371 $93,136 $155,227 $201,795 Bradford 230 $155,227 $229,995 $310,454 2 $222,492 $231,806 $241,120 82 $77,614 $157,814 $201,795 Brevard 14,008 $284,583 $359,092 $465,682 2,456 $181,098 $269,060 $444,985 719 $113,833 $165,576 $201,795 Broward 21,258 $398,416 $532,947 $770,134 18,132 $155,227 $226,632 $340,465 291 $131,426 $173,854 $217,318 Calhoun 73 $144,879 $195,586 $264,921 0 $0 $0 $0 10 $72,439 $113,833 $181,098 Charlotte 6,133 $310,351 $397,382 $519,494 1,529 $191,447 $284,583 $388,068 338 $134,427 $170,750 $222,492 Citrus 4,195 $217,318 $279,409 $374,615 154 $160,401 $185,703 $289,757 819 $83,823 $134,530 $190,412 Clay 5,242 $294,932 $358,161 $429,462 177 $148,501 $212,144 $260,782 497 $98,207 $164,541 $238,015 Collier 7,366 $517,424 $716,063 $1,086,590 6,141 $331,151 $454,816 $705,766 106 $181,616 $235,169 $309,420 Columbia 709 $181,616 $263,886 $336,222 11 $139,704 $150,053 $159,367 294 $92,101 $155,227 $222,492 DeSoto 319 $205,935 $264,921 $388,068 47 $186,273 $222,492 $248,364 69 $124,182 $165,576 $217,318 Dixie 159 $117,973 $201,795 $331,151 14 $243,189 $265,439 $388,068 197 $67,369 $124,182 $181,098 Duval 20,507 $227,667 $315,629 $411,663 2,097 $164,437 $217,318 $279,512 361 $78,648 $134,530 $206,970 Escambia 6,771 $211,626 $294,828 $372,545 508 $170,750 $325,977 $627,635 92 $46,827 $87,962 $138,411 Flagler 4,304 $320,337 $377,720 $470,804 374 $279,409 $413,939 $641,606 88 $159,884 $206,400 $263,886 Franklin 382 $274,235 $517,424 $909,631 44 $283,031 $341,500 $574,858 44 $62,091 $116,420 $179,805 Gadsden 424 $137,117 $222,492 $315,629 0 $0 $0 $0 76 $62,091 $95,723 $159,108 Gilchrist 179 $199,726 $306,212 $413,836 0 $0 $0 $0 128 $87,962 $155,175 $218,353 Glades 95 $170,750 $253,538 $322,873 24 $38,807 $64,678 $107,624 118 $117,973 $165,834 $227,667 Gulf 569 $351,848 $491,553 $765,684 8 $427,392 $517,424 $777,792 64 $62,091 $113,833 $188,860 Hamilton 68 $113,833 $181,098 $254,573 0 $0 $0 $0 37 $113,833 $144,879 $181,098 Hardee 166 $144,879 $212,144 $266,991 0 $0 $0 $0 72 $72,957 $105,037 $165,058 Hendry 624 $201,795 $258,660 $310,454 33 $170,750 $205,417 $231,082 144 $119,008 $170,750 $238,015 30 County Single Family Condominium Mobile Home Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Hernando 5,426 $258,712 $317,336 $382,894 56 $116,420 $155,227 $181,098 767 $123,147 $162,989 $205,935 Highlands 2,097 $182,133 $243,189 $315,629 152 $109,435 $150,053 $187,307 313 $66,230 $92,101 $133,495 Hillsborough 25,403 $331,151 $405,867 $519,494 3,145 $170,750 $232,841 $341,500 413 $165,576 $227,667 $301,141 Holmes 123 $103,485 $160,401 $222,492 0 $0 $0 $0 31 $36,220 $77,614 $111,246 Indian River 4,126 $305,280 $387,033 $531,912 1,237 $171,267 $253,538 $465,682 44 $91,067 $131,943 $190,671 Jackson 409 $119,008 $181,098 $258,609 0 $0 $0 $0 73 $72,439 $129,356 $170,750 Jefferson 149 $191,447 $289,757 $410,628 0 $0 $0 $0 47 $71,922 $165,576 $227,667 Lafayette 51 $103,485 $180,064 $300,106 0 $0 $0 $0 28 $49,673 $129,356 $199,208 Lake 7,753 $312,524 $388,068 $481,204 403 $98,311 $164,541 $258,712 889 $124,182 $175,924 $227,667 Lee 21,010 $330,106 $418,079 $616,252 6,367 $239,050 $328,254 $454,298 988 $103,485 $150,053 $211,626 Leon 3,991 $191,447 $284,169 $406,695 524 $103,537 $154,192 $235,428 175 $55,882 $87,962 $131,426 Levy 465 $188,342 $259,747 $384,225 35 $150,053 $240,602 $331,151 445 $84,858 $134,427 $191,447 Liberty 39 $93,447 $164,541 $279,305 0 $0 $0 $0 14 $30,011 $49,155 $98,311 Madison 112 $98,828 $168,422 $284,583 0 $0 $0 $0 56 $74,509 $109,953 $180,012 Manatee 10,751 $398,416 $500,866 $683,000 2,879 $219,905 $320,803 $455,333 300 $95,723 $139,704 $196,518 Marion 11,371 $228,805 $286,653 $362,197 303 $103,485 $124,182 $150,053 1,070 $77,614 $130,391 $186,273 Martin 2,870 $388,068 $517,424 $816,288 997 $191,447 $251,365 $362,197 185 $155,227 $195,586 $243,189 Miami-Dade 15,438 $450,159 $569,166 $827,775 28,436 $276,304 $403,591 $615,735 1 $150,053 $150,053 $150,053 Monroe 1,628 $731,120 $1,034,848 $1,733,370 501 $465,682 $698,522 $1,010,012 225 $310,454 $408,558 $620,909 Nassau 2,735 $369,441 $444,467 $605,386 284 $417,561 $606,680 $833,053 238 $141,774 $212,661 $258,712 Okaloosa 5,031 $287,688 $357,023 $465,682 1,109 $332,186 $496,727 $714,045 101 $93,136 $169,612 $209,039 Okeechobee 418 $195,586 $263,886 $362,093 18 $96,241 $129,356 $139,704 454 $67,265 $126,510 $181,098 Orange 19,293 $346,674 $444,985 $594,210 4,008 $155,227 $204,589 $266,991 338 $114,868 $155,227 $206,970 Osceola 13,266 $354,435 $418,079 $516,389 1,478 $191,447 $258,712 $331,151 329 $144,879 $206,970 $274,235 Palm Beach 17,440 $465,682 $646,780 $957,234 13,978 $165,576 $253,538 $398,416 178 $129,356 $155,227 $216,283 Pasco 17,762 $284,583 $379,220 $488,448 1,113 $119,008 $155,227 $204,900 1,858 $77,614 $122,112 $181,098 31 County Single Family Condominium Mobile Home Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Number of Sales 25th Percentile Price 50th Percentile Price (Median) 75th Percentile Price Pinellas 12,786 $331,151 $426,513 $594,934 7,497 $186,273 $259,643 $429,462 977 $93,136 $134,530 $175,924 Polk 20,853 $288,723 $341,603 $403,591 786 $124,182 $158,177 $217,318 1,828 $93,136 $142,033 $196,518 Putnam 834 $150,053 $227,097 $315,629 19 $232,841 $284,583 $315,629 581 $76,475 $124,182 $181,098 St. Johns 9,893 $413,939 $520,011 $688,174 1,047 $258,712 $341,500 $525,703 270 $175,924 $243,189 $289,757 St. Lucie 10,797 $334,152 $396,761 $468,890 1,148 $186,273 $284,583 $491,553 211 $150,053 $201,795 $248,364 Santa Rosa 5,205 $294,932 $363,697 $467,648 143 $341,396 $486,379 $746,125 205 $81,753 $124,078 $175,924 Sarasota 10,491 $388,068 $497,762 $683,000 3,752 $284,583 $380,824 $620,909 592 $133,495 $167,697 $212,144 Seminole 7,627 $332,807 $413,939 $527,772 1,255 $153,157 $187,825 $235,428 89 $119,008 $169,715 $227,667 Sumter 7,817 $330,634 $405,453 $512,250 32 $129,615 $230,202 $243,189 305 $79,994 $139,704 $196,621 Suwannee 312 $159,884 $230,254 $300,623 0 $0 $0 $0 276 $89,514 $155,175 $221,975 Taylor 252 $117,559 $181,098 $305,280 6 $250,433 $277,857 $361,162 102 $93,136 $128,839 $193,517 Union 44 $202,830 $243,189 $324,942 0 $0 $0 $0 32 $71,922 $152,640 $187,463 Volusia 12,162 $284,583 $351,848 $434,636 2,455 $165,576 $289,757 $486,379 335 $132,461 $170,750 $227,667 Wakulla 791 $206,970 $317,698 $397,382 26 $172,820 $242,672 $315,629 140 $76,941 $134,013 $181,098 Walton 3,495 $455,230 $723,359 $1,497,528 1,252 $434,636 $619,874 $874,447 141 $98,311 $162,989 $222,492 Washington 211 $139,704 $201,174 $279,409 0 $0 $0 $0 73 $77,614 $124,182 $150,053 Florida Total 396,011 $310,454 $403,591 $560,577 121,068 $195,586 $300,106 $460,000 21,013 $95,206 $150,053 $206,970 Source: Florida Department of Revenue, Sales Data File. Includes home sales that took place in 2022, the most recent full year with data available. Arms-length sales only. Home prices adjusted to 2023 dollars using the Consumer Price Index. 32 APPENDIX 4. SURPLUS/DEFICIT OF AFFORDABLE AND AVAILABLE RENTAL HOUSING UNITS BY INCOME (% AMI), FLORIDA REGIONS, 2022 Region Counties Affordable/Available Units Minus Renter Households 0-30% AMI 0-40% AMI 0-50% AMI 0-60% AMI 0-80% AMI 0-120% AMI Cape Coral-Fort Myers, FL MSA Lee -12,127 -13,378 -18,568 -17,272 -12,349 -1,135 Deltona-Daytona Beach-Ormond Beach, FL MSA & Palm Coast, FL MSA Flagler, Volusia -10,014 -12,451 -15,516 -15,234 -9,359 -357 Fort Walton Beach-Crestview-Destin, FL MSA Okaloosa -1,883 -2,668 -3,766 -2,908 -2,236 1,338 Ft. Lauderdale Broward -38,051 -54,391 -70,488 -83,786 -84,246 -33,237 Gainesville, FL MSA (minus Gilchrist) Alachua -4,632 -6,362 -6,030 -3,822 2,323 3,351 Homosassa Springs, FL MSA Citrus -2,043 -2,341 -2,636 -2,663 -893 -620 Jacksonville, FL MSA plus Putnam Baker, Clay, Duval, Nassau, Putnam, St. Johns -33,046 -38,430 -42,592 -33,940 -20,099 4,418 Lakeland, FL MSA Polk -12,578 -17,497 -20,489 -18,582 -13,186 248 Miami-Dade Plus Monroe Miami-Dade, Monroe -62,467 -93,480 -108,871 -130,410 -134,458 -61,721 Naples-Marco Island, FL MSA Collier -4,858 -7,220 -10,087 -9,861 -7,936 -1,247 Northeast Nonmetropolitan Area (plus Gilchrist) Bradford, Columbia, Dixie, Gilchrist, Hamilton, Lafayette, Levy, Madison, Suwannee, Taylor, Union -3,311 -3,468 -4,482 -2,139 -51 865 Northwest Nonmetropolitan Area (plus Gadsden, Jefferson, & Wakulla) Calhoun, Franklin, Gadsden, Gulf, Holmes, Jackson, Jefferson, Liberty, Wakulla, Walton, Washington -4,521 -5,296 -4,372 -3,242 -1,003 36 Ocala, FL MSA Marion -6,173 -5,378 -6,830 -5,029 -1,586 3,216 Orlando-Kissimmee, FL MSA Lake, Orange, Osceola, Seminole -51,154 -70,138 -89,107 -94,715 -77,753 799 Palm Bay-Melbourne-Titusville, FL MSA Brevard -8,504 -11,491 -9,241 -6,901 -691 6,565 Panama City-Lynn Haven, FL MSA Bay -3,086 -3,254 -4,840 -4,839 -3,626 1,151 Pensacola-Ferry Pass-Brent, FL MSA Escambia, Santa Rosa -9,841 -11,125 -12,909 -9,855 -3,894 -612 Port St. Lucie, FL MSA Martin, St. Lucie -7,410 -8,979 -9,712 -8,956 -6,229 683 Punta Gorda, FL MSA Charlotte -62 -1,173 -2,475 -2,659 -1,904 -579 Sarasota-Bradenton-Venice, FL MSA Manatee, Sarasota -11,394 -16,597 -19,873 -17,238 -10,255 3,057 Sebastion-Vero Beach, FL MSA Indian River, Okeechobee -1,769 -1,923 -2,402 -2,499 -1,303 10 33 Region Counties Affordable/Available Units Minus Renter Households 0-30% AMI 0-40% AMI 0-50% AMI 0-60% AMI 0-80% AMI 0-120% AMI South Nonmetropolitan Area (minus Monroe) DeSoto, Glades, Hardee, Hendry, Highlands -3,417 -4,566 -5,396 -5,913 -2,835 -1,469 Tallahassee, FL MSA (minus Gadsden, Jefferson & Wakulla) Leon -6,053 -7,018 -5,982 -2,315 540 2,293 Tampa-St. Petersburg-Clearwater, FL MSA Hernando, Hillsborough, Pasco, Pinellas -64,236 -81,384 -90,984 -83,379 -60,011 3,994 The Villages, FL MSA Sumter -630 -891 -962 -713 -839 387 West Palm Beach-Boca Raton Palm Beach -28,122 -37,675 -43,874 -45,133 -33,296 -7,728 State of Florida Total -391,382 -518,574 -612,484 -614,003 -487,175 -76,294 Source: Shimberg Center analysis of U.S. Census Bureau, 2022 American Community Survey. Values are the difference between renter households and affordable/available units at each income level. Negative value means that renter households outnumber affordable/available units. CITY OF CLEARWATER NOTICE OF PUBLIC HEARING ENACTMENT OF RESOLUTION NOTICE IS HEREBY GIVEN that the City of Clearwater City Council will hold a public hearing at the Clearwater Main Library, 100 N. Osceola Ave., Clearwater, FL 33755, at the regularly scheduled meeting beginning at 6:00 P.M., Thursday, December 5, 2024, at which time they will consider the following proposed resolution for adoption into law. RESOLUTION 24-19 A RESOLUTION OF THE CITY OF CLEARWATER, OPTING OUT OF PROVIDING THE 80%-120% AMI MISSING MIDDLE PROPERTY TAX EXEMPTION TO DEVELOPMENTS THAT WOULD OTHERWISE QUALIFY PURSUANT TO THE LIVE LOCAL ACT; PROVIDING AN EFFECTIVE DATE. This resolution in its entirety may be inspected at the Office of the City Clerk, Monday through Friday, during the regular business hours the City Hall is open for the transaction of business, 8:30 A.M. to 5:00 P.M. All interested parties may appear at these hearings and be heard with respect to the proposed resolution. You are hereby advised that, if any person decides to appeal any decision made with respect to any matter considered at such hearings, such person will need a record of the proceedings and for such purposes may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based, per Fla. Stat. § 286.0105. The City of Clearwater does not furnish verbatim transcripts, and should one be desired, arrangements should be made in advance by the interested party (i.e., Court Reporter). Any person with a disability requiring reasonable accommodation in order to participate in this meeting should contact the City Clerk’s Office with their request. Phone (727) 562-4090. Rosemarie Call, MPA, CMC City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1456 Agenda Date: 12/5/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.2 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 six parks (Mercado, Bayshore Trail, North Betty Lane Neighborhood Park, Lake Chataqua Equestrian Park and Nature Preserve, McLennan Circle Park and Rainbow Drive Park); remove one park (Holt Avenue); and pass Ordinance 9806-24 on first reading. SUMMARY: Proposed Ordinance No. 9806-24 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 and one new park, the Mercado. All five of the existing parks will be closed Sunset to Sunrise (open Sunrise to Sunset) while the Mercado will be closed between 9:00 p.m. and 6:00 a.m. Finally, the proposed Ordinance will remove the Holt Avenue Property as that land area has been incorporated into the Phillip Jones Park. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 12/3/2024 File Number: ID#24-1456 N/A STRATEGIC PRIORITY: Approval of the name and operating hours modifications support 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. Page 2 City of Clearwater Printed on 12/3/2024 ORDINANCE NO. 9806-24 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) TO UPDATE SEVERAL PARK HOURS OF OPERATION ADD FIVE EXISTING PARKS HOURS AND ONE NEW PARK’S HOURS; 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 wished to add one new park to the ordinance list, the Mercado and set hours for that park; 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 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. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: 2 Ordinance No. 9770-24 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 CLIFF STEPHENS PARK COOPERS BAYOU PARK 3 Ordinance No. 9770-24 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 MAGNOLIA STREET DOCK MANDALAY PARK 4 Ordinance No. 9770-24 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 TERRACE LAKE TOWN PLACE PARK 5 Ordinance No. 9770-24 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 MERCADO 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 FOREST RUN PARK 6 Ordinance No. 9770-24 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 JACK RUSSELL STADIUM 7 Ordinance No. 9770-24 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 24-14 Agenda Date: 12/5/2024 Status: Public HearingVersion: 1 File Type: ResolutionIn Control: Public Works Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve a Community Aesthetic Features Agreement (CAFA) between the City of Clearwater and the Florida Department of Transportation (FDOT) for a local identification marker on a new pedestrian overpass bridge at the SR 60 and Courtney Campbell Causeway Trail east of Bayshore Boulevard in the amount of $15,000.00, adopt Resolution 24-14, and authorize the appropriate officials to execute same. SUMMARY: As City of Clearwater redevelops and grows, opportunities arise to increase public recognition and community pride in the city. Branding and wayfinding enhancements to transportation facilities and infrastructure are important components of these goals and serve to guide customers and visitors to their destinations. The pedestrian overpass, at the SR60 Courtney Campbell Causeway Trail, to be constructed by FDOT, offers the opportunity for aesthetic lighting features and branding. The City is proposing identification aesthetic features affixed to the new overpass when constructed. As shown in the Community Aesthetic Features Agreement (CAFA), the sign will feature the city logo with the tag line “Bright and Beautiful, Bay to Beach” underneath. March 18, 2024, City Council approved a Locally Funded Agreement (LFA) between FDOT, and the City of Clearwater to fund $750,000 for the construction of aesthetic features on the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail and approved a Maintenance Memorandum of Agreement (MOA) for the maintenance of the pedestrian bridge, including aesthetic features on the SR 60 (Gulf to Bay Boulevard/Courtney Campbell Causeway) Pedestrian Overpass (Bridge) from Courtney Campbell Trail to Bayshore Trail. The city will be responsible for maintenance, as established in the previous LFA. The CAFA requires payment of $15,000.00 deposit to restore the right-of-way to its original condition, if needed. By passing Resolution 24-14, City Council is approving the CAFA and the information contained within. Architectural plans, Exhibit A of the CAFA, show renderings on pages 48 and 55 of 60. APPROPRIATION CODE AND AMOUNT: 3157572-581000-93618 $15,000 Funds are available in Capital Improvement Project 315-93618, Misc. Parks & Recreation Contract Services, which is funded by General Fund revenues. STRATEGIC PRIORITY: Objectives 2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and 3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 12/3/2024 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION COMMUNITY AESTHETIC FEATURE AGREEMENT 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 1 of 12 FORM # OFFICE DATE Page 1 of 12 State Road/Local Road Section No. CAFA No. This Community Aesthetic Feature Agreement (“Agreement”) is entered into this day of , between the State of Florida, Department of Transportation (“Department”) and (“Agency”). The Department and the Agency are sometimes referred to in this Agreement as a “Party” and collectively as the “Parties.” RECITALS A. The Agency has requested permission from the Department to install a [CHOOSE ONE: Public Art, Local Identification Marker] community aesthetic feature on that certain right-of-way owned by the Department which is located on State Road/Local Road at MP in County, Florida (“Project”). B. The Department agrees that transportation facilities enhanced by community aesthetic features can benefit the public, result in positive economic development, and increase tourism both locally and throughout Florida. C. The Parties agree to the installation and maintenance of the Project, subject to the terms and conditions in this Agreement. AGREEMENT 1. TERM. The term of this Agreement shall commence upon full execution of this Agreement (“Effective Date”) and continue through , which is determined as the lifespan of the Project, unless terminated at an earlier date as provided in this Agreement. If the Agency does not complete the installation of the Project within ( ) days of the Effective Date of this Agreement, the Department may immediately terminate this Agreement. This Agreement may only be renewed for a term no longer than the original term of this Agreement upon a writing executed by both Parties to this Agreement. 2. PROJECT DESCRIPTION. The Project is a [CHOOSE ONE: Public Art, Local Identification Marker], as more fully described in the plans in Exhibit “A”, attached and incorporated in this Agreement. 3. FUNDING OF THE PROJECT. The Agency has agreed by resolution to approve the Project and to fund all costs for the design, installation, and maintenance of the Project, and such resolution is attached and incorporated in this Agreement as Exhibit “D”. The Department shall not be responsible for any costs associated with the Project. All improvements funded, constructed, and installed by the Agency shall remain the Agency’s property. However, this permissive use of the Department’s right-of-way where the Project is located does not vest any property right, title, or interest in or to the Agency for the Department’s right-of-way. 4. DESIGN AND CONSTRUCTION STANDARDS AND REQUIRED APPROVALS. a. The Agency is responsible for the design, construction, and maintenance of the Project in accordance with all applicable federal, state and local statutes, rules and regulations, including the Department standards and specifications. A professional engineer, registered in Florida, shall provide the certification that all design and construction for the Project meets the minimum construction standards established by the Department and applicable Florida Building Code construction standards. The Agency shall submit all plans or related construction documents, cost estimates, project schedule, and applicable third party agreements to the Department for review and approval prior to installation of the Project. The Agency is responsible for the preparation of all design plans for the Project, suitable for reproduction on 11 inch by 17 inch sheets, together with a complete set of specifications covering all construction requirements for the Project. A copy of the design plans shall be provided to the Department’s District Design Engineer, located at . The Department will review the plans for conformance to the Department’s requirements and feasibility. The Department review shall not be considered an adoption of the plans nor a substitution for the engineer’s responsibility for the plans. By review of the plans, the Department signifies only that such plans and improvements satisfies the Department’s requirements, and the Department expressly 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 2 of 12 disclaims all other representations and warranties in connection with the plans, including, but not limited to the integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in accordance with the plans. The Department’s review of the plans does not relieve the Agency, its consultants or contractors of any professional or other liability for the plans. All changes required by the Department shall be made by the Agency and final corrected plans shall be provided to the Department within thirty (30) days. b. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility. Section 337.403, Florida Statutes, shall determine whether the utility bears the costs of utility work. The Agency shall bear the costs of utility work not required to be borne by the utility by Section 337.403, Florida Statutes. c. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic (“MOT”) throughout the course of the Project in accordance with the latest edition of FDOT Standard Specifications, Section 102. The Agency is responsible for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of FDOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from FDOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department prior to implementation. d. The Agency is responsible for obtaining all permits that may be required by any federal, state, or local agency. e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from the Department’s Construction Project Manager, , at ( ) - or from an appointed designee. f. The Agency is authorized, subject to the conditions in this Agreement, to enter Department’s right-of-way to install the Project (see attached Exhibit “B” Special Provisions). The Parties agree that this Agreement creates a permissive use only. Neither the granting of permission to use Department’s right-of-way nor the placing of facilities upon Department’s right-of-way shall operate to create or vest any property right in or to the Agency. The Agency shall not acquire any right, title, interest, or estate in the Department’s right-of-way, of any nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement including, but not limited to, the Agency’s use, occupancy or possession of the Department’s right-of-way. g. The Department shall have the right, but not the obligation, to perform independent assurance testing during the course of construction and throughout the maintenance term of the Project. If the Department determines that a condition exists which threatens the public’s safety, the Department may, at its discretion, cause the Project to cease and/or immediately have any potential hazards removed from its right-of-way at the sole cost, expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty (30) days, the Department may remove the safety hazard at the Agency’s sole cost, expense, and effort. h. The Agency shall be responsible to ensure that construction of the Project is performed in accordance with the approved construction documents, and that it will meet all applicable federal, state, and local standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit “C”. i. The Agency shall notify the Department a minimum of forty eight (48) hours before beginning the Project within the Department’s right-of-way. The Agency shall notify the Department should installation be suspended for more than five (5) working days. j. Upon completion of the Project, the Agency shall notify the Department in writing of the completion of the installation of the Project. For all design work that originally required certification by a Professional Engineer, the notification shall contain a Responsible Professional’s Certification of Compliance, signed and sealed by the responsible professional for the project, the form of which is attached to this 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 3 of 12 Agreement as Exhibit “E”. The certification shall state that work has been completed in compliance with the Project construction plans and specifications. If any deviations are found from the approved plans, the certification shall include a list of all deviations along with an explanation that justifies the reason to accept each deviation. The Agency and its contractors shall remove their presence, including, but not limited to, all of the Agency or its contractor’s/ subcontractor’s/ consultant’s/ subconsultant’s property, machinery, and equipment from the Department’s right-of-way and shall restore those portions of the Department’s right-of-way disturbed or otherwise altered by the Project to substantially the same condition that existed immediately prior to the commencement of the Project, at Agency’s sole cost and expense. k. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department’s written notice to complete the Project and provide the Department with written notice of the same (“Notice of Completion”). If the Agency fails to timely deliver the Notice of Completion, or if it is determined that the Project is not properly completed after receipt of the Notice of Completion, the Department may: 1) provide the Agency with written authorization granting additional time as the Department deems appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency’s sole cost and expense, without Department liability to the Agency for any resulting loss or damage to property, including but not limited to machinery and equipment. If the Department elects to correct the deficiency(ies), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the date of the invoice. l. Upon completion of the Project, the Agency shall be responsible for the perpetual maintenance of the Project, including all costs. The maintenance schedule shall include initial defect, instantaneous damage and deterioration components. The initial defect maintenance inspection should be conducted, and any required repairs performed during the construction phase. The instantaneous damage maintenance inspection should be conducted sixty (60) to ninety (90) days after placement and is intended to identity short term damage that does not develop over longer time periods. The deterioration maintenance inspection shall be conducted on regular, longer term intervals and is intended to identify defects and damages that occur by naturally occurring chemical, physical or biological actions, repeated actions such as those causing fatigues, normal or severe environmental influences, abuse or damage due to other causes. Deterioration maintenance shall include, but is not limited to, the following services: m. The Agency shall, within thirty (30) days after expiration or termination of this Agreement, remove the Project and restore the right-of-way to its original condition prior to the Project. The Agency shall secure its obligation to remove the Project and restore the right-of-way by providing a removal and restoration deposit, letter of credit, or performance bond in the amount of $ . The removal and restoration deposit, letter of credit, or bond shall be maintained by the Agency at all times during the term of this Agreement and evidence of the deposit, letter of credit, or bond shall be submitted to the Department on an annual basis. A waiver of the deposit, letter of credit, or bond requirement is permitted with approval from the District Maintenance Engineer for those installations with estimated restoration/removal costs less than or equal to $2000.00. District Maintenance Engineer, Date: . n. The Department reserves its right to cause the Agency to relocate or remove the Project, in the Department’s sole discretion, and at the Agency’s sole cost. 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 4 of 12 5.INDEMNITY AND INSURANCE. a.The Agency agrees to include the following indemnification in all contracts with contractors, subcontractors, consultants, and subconsultants, who perform work in connection with this Agreement: "The contractor/ subcontractor/ consultant/ subconsultant shall indemnify, defend, save and holdharmless the State of Florida, Department of Transportation and all of its officers, agents or employeesfrom all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, ordue to any negligent act or occurrence of omission or commission of the contractor/ subcontractor/consultant/ subconsultant, its officers, agents or employees." b.The Agency shall carry or cause its contractor/ subcontractor/ consultant/ subconsultant to carry and keep in force during the period of this Agreement a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with combined bodily injury limits of at least $1,000,000 per person and $5,000,000 each occurrence, and property damage insurance of at least $100,000 each occurrence, for the services to be rendered in accordance with this Agreement. Additionally, the Agency or its contractor/ subcontractor/ consultant/subconsultant shall cause the Department to be an additional insured party on the policy or policies, and shall provide the Department with certificates documenting that the required insurance coverage is in place and effective. In addition to any other forms of insurance or bonds required under the terms of the Agreement, when it includes construction within the limits of a railroad right-of-way, the Agency must provide or cause its contractor to obtain the appropriate rail permits and provide insurance coverage in accordance with Section 7-13 of the Department’s current Standard Specifications for Road and Bridge Construction, as amended. c.The Agency shall also carry or cause its contractor/ subcontractor/ consultant/ subconsultant to carry and keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's Compensation Law. 6. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Party, shall be in writing, and shall be transmitted either by personal hand delivery; United States Post Office, return receipt requested; or, overnight express mail delivery. E-mail and facsimile may be used if the notice is also transmitted by one of the preceding forms of delivery. The addresses set forth below for the respective parties shall be the places where notices shall be sent, unless prior written notice of change of address is given. STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION DISTRICT PROGRAM MANAGER Phone: Fax: COUNTY [OR CITY], FLORIDA Phone: Fax: 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 5 of 12 7. TERMINATION OF AGREEMENT. The Department may terminate this Agreement upon no less than thirty (30) days notice in writing delivered by certified mail, return receipt requested, or in person with proof of delivery. The Agency waives any equitable claims or defenses in connection with termination of the Agreement by the Department pursuant to this Paragraph 7. 8. LEGAL REQUIREMENTS. a. This Agreement is executed and entered into in the State of Florida and will be construed, performed, and enforced in all respects in strict conformity with local, state, and federal laws, rules, and regulations. Any and all litigation arising under this Agreement shall be brought in a state court of appropriate jurisdiction in Leon County, Florida, applying Florida law. b. If any term or provision of the Agreement is found to be illegal or unenforceable, the remainder of the Agreement will remain in full force and effect and such term or provision will be deemed stricken. c. The Agency shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Agency in conjunction with this Agreement. Failure by the Agency to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. d. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department’s right- of-way. 9. PUBLIC ENTITY CRIME. The Agency affirms that it is aware of the provisions of Section 287.133(2)(a), Florida Statutes. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty six (36) months from the date of being placed on the convicted vendor list. The Agency agrees that it shall not violate Section 287.133(2)(a), Florida Statutes, and further acknowledges and agrees that any conviction during the term of this Agreement may result in the termination of this Agreement. 10. UNAUTHORIZED ALIENS. The Department will consider the employment of unauthorized aliens, by any contractor or subcontractor, as described by Section 274A(e) of the Immigration and Nationalization Act, cause for termination of this Agreement. 11. NON-DISCRIMINATION. The Agency will not discriminate against any employee employed in the performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief, disability, national origin, or sex. The Agency shall provide a harassment-free workplace, with any allegation of harassment given priority attention and action by management. The Agency shall insert similar provisions in all contracts and subcontracts for services by this Agreement. 12. DISCRIMINATORY VENDOR LIST. The Agency affirms that it is aware of the provisions of Section 287.134(2)(a), Florida Statutes. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. The Agency further agrees 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 6 of 12 that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list during the term of this Agreement may result in the termination of this Agreement. 13. ATTORNEY FEES. Each Party shall bear its own attorney’s fees and costs. 14. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement. 15. PRESERVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy accruing to either Party upon breach or default by either Party under this Agreement, will impair any such right, power or remedy of either party; nor will such delay or omission be construed as a waiver of any breach or default or any similar breach or default. 16. MODIFICATION. This Agreement may not be modified unless done so in a writing executed by both Parties to this Agreement. 17. NON-ASSIGNMENT. The Agency may not assign, sublicense, or otherwise transfer its rights, duties, or obligations under this Agreement without the prior written consent of the Department. Any assignment, sublicense, or transfer occurring without the required prior written approval of the Department will be null and void. The Department will at all times be entitled to assign or transfer its rights, duties, or obligations under this Agreement to another governmental agency in the State of Florida, upon giving prior written notice to the Agency. In the event that the Department approves transfer of the Agency’s obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this Agreement. 18. BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and their respective successors and assigns. Nothing in this Agreement is intended to confer any rights, privileges, benefits, obligations, or remedies upon any other person or entity except as expressly provided for in this Agreement. 19. INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any party because that party or that party’s legal representative drafted the provision. 20. ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a part by reference, embodies the entire agreement of the Parties. There are no provisions, terms, conditions, or obligations other than those contained in this Agreement. This Agreement supersedes all previous communication, representation, or agreement, either verbal or written, between the Parties. No amendment will be effective unless reduced to writing and signed by an authorized officer of the Agency and the authorized officer of the Department or his/her delegate. 21. DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals. The remainder of this page is intentionally left blank. 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 7 of 12 Section No. CAFA No. AGENCY By: Print Name: Title: As approved by the Council, Board, or Commission on: Attest: Legal Review: City or County Attorney DEPARTMENT State of Florida, Department of Transportation By: Print Name: Title: Date: Legal Review: 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 8 of 12 Section No. CAFA No. EXHIBIT “A” PROJECT DESCRIPTION I. SCOPE OF SERVICES [Provide a description of the improvements proposed within the Department's right-of-way] II. PROJECT PLANS The Agency is authorized to install the Project in accordance with the attached plans prepared by , P.E./R.L.A./Architect and dated . Any revisions to these plans must be approved by the Department in writing. SHEET TYPESHEET NO.SHEET NAMEGENERAL A-01 KEY SHEETGENERAL A-02 SIGNATURE SHEETGENERAL A-03 GENERAL NOTESSTRUCTURAL A-04 STRUCTURAL NOTESSTRUCTURAL A-05 OVERALL BRIDGE PLAN STRUCTURAL A-06 BRIDGE DECK LEVEL STRUCTURAL A-07 ISO - BRIDGE (1) STRUCTURAL A-08 ISO - BRIDGE (2) STRUCTURAL A-09 BRIDGE TOP OF TRUSS (1) STRUCTURAL A-10 BRIDGE TOP OF TRUSS (2) STRUCTURAL A-11 BRIDGE ELEVATIONS (1) STRUCTURAL A-12 BRIDGE ELEVATIONS (2) STRUCTURAL A-13 BRIDGE ELEVATIONS (3) STRUCTURAL A-14 BRIDGE ELEVATIONS (4) STRUCTURAL A-15 ISO - BRIDGE CANOPY STRUCTURAL A-16 BRIDGE CANOPY (1) STRUCTURAL A-17 BRIDGE CANOPY (2) STRUCTURAL A-18 STEEL TRUSS DETAILS (1) STRUCTURAL A-19 STEEL TRUSS DETAILS (2) STRUCTURAL A-20 STEEL TRUSS DETAILS (3) STRUCTURAL A-21 STEEL TRUSS DETAILS (4) STRUCTURAL A-22 STEEL TRUSS DETAILS (5) STRUCTURAL A-23 OVERLOOK CONNECTION DETAILS ARCHITECTURAL A-24 OVERALL SITE PLAN ARCHITECTURAL A-25 FLOOR PLAN ARCHITECTURAL A-26 ROOF PLAN ARCHITECTURAL A-27 ENLARGED ROOF PLAN ARCHITECTURAL A-28 OVERALL ELEVATIONS ARCHITECTURAL A-29 OVERLOOK ELEVATIONS ARCHITECTURAL A-30 OVERPASS ENLARGED ELEVATION (1) ARCHITECTURAL A-31 OVERPASS ENLARGED ELEVATION (2) ARCHITECTURAL A-32 OVERPASS ENLARGED ELEVATION (3) ARCHITECTURAL A-33 ENCLOSURE MATERIALS (1) ARCHITECTURAL A-34 ENCLOSURE MATERIALS (2) ARCHITECTURAL A-35 SECTIONS ARCHITECTURAL A-36 ENLARGED PLANS ARCHITECTURAL A-37 DETAILS (1) ARCHITECTURAL A-38 DETAILS (2) ARCHITECTURAL A-39 DETAILS (3) ARCHITECTURAL A-40 PERSPECTIVES ELECTRICAL A-41 ELECTRICAL GENERAL NOTES, SYMBOL LEGEND AND LUMINAIRE SCHEDULE ELECTRICAL A-42 LUMINAIRE SCHEDULE AND CUT SHEETS ELECTRICAL A-43 ELECTRICAL PLAN ELECTRICAL A-44 OVERPASS ELEVATIONS - LIGHTING ELECTRICAL A-45 PHOTOMETRIC PLAN ELECTRICAL A-46 ELECTRICAL RISER DIAGRAM ELECTRICAL A-47 ELECTRICAL DETAILS (1) ELECTRICAL A-48 ELECTRICAL DETAILS (2)TOTAL SHEETS: 48LAKEOKEECHOBEETALLAHASSEEORLANDOMIAMIPENSACOLACHIPLEYPANAMA CITYLAKE CITYJACKSONVILLEGAINESVILLEST AUGUSTINEOCALADELANDDAYTONA BEACHTAMPAOVIEDOSARASOTAFT. PIERCEKEY WESTSHEET NO.FISCAL YEARSTATE OF FLORIDAINDEX OF ARCHITECTURAL PLANSCONSTRUCTION CONTRACT NO.ERIC LUTTMANN, AIALICENSE NUMBER AR 97111WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD.SUITE 375 TAMPA, FL 33607VENDOR NO. F650271367001ARCHITECTURAL PLANS ARCHITECT OF RECORD:DINYAR SHARIFABAD, PEFDOT PROJECT MANAGER:DEPARTMENT OF TRANSPORTATIONPROJECT LOCATIONARCHITECTURAL PLANS THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.T7532CONSTRUCTION DOCUMENTSMARCH 2024DWG NO.AG-000A-0124FINANCIAL PROJECT ID 437498-1-52-02PINELLAS COUNTY (15040)SR 60 (CCAMPBELL) PEDESTRIAN OVERPASS FROM CCAMPBELL TRAIL TO BAYSHORE TRAILFINANCIAL PROJECT ID 437498-1-52-01(FEDERAL FUNDS) REGISTEREDARHCITECTTATEOFFLORIDASAR97111✩ERICLUTTMANNFINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONAG-001SIGNATURE SHEETPINELLAS437498-1-52-02SR 60THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BYON THE DATE ADJACENT TO THE SEALPRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGN AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD, SUITE 375, TAMPA, FL 33607ERIC LUTTMANN, AIA AR97111THE ABOVE NAMED REGISTERED ARCHITECT SHALL BE RESPONSIBLE FOR THE FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G1-16.005, F.A.C.THE ABOVE NAMED PROFESSIONAL ENGINEER SHALL BE RESPONSIBLE FOR THE FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G15-23.004, F.A.C.SHEET TYPESHEET NO.SHEET NAMETHIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BYON THE DATE ADJACENT TO THE SEALPRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGN AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES.WGI, INC.2035 VISTA PARKWAYWEST PALM BEACH, FL 33411CHRISTOPHER B LAFORTE P.E. NO. 76797SHEET TYPESHEET NAMEGENERAL A-01 KEY SHEETGENERAL A-02 SIGNATURE SHEETGENERAL A-03 GENERAL NOTESARCHITECTURAL A-24 OVERALL SITE PLANARCHITECTURAL A-25 FLOOR PLANARCHITECTURAL A-26 ROOF PLANARCHITECTURAL A-27 ENLARGED ROOF PLANARCHITECTURAL A-28 OVERALL ELEVATIONSARCHITECTURAL A-29 OVERLOOK ELEVATIONSARCHITECTURAL A-30 OVERPASS ENLARGED ELEVATION (1)ARCHITECTURAL A-31 OVERPASS ENLARGED ELEVATION (2)ARCHITECTURAL A-32 OVERPASS ENLARGED ELEVATION (3)ARCHITECTURAL A-33 ENCLOSURE MATERIALS (1)ARCHITECTURAL A-34 ENCLOSURE MATERIALS (2)ARCHITECTURAL A-35 SECTIONSARCHITECTURAL A-36 ENLARGED PLANSARCHITECTURAL A-37 DETAILS (1)ARCHITECTURAL A-38 DETAILS (2)ARCHITECTURAL A-39 DETAILS (3)ARCHITECTURAL A-40 PERSPECTIVESGENERAL A-02 SIGNATURE SHEETSTRUCTURAL A-04 STRUCTURAL NOTESSTRUCTURAL A-05 OVERALL BRIDGE PLANSTRUCTURAL A-06 BRIDGE DECK LEVELSTRUCTURAL A-07 ISO - BRIDGE (1)STRUCTURAL A-08 ISO - BRIDGE (2)STRUCTURAL A-09 BRIDGE TOP OF TRUSS (1)STRUCTURAL A-10 BRIDGE TOP OF TRUSS (2)STRUCTURAL A-11 BRIDGE ELEVATIONS (1)STRUCTURAL A-12 BRIDGE ELEVATIONS (2)STRUCTURAL A-13 BRIDGE ELEVATIONS (3)STRUCTURAL A-14 BRIDGE ELEVATIONS (4)STRUCTURAL A-15 ISO - BRIDGE CANOPYSTRUCTURAL A-16 BRIDGE CANOPY (1)STRUCTURAL A-17 BRIDGE CANOPY (2)STRUCTURAL A-18 STEEL TRUSS DETAILS (1)STRUCTURAL A-19 STEEL TRUSS DETAILS (2)STRUCTURAL A-20 STEEL TRUSS DETAILS (3)STRUCTURAL A-21 STEEL TRUSS DETAILS (4)STRUCTURAL A-22 STEEL TRUSS DETAILS (5)STRUCTURAL A-23 OVERLOOK CONNECTION DETAILSTHE ABOVE NAMED PROFESSIONAL ENGINEER SHALL BE RESPONSIBLE FOR THE FOLLOWING SHEETS IN ACCORDANCE WITH RULE 61G15-23.004, F.A.C.THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BYON THE DATE ADJACENT TO THE SEALPRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGN AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD, SUITE 375, TAMPA, FL 33607ROBERT C. ANSTON P.E. NO. 40858SHEET TYPESHEET NAMEGENERAL A-02 SIGNATURE SHEETELECTRICAL A-41 ELECTRICAL GENERAL NOTES, SYMBOL LEGEND ANDLUMINAIRE SCHEDULEELECTRICAL A-42 LUMINAIRE SCHEDULE AND CUT SHEETSELECTRICAL A-43 ELECTRICAL PLANELECTRICAL A-44 OVERPASS ELEVATIONS - LIGHTINGELECTRICAL A-45 PHOTOMETRIC PLANELECTRICAL A-46 ELECTRICAL RISER DIAGRAMELECTRICAL A-47 ELECTRICAL DETAILS (1)ELECTRICAL A-48 ELECTRICAL DETAILS (2)No. 76797PROFESSIONEGNINEERALSTATE OFFLORIDALICENSEHITOERREAFOTPLCRSHB.No. Date Issue / RevisionA-02A-02SHEET NO.SHEET NO. SYMBOLS LEGEND SEE SHEETS FOR SPECIFIC SYMBOLS AA-101 NUMBER SEQUENCE DISCIPLINE / DRAWING TYPE DRAWING NUMBER DRAWING NUMBER NORTH ARROW 1 1 A 1AA101 AA1011 1 1 1 2 4 3 INTERIOR ELEVATION REFERENCE EXTERIOR ELEVATION REFERENCE SHEET ON WHICH ELEVATION IS DRAWN SHEET ON WHICH ELEVATION IS DRAWN SHEET ON WHICH SECTION IS DRAWN BUILDING SECTION NUMBER ARROW & TAIL INDICATE DIRECTION OF SECTION BUILDING SECTION REFERENCE SHEET ON WHICH SECTION IS DRAWN WALL SECTION NUMBER ARROW & TAIL INDICATE DIRECTION OF SECTION WALL SECTION / DETAIL REFERENCE AA101 1 SHEET ON WHICH SECTION IS DRAWN DETAIL SECTION NUMBER DETAIL CALLOUT REFERENCE Room Name 0-0000 NET SF ROOM TAG DOOR TAG WINDOW TAG G# WALL TAG 1t LEVEL NAMEEL 0'-0" SPOT ELEVATION LEVEL HEAD 8'-0" AFF A STRUCTURAL GRIDS 001 REVISION TAG EQUIPMENT TAG CENTERLINENOTE TAG 1 GRAPHIC SCALE ALIGN LOCATION / SHEET TYPE 1 CONTROL JOINT CJ2'0'8'4' 1. ALL WORK SHALL BE PERFORMED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THE CODES AS LISTED IN THIS DRAWING SET. 2. IN SOME CASES, THE REQUIREMENTS SET FORTH IN THE CONSTRUCTION DRAWINGS AND TECHNICAL SPECIAL PROVISIONS EXCEED THE MINIMUM REQUIREMENTS OF THE CODE. 3. COORDINATE THE SEQUENCING AND EXECUTION OF ALL TRADES IN STRICT CONFORMANCE WITH THE REQUIREMENTS OF ALL CONSTRUCTION DRAWINGS AND CONTRACT DOCUMENTS. 4. PROTECT THE PUBLIC FROM CONSTRUCTION ACTIVITIES AND PROVIDE FOR A SECURE CONSTRUCTION SITE. 5. PERFORM ALL WORK WITH STRICT ADHERENCE TO MANUFACTURERS' STANDARD INSTALLATION INSTRUCTIONS, AS WELL AS PER ENGINEERED SYSTEM/ASSEMBLY OR APPLICABLE PRODUCT APPROVAL. 6. ASSURE MATERIALS AND SYSTEMS COMPATIBILITY THROUGHOUT, TYPICAL. 7. PROVIDE MEANS AND METHODS TO ELIMINATE CONTACT BETWEEN DISSIMILAR METALS CAUSING GALVANIC CORROSION, TYPICAL. 8. PROVIDE RECOMMENDED ARCHITECTURAL STEEL FRAMING SPLICE LOCATIONS FOR MULTI-DISCIPLINARY REVIEW. 9. REFER TO ALL PLANS AND OTHER CONTRACT DOCUMENTS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION, TYP. 10. ALL 3D IMAGES ARE SHOWN FOR ILLUSTRATIVE PURPOSES ONLY. THEY ARE NOT INTENDED FOR USE IN CONSTRUCTION AND DETAILING OF THE PROJECT. 11. THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION. GENERAL NOTESBUILDING CODES LIST CODE COMPLIANCE ALL WORK SHALL BE PERFORMED IN STRICT ACCORDANCE WITH THE FOLLOWING CODES: - FLORIDA BUILDING CODE 8TH EDITION, 2023 - INCLUDING CHAPTER 35 REFERENCED STANDARDS- FLORIDA BUILDING CODE 8TH EDITION, 2023 - ENERGY CONSERVATION - FLORIDA BUILDING CODE 8TH EDITION, 2023 - ACCESSIBILITY FLORIDA FIRE PREVENTION CODE - 8TH EDITION (2023). INCLUDING FLORIDA SPECIFIC AMENDMENTS TO NFPA 1 AND NFPA 101. AND HAVE ANY LOCAL AMENDMENTS AS REQUIRED BY THE AUTHORITY HAVING JURISDICTION. REFER TO ALL PLANS AND OTHER CONTRACT DOCUMENTS FROM OTHER DISCIPLINES FOR ADDITIONAL CODE INFORMATION, TYP. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AG-002 GENERAL NOTES PINELLAS 437498-1-52-02SR 60 No. Date Issue / Revision A-03 DESIGN CRITERIA 1. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO), "LRFD SPECIFICATIONS FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LUMINAIRES, AND TRAFFIC SIGNALS" (1ST EDITION). 2. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO), "LRFD BRIDGE DESIGN SPECIFICATION" (9TH EDITION).3. FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (FY 2023-24). 4. LOADING:A. DEAD LOAD: SELF-WEIGHT B.WIND LOAD: DESIGNED WIND LOADS WERE IN ACCORDANCE WITH THE COURTNEY CAMPBELL CAUSEWAY TRAIL WIND CLIMATE AND SITE EXPOSURE REPORT BY RWDI DATED JUNE 16, 2023 (RWDI #2205889) AND THE COURTNEY CAMPBELL CAUSEWAY TRAIL CLADDING WIND LOAD STUDY REPORT BY RWDI DATED JUNE 16, 2023 (RWDI #2205889). BASED ON SITE SPECIFIC STATISTICAL WIND CLIMATE ANALYSIS A 142 MPH (3 SECOND GUST) IN OPEN TERRAIN WIND SPEED WAS USED IN WIND TUNNEL MODELING. C.FUTURE EXPANSION:NO PROVISION HAVE BEEN MADE FOR FUTURE VERTICAL OR HORIZONTAL EXPANSION OF THE STRUCTURE. GENERAL CONDITION 1. OBTAIN ALL CONTRACT DOCUMENTS AND LATEST ADDENDA AND SUBMIT SUCH DOCUMENTS TO ALL SUBCONTRACTORS AND MATERIAL SUPPLIERS PRIOR TO THE SUBMITTAL OF THE SHOP DRAWINGS.2. THE CONTRACT STRUCTURAL DRAWINGS AND SPECIFICATIONS REPRESENT THE FINISHED STRUCTURE, AND EXCEPT WHERE SPECIFICALLY SHOWN, DO NOT INDICATE THE MEANS AND METHODS OF CONSTRUCTION. IT IS THE GENERAL CONTRACTORS RESPONSIBILITY TO SUPERVISE AND DIRECT THE WORK AND SHALL BE SOLELY RESPONSIBLE FOR ALL CONSTRUCTION MEANS, METHODS, PROCEDURES, SAFETY, OSHA COMPLIANCE, TECHNIQUES, AND SEQUENCES. THE GENERAL CONTRACTOR HAS SOLE RESPONSIBILITY FOR THE QUALITY AND CORRECTNESS OF THE WORK. 3. STRUCTURAL DRAWINGS SHALL BE USED IN CONJUNCTION WITH JOB SPECIFICATIONS , ARCHITECTURAL PLANS, AND STRUCTURAL PLANS PREPARED BY KISINGER CAMP & ASSOCIATES CORPORATION (KCA) FOR FDOT FINANCIAL PROJECT ID 437498-1-52-01 AND FDOT FINANCIAL PROJECT ID 437498-1-52-02. 4. ANY REFERENCE TO STRUCTURAL DRAWINGS REFER TO THE STRUCTURAL DRAWINGS PREPARED BY KCA FOR FDOT FINANCIAL PROJECT ID 437498-1-52-01 AND FDOT FINANCIAL PROJECT ID 437498-1-52-02 5. ANY REFERENCE TO SIGNING AND PAVEMENT MARKING PLANS SHALL REFER TO THE SIGNING AND PAVEMENT MARKING PLANS PERPARED BY COMPREHENSIVE ENGINEERING SERVICES, INC. FOR FDOT FINANCIAL PROJECT ID 437498-1-52-01 AND FDOT FINANCIAL PROJECT ID 437498-1-52-02. 6. VERIFY ALL EXISTING DIMENSIONS AND CONDITIONS AND COORDINATE WITH THE CONTRACT DOCUMENTS AND SHOP DRAWINGS. 7. VERIFY ALL DIMENSIONS WITH THE ARCHITECTURAL AND STRUCTURAL DRAWINGS PRIOR TO CONSTRUCTION AND FABRICATION. DISCREPANCIES SHALL BE BROUGHT TO THE ATTENTION OF THE ARCHITECT AND ENGINEER BEFORE CONSTRUCTION. 8. THE STRUCTURE HAS BEEN DESIGNED FOR THE LOAD IDENTIFIED WITHIN THESE STRUCTURAL DRAWINGS THAT ARE ANTICIPATED TO BE APPLIED TO THE FINAL STRUCTURE ONCE COMPLETED AND OCCUPIED. DO NOT OVERLOAD THE STRUCTURE DURING CONSTRUCTION. CHECK THE ADEQUACY OF THE STRUCTURE TO SUPPORT ANY APPLIED CONTRUCTION LOADS, INCLUDING THOSE DUE TO CONSTRUCTION VEHICLE OR EQUIPMENT, MATERIAL HANDLING OR STORAGE, SHORING OR RESHORING, OR ANY OTHER CONSTRUCTION ACTIVITY. SUBMIT CALCULATIONS SIGNED AND SEALED BY A PROFESSIONAL ENGINEER VERIFYING THE ADEQUACY OF THE STRUCTURE FOR ANY PROPOSED CONSTRUCTION LOADS. ENGAGE A 7. ALL WORK SHALL BE DONE IN ACCORDANCE WITH ALL PERTINENT LOCAL, STATE, AND FEDERAL BUILDING REGULATIONS. 8. SHOP DRAWINGS: A. REVIEW EACH SUBMITTAL BEFORE FORWARDING TO THE ARCHITECT AND ENGINEER. B. THE ENGINEER OF RECORD’S REVIEW IS ONLY FOR CONFORMANCE WITH THE DESIGN CONCEPT OF THE PROJECT AND COMPLIANCE WITH THE INFORMATION PROVIDED IN THE CONTRACT DOCUMENTS. THE GENERAL CONTRACTOR IS RESPONSIBLE FOR DIMENSIONS TO BE CONFIRMED AND CORRELATED AT THE SITE; FOR INFORMATION THAT PERTAINS SOLELY TO THE FABRICATION, PROCESSES, OR THE MEANS, METHODS, TECHNIQUES, SEQUENCES, AND PROCEDURES OF CONSTRUCTION; AND FOR COORDINATION OF THE WORK OF ALL TRADES. THE ENGINEER’S APPROVAL OF A SPECIFIC ITEM SHALL NOT INCLUDE APPROVAL OF AN ASSEMBLY OF WHICH THE ITEM IS A COMPONENT. C. PROVIDE SHIPPING METHODOLOGY; RIGGING, ERECTION, AND INSTALLATION DRAWINGS AND METHODOLOGY; AND SITE ERECTION PHASING, IN ACCORDANCE TO ROADWAY PHASING PLANS, FOR REVIEW. STRUCTURAL STEEL: A. STRUCTURAL STEEL ALL STRUCTURAL STEEL SHALL BE IN ACCORDANCE WITH ASTM A500, GRADE B FOR HOLLOW SHAPES, ASTM A992 FOR ROLLED SHAPESASTM A53 GR. B FOR PIPES, AND ASTM A572 GRADE 50 FOR ANGLES AND PLATES UNLESS OTHERWISE NOTED. B. CHARPY V-NOTCH ALL MEMBERS SUBJECTED TO TENSILE STRESSES IDENTIFIED AS MAIN LOAD CARRYING MEMBERS SHALL BE TESTED IN ACCORDANCE WITH SPECIFICATIONS SECTION 962. C. STEEL FABRICATION 1. SHOP ASSEMBLIES ARE REQUIRED IN ACCORDANCE WITH SPECIFICATIONS SECTION 460. D. WELDING 1. PERFORM NON-DESTRUCTIVE TESTING ON WELDS AS REQUIRED BY THE 2020 EDITION OF THE AASHTO/AWS D1.5 BRIDGE WELDING CODE. 2. THE WELD FILLER METAL STRENGTH FOR FILLET WELDS SHALL BE FEXX = 70 KSI. 3. FIELD WELDING TO ANY STRUCTURAL STEEL FOR THE PURPOSE OF ATTACHING ERECTION HARDWARE OR FOR ANCHORING CONDUITS/BOXES FOR BOX LIGHTING SHALL BE FORMALLY SUBMITTED TO THE ENGINEER FOR APPROVAL. E. BOLTED CONNECTIONS ALL BOLTED CONNECTIONS SHALL BE MADE WITH 3/4" DIAMETER HIGH STRENGTH BOLTS IN ACCORDANCE WITH ASTM F3125 GRADE A325, TYPE 1 UNLESS OTHERWISE SHOWN. ALL BOLT HOLES SHALL BE BOLT DIAMETER PLUS 1/16”DIAMETER UNLESS OTHERWISE SHOWN. THREADS SHALL BE EXCLUDED FROM THE SHEAR PLANE FOR PLATE THICKNESS OF ¾" OR GREATER ADJACENT TO THE NUT. BOLT HEADS SHALL BE ON THE EXTERIOR/EXPOSED FACE OF THE MEMBERS. ALL FASTENERS FOR ARCHITECTURAL PANELS SHALL BE 1/4" DIAMETER X 2" LONG SELF DRILLING SCREWS IN ACCORDANCE WITH ASTM C1513 F. PAINTING FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-001 STRUCTURAL NOTES PINELLAS 437498-1-52-02SR 60 A-04 No. Date Issue / Revision 1 AS-200 2 AS-200 AS-301 2 STEEL FRAMING, SEE ENLARGED PLAN, TYP. STEEL FRAMING, SEE ENLARGED PLAN, TYP. AS-104 1 NORTH BEGIN BRIDGE ℄PIER 1 STA. 30+10.11 ℄PIER 2 STA. 31+30.63 AS-301 1 AS-101 1 NORTH BEGIN BRIDGE ℄PIER 1 STA. 30+10.1190° 0 0 ' 0 0 "℄CONST. CCC TRAIL STA. 17+62.68 = ℄ CONST. BAYSHORE TRAIL STA. 30+00.00 NOTE: SEE STRUCTURAL DRAWINGS FOR STATIONING ℄PIER 2 STA. 31+30.63 CONCRETE PIER BELOW, SEE STRUCTURAL DRAWINGS CONCRETE PIER BELOW, SEE STRUCTURAL DRAWINGS 2 TOP OF TRUSS PLAN 1 DECK LEVEL PLAN 0'4'8'16' 0'4'8'16' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-100 OVERALL BRIDGE PLAN PINELLAS 437498-1-52-02SR 60 A-05 No. Date Issue / Revision HSS8X6X3/8 FRAMING, TYP CONCRETE WALL AND BRIDGE DECK, SEE STRUCTURAL DRAWING STEEL FRAME TO BRIDGE CONNECTION, TYP. AS-404 1 8'-0" 8'-0" 8'-0" 8'-0" 8'-0"8'-0" 8'-0" 8'-0" 6'-9 7/8" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0"16'-6" 8'-0" 8'-0" 8'-0" 8'-0" AS-4044 8'-3 1/8" 15'-7 3/8" 8'-2 5/8" 8'-6 5/8" 15'-7 1/4" 8'-2 3/4" ℄PIER 2 STA. 31+30.63 1 BRIDGE DECK LEVEL 0'2'4'8' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-101 BRIDGE DECK LEVEL PINELLAS 437498-1-52-02SR 60 A-06 No. Date Issue / Revision 1 ISOMETRIC VIEW LOOKING NORTHWEST 2 ISOMETRIC VIEW LOOKING SOUTHEAST 0'4'8'16'0'4'8'16' NORTH NORTH FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-102 ISO- BRIDGE (1) PINELLAS 437498-1-52-02SR 60 A-07 No. Date Issue / Revision 1 ISOMETRIC VIEW LOOKING NORTHEAST 2 ISOMETRIC VIEW LOOKING SOUTHWEST 0'4'8'16' 0'4'8'16' NORTH NORTH FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-103 ISO- BRIDGE (2) PINELLAS 437498-1-52-02SR 60 A-08 No. Date Issue / Revision 1AS-201 2AS-201 2 AS-203 5 AS-203 WT5X7.5, TYP. WT5X7.5, TYP. 11 AS-403L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)L8X4X1/2 (LLV)1AS-200 2AS-200 AS-402 12 AS-402 9 AS-40210 AS-40211 AS-402 13 AS-402 14 AS-402 15 AS-403 1 AS-4032 AS-403 3 AS-4034 AS-403 5 AS-4036 HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8H S S6X 6X3 /8 HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8 HSS6X6X3/8 HSS6X6X3/8 HSS6X6X3/8 HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8 HSS6X6X3/8 HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6X6X3/8HSS6-3/4X.3751 AS-203 HS S8X6X 3 /8 4 AS-203 HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 NOTES:1. CLADDING SUPPORTS AND CLADDING NOT SHOWN FOR CLARITY. SEE 2/AS-104 AND SHEET AS-105 FOR CLADDING SUPPORTS AND CLADDING, RESPECTIVLY. 2. SHS DENOTES WELDED SHOP SPLICE. SHOP SPLICES SHALL BE FULL PENETRATION WELDS ALL AROUND, GROUNDED SMOOTH 14'-4"7'-6 7/8" 8'-0" 8'-0" 8'-1 1/4" 8'-0" 16'-4 3/4" 13'-1" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 7'-8 3/4" 8'-0" 8'-0" 8'-0" 8'-0"13'-1 5/8" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0"7'-10 1/8" 101'-0 1/8" 110'-0 1/8" HSS8X6X3/8 SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS SHS 2 TOP CLADDING SUPPORT FRAMING PLAN 1 TOP TRUSS FRAMING PLAN 4'16'0'8' 4'16'0'8' NORTH NORTH FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-104 BRIDGE TOP OF TRUSS (1) PINELLAS 437498-1-52-02SR 60 A-09 No. Date Issue / Revision 2AS-202 1AS-202 21° 52' 19" 16° 31' 59" 21° 41' 03" 4 5° 1 0' 0 0" 3 AS-203 6 AS-203 DECORATIVE PANELS, SEE ARCH. DRAWINGS 79° 36' 23"24° 22' 58" 7 6° 0 0' 3 9"(T Y P )1 0 5 ° 1 8 ' 2 9 "(TYP) 22° 19' 28" 7 6° 0 0' 3 9"(TYP)75° 44' 01"(TYP)75° 44' 01"(T Y P) 7 5° 4 9' 3 8" (TYP)28° 26' 21" ( T Y P) 7 5° 4 9' 3 8" 7 4° 4 1' 3 1" NOTE: ANGLES TYPICAL ON NORTH TRUSSNOTE: ANGLES TYPICAL ON SOUTH TRUSS ( T YP)52° 22' 0 2"(T Y P )1 0 5 ° 1 8 ' 2 9 "52° 02' 32" 1 0 5 ° 3 6 ' 2 9 "1 TOP CLADDING PLAN 4'16'0'8' NORTH FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-105 BRIDGE TOP OF TRUSS (2) PINELLAS 437498-1-52-02SR 60 A-10 No. Date Issue / Revision FINISH SURFACEVARIES EAST TOP CHORD HIGH POINT47.000' 111'-10 7/8" T/ARCH BEAM50.358'10'-6 5/8" 6'-5 3/8"22'-10"AS-4001 AS-400 2 AS-400 12 AS-4003 AS-400 4 AS-400 5 AS-400 6 AS-4007 AS-400 8 AS-400 9 AS-40010 AS-400 11 AS-40013 AS-40014 AS-40114 AS-4011 AS-4012 AS-4013 FINISH SURFACEVARIES CLEAR HEIGHT40.549' CL.- BOTTOM CHORD26.897' EAST BOT. CHORD LOW POINT24.167' CLEAR HEIGHT40.549' 26.900' 8 5° 0 0' 0 5" 3° 00' 00" 100° 59' 55"18° 18' 11"18° 15' 32"3° 00' 00" (T Y P) 8 2° 00' 05" 8 5° 0 0' 0 5" 94° 59' 55"44° 55' 42"3 4° 0 4' 2 3 " 5 0° 04' 14"50° 55' 42"20° 29' 58"18° 26' 41"63° 33' 22"9 7 ° 59' 55 "97° 59' 55"21° 18' 12"(TYP) 79° 41' 43"85° 00' 05"63° 33' 22"15° 26' 42"(TYP )79° 00' 05"10 0 ° 59' 2 0"8 2° 0 0' 0 5" 12'-11 3/4" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0"2'-0"7'-6 3/8" 8'-0" 8'-0" 8'-0" 8'-0"8'-0" 17'-10 1/4" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0"4'-9" 8'-0" 8'-0" 8'-0" 8'-0"8'-0 5/8" 43.531'44.212' 26.900'25.963'26.561' 37.674' 33.654'W14X61W14X61 W14X61W14X61 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8 HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8CONCRETE PEDESTRIAN BRIDGE, SEE STRUCTURAL DRAWINGS NOTES:1. CLADDING SUPPORTS AND CLADDING NOT SHOWN FOR CLARITY. SEE SHEET AS-201 AND AS-202 FOR CLADDING SUPPORTS AND CLADDING, RESPECTIVLY. 2. FS(e) DENOTES EXTERNAL FIELD SPLICE LOCATION AS PER DETAIL 6, AS-404 3. FS(i) DENOTES INTERNAL SPLICE LOCATION AS 13 AS-403 OPTION TO FORM CURVE USING BUILT-UP SECTION OR ROLLING MEMBER. BUILT UP MEMBER TO MATCH SIZE AND GEOMETRIC PROPERTIES OF W14X61. TOP OF BARRIER WALLBEGIN BRIDGE ℄ PIER 1STA. 30+10.11R= 5'-11 3/8" FS(e)FS(i)FS(i) FS(i) FS(i) FS(i)FS(i)FS(i) FS(i) FS(i)FS(i) FS(i) FS(e) AS-2034 FS(e) FS(e) H S S 8 X 6 X 3 /8 H SS 8X 6X3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 HSS8X6X3/8 46.314' 26.136' H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 H S S 8 X 6 X 3 /8 FINISH SURFACEVARIES FINISH SURFACEVARIES CLEAR HEIGHT40.549' CL.- BOTTOM CHORD26.897' 103'-10 5/8"10'-6 1/2"13'-7 3/4"AS-401 4 AS-401 5 AS-401 6 AS-4017 AS-401 8 AS-401 9 AS-40110 AS-401 11 AS-40112 AS-401 13 AS-4021 AS-402 2 AS-4023 AS-4024 AS-4025 AS-402 6 T/ARCH BEAM50.358' CLEAR HEIGHT40.549' WEST TOP CHORD HIGH POINT47.000' WEST BOTTOM CHORD LOW POINT24.167'15° 26' 43"44° 56' 33"18° 26' 57"(TYP) 97° 59' 55"7 9° 00' 05"76° 43' 14"21° 20' 40"18° 20' 40"58° 23 ' 54 "21° 16' 42" 33.653' 26.557'25.960' 44.209'43.527' 33.653' 26.557'25.960' 34.892' 4'-7 3/8" 8'-0" 8'-0" 8'-0" 8'-0" 17'-11 1/8" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 7'-10 7/8" 13'-0 3/8" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 1'-11 5/8"W14X61W14X61W14X61 HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 W14X61 HSS8X6X3/8 HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8HSS8X6X3/8NOTES:1. CLADDING SUPPORTS AND CLADDING NOT SHOWN FOR CLARITY. SEE SHEET AS-201 AND AS-202 FOR CLADDING SUPPORTS AND CLADDING, RESPECTIVLY. 2. FS(e) DENOTES EXTERNAL FIELD SPLICE LOCATION AS PER DETAIL 6, AS-404 3. FS(i) DENOTES INTERNAL SPLICE LOCATION AS PER DETAIL 7, AS-404 CONCRETE PEDESTRIAN BRIDGE, SEE STRUCTURAL DRAWINGS 13 AS-403 11'-6 3/4"BEGIN BRIDGE ℄ PIER 1STA. 30+10.11R= 5'-11 3/8" AS-2031 FS(e)FS(i)FS(i)FS(i)FS(i)FS(e)FS(i)FS(i)FS(i)FS(i) FS(i) FS(i) FS(e) FS(e) HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 26.134' HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 HSS8X6X3/8 1 EAST ELEVATION 2 WEST ELEVATION 4'16'0'8' 4'16'0'8' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-200 BRIDGE ELEVATIONS (1) PINELLAS 437498-1-52-02SR 60 A-11 No. Date Issue / Revision FINISH SURFACEVARIESFINISH SURFACEVARIES 10'-6 5/8" 6'-5 3/8"22'-10"WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5 L8X4X1/2, TYP.WT5X7.5NOTE: CALLOUTS PROVIDED FOR CLADDING SUPPORT FRAMING ONLY, SEE SHEET AS-200 FOR STRUCTURAL FRAMING 12 AS-403 EAST TOP CHORD HIGH POINT47.000' T/ARCH BEAM50.358' CLEAR HEIGHT40.549' CL.- BOTTOM CHORD26.897' EAST BOTTOM CHORD LOW POINT24.167' CLEAR HEIGHT40.549' AS-2035 FINISH SURFACEVARIES FINISH SURFACEVARIES10'-6 1/2"13'-7 3/4"WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5WT5X7.5 L8X4X1/2, TYP. NOTE: CALLOUTS PROVIDED FOR CLADDING SUPPORT FRAMING ONLY, SEE SHEET AS-200 FOR STRUCTURAL FRAMING. 12 AS-403 CLEAR HEIGHT40.549' CL.- BOTTOM CHORD26.897' CLEAR HEIGHT40.549' WEST TOP CHORD HIGH POINT47.000' WEST BOTTOM CHORD LOW POINT24.167' T/ARCH BEAM50.358'WT5X7.5AS-203 2 1 EAST CLADDING SUPPORT FRAMING ELEVATION 2 WEST CLADDING SUPPORT FRAMING ELEVATION 4'16'0'8' 4'16'0'8' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-201 BRIDGE ELEVATIONS (2) PINELLAS 437498-1-52-02SR 60 A-12 No. Date Issue / Revision FINISH SURFACEVARIES10'-6 5/8" 6'-5 3/8"14'-10"FINISH SURFACEVARIES 22'-10"DECORATIVE PANELS, SEE ARCHITECTURAL DRAWINGS EAST TOP CHORD HIGH POINT47.000' T/ARCH BEAM50.358' CLEAR HEIGHT40.549' CL.- BOTTOM CHORD26.897' EAST BOTTOM CHORD LOW POINT24.167' CLEAR HEIGHT40.549' AS-203 6 FINISH SURFACEVARIES FINISH SURFACEVARIES10'-6 1/2"13'-7 7/8"DECORATIVE PANELS, SEE ARCHITECTURAL DRAWINGS CLEAR HEIGHT40.549' CL.- BOTTOM CHORD26.897' CLEAR HEIGHT40.549' WEST TOP CHORD HIGH POINT47.000' WEST BOTTOM CHORD LOW POINT24.167' T/ARCH BEAM50.358' AS-2033 1 EAST CLADDING ELEVATIONS 2 WEST CLADDING ELEVATIONS 4'16'0'8' 4'16'0'8' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-202 BRIDGE ELEVATIONS (3) PINELLAS 437498-1-52-02SR 60 A-13 No. Date Issue / Revision 28° 26' 10"90° 09' 25"6 1° 2 4' 2 5"14'-6 1/8"AS-402 7 HSS8X6X3/8HSS8X6X3/8 7'-8 7/8"HSS8X6X3/8WT5X7.5L8X4X1/2 (LLV)WT5X7.5DECORATIVE PANELS, SEE ARCHITECTURAL DRAWINGS.61° 44' 57"9 0° 3 0' 1 3"HSS8X6X3/8HSS8X6X3/8 HSS8X6X3/8HSS8X6X3/815'-2 3/4"WT5X7.5WT5X7.5AS-402 8 L8X4X1/2 (LLV) DECORATIVE PANELS, SEE ARCHITECTURAL DRAWINGS. 1 PARTIAL FRAMING ELEVATION 2 PARTIAL CLADDING SUPPORT ELEVATION 3 PARTIAL CLADDING ELEVATION 4 PARTIAL FRAMING ELEVATION 5 PARTIAL CLADDING SUPPORT ELEVATION 6 PARTIAL CLADDING ELEVATION 0'1'2'4'0'1'2'4'0'1'2'4' 0'1'2'4'0'1'2'4'0'1'2'4' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-203 BRIDGE ELEVATIONS (4) PINELLAS 437498-1-52-02SR 60 A-14 No. Date Issue / Revision 1 CANOPY ISOMETRIC VIEW LOOKING NORTHWEST 2 CANOPY ISOMETRIC VIEW LOOKING NORTHEAST 3 CANOPY ISOMETRIC VIEW LOOKING SOUTHEAST 4 CANOPY ISOMETRIC VIEW LOOKING SOUTHWEST NORTH NORTH NORTHNORTH 0'4'8'16'0'4'8'16' 0'4'8'16'0'4'8'16' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-300 ISO- BRIDGE CANOPY PINELLAS 437498-1-52-02SR 60 A-15 No. Date Issue / Revision FINISH DECK ELEVATION57'-6"10-INCH PIPE XS COLUMNS, TYP.11'-0"42'-7"3'-11" 21'-11 1/2" NORTH CONCRETE DECK, SEE STRUCTURAL DRAWINGS 15'-3"25'-3"17'-0"22'-9" BEGIN BRIDGE ℄PIER 1 STA. 30+10.11 T/COL48.412' T/ COL 48.180' T/ COL 42.225' T/ COL 42.321' ℄ PIER 10℄ PIER 10 ℄ PIER 11℄ PIER 11 SEE STRUCTURAL DRAWINGS HSS6X6X1/2HSS6X6X1/2 HSS6X6X1/2 HSS6X6X1/2 10'-0" 10'-0" 10'-0"15'-0 5/8"7'-6 7/8"7'-8 1/4" NORTH HSS6X6X1/2 NOTES: 1. CLADDING SUPPORTS AND CLADDING NOT SHOWN FOR CLARITY. SEE PLAN VIEW 3 AND 4 (THIS SHEET) FOR CLADDING SUPPORTS AND CLADDING, RESPECTIVLY. 2. ALL DIMENSIONS ARE IN THE HORIZONTAL PLANE. 10 AS-405 3AS-302 4 AS-302 1 AS-302 2 AS-302HSS6X6X1/2HSS6X6X1/210 AS-405 SIM. HSS6X4X1/2 HSS6X4X1/2 HSS6X4X1/2 HSS6X6X1/2 H SS6X6X1/2COLUMN BELOWCOLUMN BELOW COLUMN BELOW COLUMN BELOW AS-4054 10'-0" 10'-0" 10'-0"15'-1"7'-6 7/8"7'-8 1/4" NORTH NOTE: ALL DIMENSIONS ARE IN THE HORIZONTAL PLANE. 10'-0" 10'-0" 10'-0"15'-1"7'-6 7/8"7'-8 1/4" NORTH NOTES: 1. CALLOUTS PROVIDED FOR CLADDING SUPPORT FRAMING ONLY, SEE PLAN VIEW 2 (THIS SHEET) FOR STRUCTURAL FRAMING. 2. ALL DIMENSIONS ARE IN THE HORIZONTAL PLANE. 9 AS-405 1 CANOPY DECK LEVEL 2 CANOPY FRAMING PLAN 4 CANOPY CLADDING PLAN 3 CANOPY CLADDING SUPPORT PLAN DECORATIVE PANELS, SEE ARCHITECTURAL DRAWINGS 0'4'8'16'0'4'8'16'0'4'8'16' 0'4'8'16' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-301 BRIDGE CANOPY (1) PINELLAS 437498-1-52-02SR 60 A-16 NOTE: SEE STRUCTURAL DRAWINGS FOR TOP OF COLUMN BEARING ELEVATIONS No. Date Issue / Revision 20'-0" AS-405 1 AS-4052 AS-4053 FINISH SURFACEVARIES AS-405 7 FINISH SURFACEVARIES HSS6x0.375 BRACES, TYP. 10-INCH PIPE XS COLUMNS, TYP.12'-1 3/8"8'-0 5/8"FINISH SURFACEVARIES HSS6x0.375 BRACES, TYP. 10-INCH PIPE XS COLUMNS, TYP. FINISH SURFACEVARIES8'-0"HSS6x0.375 1 SOUTH ELEVATION 2 EAST ELEVATION 3 WEST ELEVATION 4 NORTH ELEVATION 0'4'8'16'0'4'8'16' 0'4'8'16' 0'4'8'16' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-302 BRIDGE CANOPY (2) PINELLAS 437498-1-52-02SR 60 A-17 No. Date Issue / Revision 1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 1/4 HSS8X6X3/8 AT DIFFERENT ANGLE, REF. PLAN 3/4" 6 " 1 1/8"4 1/4" 1/4 1/4 3/8" WELDED CAP PLATE1 3/8"6"3/4"6" 1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 6" HSS8X6X3/8, TYP. 1/4 1/4 1/4 1/4 7/8"6"3/8" WELDED CAP PLATE 1/4 1/4 1/4 W14X61HSS8X6X3/8 1/4 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS 9 AS-403 1/4 1/4 W14X61 HSS8X6X3/8 HSS8X6X3/8 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS 9 AS-403 6"2 3/4"4 1/8"3/4"7 1/8"3 1/4" 3/8" 1/4 1/4 HSS8X6X3/8, TYP. 1/4 1/4 6"6"HSS8X6X3/8, TYP. 1/4 1/4 1/4 1/4 1/46"6" 3/8" WELDED CAP PLATE 1/4 6" 1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP.6" 6"1/4 HSS8X6X3/8 W14X61 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS 9 AS-403 6"1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP.6"6"1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 6"6" 1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP.6"1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 6"6"1/4 1/4 1/4 HSS8X6X3/8 W14X61 HSS8X6X3/8 PL 3/4"X12"X1'-4" W/ (4) 3/4"Ø BOLTS PL 3/4"X10"X1'-2" W/ (4) 3/4"Ø BOLTS 6"8 AS-403 9 AS-403 3/4"7/8"1/4 1/4 1/4 1/4 1/4 1/4 1/4 PL 3/4"X6"X8" BEYOND HSS6X6X3/8 BEYOND 1/2" STIFFENER PLATE 9 3/8" 1 ENLARGED DETAIL 2 ENLARGED DETAIL 12 ENLARGED DETAIL 3 ENLARGED DETAIL 4 ENLARGED DETAIL 5 ENLARGED DETAIL 6 ENLARGED DETAIL 7 ENLARGED DETAIL 8 ENLARGED DETAIL 9 ENLARGED DETAIL 10 ENLARGED DETAIL 11 ENLARGED DETAIL 13 ENLARGED DETAIL 14 ENLARGED DETAIL 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-400 STEEL TRUSS DETAILS (1) PINELLAS 437498-1-52-02SR 60 A-18 No. Date Issue / Revision 1/4 1/4 1/4 1/4 6" HSS8X6X3/8 6"1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 3 7/8"1 1/8" 6" 3/4"6"6" 1/4 HSS8X6X3/8, TYP.6"6" 1/4 1/4 1/4 3/8" WELDED CAP PLATE 1/4 1/4 HSS8X6X3/8, TYP. 6"6"6"1/4 1/4 1/4 1/4 1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 6"6"HSS8X6X3/8, TYP. 1/4 1/4 1/4 1/4 6"6" 3/4"6"3 3/4" 1/4 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS W14X61 HSS8X6X3/8 9 AS-403 4 3/8"3"1/4 6"3/4"2 3/8" 6" 1/4 W14X61 HSS8X6X3/8 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS 9 AS-403 3/8"1/4 6"1/4 1/4 1/4 1/4 HSS8X6X3/8 6"6"HSS8X6X3/8, TYP. 1/4 1/4 1/4 3/4"4 1/2" 3/4" 1/4 1/4 3/8" WELDED CAP PLATE 1/4 1/46"6"6" 1/8" HSS8X6X3/8 1/4 1/4 1/4 1/4 6"6"HSS8X6X3/8 1/4 1/4 1/4 1/4 6"6" HSS8X6X3/8 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS W14X61 1/4 9 AS-4036"1/4 1/4 6"PL 3/4"X12"X1'-4" W/ (4) 3/4"Ø BOLTS PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS W14X61 HSS8X6X8 HSS8X6X3/8 10 AS-403 9 AS-403 HSS6X6X3/8 BEYOND PL 3/4"X6"X8" BEYOND 6"1/2" STIFFENER PLATE 1/4 1/4 1/4 1/4 1 ENLARGED DETAIL 2 ENLARGED DETAIL 3 ENLARGED DETAIL 4 ENLARGED DETAIL 5 ENLARGED DETAIL 6 ENLARGED DETAIL 7 ENLARGED DETAIL 8 ENLARGED DETAIL 9 ENLARGED DETAIL 10 ENLARGED DETAIL 11 ENLARGED DETAIL 12 ENLARGED DETAIL 13 ENLARGED DETAIL 14 ENLARGED DETAIL 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-401 STEEL TRUSS DETAILS (2) PINELLAS 437498-1-52-02SR 60 A-19 No. Date Issue / Revision 1/4 1/4 1/4 HSS8X6X3/8, TYP. 3/8" WELDED CAP PLATE 1/4 3/4" 4 1/2"HSS8X6X3/8, TYP. 1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP.6"6" 6"PL 3/4"X12"X1'-4" W/ (4) 3/4"Ø BOLTS PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS W14X61 HSS6X6X3/8 BEYOND 10 AS-403 9 AS-403 1/4 1/46"1/4 1/2" STIFFENER PLATE HSS8X6X3/8 PL 3/4"X6"X8" BEYOND 1/4 1/4 1/4 1/4 1/4 HSS8X6X3/8 HSS8X6X3/8 PL 3/4"X12"X1'-4" W/ (4) 3/4"Ø BOLTS PL 3/4"X10"X1'-2" W/ (4) 3/4"Ø BOLTS 6"8 AS-403 10 AS-403 1/4 1/4 1/4 6"6" 1/4 1/2" STIFFENER PLATE W14X61 3/4"6"HSS6X6X3/8 BEYOND 1/4 PL 3/4"X6"X8" BEYOND 1/4 1/4 9 1/4"3/4"1/4 1/4 1/4 1/4 HSS8X6X3/8, TYP. 6"6"1/4 1/4 1/4 HSS8X8X3/8, TYP. 3/8" WELDED CAP PLATE 1/4 7/8"1/4 3/8" WELDED CAP PLATE 1/4 3 SIDES 6" 6" HSS6X6X3/8 BEYOND HSS8X6X3/8 1/4 1/4 1/4 6 " 6"HSS6X6X3/8 BEYOND HSS8X6X3/8 3/8" WELDED CAP PLATE 1/43 SIDES 1/4 1/4 1/4 1/4 HSS6X6X3/8 1/4 1/4 HSS8X6X3/8 BELOW 3/4" HSS8X6X3/8 3/8" WELDED CAP PLATE 1/4 1/4 1/4 1/4 1/4 8"1/4HSS8X6X3/8 HSS6X6X3/8 8"8" 3/4" 3/4" 4 3/4"1 3/8" 1/4"1/4 1/4 1/4 1/4 HSS6X6X3/8 HSS8X6X3/8 1/4 1/4 1/4 1/4 3/4" 5 3/4"8"1/4 1/4 1/4 HSS8X6X3/8 HSS6X6X3/8 PL 3/4"X10"X1'-2" W/ (4) 3/4"Ø BOLTS HSS6X6X3/8 1/2" STIFFENER PLATE PL 3/4"X6"X8"6"1/4 1/4 8"1/4 1/4 W14X61 8 3/4"1/4 1/4 1/4HSS6X6X3/8 HSS8X6X3/8 W14X61 PL 3/4"X10"X1'-0" W/ (4) 3/4"Ø BOLTS HSS8X6X3/81/4 1/4 1/2" STIFFENER PLATE PL 3/4"X6"X8" 1/4 1/4 6"8"6 7/8"HSS6X6X3/8 HSS8X6X3/8 1/4 1/4 1/4 1/4 8"5 1/8" 3/4" 1/4 1/4 1/4 HSS6X6X3/8 HSS8X6X3/8 BELOW 3/8" WELDED CAP PLATE 1/4 3 SIDES 8"1 ENLARGED DETAIL 2 ENLARGED DETAIL 3 ENLARGED DETAIL 4 ENLARGED DETAIL 5 ENLARGED DETAIL 6 ENLARGED DETAIL 7 ENLARGED DETAIL 8 ENLARGED DETAIL 9 ENLARGED DETAIL 10 ENLARGED DETAIL 11 ENLARGED DETAIL 12 ENLARGED DETAIL 13 ENLARGED DETAIL 14 ENLARGED DETAIL 15 ENLARGED DETAIL 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-402 STEEL TRUSS DETAILS (3) PINELLAS 437498-1-52-02SR 60 A-20 No. Date Issue / Revision 1/4 1/4 1/4 HSS6X6X3/8 8"3/8" WELDED CAP PLATE 1/43 SIDES HSS8X6X3/8 BELOW HSS8X6X3/8 HSS6X6X3/8 3/4"3/4" 4 3/4"1 5/8"8"8"1/4"1/4 1/41/4 1/4 1/4HSS8X6X3/8 1/4 1/4 W14X61 HSS8X6X3/8 HSS6X6X3/8 PL 3/4"x10"x1'-2" W/ (4) 3/4"Ø BOLTS 1/4 1/4 1/2" STIFFENER PLATE5/8" 7/8" 8" 1/4 8"8"1/4 1/4 PL3/4"X6"X8" 1/4 1/4 1/4 1/4 1/4HSS8X6X3/8 HSS6X6X3/8 W14X61 PL 3/4"X10"X1'-2" W/ (4) 3/4"Ø BOLTS 1/2" STIFFENER PLATE 1/4 1/4 5 1/8"8 1/2"1/2" 1/4 1/4 1/4 1/4 1/4 1/4 PL3/4"X6"X8" 1/4 1/4 8"1/4 1/4 HSS8X6X3/8 1/4 1/4 1/4 1/4 HSS8X6X3/8 HSS6X6X3/8 3/4" 5"8"HSS8X6X3/8 1/4 1/4 1/4 1/4 HSS6X6X3/8 LLV 8X4X1/28"4 1/2"5 1/8" 1/4 3/4" 3/8"WELDED CAP PLATE C.L. OF HSS AND B.P. C.L. B.P. 10" 2"6"2"1'-2"1 1/2"11"1 1/2"3"3"5 1/2"5 1/2"HSS8X6X3/8 PL10X14X3/4 W/ (4) 3/4"Ø BOLTS 1/4 3"C.L. OF HSS AND B.P. C.L. OF HSSAND B.P. 10" 2"6"2"1'-0"1 1/2"9"1 1/2"3"3"4 1/2"4 1/2"HSS8X6X3/8 PL10X14X3/4 W/ (4) 3/4"Ø BOLTS 1/4 C.L. OF WF AND B.P. C.L. OF WF AND B.P. 1'-0" 3"6"3"1'-4"4"8"4"3"3"4"4"W14X61 PL12X16X3/4 W/ (4) 3/4"Ø BOLTS 1/4 1/4 W14X61 HSS6-3/4X0.375 1/2" STIFFENER PLATE 6" CLEAR OF HSS MEMBER, EACH SIDE, EACH SIDE OF BEAM 1/43 SIDES, TYP. 1/4 2-12 1/4 2-12 WT5X7.5 HSS8X6X3/8 DECORATIVE PANELS, SEE ARCH. DRAWINGS FASTENER, SEE ARCH. DRAWINGS DECORATIVE PANEL, SEE ARCH. DRAWINGS HSS6X6X3/8 1/4 2-12 1/4 2-12 L8X4X1/2 PANEL FASTENER, SEE ARCH. DRAWINGS 8" 2" 9 1/4" 5"8"CONCRETE WALL, SEE STRUCTURAL DRAWINGS STANDARD HOLES FOR ANCHORS. SEE STRUCTURAL DRAWINGS FOR ANCHOR REQUIREMENTS 1/2" x 1 1/2" STIFFENER PLATE 3/4" PLATE 1/2" STIFFENER PLATE HSS8X6X3/8 1/4 1/4 3 SIDES 1'-4 1/2" 4" 1/4 1/4 2" x 4" NEOPRENE PAD W/ (4) #10 COUNTERSUNK SELF TAPPING SCREWS 1" MAXTOP OF BRIDGE DECK 1/8" RADIUS EDGE 1 ENLARGED DETAIL 2 ENLARGED DETAIL 3 ENLARGED DETAIL 4 ENLARGED DETAIL 5 ENLARGED DETAIL 6 ENLARGED DETAIL 8 TYPICAL BASE PLATE - HSS 9 TYPICAL BASE PLATE - HSS 10 TYPICAL BASE PLATE - WIDE FLANGE 4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4'4'0'1'2'4' 4'0'1'2'4'2'0'6"1'2'0'6"1'2'0'6"1' 2'0'6"1' 7 TUBE TO I-BEAM DETAIL 12 TYPICAL WT CHANNEL SECTION 2'0'6"1' 11 TYPICAL Z CHANNEL SECTION 2'0'6"1'4'0'1'2'4' 13 TYPICAL TUBE TO WALL CONNECTION FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-403 STEEL TRUSS DETAILS (4) PINELLAS 437498-1-52-02SR 60 A-21 No. Date Issue / Revision HSS8X6X3/8 1/2" STIFFENER PLATE 1/2" RADIUS CORNERS 2"1 1/2" 8" 8" 1 1/2" 1'-7"8"5"3"9 1/4"1'-4 1/2"1/4 1/4 3 SIDES 3/4" PLATE SHORT SLOTTED HOLES FOR 3/4"Ø ADHESIVE ANCHORS CONCRETE WALL BELOW, SEE STRUCTURAL DRAWINGS 1/2" x 1 1/2" STIFFENER PLATE CONCRETE WALL, SEE STRUCTURAL DRAWINGS 1'-7" 1 1/2" 8" 8" 1 1/2" SHORT SLOTTED HOLES FOR 3/4"Ø ADHESIVE ANCHORS. SEE STRUCTURAL DRAWINGS FOR ANCHOR REQUIREMENTS 1/8" RADIUS EDGES 3/4" PLATE 3" 1/4 1/4TYP. 1/4 1/4 3 SIDES 1/2" x 1 1/2" STIFFENER PLATE 1/2" STIFFENER PLATE 1/2" STIFFENER PLATE 1/2" RADIUS CORNERS 1 1/2" 8" 8" 1 1/2" 6"4 13/16"9 1/4"1/4 1/4 3/4" PLATE SHORT SLOTTED HOLES FOR 3/4"Ø ADHESIVE ANCHORS. SEE STRUCTURAL DRAWINGS FOR ANCHOR REQUIREMENTS CONCRETE WALL BELOW, SEE STRUCTURAL DRAWINGS 9"1'-7"1'-2 1/16"2"4"W14X61 HSS8X6X3/8 1/2" x 1 1/2" STIFFENER PLATE CONCRETE WALL, SEE STRUCTURAL DRAWINGS 1'-7"1 1/2" 8" 8" 1 1/2" SHORT SLOTTED HOLES FOR 3/4"Ø ADHESIVE ANCHORS. SEE STRUCTURAL DRAWINGS FOR ANCHOR REQUIREMENTS 1/8" RADIUS EDGES 3/4" PLATE 8"6" 1/2" STIFFENER PLATE W14X61 1/2" x 1 1/2" STIFFENER PLATE 9"8"CONCRETE WALL, SEE STRUCTURAL DRAWINGS SHORT SLOTTED HOLES FOR 3/4"Ø ADHESIVE ANCHORS. SEE STRUCTURAL DRAWINGS FOR ANCHOR REQUIREMENTS 1/8" RADIUS EDGE 3/4" PLATE 1/2" STIFFENER PLATE 1'-4 1/2" 4" 1/4 1/4TYP. 2" 1/2" x 1 1/2" STIFFENER PLATE NOTE: SUBMIT PROPOSED SPLICE LOCATIONS TO THE E.O.R. FOR REVIEW PRIOR TO FABRICATION. HSS TUBE 3/8" CAP PLATE 5/8"X4"X30" LONG PLATE EACH FACE (2) 1"Ø BOLTS EACH FACE, EACH TUBE HSS TUBE 5/8"X4"X30" LONG PLATE EACH FACE (2) 1"Ø BOLTS EACH FACE 3" 3" 3" 3" 3" 3" 3" 3" 3" 3" 1/4" KEEPER PLATE 1/4" KEEPER PLATE TACK, TYP TACK, TYP. NOTE: SUBMIT PROPOSED SPLICE LOCATIONS TO THE E.O.R. FOR REVIEW PRIOR TO FABRICATION. HSS TUBE 5/8"X4"X30" LONG PLATE EACH FACE (2) 1"Ø BOLTS EACH FACE, EACH TUBE HSS TUBE 5/8"X4"X30" LONG PLATE EACH FACE (2) 1"Ø BOLTS EACH FACE, EACH TUBE 3" 3" 3" 3" 3" 3" 3" 3" 3" 3" TACK, TYP INTERNAL NUTS, TYP INTERNAL NUTS, TYP NEOPRENE GASKET AROUND HSS WALLS NEOPRENE GASKET AROUND HSS WALLS 3" STD. PIPE SIGN, SEE SIGNING AND PAVEMENT MARKING PLANS 1/4" WELDED CAP FINISH SURFACE NOTE: SEE SIGNING AND PAVEMENT MARKING PLANS FOR SIGN TYPES, SIZES, AND LOCATIONS. CJP HSS TUBE, SEE PLAN 8'-0" MIN.10'-0" MAX.2'0'6"1'2'0'6"1' 1 TYPICAL TUBE TO WALL PLAN 2 TYPICAL TUBE TO WALL ELEVATION 4 TYPICAL W14 TO WALL PLAN 2'0'6"1' 5 TYPICAL W14 TO WALL ELEVATION 2'0'6"1' 3 TYPICAL W14 TO WALL SECTION 2'0'6"1' FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-404 STEEL TRUSS DETAILS (5) PINELLAS 437498-1-52-02SR 60 A-22 6 TYPICAL EXTERNAL HSS SPLICE DETAIL - FS(e) 2'0'6"1' 7 TYPICAL INTERNAL HSS SPLICE DETAIL - FS(i) 2'0'6"1' 8 TYPICAL SIGN CONNECTION DETAIL 4'0'1'2'4' No. Date Issue / Revision 3/4" PLATES 10.75"Ø X 3/4" THICK PLATE 10-INCH PIPE XS COLUMN HSS6X0.375 BRACE BEYOND 6 AS-405 10-INCH PIPE XS COLUMN HSS6X0.375 BRACE 1/4 3/4" BASEPLATE 1/4 1/4TYP. 3/4" PLATES 10.75"Ø X 3/4" THICK PLATE 5 AS-405 10-INCH PIPE XS 8" CONCRETE PEDESTAL, SEE STRUCTURAL DRAWINGS T/ PEDESTAL SEE STRUCTURAL DRAWINGS C.L. OF PIPE AND B.P. C.L. OF PIPE AND B.P. 1'-0"8"3/4" PLATES 1/4 PL3/4X8X12 11/16"Ø STANDARD HOLES FOR 5/8"Ø ADHESIVE ANCHORS, SEE STRUCTURAL DRAWINGS 6 1/2"3"HSS 6X6X1/2 FASTENER, SEE ARCH. DRAWINGS DECORATIVE PANEL, SEE ARCHITECTURAL DRAWINGS (2) 3"X3"X1/2" BENT PLATES EACH SIDE OF TUBE W/ (2) 3/4"Ø THRU BOLTS HSS 6X6X1/2 1/4 3"1/4 1/4 3/4" PLATE (4) 5/8"Ø THRU BOLTS 3"6"3"3/4"3/4" 1/4 1/4 6" 1 1/2" 3" 6" MITER 3" 3" 1 1/2" MITER + 12" HSS 6X0.375 BRACE 3/4" PLATE (8) 3/4"Ø THRU BOLTS 1/41 1/2" 3" 1 1/2"6"3/4" PLATE (8) 3/4"Ø THRU BOLTS HSS 6x0.375 BRACE 1/4 1 1/2" 3" 6"3" 3" 1 1/2" MITER + 12" MITER HSS6x6x1/2 8 AS-405 HSS6X6X1/2 BEYOND 4"1/4 1/4 1/4 HSS6X6X1/2 3/8" WELDED CAP PLATE 10 AS-405 (2) 3"X3"X1/2" BENT PLATES EACH SIDE OF TUBE w/ (2) 3/4"Ø THRU BOLTS S E E P L A N V A RIE S 1 OVERLOOK COLUMN DETAIL 2 OVERLOOK BRACE DETAIL 3 OVERLOOK COLUMN BASEPLATE DETAIL 5 TYPICAL OVERLOOK CANOPY BASE PLATE SECTION 9 TYPICAL CANOPY CLADDING SUPPORT SECTION 10 TYPICAL CANOPY TUBE CONNECTION6TYPICAL COLUMN PLATE DETAIL 2'0'6"1'2'0'6"1'2'0'6"1'2'0'6"1' 2'0'6"1'2'0'6"1'2'0'6"1'4'0'1'2'4' 8 TYPICAL HSS BRACE BASE PLATE DETAIL 2'0'6"1' 7 TYPICAL BRACE TO BEAM DETAIL FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC. 2035 Vista Parkway, West Palm Beach, FL 33411 561.687.2220 DWG NO. SHEET NO. CHRIS LAFORTE, PE Professional Engineer -FL (PE76797) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AS-405 OVERLOOK CONNECTION DETAILS PINELLAS 437498-1-52-02SR 60 A-23 4 TYPICAL HSS CORNER CONNECTION 2'0'6"1' No. Date Issue / Revision AA-1011 SR 60 -COURTNEY CAMPBELL CAUSEWAYSOUTH BAYSHORE BLVDFINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-100 OVERALL SITE PLAN PINELLAS 437498-1-52-02SR 60 1 OVERALL SITE PLAN 25'0'100'50' NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. EXISTING CONDITIONS AERIAL BACKGROUND SHOWN FOR REFERENCE ONLY. No. Date Issue / Revision A-24 A101 A503 AA-4011 AA-501 1 A128 A504 1 AA-301 2 AA-201 1AA-201 AA-502 1 AA-501 1 SIMOPP A101 A108A108 3 AA-301 A336A336 A217 ALIGN REACTIVE CONCRETE STAIN WITH MIRRORED WIDE-FLANGE MEMBERS, TYP. ALIGN REACTIVE CONCRETE STAIN WITH CORNERS CORNER 6' - 0" FROM CORNER6' - 0" FROMAA-401 2 FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION. NATURAL FINISH PER FDOT STANDARD REACTIVE STAIN CONCRETE FINISH COLOR 1 REACTIVE STAIN CONCRETE FINISH COLOR 2 FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-101 FLOOR PLAN PINELLAS 437498-1-52-02SR 60 1 FLOOR PLAN KEYNOTE LEGEND NO. DESCRIPTION A101 CANOPY OVERHEAD, TYP. A108 PAVEMENT STRIPING, TYP. APPLY CONCRETE REACTIVE STAIN CAREFULLY AROUND PAVEMENT STRIPING. REFERTO SIGNING AND PAVEMENT PLANS A128 EXPANSION JOINT, REFER TO KCA STRUCTURALDRAWINGS A217 BIKE RACK MODEL# CBBR-2CR-SS A336 CAST IN PLACE CONCRETE BENCH, TYP. A503 MCNICHOLS PERFORATED METAL PANEL (MODEL #17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCA STRUCTURAL DRAWINGS 8'0'16'32' No. Date Issue / Revision A-25 A503 A501 AA-102.1 1 OPEN OPEN OPEN A501 A539 ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-102 ROOF PLAN PINELLAS 437498-1-52-02SR 60 1 ROOF PLAN 8'0'16'32' KEYNOTE LEGEND NO. DESCRIPTION A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS No. Date Issue / Revision A-26 A503 A5031 AA-503 SIM OPP 1 AA-503 TYP 2 AA-503 TYP 1 AA-503 6" 1'-0"6" 6" 1'-2" 6" 6" 1'-0" 6" 1'-0" 6"2' - 5" 1' - 6" 2' - 2" 3' - 8"2' - 0"3' - 2"1' - 0"3' - 8"2' - 0"2' - 4"4' - 0" 6"1' - 4"2' - 2"2' - 0"2' - 8"1' - 4"1' - 8"1' - 4" 1' - 8"2' - 0"1' - 6" 6 AA-503 A539 A501 MAX PANEL WIDTH = 4'0" COORDINATE PANEL BREAKS TO ALIGN WITH DESIGN INTENT, TYP. OPEN OPEN OPEN A501 ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-102.1 ENLARGED ROOF PLAN PINELLAS 437498-1-52-02SR 60 1 ENLARGED ROOF PLAN 2'0'4'8' KEYNOTE LEGEND NO. DESCRIPTION A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS No. Date Issue / Revision A-27 ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) FINISH SURFACE 30'-0" CLEAR HEIGHT 40'-0" OVERPASS ROOF 46'-2" OVERLOOK ROOF 48'-8" AA-204 1 OPP SIM AA-2051OPP SIM AA-203 1 OPPSIM A217 A336 FINISH SURFACE30'-0" CLEAR HEIGHT40'-0" OVERPASS ROOF46'-2" OVERLOOK ROOF48'-8" AA-203 1 AA-2041 AA-2051 A504 A131A132 A132 A504 A501A501 A501A501 A504 FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION. NATURAL FINISH PER FDOT STANDARD REACTIVE STAIN CONCRETE FINISH COLOR 1 REACTIVE STAIN CONCRETE FINISH COLOR 2 NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-201 OVERALL ELEVATIONS PINELLAS 437498-1-52-02SR 60 ALL NOTES ON ELEVATION 1 ARE TYPICAL AND APPLY TO ALL ELEVATIONS 2 ELEVATION 1 ELEVATION 4'0'16'8' 4'0'16'8' KEYNOTE LEGEND NO. DESCRIPTION A131 STANDARD FDOT FIB, REFER TO KCA STRUCTURALDRAWINGS A132 CHEMICALLY STAINED CONCRETE PIER, REFER TO KCASTRUCTURAL DRAWINGS A217 BIKE RACK MODEL# CBBR-2CR-SS A336 CAST IN PLACE CONCRETE BENCH, TYP. A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS) FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTE CONSISTENCY A504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCA STRUCTURAL DRAWINGS No. Date Issue / Revision A-28 FINISH SURFACE 30'-0" CLEAR HEIGHT 40'-0" OVERLOOK ROOF 48'-8" A504 A306 A501A501 FINISH SURFACE 30'-0" CLEAR HEIGHT 40'-0" OVERLOOK ROOF 48'-8" A217 A503 A336 A132 FINISH SURFACE 30'-0" CLEAR HEIGHT 40'-0" OVERLOOK ROOF48'-8" FINISH SURFACE 30'-0" CLEAR HEIGHT 40'-0" OVERLOOK ROOF48'-8" ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION. NATURAL FINISH PER FDOT STANDARD REACTIVE STAIN CONCRETE FINISH COLOR 1 REACTIVE STAIN CONCRETE FINISH COLOR 2 NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-202 OVERLOOK ELEVATIONS PINELLAS 437498-1-52-02SR 60 1 ELEVATION3ELEVATION 4 ELEVATION 2 ELEVATION 4'0'16'8' 4'0'16'8' 4'0'16'8' 4'0'16'8' ALL NOTES ON ELEVATION 1 ARE TYPICAL AND APPLY TO ALL ELEVATIONS KEYNOTE LEGEND NO. DESCRIPTION A132 CHEMICALLY STAINED CONCRETE PIER, REFER TO KCASTRUCTURAL DRAWINGS A217 BIKE RACK MODEL# CBBR-2CR-SS A306 REACTIVE STAIN CONCRETE FINISH, TYP. COORDINATE COLOR SELECTION FOR APPROVAL WITH CITY OFCLEARWATER AND FDOT. A336 CAST IN PLACE CONCRETE BENCH, TYP. A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS) FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTE CONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL #17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCA STRUCTURAL DRAWINGS A593 ARCHITECTURAL METAL PANEL ASSEMBLY No. Date Issue / Revision A-29 FINISH SURFACE30'-0" CLEAR HEIGHT 40'-0" OVERPASS ROOF 46'-2" A503 A501 3 AA-502 TYP ALIGN CORNERS, TYP.3' - 6" 2' - 0" 3' - 4" 10" 2' - 0" 3" 1' - 8" 3' - 0" 2' - 0" 2' - 4" 2' - 5" 2' - 5" 2' - 9" 1'-0" 6" 1'-0" 1'-6" 1'-0" 6" 6"2 AA-501 TYP CLEAR1' - 2"MAX PANEL WIDTH = 4'-0" PER MANUFACTURER (COORDINATE PANEL BREAKS TO ALIGN AS ILLUSTRATED, TYP.) 2'2' -2"1' - 10"2 AA-502 4' - 0"4' - 0"4' - 1 1/2"2' - 10 1/2"165°103°ALIGN ALL PANEL EDGES AS ILLUSTRATED, TYP.155°3°TYP ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-203 OVERPASS ENLARGED ELEVATION (1) PINELLAS 437498-1-52-02SR 60 1 ENLARGED ELEVATION 1'0'4'2' KEYNOTE LEGEND NO. DESCRIPTION A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS No. Date Issue / Revision A-30 FINISH SURFACE30'-0" CLEAR HEIGHT 40'-0" OVERPASS ROOF 46'-2" A501 3 AA-502 TYP 5 A A -50 2 TYP 4 AA-501 TYP ALIGN ALIGN CORNERS MAX PANEL WIDTH = 4'-0" PER MANUFACTURER (COORDINATE PANEL BREAKS TO ALIGN AS ILLUSTRATED, TYP.) A503 A540 6 5 °3' - 6"3 4 °46°8 5 °9"3' - 6"9 3 °101°1 03°2 AA-502 TYP 6' - 0" VERIFY FOR ALIGNMENT OF BREAKS 6' - 10" ALIGN ALIGN ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-204 OVERPASS ENLARGED ELEVATION (2) PINELLAS 437498-1-52-02SR 60 1 ENLARGED ELEVATION 1'0'4'2' KEYNOTE LEGEND NO. DESCRIPTION A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A540 MCNICHOLS EXPANDED METAL (MODEL #57001599)PANEL ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS No. Date Issue / Revision A-31 FINISH SURFACE 30'-0" OVERPASS ROOF46'-2" A503 A501A539 MAX PANEL WIDTH = 4'-0" PER MANUFACTURER (COORDINATE PANEL BREAKS TO ALIGN AS ILLUSTRATED, TYP.) ALIGN PANEL TO CORNER ALIGN PANEL TO CORNER 2 AA-5 01 TY P 3 AA-502 TYP 3' - 6"3' - 6"2' - 5"3' - 6"4' - 0"4' - 0"4' - 0"4' - 0"15°2 AA-502 TYP ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-205 OVERPASS ENLARGED ELEVATION (3) PINELLAS 437498-1-52-02SR 60 1 ENLARGED ELEVATION 1'0'4'2' KEYNOTE LEGEND NO. DESCRIPTION A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTECONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAINFLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900)WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS No. Date Issue / Revision A-32 FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-206 ENCLOSURE MATERIALS (1) PINELLAS 437498-1-52-02SR 60 No. Date Issue / Revision A-33 FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-207 ENCLOSURE MATERIALS (2) PINELLAS 437498-1-52-02SR 60 No. Date Issue / Revision A-34 FINISH SURFACE30'-0" CLEAR HEIGHT40'-0" OVERPASS ROOF 46'-2" AA-503 1 A306 TYP FINISH SURFACE30'-0" CLEAR HEIGHT40'-0" OVERPASS ROOF 46'-2" OVERLOOK ROOF48'-8"AA-5032AA-5033 AA-5032TYPTYP OPP A504 AA-5036 4 AA-503 TYP 5 AA-503 2 AA-502TYP A501 A503 A217 A539 A336 TYP A302PIER SECTION CUTPIER SECTION CUT FROM TOP OF DECK8' - 0" MIN CLEARA202 A504 A501A501 FINISH SURFACE30'-0" CLEAR HEIGHT40'-0"FROM TOP OF DECK8' - 0" MIN CLEARA202 ARCHITECTURAL MESH LEGEND: McNICHOLS WIRE MESH (MODEL# 38231900) McNICHOLS EXPANDED METAL (MODEL# 57001599) McNICHOLS PERFORATED METAL (MODEL# 17145163) FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION. NATURAL FINISH PER FDOT STANDARD REACTIVE STAIN CONCRETE FINISH COLOR 1 REACTIVE STAIN CONCRETE FINISH COLOR 2 NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-301 SECTIONS PINELLAS 437498-1-52-02SR 60 2 SECTION 1 SECTION 4'0'16'8' 4'0'16'8' KEYNOTE LEGEND NO. DESCRIPTION A202 SIGNAGE, REFER TO SIGNING AND PAVEMENT MARKINGFOR REQUIREMENTS. INSTALL 3' - 0" FROM INTERIOR EDGE OF FRAMING. REFER TO STRUCTURAL PLANS FOR INSTALLATION DETAILS, TYP. A217 BIKE RACK MODEL# CBBR-2CR-SS A302 PRECAST CONCRETE PIER, REFER TO STRUCTURAL A306 REACTIVE STAIN CONCRETE FINISH, TYP. COORDINATECOLOR SELECTION FOR APPROVAL WITH CITY OF CLEARWATER AND FDOT. A336 CAST IN PLACE CONCRETE BENCH, TYP. A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS)FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTE CONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL#17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCA STRUCTURAL DRAWINGS A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900) WITH INTEGRAL END U-EDGING 14 GAUGE MODEL#4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS 3 SIGNAGE SECTION 4'0'8'16' No. Date Issue / Revision A-35 2 AA-202 1 AA-202 4 AA-202 3 AA-202 A336 A217 A504 A306 A101 1'-6"9"1'-6" 9"9"9" 9" A501 3' - 5"3' - 0"3' - 0"3' - 5"4' - 0"4' - 0"7' - 4" 6' - 10" 6' - 5" 6' - 5" 6' - 5" 8' - 6" 5' - 4"4' - 0"A504 6" TYP.6" TYP.A108A108 ALIGN REACTIVE STAIN WITH EDGES MAINTAIN DESIGN INTENT, TYP.1' - 9" FROM CURB9"9 "TYP. 3' - 6"60° TYP.6"ALIGN REACTIVE STAIN WITH BEND IN SLOPE AND PAVEMENT MARKINGS AS ILLUSTRATED, TYP. 8' - 4"6' - 8"8' - 2" 6' - 2" HAMMERHEAD BELOW A501 A504 AA-401 3 6' - 0"8' - 0" A1039 1' - 1"1' - 1"FINISH LEGEND: COORDINATE ALL REACTIVE STAIN COLOR SELECTIONS WITH CITY OF CLEARWATER AND FDOT FOR APPROVAL DURING CONSTRUCTION. NATURAL FINISH PER FDOT STANDARD REACTIVE STAIN CONCRETE FINISH COLOR 1 REACTIVE STAIN CONCRETE FINISH COLOR 2 THIS SHEET REFER TO VIEW 1 TYP.1' - 6"3/4" CHAMFERED EDGE TOP OF CONCRETE DECK A306 2'-0"1'-0" 2'-0"1'-0" 4' - 6"3' - 0"4' - 4"3' - 6"3' - 4"5' - 6" 3' - 10"3' - 6"AROUND3" TYP.1/2" TYP. 1'-6"1 '-3 "NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-401 ENLARGED PLANS PINELLAS 437498-1-52-02SR 60 1 ENLARGED PLAN 2'0'8'4' KEYNOTE LEGEND NO. DESCRIPTION A101 CANOPY OVERHEAD, TYP. A108 PAVEMENT STRIPING, TYP. APPLY CONCRETE REACTIVE STAIN CAREFULLY AROUND PAVEMENT STRIPING. REFER TO SIGNING AND PAVEMENT PLANS A217 BIKE RACK MODEL# CBBR-2CR-SS A306 REACTIVE STAIN CONCRETE FINISH, TYP. COORDINATE COLOR SELECTION FOR APPROVAL WITH CITY OF CLEARWATER AND FDOT. A336 CAST IN PLACE CONCRETE BENCH, TYP. A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS) FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTE CONSISTENCY A504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCA STRUCTURAL DRAWINGS A1039 ADA ACCESSIBILITY 5'-0" TURNING RADIUS, TYP. 4 CIP BENCH SECTION 1'0'2'4' 2 ENLARGED GRAPHIC LAYOUT3TIRE GRAPHIC 1'0'2'4'2'0'8'4' No. Date Issue / Revision A-36 AA-501 4 AA-501 3 AA-501 2 A503A539A540 A501 A501 A503 A540 A539A503WITH MESH SYSTEM2 3/4" VERIFY ALIGNMENT2"4"AA-5025 A503 A539 A595A595A595 A343 A539 A543 AA-502 4 A501 A503 3. ALL DETAILS ARE SHOWN ORTHOGONALLY FOR CLARITY, TYP. NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-501 DETAILS (1) PINELLAS 437498-1-52-02SR 60 1 ENLARGED PLAN 4 DETAIL 3 DETAIL 2 DETAIL 1'0'2'4' 3"0'6"1'3"0'6"1'3"0'6"1' KEYNOTE LEGEND NO. DESCRIPTION A343 CONCRETE PARAPET BY OTHERS A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS) FRAMING OF G100 GALVANIZED COATING. TYP. FINISHCOLOR OF ARCHITECTURALLY EXPOSED STRUCTURAL STEEL SHALL BE EXPOSED G-100 FINISH OF MATTE CONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL #17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900) WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A540 MCNICHOLS EXPANDED METAL (MODEL #57001599) PANEL ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A543 STEEL PLATE, REFER TO STRUCTURAL A595 3/4" DIA ADHESIVE ANCHOR BOLTS, REFER TO KCASTRUCTURAL DRAWINGS FOR TYPICAL DETAIL No. Date Issue / Revision A-37 A504 A343 A539 AA-5023 TYPSIM 1/4" CLEAR, TYP. A5222"TYP @ THIS CONDITION1 1/2" PANEL LEG,A760 A503 1/4" CLEAR, TYP.CLEAR1" MIN.BOLT AND U-EDGING, TYP. A599 A522 A539 PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP. 1/4" CLEAR, TYP. TYP @ THIS CONDITION1 1/2" PANEL LEGS, 1/4" CLEAR, TYP. A539 FASTENER AND U-EDGING PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP. A599 3/4" TYP.1/2"1/8" CLEAR, TYP.1/2"A591 A599 A594 A760 3. ALL DETAILS ARE SHOWN ORTHOGONALLY FOR CLARITY, TYP. NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-502 DETAILS (2) PINELLAS 437498-1-52-02SR 60 1 ½"0'3"6" 1 ENLARGED PLAN 3"0'6"1' 3 DETAIL4DETAIL5DETAIL 2 TYPICAL PANEL SPACE 3"0'6"1' KEYNOTE LEGEND NO. DESCRIPTION A343 CONCRETE PARAPET BY OTHERS A503 MCNICHOLS PERFORATED METAL PANEL (MODEL #17145163)ASSEMBLY WITH INTEGRAL END U-EDGING14 GAUGE MODEL# 4071440210. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A504 BRIDGE PEDESTRIAN BICYCLE RAILING, REFER TO KCA STRUCTURAL DRAWINGS A522 FASTENER WITH FLAT WASHER @ 12" O.C. MAX ON ALL PANEL EDGES FROM PANEL ENDS, TYP. A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900) WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A591 MCNICHOLS INTEGRAL U-EDGING, TYP. REFER TO ENCLOSURE MATERIALS A594 1/2" STAINLESS STEEL STIFFENER 14 GAUGE, REFER TO STRUCTURAL A599 3/8" DIA STAINLESS STEEL LOCK NUT, 1/8" BOLT END EXPOSURE, TYP. AT 12" O.C. A760 NEOPRENE ISOLATED STRIP ¾"0'1 ½"3"¾"0'1 ½"3" No. Date Issue / Revision A-38 EQ EQ 1/8" CLEAR, TYP.A503 A760 A522 EQ EQ SLOPE 1/2"1/4" CLEAR 1/2"A130 A522 A503 A760 1" CLEAR, TYP. A599 A539 A760 A501 175° A539 TYP @ THIS CONDITION3" PANEL LEG TYP. @ THIS CONDITION3" PANEL LEG 1 1/2" TYP. PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP. A594 A543 A501 A595 EQ EQ A594 A343 A543 A501 A594 EQ EQ A594 1/2" 1" CLEAR, TYP. A539A501 A599 A760 A522 A503 TYP @ THIS CONDITION 3" PANEL LEGS 1" CLEAR, TYP. 175° PANEL ANGLED TO NEXT STRUCTURAL MEMBER, TYP. 3. ALL DETAILS ARE SHOWN ORTHOGONALLY FOR CLARITY, TYP. NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. FIELD VERIFY ALL STEEL FRAMING PRIOR TO PANEL FABRICATION AND INSTALLATION. FINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-503 DETAILS (3) PINELLAS 437498-1-52-02SR 60 ¾"0'1 ½"3"1 ½"0'3"6" 3"0'6"1' 1 DETAIL2DETAIL3DETAIL 4 DETAIL5DETAIL 3"0'6"1'¾"0'1 ½"3" 6 DETAIL KEYNOTE LEGEND NO. DESCRIPTION A130 REFER TO STRUCTURAL FOR ADDITIONAL INFORMATION A343 CONCRETE PARAPET BY OTHERS A501 ARCHITECTURAL EXPOSED STRUCTURAL STEEL (AESS) FRAMING OF G100 GALVANIZED COATING. TYP. FINISH COLOR OF ARCHITECTURALLY EXPOSED STRUCTURALSTEEL SHALL BE EXPOSED G-100 FINISH OF MATTE CONSISTENCY A503 MCNICHOLS PERFORATED METAL PANEL (MODEL #17145163)ASSEMBLY WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4071440210. INSTALL NEOPRENEGASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A522 FASTENER WITH FLAT WASHER @ 12" O.C. MAX ON ALL PANEL EDGES FROM PANEL ENDS, TYP. A539 MCNICHOLS WIRE MESH PANEL (MODEL #38231900) WITH INTEGRAL END U-EDGING 14 GAUGE MODEL# 4080140110. INSTALL NEOPRENE GASKETS AS REQUIRED FOR ASSEMBLY TO REMAIN FLUSH WITH FRAMING SYSTEM AT SPLICE LOCATIONS A543 STEEL PLATE, REFER TO STRUCTURAL A594 1/2" STAINLESS STEEL STIFFENER 14 GAUGE, REFER TO STRUCTURAL A595 3/4" DIA ADHESIVE ANCHOR BOLTS, REFER TO KCA STRUCTURAL DRAWINGS FOR TYPICAL DETAIL A599 3/8" DIA STAINLESS STEEL LOCK NUT, 1/8" BOLT END EXPOSURE, TYP. AT 12" O.C. A760 NEOPRENE ISOLATED STRIP ¾"0'1 ½"3" No. Date Issue / Revision A-39 FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607ARCHITECT BUSINESS LICENSE NO.: AA26003274DWG NO.SHEET NO.ERIC LUTTMANN, AIAAR 97111STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-901PERSPECTIVESPINELLAS437498-1-52-02SR 601PERSPECTIVE VIEW2PERSPECTIVE VIEW3PERSPECTIVE VIEW4PERSPECTIVE VIEWNOTE: ALL 3D IMAGES ARE SHOWN FOR ILLUSTRATIVE PURPOSES ONLY. THEY ARE NOT INTENDED FOR USE IN CONSTRUCTION AND DETAILING OF THE PROJECTNo. Date Issue / RevisionA-40 ELECTRICAL LEGENDMOUNTINGDESCRIPTIONSYMBOLSURFACE MOUNTED LED LUMINAIRE, LETTER INDICATES TYPE.SURFACE MTD -SEE FIXTURESCHEDULEASURFACE MTD -SEE FIXTURESCHEDULESURFACE LED LUMINAIRE, LETTER INDICATES TYPE.GSURFACE MTD -SEE FIXTURESCHEDULESURFACE LED LUMINAIRE, LETTER INDICATES TYPE.DaSINGLE POLE SWITCH (120/277V), LETTER INDICATES FIXTURE GROUPING BY SWITCHM.H. 48" AFFTO TOPTHREE WAY SWITCH (120/277V), LETTER INDICATES FIXTURE GROUPING BY SWITCHM.H. 48" AFFTO TOPa3SINGLE POLE SWITCH (120/277V), KEY OPERATED. LETTER INDICATES FIXTURE GROUPING BY SWITCHM.H. 48" AFFTO TOPaKMOTOR/HP RATED TOGGLE SWITCH SIZED PER MOTOR MANUFACTURER'S RECOMMENDATION, MINIMUM 20 AMP.SURFACE, ADJACENTTO OR ON MOTORMaLOW VOLTAGE LIGHTING CONTROL WALL SWITCH. PUSH BUTTON ON/OFF, STAINLESS STEEL COVERPLATE. COORDINATE WITH THE OCCUPANCY SENSOR. LETTER INDICATES FIXTURE GROUPING BY SWITCHM.H. 48" AFFTO TOPLOW VOLTAGE MULTI-WAY LIGHTING CONTROL WALL SWITCH (e.g. 3-WAY). PUSH BUTTON ON/OFF, STAINLESS STEEL COVERPLATE. COORDINATE WITH THE OCCUPANCY SENSOR. LETTER INDICATES FIXTURE GROUPING BY SWITCHM.H. 48" AFFTO TOPa3LINE VOLTAGE (120/277 VOLT) SWITCH WITH INTEGRAL OCCUPANCY SENSOR (AUTO ON/AUTO OFF)M.H. 48" AFFTO TOPOSPUSH-BUTTON DIMMER SWITCH, ON/OFF/DIMMING - 0-10V. LED DIMMER SHALL BE COMPATIBLE WITH LED DRIVER AND OCCUPANCY SENSOR. M.H. 48" AFFTO TOPMULTI-WAY PUSH-BUTTON DIMMER SWITCH, ON/OFF/DIMMING (MULTI-WAY APPLICATION WITH NON-DIMMING UNITS ONLY) 0-10V LED DIMMER SHALL BE COMPATIBLE WITHLED DRIVER AND OCCUPANCY SENSOR. M.H. 48" AFFTO TOP3ELECTRICAL LEGENDMOUNTINGDESCRIPTIONSYMBOLBRANCH CIRCUIT CONDUIT AND WIRE CONCEALED ABOVE CEILING OR BEHIND FINISHED WALLN/ARACEWAY EXPOSED ON WALL OR CEILING N/AHOMERUN TO PANELBOARD - LETTER INDICATES PANEL, NUMBER INDICATES CIRCUIT, MINIMUM 3/4" CONDUIT. NOTE:ANY HOMERUN WITHOUT FURTHER DESIGNATION INDICATES TWO #12 AWG AND #12 AWG EQUIPMENT GROUND. DEDICATED CIRCUIT REQUIRES SEPARATE NEUTRALIGEGLA-1,3,5N/ACONDUIT CAPPEDN/A120/208 VOLT POWER PANELBOARDM.H. 6'-0" TO TOP OR AS NOTEDM.H. 6'-0" TO TOP OR AS NOTED277/480 VOLT POWER PANELBOARDM.H. 6'-0" TO TOP OR AS NOTEDNON-FUSIBLE SWITCHM.H. 6'-0" TO TOP OR AS NOTEDFUSIBLE SAFETY SWITCHDOUBLE DUPLEX RECEPTACLE - 120VAC M.H. 16" AFFTO BOTTOM OR AS NOTEDM.H. 16" AFFTO BOTTOMWPDUPLEX RECEPTACLE - 120VAC. LETTER NEXT TO DEVICE INDICATES THE FOLLOWING:'WP' = WEATHERPROOF TYPE.'GFI' = GROUND FAULT PROTECTION TYPE.'DL' = DAMP LOCATION WEATHERPROOF COVER (NOT IN USE TYPE)'TP' = TAMPER PROOF.DUPLEX RECEPTACLE - 120VACM.H. 42" AFF TO BOTTOM OR AS NOTEDTHIS IS A STANDARD LEGEND. NOT ALL DEVICES SHOWN ARE USED IN THESE DOCUMENTS.FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-001ELECTRICAL GENERAL NOTES ANDSYMBOL LEGENDPINELLAS 437498-1-52-02SR 60GWB GYPSUM WALL BOARDG, GND GROUND WPWEATHER PROOFGFI GROUND FAULT PROTECTION RLRELOCATEDFDP FLAT PANEL DISPLAY RREMOVEFATC FIRE ALARM TERMINAL CABINET U.G.UNDERGROUNDFACP FIRE ALARM CONTROL PANEL U.O.N.UNLESS OTHERWISE NOTEDEXP EXPLOSION PROOFESB ENERGY SAVING BALLASTPROJ PROJECTOR LOCATIONEG EQUIPMENT GROUND OFCIOWNER FURNISHED,CONTRACTOR INSTALLEDEWH ELECTRIC WATER HEATER N/ANOT APPLICABLEEWC ELECTRIC WATER COOLER M.H.MOUNTING HEIGHTETR EXISTING TO REMAIN MTDMOUNTEDE EXISTING MTGMOUNTINGAFG ABOVE FINISHED GRADE INTINTERCOM/PAGING CABINETAFF ABOVE FINISHED FLOOR H.D. HAND DRYERABBREVIATIONS(THESE NOTES APPLY TO ALL SHEETS)1. ALL ELECTRICAL WORK SHALL MEET ALL OF THE REQUIREMENTS OF THE FOLLOWING:A. FLORIDA BUILDING CODE (FBC) 8TH EDITION (2023) (EFFECTIVE DECEMBER 31, 2023): THIS CODE INCLUDES THE 2023 FBC BUILDING, MECHANICAL, PLUMBING, ENERGY CONSERVATION, FUEL GAS, ACCESSIBILITY, AND TEST PROTOCOLS VOLUMES. FURTHER, SEE "REFERENCED STANDARDS" IN THE FBC BUILDING CHAPTER 35; FBC MECHANICAL CHAPTER 15; FBC PLUMBING CHAPTER 15; FBC ENERGY CONSERVATION CHAPTER 6; AND FBC FUEL GAS CHAPTER 8).B. 8TH EDITION OF THE FLORIDA FIRE PREVENTION CODE (FFPC): THIS CODE ALSO INCLUDES THE FLORIDA VERSIONS OF NFPA 1 AND NFPA 101. (EFFECTIVE DECEMBER 31, 2023).C. 2020 NATIONAL ELECTRIC CODE.2. VISIT THE SITE AND VERIFY THE EXISTING CONDITIONS TO GAIN KNOWLEDGE OF THE SCOPE OF WORK INVOLVED.3. "PROVIDE" SHALL MEAN "FURNISH AND INSTALL".4. IN GENERAL, THESE DRAWINGS ARE SCHEMATIC IN NATURE AND SHOULD NOT BE SCALED. IT SHALL NOT BE THE INTENT OF THESE PLANS AND/OR SPECIFICATIONS TO SHOW EVERY MINOR DETAIL OF CONSTRUCTION. PROVIDE ALL ITEMS NECESSARY FOR A COMPLETE AND OPERATIONAL SYSTEM.5. ELECTRICAL INSTALLATION SHALL BE CLOSELY COORDINATED WITH ALL OTHER TRADES. REVIEW THE ENTIRE SET OF DOCUMENTS FOR COORDINATION. NO COST SHALL BE ASSOCIATED WITH ILL-TIMED INSTALLATION INCLUDING ANY REPAIRS OR REPLACEMENTS.6. ALL CONDUITS AND BOXES SHALL BE CONCEALED AS MUCH AS POSSIBLE UNLESS OTHERWISE NOTED. ALL CONDUIT RUNS ARE SCHEMATIC IN NATURE. EXACT ROUTING TO BE DETERMINED IN THE FIELD UNLESS OTHERWISE NOTED.7. APPLY A BITUMASTIC COATING FOR ALL CONDUITS PENETRATING FLOOR SLABS OR OTHERWISE EXTENDING FROM BELOW GRADE.8. PROVIDE ALL REQUIRED PULL BOXES, JUNCTION BOXES, ETC. FOR A COMPLETE INSTALLATION.9. ALL CONDUCTORS SHALL BE STRANDED COPPER, THHN/THWN, MINIMUM #12 AWG. ALL CONDUCTORS SHALL BE IN CONDUIT. 10. MC CABLE OR OTHER PREMANUFACTURED CABLING SHALL NOT BE USED.11. ALL CIRCUITS SHALL CONTAIN A SEPARATE, GREEN, COPPER GROUNDING CONDUCTOR. 12. PANELBOARDS SHALL BE ACCURATELY LABELED TO IDENTIFY FINAL CIRCUIT NUMBERS UTILIZED, THEIR LOAD AND LOCATION.13. DO NOT SHARE NEUTRALS. PROVIDE DEDICATED NEUTRALS FOR EACH CIRCUIT. 14. ALL ABOVE GROUND CONDUIT SHALL BE INTERMEDIATE ALUMINUM WITH STAINLESS STEEL SUPPORTS AND CONDUIT STRAPS.15. ALL BRANCH CIRCUIT BOXES SHALL BE CAST ALUMINUM WEATHERPROOF TYPE.16. ALL RACEWAYS AND BOXES SHALL BE INSTALLED WHERE CONCEALED FROM VIEWS FROM THE HIGHWAY AND CONCEALED FROM VIEW IN GENERAL AS MUCH AS POSSIBLE.17. REFER TO TECHNICAL SPECIAL PROVISIONS (SPECIFICATIONS) FOR MORE REQUIREMENTS.ELECTRICAL DRAWING INDEXSHEETNUMBERSHEET NAMEAE-001 ELECTRICAL GENERAL NOTES AND SYMBOL LEGENDAE-002 LUMINAIRE SCHEDULE AND CUT SHEETSAE-101 ELECTRICAL PLANAE-201 OVERPASS ELEVATIONS - LIGHTINGAE-301 PHOTOMETRIC PLANAE-601 ELECTRICAL RISER DIAGRAMAE-701 ELECTRICAL DETAILS (1)AE-702 ELECTRICAL DETAILS (2)ELECTRICAL GENERAL NOTES:No. Date Issue / RevisionA-41 FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-002LUMINAIRE SCHEDULE AND CUTSHEETSPINELLAS 437498-1-52-02SR 60TYPE 'B'TYPE 'C' AND 'D'TYPE 'G'SUBSTITUTIONS WILL NOT BE CONSIDERED WITHOUT A MINIMUM 15 DAY PRIOR APPROVAL SUBMITTAL AND ANYAPPROVAL ISSUED BY ADDENDUM. REFER TO SPECIFICATIONS FOR PRIOR APPROVAL SUBMITTAL REQUIREMENTS.Gx.xWALL MOUNTED LED FLEX TYPE LUMINAIRE.PROVIDE CONTINUOUS ROW WITH FEED THRUWIRING AS NECESSARY. SURFACE MOUNTED.PROVIDE MOUNTING ACCESSORIES TO ADJUSTTHE MOUNTING FOR THE CURVED SURFACE.STATIC WHITE (3500K) QTRAN BOXA #BOXA-SW-RLC-IP67-35-6.0-ENC/CL-VARIES, OR APPROVEDEQUIVALENT.PROVIDE 120 VOLT-24 VOLT POWERSUPPLY(#QOM-eLED-XxxW-UNV-24VDC-0-10V-SS) AND POWERFEED/CONNECTORS AS NECESSARY. SHALL BE316 MARINE GRADE STAINLESS STEEL. WETLOCATION. POWER SUPPLIES SHALL BE MINIMUM100 WATT.120 6 WATTSPER FOOTLED, 157LUMENSPER FOOT,3,500KLED DRIVER SURFACEMOUNTEDFx.xBLUE LED SURFACE MOUNT LINEAR LUMINAIREWITH FIXED HIDDEN STAINLESS STEELMOUNTING CLIP AND FROSTED LENS. WETLOCATION LISTED IP67. ARCHITECT TO SELECTCOLOR OF TRIM ACCESSORIES. Q-TRAN TORQ#TQ3SC-5.0-B-ENC-STD-TL, OR APPROVEDEQUIVALENT.PROVIDE WITH WET SERIES 120 VOLT-24 VOLTPOWER SUPPLY(#QOM-eLED-XxxW-UNV-24VDC-0-10V-SS) ANDPOWERFEED/CONNECTORS AS NECESSARY.SHALL BE 316 MARINE GRADE STAINLESSSTEEL. POWER SUPPLIES SHALL BE MINIMUM100 WATT.120 5 WATTSPER FOOTLED, 53LUMENSPER FOOT,BLUELED DRIVER SURFACEMOUNTEDD4'-0" LED STANDALONE LUMINAIRE WITH DIECAST ALUMINUM HOUSING, FROSTED TEMPEREDGLASS LENS, AND TWO 18 INCH INCREMENTALLYADJUSTABLE TYPE WALL MOUNTING BRACKETSWITH BRIDGE/OVERPASS VIBRATION RATINGAND 10x30 DEGREE DISTRIBUTION OPTICS.LISTED FOR WET LOCATION. IP66 CUSTOM COLORLUMENPULSE#LFP-SA-UL-120/277-48-3.75-35K-80-10x30-FR-xx-VRBO-WMi18-CC-XD-CC, OR APPROVEDEQUIVALENT.PROVIDE LEADER CONNECTOR CABLE (#LFLC) ASNECESSARY.120 15 LED 1,513LUMENS,3,500KLED DRIVER WALL MOUNTEDWITHMANUFACTURER'SARM BRACKETFACING UPWARDSC4'-0" LED STAND ALONE LUMINAIRE WITH DIECAST ALUMINUM HOUSING, FROSTED TEMPEREDGLASS LENS, AND TWO 12 INCH INCREMENTALLYADJUSTABLE TYPE WALL MOUNTING BRACKETSWITH BRIDGE/OVERPASS VIBRATION RATINGAND 10x60 DEGREE DISTRIBUTION OPTICS.LISTED FOR WET LOCATION. IP66, CUSTOMCOLOR LUMENPULSE#LFP-SA-UL-120/277-48-3.75-35K-80-10x60-FR-xx-VRBO-WMi12-CC-XD-CC, OR APPROVEDEQUIVALENT.PROVIDE LEADER CONNECTOR CABLE (#LFLC) ASNECESSARY.120 15 LED 1,687LUMENS,3,500KLED DRIVER WALL MOUNTEDWITHMANUFACTURER'SARM BRACKETFACING UPWARDSBx.xSTATIC WHITE LED SURFACE MOUNT LINEARLUMINAIRE WITH FIXED MOUNTING CLIP ANDFROSTED LENS. WET LOCATION LISTED.ARCHITECT TO SELECT COLOR OF TRIMACCESSORIES. LUMINII#K45MW-VARIES-HE48SO-35K-F-CB-xx-E-xx-xx,OR APPROVED EQUIVALENT.PROVIDE WITH IP66 WET SERIES 120 VOLT-24VOLT POWER SUPPLY (#PDCU-W-96-24) ANDPOWER FEED/CONNECTORS AS NECESSARY.120 2.5 WATTSPER FOOTLED 50LUMENSPER FOOT,3,500KLED DRIVER /POWER SUPPLYSURFACEMOUNTED, FACINGUPWARD FORINDIRECTLIGHTINGA1'-0" LED STANDALONE LUMINAIRE WITH DIECAST ALUMINUM HOUSING, CLEAR TEMPEREDGLASS LENS, AND TWO SLIM ADJUSTABLE TYPEWALL MOUNTING BRACKETS WITHBRIDGE/OVERPASS VIBRATION RATING. LISTEDFOR WET LOCATION. IP66, CUSTOM COLORLUMENPULSE#LFP-SA-UL-120/277-12-3.75-35K-80-90x90-CL-NF-NO-VRBO-SM-CC-XD-CC, OR APPROVEDEQUIVALENT.PROVIDE LEADER CONNECTOR CABLE (#LFLC),ALL STAINLESS STEEL HARDWARE.120 8 LED, 358LUMENS3,500KLED DRIVERWITH 0-10VDIMMINGSURFACEMOUNTEDTYPE DESCRIPTION VOLTS WATTS LAMPS DRIVER MOUNTINGLUMINAIRE SCHEDULETYPE 'A'TYPE 'F'NOTE:x.x INDICATES LENGTH OF LUMINAIRE IN FEET AND INCHES.EXAMPLE:G6.6 = FIXTURE TYPE 'G', LENGTH 6'-6"REFER TO PLANS FOR ADDITIONAL INFORMATION.NOTES:FINAL SELECTION OF ALL LUMINAIRE CONNECTOR TYPES AND LOCATIONS ARE TO BE DETERMINED AND COORDINATED DURING SHOP DRAWING REVIEW. SHOP DRAWINGS SHALL DEPICT THE PROPOSED CONNECTOR TYPES AND LOCATIONS AND ASSOCIATED WIRING IN AND OUT.ALL EXPOSED HARDWARE AND MOUNTING ACCESSORIES SHALL BE STAINLESS STEEL OR LOW COPPER ALUMINUM.ALL FINAL COLORS WILL BE SELECTED DURING SHOP DRAWING REVIEW, INCLUDING MOUNTING STEMS.PROVIDE FOR CUSTOM COLORS TO BE SELECTED BY THE ARCHITECT. WIRE IN AND OUT, CONNECTOR TYPE IN AND OUT, AND CONFIGURATION SHALL BE SUBMITED WITH SHOP DRAWINGS FOR REVIEW.ILLUMINATION SHALL BE CONTINUOUS.ALL MOUNTING HARDWARE SHALL BE STAINLESS STEEL.PROVIDE MOUNTING TO THE STRUCTURE APPROXIMATLE EVERY 12 INCHES. ADJUST THE DISTANCE AS NEEDED FOR THE LUMINAIRE G TO ALLOW FOR CONTNUOUS SMOOTH BENDS.ALL MOUNTING CLIPS AND HARDWARE SHALL BE STAINLESS STEEL.PROVIDE LAYOUT SHOP DRAWINGS FOR 'F' AND 'G' LUMINAIRES AND INCLUDE REQUIRED SUPPLIES, CONNECTORS, MOUNTING TYPES AND LOCATIONS.213412112123434555No. Date Issue / RevisionA-42 B6.6B6.6B6.6B7.0B7.0B7.0B9.0B7.0B7.0C CCC C C C CC C CD DEXISTING UTILITY POWER POLE WITH NEW 1 PHASE TRANSFORMER BANK. REFER TO ELECTRICAL RISER DIAGRAM FOR MORE REQUIRERMENTS.EXISTING OVERHEAD DUKE ENERGY 3 PHASE PRIMARY CODUCTORSLOCATION OF NEW PANEL 'P'. SEE RISER DIAGRAM. PROVIDE STAINLESS STEEL STRUT WITH STAINLESS STEEL HARDWARE FOR MOUNTING. MOUNT AT THE BRIDGE CONCRETE PILING/COLUMN, BUT DO NOT MOUNT PANEL OR STRUT DIRECTLY TO STRUCTURAL COLUMN. PROVIDE A PRE-MANUFACTURED KYNAR COATED ALUMINUM PLATFORM AND STAIRS TO PROVIDE ACCESS TO THE ELECTRICAL EQUIPMENT.HEIGHT OF PLATFORM AND OVERALL DIMENSIONS AS INDICATED.PROVIDE WITH CODE REQUIRED RAILINGS AND STAIRS.PROVIDE CONCRETE PEDESTALS IN GROUND TO ANCHOR BOLT THE PLATFORM AND STAIRS AT GRADE LEVEL. PROVIDED ENGINEERED SHOP DRAWINGS, SIGNED AND SEALED BY FLORIDA REGISTERED PROFESSIONAL ENGINEER. COLOR TO BE SELECTED BY ARCHITECT DURING SUBMITTAL REVIEW.AA AAA A AC C CCC C CC C CREFER TO SHEET AE-201 FOR LIGHTING ON FINS AND PORTALOHOHMETERPANEL 'P'NEMA 4X LIGHTING CONTROL ENCLOSURETIE TO CIRCUIT P-9GENERAL NOTE:CIRCUITING OF THE LUMINAIRES ON THIS SHEET IS DIAGRAMATIC IN NATURE. REFER TO ELECTRICAL DETAILS FOR CONDUIT AND WIRE ROUTING.P-9P-7P-3ROUTE U.G. FROM POLE TO METERPROVIDE PLATFORM WITH STAIRS. SEE RISER DIAGRAM FOR MORE INFORMATION.10' - 4"5' - 0"3' - 0"ALL HOMERUN RACEWAYS SHALL BE ROUTED TO AND FROM THE PANELBOARD CONCEALED FROM VIEW AS MUCH AS POSSIBLE AND CONCEALED FROM VIEW FROM THE PUBLIC WAY (HIGHWAY) AS MUCH AS POSSIBLE.RACEWAYS MAY BE SURFACE MOUNTED ON THE STRUCTURAL COLUMN AND ON THE STRUCTURE.ROUTE RACEWAYS ON THE BRIDGE STRUCTURE AS INDICATED. (TYPICAL)8' - 0"OHOHOHFINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-101ELECTRICAL PLANPINELLAS 437498-1-52-02SR 601ELECTRICAL PLAN4'0'16'8'No. Date Issue / RevisionA-43 F8F5F4F8F5F5F8F8F3.5F8F8F4F8F4F8F8F4.6F8F5.6F8F8F8F8F5.8F6G8G7.6F6.6F6.6G8G5G4G7.6CCCCCCCCCCCCDDG8PORTALGENERAL NOTE:CIRCUITING OF THE LUMINAIRES ON THIS SHEET IS DIAGRAMATIC IN NATURE. REFER TO ELECTRICAL DETAILS FOR CONDUIT AND WIRE ROUTING.P-1(VIA CONTACTOR)LEFT OF THE PORTAL, FIXTURE TYPE 'F' SHALL BE SURFACE MOUNTED ON THE LEFT SIDE OF THE FINRIGHT OF THE PORTAL, FIXTURE TYPE 'F' SHALL BE SURFACE MOUNTED ON THE LEFT SIDE OF THE FINP-3(VIA CONTACTOR)ROUTE RACEWAYS AND INSTALL BOXES ON THE INSIDE OF THE BEAM (CONCEALED FROM VIEW). REFER TO DETAIL, AE-702.PROVIDE MINIMUM 200 WATT POWER SUPPLY HERE FOR ALL (a) LUMINAIRES.(a)(a)(a)(a)(a)ALL HOMERUN RACEWAYS SHALL BE ROUTED TO AND FROM THE PANELBOARD CONCEALED FROM VIEW AS MUCH AS POSSIBLE AND CONCEALED FROM VIEW FROM THE PUBLIC WAY (HIGHWAY) AS MUCH AS POSSIBLE.RACEWAYS MAY BE SURFACE MOUNTED ON THE STRUCTURAL COLUMN AND ON THE STRUCTURE.ROUTE RACEWAYS ON THE BRIDGE STRUCTURE AS INDICATED (TYPICAL).F8F6.6F8F8F8F8F8F6.6F6F5.8F5.6F4.6G8G7.6G7.6G8G8G5G4F8F8F8F8F5F4.6F4.6F6F6F5.6F6F6CCCCCCCCCP-5(VIA CONTACTOR)ROUTE RACEWAYS AND INSTALL BOXES ON THE INSIDE OF THE BEAM (CONCEALED FROM VIEW). REFER TO DETAIL, AE-702.P-9(VIA CONTACTOR)MOUNT ALL POWER SUPPLIES/DRIVERS FOR 'F' AND 'G' AT TOP OF STRUCTURE.PROVIDE MINIMUM 200 WATT POWER SUPPLY HERE FOR ALL (a) LUMINAIRES.(a)(a)(a)(a)(a)FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-201OVERPASS ELEVATIONS - LIGHTINGPINELLAS 437498-1-52-02SR 602'0'8'4'2'0'8'4'1WEST ELEVATION - LIGHTING PLAN2EAST ELEVATION - LIGHTING PLANNo. Date Issue / RevisionA-44 FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-301PHOTOMETRIC PLANPINELLAS 437498-1-52-02SR 60PHOTOMETRIC PLAN#NAMEMIN.MAX.AVERAGEMEAN/MIN.MAX/MIN.1OVERPASS WALKWAY0.50 FC3.28 FC1.85 FC4.087.232OBSERVATIION DECK0.24 FC2.85 FC1.43 FC5.8911.77CALCULATION SUMMARYREFER TO SHEET AE-002 FOR LUMINAIRE INFORMATION AND CUT SHEETSLUMINAIRE SCHEDULENo. Date Issue / RevisionA-45 PCEXTERIOR LIGHTING CONTROL DIAGRAMDIAGRAM NOTES:NOT TO SCALE12MCNHA1HP-112P-1TO LIGHTSP-3P-5P-7P-937-DAY, ASTRONOMICAL DIGITAL TIME CLOCK FOR LIGHTING CONTROL. 120V, 40AMP, SINGLE POLE, SINGLE CHANNEL, WITH CAPACITOR REAL-TIME POWER BACKUP(4 DAYS). (TORK/NSI #EWZ120 OR EQUAL BY INTERMATIC OR PARAGON, ORAPPROVED EQUIVALENT). CIRCUIT TIME CLOCK MOTOR TO 120 VOLT CIRCUITINDICATED. LOCATE IN LIGHTING CONTROLS CABINET. SEE SITE PLAN ANDRISER.ELECTRICALLY OPERATED, ELECTRICALLY HELD LIGHTING CONTACTOR(SQUARE 'D' #LG80), OR APPROVED EQUIVALENT FOR LIGHTING CONTROL, 30ARATED, 8 POLE, WITH A 120V. COIL, NEMA 1 ENCLOSURE, WITH CONTROL FROMTHE TIME CLOCK. LOCATE IN LIGHTING CONTROLS CABINET. SEE SITE PLAN ANDRISER.EXTERIOR FIXTURES SHALL BE CONTROLLED VIA A 120 VOLT PHOTOELECTRICCELL MOUNTED INCONSPICUOUSLY ON THE UNISTRUT MOUNTING APPARATUSFACING NORTH. COORDINATE EXACT LOCATION AND MOUNTING IN THE FIELDFOR MAXIMUM PERFORMANCE. WIRE PE CELL TO LIGHTING CONTACTOR CONTROL3COIL.DESCRIPTION VOLTSPHASETOTALAMPSPANEL C.B.SIZEAMPSVOLTAGEDROP(VOLTS)VOLTAGEDROP (%)WIREPERPHASENEUTWIREGND WIRE# OFRUNSCONDUITSIZEFEEDERLENGTH(FEET)FEEDER/BRANCH CIRCUIT SCHEDULESERVICE/FEEDERFROM TOSERVICE POLE PANEL 'P'2401∅ 15.3 100A 0.30 0.13% #1 AWG #1 AWG N/A 1 NOTE 1 60BRANCH CIRCUITFROM TOPANEL 'P' CIRCUIT P-1 ENDPOINT1201∅ 9.8 20 3.57 2.86% #10 AWG #10 AWG #10 AWG 1 NOTE 1 160PANEL 'P' CIRCUIT P-3 ENDPOINTPANEL 'P' CIRCUIT P-5 ENDPOINTPANEL 'P' CIRCUIT P-7 ENDPOINTPANEL 'P' CIRCUIT P-9 ENDPOINT1201∅1.8 20 0.95 0.67% #10 AWG #10 AWG #10 AWG1NOTE 11741201∅ 9.2 20 3.07 2.43% #10 AWG #10 AWG #10 AWG 1 NOTE 1 1441201∅ 0.5 20 0.47 0.27% #10 AWG #10 AWG #10 AWG 1 NOTE 1 1591201∅ 6.4 20 2.84 2.25% #10 AWG #10 AWG #10 AWG 1 NOTE 1 190NOTE 1: SEE DRAWINGS FOR CONDUIT SIZESNOTE 2: LENGTHS INCLUDE 10% SAFETY FACTOR. LENGTHS ARE FOR CALCULATION PURPOSES ONLY.NOTE 3: TOTAL VOLTAGE DROP FOR WORST CASE BRANCH CIRCUIT IS 1.97 VOLTS (1.64%)TOTALSSPAREOTHEROTHER MOTORSLARGEST MOTORHEATINGMISC EQUIPRECEPTLIGHTINGSERVESPANEL KVADKVADDIVERSITYFEEDFACTORCONN LOADKVA KVAxxxxxxxx*========xxxxxxxx========A/CB PH =A PH =DESCRIPTIONKVABKRCKTBACKTBKRKVADESCRIPTIONPANEL:AIC RATING:SERVICE:AMPSV.,MLO:MCB:AMPSAMPSNEW PANELPROVIDE WITH NEMA 4X ENCLOSURE3.800.200.000.000.000.000.000.004.001.251.001.001.001.251.001.004.750.200.000.000.000.000.000.0019.0524.00* PER N.E.C. TABLE 220.442.20 1.80SPACE0.0 - 29 30 - 0.0SPACESPACE0.0 - 25 26 - 0.0SPACESPACE 0.0 - 27 28 - 0.0 SPACESPACE 0.0 - 21 22 - 0.0 SPACESPACE0.0 - 23 24 - 0.0SPACESPACE 0.0 - 17 18SPACE0.0 - 19 20SPACE0.0 - 13 14SPACE 0.0 - 15 16LTG; EAST & CANOPY0.8 20 9 10 20 0.0SPARERECEPTACLE 0.2 20 11 12 20 0.0 SPARELTG; EAST 0.2 20 5 6 20 0.0 SPARELTG; WALKWAY0.5 20 7 8 20 0.0SPARELTG; WEST1.2 20 1 2 2P 0.0SPDLTG; EAST1.1 20 3 4 30 0.0SPDP10000120/ 2401PH, 3W0100- 0.0 SPACE- 0.0SPACE- 0.0SPACE- 0.0 SPACEELECTRICAL RISER DIAGRAMNOT TO SCALENEWPANEL'P'100A. MCB120/240V.,1PH, 3W.20'10'SPD1#4 AWG CUISCA=10,400A21T/CCNEMA 4XMEXISTING DUKE ENERGY UTILITY CO.POWER POLE WITH NEW SINGLE PHASEPOLE MOUNTED TRANSFORMERS120/240V, 1PHASE (ASSUMED 25 KVA)100B5P-113BOND TO STRUCTURALSTEEL OR REBAR INCOLUMNSMAKE CONNECTION INHANDHOLE AT THEBASE OF POLE.#4 AWG CU(METER GROUNDEXOTHERMICWELD, TYP36" MIN.WPBACKFACE OF PIER #2(FACING AWAY FROM ROADWAY)7'-0" MIN. A.F.G.TO BOTTOM OFPANELGRADE = 4.11 FT ELEVATION4GFI6ISCA=5,767ATO LIGHTING ON BRIDGE(TYPICAL)724" MIN.ANCHOR BOLT STAIRS TOCONCRETE BASE. TYPICALFOR ALL PLATFORM LEGS.88FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-601ELECTRICAL RISER DIAGRAMPINELLAS 437498-1-52-02SR 601. COORDINATE ALL SITE WORK WITH UTILITY COMPANIES.2. ALL CONDUIT ROUTED UNDERGROUND SHALL BE A MINIMUM OF 3/4" AND SHALL BE BURIED A MINIMUM OF 24" B.F.G.3. HAND DIG TRENCHES NEAR ANY EXISTING UTILITIES OR SYSTEMS (I.E. IRRIGATION, ETC.). DAMAGE TO ANY EXISTING UTILITIES OR SYSTEMS SHALL BE REPAIRED TO NEW CONDITION AT NO COST TO THE OWNER.4. PROVIDE HANDHOLES AND PULLBOXES AS REQUIRED. ALL PULLBOXES SHALL BE POLYMER CONCRETE (QUASITE OR EQUAL), FULL TIER 22 TRAFFIC RATED BOX AND COVER. COVERS TO BE LIFT OUT, LOCKING TYPE WITH (2) HEX HEAD BOLTS. COVERS TO INDICATE "ELECTRICAL". PROVIDE GRAVEL (1FT.) IN BOTTOM OF PULLBOX. DIRECTIONAL BORE WHERE POSSIBLE. 5. DIRECTIONAL BORE UNDER ANY EXISTING SIDEWALKS OR PAVEMENT/DRIVES.6. COMPACT AND FILL ALL TRENCHES AND RESTORE DAMAGED GRASS AREAS TO ORIGINAL CONDITION WITH SOD (NO SEED ALLOWED).GENERAL NOTES:CONTACT DUKE ENERGY COMPANY, MAKE APPLICATION, SCHEDULE, AND COORDINATE ALL PRIMARY ELECTRICAL ALL ELECTRICAL WORK. PROVIDE NEW SURGE SUPPRESSION DEVICES PER SPECIFICATION 26 43 13.PROVIDE 6"x6" SQUARE CONCRETE POSTS WITH STAINLESS STEEL STRUT CHANNEL AND STAINLESS STEEL HARDWARE FOR MOUNTING OF PANEL AND EQUIPMENT. DO NOT MOUNT DIRECTLY TO OVERPASS STRUCTURAL SUPPORT COLUMN.PROVIDE NEMA 4X ENCLOSURE FOR LIGHTING CONTROLS TIMECLOCK AND CONTACTOR. ENCLOSURE SHALL HAVE A HINGED DOOR, PADLOCKABLE GASKETED AND WEATHERPROOF. CABINET SHALL BE 24”WIDE X 24”HIGH X 10”DEEP, ALL STAINLESS STEEL, WITH INTERNAL COLD ROLLED STEEL MOUNTING PANEL.MOUNTING BRACKETS, HINGES, AND STRIKERS ALL STAINLEES STEEL.FULLY GASLETED.PADLOCKABLE.BUD PART NO. SNB-3754-SSS, ONLY WITH PABLOCKABLE DOOR.MOUNT THE TIMECLOCK, CONTACTOR AND RECEPTACLE INSIDE THE CABINET. REFER TO LIGHTING CONTROLS DETAIL FOR MORE INFORMATION.PROVIDE NEW FEED-THRU METER ENCLOSURE PER DUKE ENERGY STANDARDS.PROVIDE A PRE-MANUFACTURED KYNAR COATED ALUMINUM PLATFORM AND STAIRS TO PROVIDE ACCESS TO THE ELECTRICAL EQUIPMENT.HEIGHT OF PLATFORM AND OVERALL DIMENSIONS AS INDICATED ON SHEET AE-101, WITH HEIGHTS INDICATED HERE. PROVIDE WITH CODE REQUIRED RAILINGS AND STAIRS.PROVIDE CONCRETE PEDESTALS IN GROUND TO ANCHOR BOLT THE PLATFORM AND STAIRS AT GRADE LEVEL. PROVIDED ENGINEERED SHOP DRAWINGS, SIGNED AND SEALED BY FLORIDA REGISTERED PROFESSIONAL ENGINEER. COLOR TO BE SELECTED BY ARCHITECT DURING SUBMITTAL REVIEW.ALL HOMERUN RACEWAYS SHALL BE ROUTED TO AND FROM THE PANELBOARD CONCEALED FROM VIEW AS MUCH AS POSSIBLE AND CONCEALED FROM VIEW FROM THE PUBLIC WAY (HIGHWAY) AS MUCH AS POSSIBLE.RACEWAYS MAY BE SURFACE MOUNTED ON THE STRUCTURAL COLUMN AND ON THE STRUCTURE.ROUTE RACEWAYS ON THE BRIDGE STRUCTURE AS INDICATED.DO NOT MOUNT CONCRETE POST OR PLATFORM STRUCTURE DIRECTLY TO THE OVERPASS STRUCTURE SUPPORT COLUMN. UNNISTRUT SUPPORT AND PLATFORM SHALL BE ISOLATED FROM THE COLUMN.DRAWING NOTES:1234FEEDER SCHEDULEAMPSCONDUIT & CABLING100A1-1/2"C; 2-#1, 1-#1 NEUTRAL, 1-#6 GROUND100B1-1/2"C; 2-#1, 1-#1 NEUTRAL5No. Date Issue / Revision678A-46 LEFT OF THE PORTAL FIXTURE TYPE 'F' ARE SURFACE MOUNTED ON THE LEFT SIDE OF THE FIN RIGHT OF THE PORTAL FIXTURE TYPE 'F' ARE SURFACE MOUNTED ON THE RIGHT SIDE OF THE FIN 'F''F'PORTALWESTBOUND ELEVATION'A' MOUNT FLUSH TO THE BOTTOM OF BEAM OVERPASS WALKWAY'B' MOUNT FIXTURE 'B' FLUSH TO BOTTOM OF BEAM OBSERVATION DECK'D''D''C''C'FIXTURE TYPE 'C' ARE MOUNTED WITH 12" ARMSFIXTURE TYPE 'D' SHALL BE MOUNTED WITH 18" ARMSFINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-701ELECTRICAL DETAILS (1)PINELLAS 437498-1-52-02SR 604LUMINAIRE TYPE 'F' MOUNTING DETAIL1LUMINAIRE TYPE 'A' MOUNTING DETAIL2LUMINAIRE TYPE 'B' MOUNTING DETAIL3LUMINAIRE TYPES 'C' AND 'D' MOUNTING DETAILIMAGES ARE DIAGRAMMATIC TO SHOW INTENT -REFER TO PLAN VIEWS AND DETAILSNo. Date Issue / RevisionA-47 3/4" CONDUIT MOUNTED TO TOP OF STRUCTURELED DRIVER POWER SUPPLIES MOUNTED TO TOP OF STRUCTURE. PROVIDE ONE DRIVER PER FIN LENGTH.LED DRIVER POWER SUPPLIES MOUNTED TO TOP OF STRUCTURE. PROVIDE ONE DRIVER PER FIN LENGTH.TYPE 'F' LUMINAIRETYPE 'F' LUMINAIRE3/4" CONDUIT MOUNTED TO TOP OF STRUCTURELUMINAIRE TYPE 'C'3/4' CONDUIT WITH LIGHTING CONDUCTORS MOUNTED TO STRUCTURE, BELOW OVERPASS WALKWAY4"X4" CAST ALUMINUM WEATHERPROOF JUNCTION BOXROUTE RACEWAYS AND CIRCUIT CONDUCTORS FROM BOX INTO THE LUMINAIRE JUNCTION BOX/POWER CONNECTION POINT. RACEWAYS SHALL BE INSTALLED THROUGH THE STEEL BEAM AT THE CENTER POINT OF THE BEAM. (TYPICAL)FINANCIAL PROJECT IDCOUNTYROAD NO.WGI, INC.3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375TAMPA, FL 33607DWG NO.SHEET NO.ROBERT C. ANSTON, PEPE 40858STATE OF FLORIDADEPARTMENT OF TRANSPORTATIONTHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.AE-702ELECTRICAL DETAILS (2)PINELLAS 437498-1-52-02SR 601LED DRIVER MOUNTING DETAILNo. Date Issue / Revision2 LIGHTING CONDUIT ROUTING DETAILA-48 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 9 of 12 Section No. CAFA No. EXHIBIT “B” SPECIAL PROVISIONS 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 10 of 12 Section No. CAFA No. EXHIBIT “C” TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 11 of 12 Section No. CAFA No. EXHIBIT “D” AGENCY RESOLUTION 625-010-10 ROADWAY DESIGN OGC - 08/17 Page 12 of 12 Section No. CAFA No. EXHIBIT “E” NOTICE OF COMPLETION AND RESPONSIBLE PROFESSIONAL’S CERTIFICATE OF COMPLIANCE NOTICE OF COMPLETION COMMUNITY AESTHETIC FEATURE AGREEMENT Between THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION and PROJECT DESCRIPTION: In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned provides notification that the work authorized by this Agreement is complete as of , 20 . By: Name: Title: RESPONSIBLE PROFESSIONAL’S CERTIFICATION OF COMPLIANCE In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned certifies that all work which originally required certification by a Professional Engineer has been completed in compliance with the Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this Certification. Also, with submittal of this certification, the Agency shall furnish the Department a set of “as-built” plans certified by the Engineer of Record. By: SEAL: Name: Date: Resolution No. 24-14 1 RESOLUTION NO. 24-14 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA APPROVING A COMMUNITY AESTHETIC FEATURES AGREEMENT BETWEEN THE CITY OF CLEARWATER (THE “CITY”) AND THE FLORIDA DEPARTMENT OF TRANSPORTATION (“FDOT”); PROVIDING FOR THE INSTALLATION AND MAINTENANCE OF AESTHETIC ELEMENTS AND LIGHTING ENHANCEMENTS FOR THE PEDESTRIAN OVERPASS OF STATE ROAD 60 AND SOUTH BAYSHORE BOULEVARD; AUTHORIZING THE CITY MANAGER OR DESIGNEE TO EXECUTE THE AGREEMENT AND ALL RELATED DOCUMENTS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City recognizes the important role of branding and wayfinding signage on major roads to promote civic pride, placemaking, and support tourism; and WHEREAS, the State Road 60 (Courtney Campbell Causeway) is a crucial east- west corridor in the City that is owned and operated by FDOT on behalf of the State of Florida; and WHEREAS, the construction of a pedestrian overpass on State Road 60, east of South Bayshore Boulevard, provides the opportunity to affix Aesthetic Elements that will create an identifying landmark to those entering the City; and WHEREAS, in order to construct an artistic design and improvements to the pedestrian overpass in the State right-of-way, FDOT requires the City to enter into a Community Aesthetic Feature Agreement (“CAFA”) that provides for the design, installation and maintenance of the Aesthetic Elements; and WHEREAS, under the terms of the CAFA, the City will perform any future maintenance including cleaning and replacement of damaged or deteriorating materials to the Aesthetic Elements of the overpass at the City’s cost; and WHEREAS, under the terms of the CAFA, the City must pay for the costs of removal and restoration of the right-of-way ("Removal and Restoration") upon the expiration or earlier termination of the CAFA; and WHEREAS, the Administration has determined that $15,000.00 is an amount sufficient to cover the costs to FDOT pursuant to the CAFA; and WHEREAS, FDOT has requested that the City sign and deliver to FDOT the CAFA and adopt a Resolution approving the same; and Resolution No. 24-14 2 WHEREAS the architectural plans are attached to the CAFA; and WHEREAS the CAFA and related documentation are incorporated herein as part of this Resolution; now, therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City approves the Community Aesthetic Features Agreement, as attached in Exhibit “A,”, accepting the rights and responsibilities provided for in the Agreement and authorizing appropriate City officials to take all necessary action as may be necessary or appropriate to perform all obligations and commitments of the City of Clearwater in accordance with the provisions of the Agreement. Section 2. This Resolution shall take effect immediately upon adoption. Section 3. The City Clerk is directed to transmit a copy of this Resolution and the signed CAFA to the Secretary for District Seven of FDOT no later than fourteen (14) days after the Resolution and agreement are signed. PASSED AND ADOPTED this _______ day of _____________, 2024. ________________________ __________________________ Jennifer Poirrier Bruce Rector City Manager Mayor Approved as to form: Attest: ________________________ __________________________ Jerrod Simpson Rosemarie Call Assistant City Attorney City Clerk Resolution No. 24-14 3 EXHIBIT “A” COMMUNITY FEATURES AESTHETIC AGREEMENT AA-1011 SR 60 -COURTNEY CAMPBELL CAUSEWAYSOUTH BAYSHORE BLVDFINANCIAL PROJECT IDCOUNTYROAD NO. WGI, INC. 3111 W. DR. MARTIN LUTHER KING JR. BLVD. SUITE 375 TAMPA, FL 33607 ARCHITECT BUSINESS LICENSE NO.: AA26003274 DWG NO. SHEET NO. ERIC LUTTMANN, AIA AR 97111 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G1-16.005, F.A.C.AA-100 OVERALL SITE PLAN PINELLAS 437498-1-52-02SR 60 1 OVERALL SITE PLAN 25'0'100'50' NOTE: 1. REFER TO ALL OTHER PLAN SETS FROM OTHER DISCIPLINES FOR ADDITIONAL INFORMATION. 2. EXISTING CONDITIONS AERIAL BACKGROUND SHOWN FOR REFERENCE ONLY. No. Date Issue / Revision A-24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TA2024-08003a Agenda Date: 12/5/2024 Status: Second ReadingVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9791-24 on second reading, amending the Community Development Code clarifying definitions for artwork and murals (applicable citywide) and modifying window signage standards in Downtown.   SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 12/3/2024 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